Loading...
HomeMy WebLinkAboutAce Excavating and Environmental Services Inc; 2015-12-18; PWS16-24UTILRecording requested by: CITY OF CARLSBAD When recorded mail to: City Clerk City of Carlsbad 1200 Carlsbad Village Dr. Carlsbad, CA 92008 Notice is hereby given that: ) ) ) ) ) ) ) ) ) ) DOC# 2017-0176230 111111111111 lllll 111111111111111111111111111111 IIIII IIIII IIIII IIII IIII Apr 19, 2017 04:40PM OFFICIAL RECORDS Ernest J. Dronen burg, Jr., SAN DIEGO COUNTY RECORDER FEES: $0.00 PAGES: 1 Space above this line for Recorder's Use NOTICE OF COMPLETION 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is Carlsbad Municipal Water District (CMWD), a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on Jan. 30, 2017. 6. The name of the contractor for such work of improvement is Ace Excavating & Environmental Services, Inc. 7. The property on which the work of improvement was completed is at 3200 Donna Dr. in the City of Carlsbad, County of San Diego, State of California, and is described as Project No. 50401, Ellery Pump Station Abandonment. CARLSBAD MUNICIPAL WATER DISTRICT VERIFICATION OF SECRETARY I, the undersigned, say: I am the Secretary of the Carlsbad Municipal Water District, 1200 Carlsbad Village Drive, Carlsbad, California, 92008. The Executive Manager of said District on ft~\\ {d"tv\ , 201J, accepted the above described work as completed and ordered that a otice of ompletion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on ::l\pt::ll 12.-trl , 201], at Carlsbad, California. ICIPAL WATER DISTRICT BA A ENGLESON Secret ry J23 CARLSBAD MUNICIPAL WATER DISTRICT ACCEPTANCE OF PUBLIC IMPROVEMENTS COMPLETION OF PUBLIC IMPROVEMENTS Ace Excavating & Environmental Services, Inc. has completed the contract work for Project No. 50401, Ellery Pump Station Abandonment. City forces have inspected the work and found it to be satisfactory. The work consisted of: IMPROVEMENTS Decommission of pump station $123,462.66 VALUE PUBLIC WORKS DIRECTOR CERTIFICATION OF COMPLETION OF IMPROVEMENTS ~r-wj/0\,)\J •~/Z1~17 ~u lie arks Director ~ Date CITY MANAGER'S/EXECUTIVE MANAGER'S ACCEPTANCE OF PUBLIC IMPROVEMENTS The construction of the above described contract is deemed complete and hereby accepted. The City Clerk or Secretary to the Board of Directors is hereby authorized to record the Notice of Completion and release the bonds in accordance with State Law and City Ordinances. The City of Carlsbad and Carlsbad Municipal Water District are hereby directed to commence maintaining the above described improvements. Date APPROVED AS TO FORM: CELIA BREWER, City Attorney By:~ Deputy City Attorney Q:\Public Works\PW CommonlCAPITAL-ACTIVE\5040-1 Ellery Pump Sta Abandonment\API (CMWD).doc CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -C/O # 1 Project: 5040-1, Ellery Pump Station Abandonment Date Routed: To: Construction Management & Inspection Department Head Finance Director RJv\. City Manager/Mayor t¥ Construction Management & Inspection Reasons for changes: Item 1: Item 2: Item 3: Item 4: Item 5: Item 6: The City water department requested the contractor furnish a Tesco 24-00 Series, 304 Stainless Steel pedestal in lieu of the standard powder coated steel pedestal called for in the contract documents to accommodate a new city wide specification revision. Additional compensation is required for procuring the Tesco panel and due to long lead time for this product the contract will be extended 117 workings days. City directed the contractor to prep and recoat existing above ground pipes which was not called out in the contract documents. City directed the contractor to lower existing electrical conduit package installed by others to provide sufficient cover to facilitate the installation of the new pull box. City directed the contractor to remove an existing substandard pipe support on the existing 8" ClaVal which was not identified in the contract documents and reinstall per Detail #1 on sheet M-1 of the drawings. The actual measured quantity for Bid Item A-11, "Remove and Replace Existing AC Paving," is less than the original estimate. Decrease Bid Item A-11 by 1 , 132 SY. The actual measured quantity for Bid Item A-13, "Construct AC Rolled Curb," is less than the original estimate. Decrease Bid Item A-13 by 648 LF . , , 'Project: #5040-1 , Ellery Pump Station Abandonment Change Order No. 1 COST ACCOUNTING SUMMARY: Original contract amount Total amount this C/O Total amount of previous C/O's Total C/O's to date New Contract Amount Total C/O's as % of original contract Contingency amount encumbered Contingency increase/ decrease Contingency Subtotal Total C/O's to date I Contingency balance $132,900.00 ($9,437.34) $0.00 ($9,437.34) $123,462.66 -7.10% $0.00 $0.00 $0.00 ($9,437.34) $9,437.34 Project: #5040-1, Ellery Pump Station Abandonment Change Order No. 1 CITY OF CARLSBAD CONTRACT CHANGE ORDER NO. 1 Project: 5040-1, Ellery Pump Station Abandonment CONTRACT NO. 5040-1 P.O. NO. P131433 ACCOUNT NO. 50570009060/504019066 CONTRACTOR: Ace Excavating & Environmental Services, Inc ADDRESS: 1020 Greenfield Dr. El Cajon, CA 92021 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor or his/her designee. Pursuant to Section 3 of the General Provisions of this contract, perform the following: Item 1: Item 2: Item 3: Provide Tesco 24-00 Series 304 Stainless Steel Pedestal per RFl#4. Increase contact days by 117 days due to long lead time and SDG&E transformer replacement. Increase to contract cost ................................................................. $2, 100.00 Prep and recoat existing above ground 10-inch bypass and discharge yard piping. Increase to contract cost ................................................................. $2,715.35 Lower the existing conduit to provide sufficient cover to facilitate installation of the new pull box near the existing control valve vault. Increase to contract cost ................................................................... $750.60 Project: #5040-1, Ellery Pump Station Abandonment ·, Change Order No. 1 Item 4: Item 5: Item 6: Remove existing pipe support on the existing 8-inch bypass Cla-val and replace with new pipe support per detail #1 on sheet M-1 of the contract documents. Increase to contract cost ................................................................. $2,796.71 Decrease Bid Item A-11 "Remove and Replace Existing AC Paving" by 1,132 SY. Decrease to contract cost ............................................................. ($11,320.00) Decrease Bid Item A-13 "Construct AC Rolled Curb" by 648 LF. Decrease to contract cost .............................................................. ($6,480.00) TOTAL DECREASE TO CONTRACT COST ................................................. ($9,437.34) TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY 117 WORKING DAYS AS A RESULT OF lHIS CHANGE ORDER. (DATE) APPROVED BY; A-J ~ Z -/-17 CONTRACTOR (DATE) (DATE) ~~ 3/3/17 FINANCE DIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL), PURCHASING, CONTRACTOR, DEPUTY DIRECTOR DESIGN CARLSBAD MUNICIPAL WATER DISTRICT San Diego County California CONTRACT DOCUMENT~ GENERAL PROVISIONS AND TECHNICAL SPECIFICATIONS FOR ELLERY PUMP STATION ABANDONMENT REBID CONTRACT NO. 50401 BID NO. PWS16-24UTIL ft \iJ Revised 3/6/15 Contract No. 50401 Page 1 of 104 TABLE OF CONTENTS Item Page Notice Inviting Bids.................................................................................................................. 6 Contractor's Proposal . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . .. . .. . . .. . . . . . . . . . . . . . .. .. . . .. . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . 1 O Bid Security Form .. . . . . . . . . . . . .. . .. . . .. .. . . .. .. . . ... .. . . . . .. . .. .. . .. .. .. .. . .. .. .. .. . .. .. . .. . . . . . .. . . .. . . .. . . .. . . . . . . .. . . . . . . . . .. . . . . . 16 Bidder's Bond to Accompany Proposal . . .. . . . . . . .. . . . .. . . .. . . .. . .. . . . . . . .. . .. . . . . . .. . . . . . . . . . . . . . . . .. . . .. . .. .. .. . .. .. . . .. . 17 Guide for Completing the "Designation Of Subcontractors" Form............................................. 19 Designation of Subcontractor and Amount of Subcontractor's Bid Items .. . .. ... . ... . ..... .. . .. .. .. .... .. 21 Bidder's Statement of Technical Ability and Experience........................................................... 22 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation....................................................................................... 23 Bidder's Statement Re Debarment........................................................................................... 24 Bidder's Disclosure of Discipline Record .. .. .. . .. .. .. . .. . .. .. . .. . . . .. .. . . .. . .. . . . . .. . .. .. .. . .. ........ .......... 24 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid . . . . . . . .... .... .. ...... .. .. 27 Contract Public Works............................................................................................................. 28 Labor and Materials Bond . . . . . . . . . . . . . . . . . . .. . . .. . . . . . . .. . . . . . . . .. . . . . . . . . . . . . . . . . . . .. .. . .. .. . . .. . . . . . . . . . . . . . . . . . .. . . . . . . . . . . .. . 34 Faithful Performance/Warranty Bond....................................................................................... 36 Optional Escrow Agreement for Surety Deposits in Lieu of Retention . . . .. .. .. . . . .. .. .. .. .. .. .. .. . .. . .. .. .. 38 ,, •+;' Revised 3/6/15 Contract No. 50401 Page 2 of 104 Section 1 1-1 1-2 1-3 1-4 Section 2 2-1 2-2 2-3 2-4 2-5 2-6 2-7 2-8 2-9 2-10 2-11 Section 3 3-1 3-2 3-3 3-4 3-5 Section 4 4-1 4-2 Section 5 5-1 5-2 5-3 5-4 5-5 5-6 Section 6 6-1 6-2 6-3 6-4 6-5 6-6 6-7 6-8 6-9 6-10 GENERAL PROVISIONS Terms, Definitions Abbreviations and Symbols Terms.............................................................................................................. 41 Definitions.................................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 42 Abbreviations............................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 45 Units of Measure.......................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 49 Scope and Control of The Work Award and Execution of Contract................. .................................................... 51 Assignment.................................................. .................................................... 51 Subcontracts................................................ ...... .. . . ... . . ... . ...... ....... ... ........... ...... 51 Contract Bonds............................................ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 52 Plans and Specifications.............................. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 53 Work to be Done.......................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 57 Subsurface Data.......................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 57 Right-of-Way................................................ ............ ...... .... ......... .. . ... ............... 57 Surveying..................................................... .................................................... 57 Authority of Board and Engineer.................. .................................................... 60 Inspection ................................................ .'... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 61 Changes in Work Changes Requested by the Contractor........ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 62 Changes Initiated by the Agency ... . . . ..... .... .. . ................ ...... .......... ............ ..... .. 62 Extra Work................................................... .. ..... .......... ................. ...... ... ......... 63 Changed Conditions . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . 65 Disputed Work............................................. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 67 Control of Materials Materials and Workmanship......................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 70 Materials Transportation, Handling and Storage............................................... 7 4 Utilities Location....................................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 75 Protection . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 75 Removal.......................................................................................................... 76 Relocation.................................................... .................................................... 76 Delays............................................................................................................. 76 Cooperation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 77 Prosecution, Progress and Acceptance of the Work Construction Schedule and Commencement of Work....................................... 78 Prosecution of Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 82 Suspension of Work..................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 82 Default by Contractor................................... . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 83 Termination of Contract............................... . ...................... ........... .. ................ 83 Delays and Extensions of Time.................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 83 Time of Completion.......................................................................................... 84 Completion, Acceptance, and Warranty....... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 85 Liquidated Damages.................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 85 Use of Improvement During Construction . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 85 {'\ •+;' Revised 3/6/15 Contract No. 50401 Page 3 of 104 Section 7 7-1 7-2 7-3 7-4 7-5 7-6 7-7 7-8 7-9 7-10 7-11 7-12 7-13 7-14 Section 9 9-1 9-2 9-3 9-4 Responsibilities of the Contractor Contractor's Equipment and Facilities.......... . . . .. .. . .. . ... . . . .. .. . . .. . . . .. .. .. .. .. .... . . . . . .. . .. 87 Labor........................................................... .................................................... 87 Liability Insurance........................................ . . .. .. . .. . .. .... .. . ... .. .. ... . .. . .. .. . . .. .......... 87 Workers' Compensation Insurance.................................................................. 87 Permits........................................................ .................................................... 88 The Contractor's Representative ........... .. .. .. . . . . ... . . .. ... .. . . . . . .. . . . .. .... .... .. .. . . .. .. .. . . . . 88 Cooperation and Collateral Work................. . .. . . . . . . .. . . . . .. . .. . . . . . . . . . . . . .. . . . . . .. .. . . . . . . . .. 88 Project Site Maintenance............................. . . .. . . . . . . . . . . . .. .. . .. . . . . .. .. .. . . . . . .. . . . . . . . . .. .. . 89 Protection and Restoration of Existing Improvements....................................... 93 Public Convenience and Safety . . .. . . . . . .. .. . . . . . . . . .. . . . . . . . . .. .. . . . . . . .. .. . . .. . .. . . . . . . . . . . . . .. .. .. . 93 Patent Fees or Royalties.............................. .. .. .. .... .... .. . . .. . . . . .. .. .. . .. . .... .. .. . . . . . . . .. . 100 Advertising................................................... . . .. . . . .. . . . . . .. . . . . . .. . . . . . . . .. . . . .. . . . . . .. . . . . . . . . 1 00 Laws to be Observed................................... .. . . . . . . .. .. . . .. .. . .. . .. .. .. . . .. . .. . . . . . .. .. .. .. .. . . 100 Antitrust Claims.................... . . .. . . . . . . . . . . . .. .. . . .. .. . . . .. . . . . . . . . . . . . .. .. . .. . . .. .. . . .. . . . . . .. . . . . . . . . . 100 Measurement and Payment Measurement of Quantities for Unit Price Work................................................ 101 Lump Sum Work.......................................... .................................................... 101 Payment.......................................................................................................... 101 Bid Items...................................................... . . .. . . . . . . . . . . . . . .. .. . . . . . .. . . . . . . . . . . . . . . . . . . . . . . .. 104 l'-• ., Revised 3/6/15 Contract No. 50401 Page 4 of 104 TECHNICAL SPECIFICATIONS DIVISION 01 -GENERAL REQUIREMENTS 01010 01025 01530 Summary of Work Measurement and Payment Protection of Existing Facilities DIVISION 02 -SITE WORK 02050 02223 Site Demolition Trenching, Excavation, Backfilling, and Compacting DIVISION 03-CONCRETE 03000 Cast in Place Concrete DIVISION 09 -FINISHES 09870 09874 09900 09902 Tape Coating System with Motor Shield for the Exterior of Steel Water Pipelines Fusion-Bonded Epoxy Lining and Coating Painting and Coating Petrolatum Wax Tape Coating DIVISION 15-MECHANICAL 15000 15041 15044 15061 15092 15100 General Electrical Disinfection of Piping Hydrostatic Testing of Pressure Pipelines Cement-Mortar Lined and Coated Steel Pipe and Specials Miscellaneous Couplings, Pipe and Appurtenances Resilient Wedge Gate Valves (RWGV's) DIVISION 16 -ELECTRICAL 16050 16056 16100 16120 16130 16191 16196 16421 16500 16950 General Electrical Electrical Demolition, Removals, Modifications and Relocations Grounding Conductors Raceways and Boxes Electrical Supports, Anchors, and Fasteners Electrical Equipment Identification Utility Service Entrance Lighting Testing and Inspection Standard Drawings Definitions Appendix A Appendix B Appendix C Approved Materials List for use on Construction of Potable and Recycled Water Facilities Appendix D SDG&E Work Order {'\ •+; Revised 3/6/15 Contract No. 50401 Page 5 of 104 CARLSBAD MUNICIPAL WATER DISTRICT, CALIFORNIA NOTICE INVITING BIDS UNTIL 2:00 PM ON OCTOBER 15 2015, the Carlsbad Municipal Water District (District) shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: Provide all labor and materials to remove existing pumps, motor assemblies, valves, pipe, switch board including CMU Block Structure, concrete pads, electrical meter and electrical conduits. Furnish and install valves and appurtenances for discharge emergency connection, new electrical meter ped- estal, pull boxes and conduits, AC Paving, and lighting. ELLERY PUMP STATION ABANDONMENT CONTRACT NO. 50401 BID NO. PWS16-24UTIL Funding for this project has been provided in full or in part through an agreement with the State Water Resources Control Board. The contents of this document do not necessarily reflect the views and policies of the State Water Resources Control Board, nor does mention trade names or commercial products constitute endorsement or recommendations for use (Gov. Code 7550, 40 CFR 31.20) INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the Carlsbad Municipal Water District and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the District to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the District or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The Carlsbad Municipal Water District may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the Carlsbad Municipal Water District or another jurisdiction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans, provisions, and specifications as ap- proved by the City Council of the City of Carlsbad on file with the Utility Department. The specifications for the work include City of Carlsbad Technical Specifications and the Standard Specifications for Public Works Construction, Parts 2 & 3, current edition at time of bid opening and the supple- ments thereto as published by the "Greenbook" Committee of Public Works Standards, Inc., all hereinafter designated "SSPWC", as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. l'\ •4r' Revised 3/6/15 Contract No. 50401 Page 6 of 104 The Carlsbad Municipal Water District encourages the participation of minority and women-owned businesses. The Carlsbad Municipal Water District encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly exe- cuted including notarization, where indicated. 1. Contractor's Proposal 2. Bidder's Bond 3. Noncollusion Declaration 4. Designation of Subcontractor and Amount of Subcontractor's Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder's Statement Re Debarment 9. Bidder's Disclosure Of Discipline Record 10. Escrow Agreement for Security Deposits -(optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) ENGINEER'S ESTIMATE: All bids will be compared on the basis of the Engineer's Estimate. The estimated qwantities are ap- proximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $140,365. TIME OF COMPLETION: The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIAL TY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the District by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the District. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The follow- ing classifications are acceptable for this contract: Classification « A -General Engineering". ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 5% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. l~ •+;' Revised 3/6/15 Contract No. 50401 Page 7 of 104 OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained at the Cash- ier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008- 7314, for a non-refundable fee of $25.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, spec- ifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpreta- tion of any provision in the contract documents will be given by any agent, employee or con- tractor of the Carlsbad Municipal Water District except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the Carlsbad Municipal Water District except as hereinbefore specified. REJECTION OF BIDS The Carlsbad Municipal Water District reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcon- tracting Fair Practices Act." The City Engineer is the District's "duly authorized officer" for the purposes of section 4107 and 4107 .5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any con- tract for public work, unless currently registered and qualified to perform public work pursuant to Sec- tion 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. PRE BID MEETING A pre-bid meeting and tour of the project site will not be held. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. ,., •+;' Revised 3/6/15 Contract No. 50401 Page 8 of 104 All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. ADD EN DU MS Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the District until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the District may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 ( commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The District does accept policies issued by the State Compensation Fund meeting the requirement for workers' com- pensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the District is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the District may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. September 1, 2015 Date ,, •+; Revised 3/6/15 Contract No. 50401 !=>age 9 of 104 CARLSBAD MUNICIPAL WATER DISTRICT ELLERY PUMP STATION ABANDONMENT REBID CONTRACT NO. 50401 CONTRACTO~SPROPOSAL Board of Directors Carlsbad Municipal Water District 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and ad- denda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 50401 in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: SCHEDULE "A" ELLERY PUMP STATION ABANDONMENT Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) {Figures) A-1 Mobilization and Demobiliza-Fixed $ 10,000 $ 10,000 tion at ten Thousand LS (Price in Words) A-2 Remove Existing Pumps and LS $ ~5. flUD /'-o $ J5.6oO.£/l) • I Motor Assemblies at J ~l~i~,s (Price in Words) A-3 Remove Existing Valves, Pipe, LS $ ac~ :ia>, uO $ flO • 5_cll) , cro and Appurtenances at ~\~~ h,U,l\. rJ.J.. ·o rs (Unit Price in Words) A-4 Remove Existing Switch Board LS $ £0. lOV· cv $ lD,IOO, 11V including CMU Block Structure and Concrete Pad at ~ OY\.<.. bW (Price in Words) {'\ •;, Revised 3/6/15 Contract No. 50401 Page 10 of 104 Item No. Description Approximate Quantity And Unit A-5 Remove Existing Meter and LS Abandon Existing Electrical Conduits at ~ o,o~±mt'~ ,,~.L\vooJ _, 03..\ (Price in Words) A-6 Construct 1 O" Gate Valve and LS Appurtenances for Discharge Piping Emergency Connection t._~,~-M.-\wivlrJ (Price in Words} A-7 Construct 8" Gate Valve and LS Appurtenances for Suction Piping Emergency Connection at .t\-4L~cl t..¥Ae\AY\Jl\t,J ot ex !z (Price in Words) A-8 Construct 4" Bollards at .t,~ "-'-'"'J'C\UA ~.o \\<N ~ 9EA (Unit Price in Words) A-9 Construct New Meter Pedes-LS tal, Pull Box a;(onduits at ~ e,3h:\-~~ et9h+ hAnc1 (Price in Words) A-10 Remove and Replace Existing 3 EA Pull~ tkA f)Oi..? ___ ~t'-\uM ri c) ~\c.f ":, (Unit Price in Words) A-11 Remove and Replace Existing 1,735 SY AC PaviJ;_ at ~ h'-~~ (Unit Price in Words) Q • Revised 3/6/15 Contract No. 50401 $ $ $ $ Unit Price (Figures) 9. 50l>. cJO ' 51500.c'O '5, t;' db. vl> '-\Ob. CIO $ 1;./10o.vo $ i '5a). clD • $ ll2, trtJ $ $ $ Total Amount (Figures) 9,5tl{J, VO '5, 5<Jl). t:f'O e:;' ~ <.rt) • ciV $ ~ Ct,~. 00 $ l\~00. cm $ Y,Sel>. w $ i1,j.~O. di) Page 11 of 104 Approximate Item Quantity No. Description And Unit A-12 Remove and Replace Existing 2 EA Flood Lightin~ t -X w~u;;~«t ),WNlty.,} (Unit Price in Words) A-13 Construct AC Rolled Curb at \,&JI\, ~ \\Qd 2 (Unit Price in Words) 745 LF Unit Price (Figures) $ /0.(!t) Total amount of bid in numbers for Schedule "A":$ \3#/:\00. C1fl The basis of award will be the sum of Schedule "A". Price(s) given above are firm for 90 days after date of bid opening. Total Amount (Figures) Addendum(a) No(s). _________ has/have been received and is/are included in this pro- posal. The Undersigned has carefully checked all of the above figures and understands that the District will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the Board of Directors of the Carlsbad Municipal Water District, the District may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of ~alifomia, validly licensed under license number '1 ol..{l\<,3 , classification ---'----~----which expires on 3/,3{ / 1 (., · , and that this stater:nent is true and correct and has the legal effect of an affidavit. DIR Registration Number::__._i c::::ot,==--o .... , ... ~ ..... -8:>___..\ ______ _ A bid submitted to the District by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the Dis- trict§ 7028.15{e). In all contracts where federal funds are involved, no bid submitted shall be invali- dated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. l' •ff Revised 3/6/15 Contract No. 50401 Page 12 of 104 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. ACKNOWLEDGMENT ••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••• ---------------------------------' who proved to me on the basis of satisfactory evidence to be the person{s1· whose name(n is/af'Ef subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/f:lel:l.tl::lei-r authorized capacity(.ia&h-and that by his/.J::lefl.their signatures481 on the instrument the person(sr, or the entity upon behalf of which the person~ acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. DAWN AUGUSTINE I -Commission No. 2013307 ~ ~ NOTARY PUBLIC• CALIFORNIA !! u SAN DIEGO COUNTY ~ t Commission Expires March 18, 2017 ~ ~.;...+,; :. .... .,..~ ....... ~ ... :.-,/1 W A<\,"'-,,,.;yo.;,->I:,,,•..,, .;,...,., .. """'.,- ••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••• Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: OPTIONAL INFORMATION __ Personally Known with Paper Identification __ Paper Identification __ Credible Witness(es} Capacity of Signer: Trustee __ Power of Attorney CEO / CFO / COO __ President / Vice-President / Secretary / Treasurer Other: _____________ _ Thumbprint of Signer D Check here if no thumbprint or fingerprint is available. Other Information: __________________________ _ The Undersigned bidder hereby represents as follows: 1. That no Board member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the Board of Directors, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is \2) ,J. \!)ooc) (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before com- mencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor -------(3) Place of Business ----~~"'-'._,,,:-::::-----:---:--:-:---::--:------------- (Street and Number) (4) Zip Cod:;;e;,,c_ ________ Telephone No. _____________ _ { IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted. _____________ __,_ ___ _ (2) Signature (given and surname and character of partner) (Note: Signature must be rn (3) Place of Business _______ ~""'---~----:~---------- City and State ____ -=--.::;;._ ___________________ _ l"\ 11.-r Revised 3/6/15 Contract No. 50401 Page 13 of 104 IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted ,4,-e,, Exca vuf 1rt3 1 e(\ th YQY'\rr-et'.I 1-u I 5.eo,-V\l.-l--'.;) • X:dc.. . (2)_ ....... ~--~=------' ='41~-~-~-----~-----------(Signature) L/4 l1< f M?tthif- (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of Cul 1 &re vuf::\ (4) Place of Business /b 2o U.f'bln£1::e,lc) bt. (Street and Number) City and State [ ( ( 4)® CIA: (5) Zip Code _ ___.9 .... J6'""""""'";) ...... I ___ Telephone No. --==l,'---1..,_9_({...._<./_,_,__l _l/_9...._o ___ o ___ _ NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED {'\ • ., Revised 3/6/15 Contract No. 50401 Page 14 of 104 CALIFORNIA ALL-PURPOSE ACKi~OWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who the document to which this certificate is attached, and not the truthfulness, accuracy, or of that document. STATE OF CALIFORNIA } }S.S. COUNTY OF San Diego } On Oc ~ r 1,201 ~' before me, __ Sioux Swart 'a notary public, personally appeared Eiei C M • \A/ 000 who proved to me on the basis of satisfactory evidence to be the person(l(} whose name(s;}'is/are-subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his.~r/fl½@ir authorized capacity(ie&1, and that by his/ffl,~ir signature(-s, on the instrument the person~, or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. (Seal) I i I C SIOUXSWART 'I COMM. #2079458 H l«JTMVPIJBUC-cAl.fOII MN DIEGO COUNTY a a Iott' Commilllan Ellplrs OWIIIl:Blla a ,I List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: Lo:u"J la ,l\urn (,.\\\~ {\ •;;' Revised 3/6/15 Contract No. 50401 Page 15 of 104 BID SECURITY FORM (Check to Accompany Bid) ELLERY PUMP STATION ABANDONMENT CONTRACT NO. 50401 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check pa able to the order of CARLSBAD MUNICIPAL WATER DISTRICT, in the sum of _______________ _ ___________________ ....,,._ ___ dollars($ ______ __,, this amount being ten percent (10%) of the total amo~n f the bid. The proceeds of this check shall become the property of the District, provided this pro sal shall be accepted by the District through action of its legally constituted contracting authorities. nd the undersigned shall fail to execute a con- tract and furnish the required Performance, W~rr ty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, e check shall be returned to the undersigned. The proceeds of this check shall also becom he property of the District if the undersigned shall withdraw his or her bid within the period of fift,en (15) days after the date set for the opening thereof, unless otherwise required by law, and notw!)flstanding the award of the contract to another bidder. I BIDDER *Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed-the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) ,, •f' Revised 3/6/15 Contract No. 50401 Page 16 of 104 BIDDER'S BOND TO ACCOMPANY PROPOSAL ELLERY PUMP STATION ABANDONMENT CONTRACT NO. 50401 KNOW ALL PERSONS BY THESE PRESENTS: That we, Ace Excavating & Environmental Services, Inc., as Principal, and Allegheny Casualty Company as Surety are held and firmly bound unto the Carlsbad Municipal Water District, California, in an amount as follows: (must be at least ten percent {10%) of the bid amount) Ten Percent of Amount Bid for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDfflON OF THE FOREGOING OBUGATiON IS SUCH that if the proposal of the above- bounden Prlncipal for: ELLERY PUMP STATION ABANDONMENT CONTRACT NO. 50401 in the City of Carlsbad, is accepted by the Board of Directors, and if the Principal shall duly enter into and execute a Contract including requirad bonds and insurance policies within twenty (20) days from the cfa:ite of award of Contract by the Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, lt shall bis and remain ln full force and effect, and the amount specified herein shall be forfeited to the said District. Contract No. 00401 Page i?of 104 In the event Principal executed this bond as an indMdual, it ls agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this (~1tf day of October , 20.!.2..._. PRINCIPAL: Ace Excavating & Environmental Services, Inc. ~;me~~ (sign here) &:,, ''8:1:rY , II v, H-i (print name hii-e) here) £,::a a-, b/r,L {print name here) Executed by SURETY this 13th day of October , 20..!l_. SURETY: Allegheny Casualty Company (name of Surety) 18201 Von Karman Ave.,# 970 Irvine, CA 92612 {address of Surety) 949/748-8735 v{" /httt;1J'1!:J;-1--A~ e:>,r«vcd:I.'!J (title and organization of signatory) Sioux Munyon (printed name of Attornay-in-F act) (Attach corporate resolution showing current power of attorney.} (Proper notarial ac!mowiedgment of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant sec- retary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BRE\JIIER General Counsel By: ~ ¼-l Aiss1sta11t General Counsel Pcf,~tiy Revised 316115 Contract No, 50401 Page 18 of 104 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A notary public or other officer compieting this certificate verifies only the identity of the individual who the document to which this certificate is amicn,ea, and not the truthfulness, of that document. ST ATE OF CALIFORNIA } }S.S. COUNTY OF San Diego } 7 On Oe112r!>et. f Lfi 2Df f;°, before IT}e, _____ Sioux,.S~art _____________ , a notary public, personally appeared LAiUl:'{ G \ \ lv 1"1 who proved to me on the basis of satisfactory evidence to be the person(i,fWhose name(.s, is/aF:tl-subscribed to the within instrument and acknowledged to me that he/i,.k.e/fltey executed the same in his/k@r/;t;heir authorized capacity(-ie&), and that by his/h~trutir signature~) on the instrument the person(;,, or the entity upon behalf of which the person(!) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS ~nd o~cial)f'~. Signature I l-W./y /{1j,J~ C I (Seal) CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies the identity of the individual who the document to which this certificate is attached, and not the truthfulness, accuracy, or of that document. STATE OF CALIFORNIA } }S.S. COUNTY OF San Diego } On Oe Tb~tt2-I If, 2t>£5 , before me, Sioux Swart , a notary public, personally appeared £r2.i~ 7Y( • \NIJQ,11----------~ who proved to me on the basis of satisfactory evidence to be the person(ll')'whose name(~ isiare subscribed to the within instrument and acknowledged to me that he/~4;1:i,ey executed the same in his~r~r authorized capacity~), and that by his/N/~ir signature(S1 on the instrument the person($'), or the entity upon behalf of which the person(i'.Y acted, executed the instrument I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. (Seal) I CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT or other officer completing this certificate verifies the identity of the individual who the document to which this certificate is ""'~'"'''"'u, and not the truthfulness, accuracy, or of that document. STATE OF CALIFORNIA COUNTY OF San Diego r"' } }S.S. } On~ f3,2of:, , before me,_Kimberley C. Miller _____________ , a notary public, personally appeared _____ Sioux Munyon_Swart ______________________ _ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and of~ial seal. Signaurre ~ {_7 C .. j''---1Seal) . > ··•·· .. theil' tru~ aMdlal/\lfUI attor11ky(s)-in-factto ex~t1te, $ea! and d$li\letfor a~don it$ beh~lf ~s surety, afo,; aod an bonds and undertaki~gs, cbntracts hfim'.lemnlty •· •·.•••.•. and otbef writings oQligatqry in the r:iature tnereof, whic;ftare or m1:1y.be aUow1:1d,t.equiradqr permittecl by .. Jaw, statute, rule,rE19!llation, contract· or otherwise).. .. .'. .. ·.·.an·d· th·e···•·.•e.x ... ec .. u. ti·o··· . .n· pf• .. ··.•.s·u·c·.··li.·······.J.m~.t.·r .... u.• .. rnen .. · .t(s). ·. ilin ..... 1p···urs. u·an ... ce .... ··.·.of.th.·.· .. es .. epr···es··· .. •e.11··.ts·· , ·s. h. al .. l .. t.·.i···e ........ a·. s .... ·.·b·l•.n···din .. g ...... · .. •.upa .. 11 .. ·•. t.··.lle ... • .. ·.sai.d_J·N·T .... E···R·. N. A .... rn .... · .. o .... NA .. L •.. ·.F ..... IOE ... •.L.• .. 'T .. Y .. ' .. N· S. ·U.· ... RA•.• N.C .. t: . ... .. COMPANY and At~EGHENY CASl,IALTY COMPA~Y; .as;fully ape! amply, · to all intents. ano purpqses, as .If the. same .had been duly . executed and acknowledgoobyt11e1rregul<.1Jlyele,~te.doffi~er,s attheirprincrpaloffices. · . < > ) . i \ / > , ? . ..· .... •••·· \ ··••••· .. > /i > .•. This Pi)Wer of Attorney is executed and . . •... and by autllori~ 9fJhe By~L~wsof INTERNATIONAL f,IDEklTY INSU,R!',NCI; COMPANY and ALLEQH ENY CASUAL TY under and by authority.of the follo11111ngrsisolt/tiori adopt~ bY.: the Board of Directors of JNJERNATIONAI. FIDELJJYIJ\/SURANGE duly heldp1:,thf; ,?0th day of.JtJtY,. 20f0 and by the Bo~m;! ofOitettors off\LLEGHE. NY CASPALTY COMPANY.at a m~ling dtJIY held st,20QQ: > · .. ·· .. · ..... · ... · .... •· .. . / . ... . > .. •·· ... · · · · · · · · .. · .· .... · ··,,RESOLV(iD that (1{t~~~re~,d~tjt/Vtc,.~r~sidi::~, ¢r~e~r.itary ¢·•;tne•iJrpgraUonsl1~11·.11avethe· power.f~;apP.cllnt;.~11c{tqr~iokethlappoint111en~of, Attorneys-1n}act or agents with POVller arid autflqntv as c;fefit)ed or lrmit$d 1n their respective powers of attorney.and to executeOl'l betialf qf the Corporation and affix.the. Corporation's •.. seal thereto, l)onds; pnd1;1rfaldrigs;·. recogniz.ances, contract.;; . of in_denmJtv 9nd other Vilrittet:t oblig_atiqns)n thena1;1.Jre•thersiof •·• qr related Jher:eto; and (2) any such Officersofthe Corpor.atron may.appoint and revoke the ap ntmenfs. ust0di<1ns, agents for aci;;eptance of 1>roce&l?, and Atlo~neys,.in-factwithauthorjty to execute wallters am:l consents . on behalfof . .·.··. .· . . ... . s.ignature ofany ~tJch Officerof the .Corporatiqn and the Corps)J::alicm's seal may be affixed by facsimile to any power ofattorney9rcerti 1 . . . (the execution of any bond,.1,mderti:lking, ·.· .. rec. qg .. ni;i:a .. n. c.e· ...... c. o .. n· tr. a. ct ..... of. ·.•·.'.·.n···. d.· e ... m. ni•tv·· o· .. •·r·o··· t!Je .. I'.· ·w ... rit.Je. ·n··· .o. bH.<g. a ... ·. ti•. ·11. in .. the....... nature th. e·r··.eof····· or··.•. r:e.'. ·.ij.,a. t .. e.· d·.t .. flere. t·o. ;.... . .·· .· ... sig.natur·.·. e. ·• an.· d .. s. ea·.'· s ... ·.·. w.•. hen·•.·· ... s.;o. .. us···ad vyh. e .... th .. !'lr.· • ~~8~8~~~~;t~~~eii;~8bo~:;~ti~i:i<fil~Ps~~~o~c8e~W~~~ira:1 manu~ff;:~~~~:,.~uch o~cta.~?t.~e Od{l.in~I s~. or ,~'1~SoTiration;~o be valid ,~·.·WITN·~~·.•·wHE~EOF, ••••• t~TE.~NATIONAt····t.lOS{1ry·.;Ns~;A~aE·•·••cQMPi~v· •.. ahd•••·ALLEt3~EN~ •••.• ~ASDA(TY·•·o6M~;NY····hav.e.:~ch P"<Y'l>U«::•u attest\:ld these presents QA thjs 12th day of March, 2012., < · · ·••· ···•· \ ··•.·. / .··· ·> •. ··· ···••·· ·· > > •·• < < ·•·· .. > \ .··· •·• ••.•. ··. ···•·· · ·•·••· ••·• . .,· . .. ····· STATEOfNEWJERSEY County qfEsi;~x ·· Company Profile Company Profile Company Search Company Information Old Company Names Agent for Service Reference Information NAIC Group List Lines of Business Workers' Compensation Complaint and Request for Action/ Appeals Contact Information Financial Statements PDF's Annual Statements Quarterly Statements Company Complaint Company Performance & Comparison Data Company Enforcement Action Composite Complaints Studies Additional Info Find A Company Representative In Your Area View Financial Disclaimer COMPANY PROFILE Information Old Company Names ALLEGHENY CASUALTY COMPANY ONE NEWARK CENTER, 20TH FLOOR NEWARK, NJ 07102 Page 1 of 1 Effective Date ALLEGHENY MUTUAL CASUAL1Y COMPANY 05/07/1998 Agent For Service DOROTHY O'CONNOR-MANSON 2999 OAK ROAD SUITE 820 WALNUT CREEK CA 94597 Reference Information I NAIC #: j California Company ID #: I Date Authorized in California: I License Status: jcompany Type: I State of Domicile: NAIC Group List NAIC Group #: 4705 Lines Of Business 1113285 I 113759-8 I 1104/06/1995 I II UNLIMITED-NORMAL Ii II Property & Casualty I II PENNSYLVANIA I AIA Holdings Inc Grp The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the SURETY © 2008 California Department of Insurance https:/ /interactive. web.insurance.ca.gov/companyprofile/companyprofile?e... 10/15/2015 GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Form" Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, "Bid", "Bidder", "Contract", "Contractor", "Contract Price", "Contract Unit Price", "Engineer", "Own Or- ganization", "Subcontractor'', and "Work". Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be performed by forces other than the Bid- der's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percent- age of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor-installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The ex- planation sheet shall clearly apprise the District of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. ,, •+' Revised 3/6/15 Contract No. 50401 Determination of the subcontract amounts for purposes of award of the contract shall be determined by the Board of Directors in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the Board of Directors shall be final. Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777. 7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated . . , ~+; Revised 3/6/15 Contract No. 50401 DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) ELLERY PUMP STATION ABANDONMENT CONTRACT NO. 50401 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%} of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%} or ten thousand dollars ($10,000}, whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. Page \ of_\ _____ pages of this Subcontractor Designation form " • ., Revised 3/6/15 Contract No. 50401 Page 21 of 104 :heck A License -License Detail -Contractors State License Board Pagel off Contractor's License Detail for License # 280876 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. CSLB complaint disclosure is restricted by law (B&P 7124.6) lf this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. Per B&P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. This license is current and active. All information below should be reviewed. Business Information MILLER PAVING CORPORATION 9236 OLIVE DRIVE SPRING VALLEY, CA 91977 Business Phone Nurnber:(619) 465-3725 Entity Corporation Issue Date 12/15/1972 Expire Date 04/30/2016 License Status ,-•• • •~•• '<•~C-v""' -•---n••• •-•••~""""'-'-•-'-•"'-,--•,.,_.m ____ , __ ,"_ -,,-,,~•• -••-~•'--"'"•-•-••-••0>• •••~--~-----" C12-EARTHWORK AND PAVING A -GENERAL ENGINEERING CONTRACTOR Classifications Bonding Information Contractor's Bond •~• ,,_,_ -~~••,sv •v• ,~v v ••• •-¥,~N •so•• •-•v-• v••~=-•a, VS>'--•-~"'--"-•~p•"""=•-~e•a•••~~-•<> ••--"•"•---~-, __ ,, •~ -•----~-~-••-~-••" ~ -"-~•••~••-M-,~ --•-'•~,. -••~•-~ ___ ,_. _,_, •-••-"•-•-,-----~ --•--••~••~~-,-----•~~-•--•,"'"'', • w•-••->">"•~•• ----~•••~• ~ • ••• _, ,This license filed a Contractor's Bond with DEVELOPERS SURETY AND INDEMNITY COMPANY. [Bond Number: 272725C Bond Amount: $12,500 Effective Date: 04/29/2010 :qontrnctor's _l:l.ond History Bond of Qualifying Individual --~·-·----~ .... -----~---~-----, The Responsible Managing Officer (RMO) MILLER DALE LEROY certified that he/she owns 10 percent or more of the voting $tock/equity of the corporation. A bond of qualifying individual is not required. ,Effective Date: 06/21/2006 Workers' Compensation This license has workers compensation insurance with the EVEREST NATIONAL INSURANCE COMPANY Policy Number:7600014559151 ;Effective Date: 04/01/2015 :Expire Date: 04/01/2016 VVorkers' Co_rrip~ns~~o~ Hi~tory_ .............. . . ....... -..................................................... . Other 1ttps:/ /www2.cslb.ca.gov/onlineservices/checklicenseII/LicenseDetail.aspx?LicNum=28087 6 l 0/15/201: BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) ELLERY PUMP STATION ABANDONMENT CONTRACT NO. 50401 The Bidder is required to state what work of a similar character to that included in the proposed Con- tract he/she has successfully performed and give references, with telephone numbers, which will en- able the City to judge his/her responsibility, experience and skill. An attachment can be used. \ o/, '5 I J ii 3 c. "~!::, J. 10 IJ. Cf ?u (2.4-M~\~ U.f'H.,'4\+' e. it ~~ Jo l' • .,, Revised 3/6/15 lb,J.U 9 ft,#, u 5cicr.,J. k, ~~" \ ., &O ('J\Q'( )Of~Y-1\ l,\ ~' fl)"~ Contract No. 50401 \,•b-e. s Amolint of c'oh- tract I t,o,nt) 115.n"D -So g{)O I o, ouiJ Page 22 of 104 BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) ELLERY PUMP STATION ABANDONMENT CONTRACT NO. 50401 As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: Comprehensive General Liability D Automobile Liability u Workers Compensation • Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled . .... f.1 Revised 3/6/15 Contract No. 50401 Page 23 of 104 ACEEXCA-01 TNGUYEN ~-------CERTIFICATE LIABILITY INSURANCE 0 A TE {MMIOOlYYYY) 12/10/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMA T!ON ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S}, AUTHORIZED REPRESENTATIVE OR PRODUCER, ANO THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the poficy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require ,m endorsement. A statement on this certificate does not confer rights to the 1 certificate holder in lieu of such entiorsement{s). r-··--•···,··••····-·--·······--·· • ; PROOUCER License# 0525512 ]Teague Insurance Agency, lm:. !4700 Spring St, #400 [La Mesa, CA 91942 •ll:(619) 464-685~1 ;JtrrNo); (619) 668-4715 . info@teagueins.com I NA!C# I· , INSURER($• AfFOl!Olt,;G CO\ll:RAGE [ !NSUR!;RA :Aspen Insurance UK Limited . ii~SUR[~a:Arnerican Fire & Casualty ! lNSUREO ! [24066 ' Ace Excavating & Environmental Services 1020 Greenfield Drive El Cajon, CA 92021 r lNSUR~~ C ;State Compensation Insurance Fund '_, .. ·-------·--· j lllSURERO: ' ! INSURER E : i i ____ Ll l:::N;cSU:::R·c::E::.:,R:.:,f,,.::e,,______________________ i._.,_ .. ,,. ·-.... J COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: f THIS !S TO CERTIFY THAT THE POLICIES OF INSURANC-EtJSTED. BELOW HAVE BEENISSUED-TO-THE INSURED NAMED ABOVEFOR THEPOLiCYPERIOD .. INDICATED NOT1MTHSTANClNG ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT Tel 'v\JHICH THIS CERTIFICATE MAY 8E ISSUED OR MAY PERTAIN, THE 1NSURANCE AFFORDED BY THE POLICIES OESCR!BEO HEREIN !S SUBJECT TO ALL THE TERMS. EXCLUSIONS ANO CONDITIONS OF SUCH POUC!ES. UMlTS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. !"SR, , . . ·.-.oOU,llBR, . . . . ' POt:iCYEfl' ... P6LiCYl:J(!' ; . LIMITS j . lA,TR ... ' X ....... ,.,. ,nPE OF INSURANCE·•·'-· .... --1NSQ.; WVD ·_,,..,,.,., ... POI.IC'!' NUMBER·--···---' (Ml'.1100/Y'fY)') ' (-llOl'IVYY)~. ----2-,00"0·.o·· ·o·o· ·I, COMMERCIAL GENERAL l!IIOllIT'f . , EACH OCCURRENCE : S !s ' Cl./1:MS-MADE 1 )C , OCCUR • ... .,-.. ~ GCt•n .. AGGRE(iAfE UMlT .4PPUES P~R: PRD· ,ECT 'LOC OTHEH; ... ,,,, .. ,,,, --.... , ............. -......... , ! AUTOrWBlll:: LIABILITY t~N·t /.-\UTO ,,L'., 0\lllt.€D f,~!OS : H!HEO At.nos : S~".H'=CULEO 'AU1'0:S ": NON OWNED Auros X 1ERA85W015 X ·eAA56492396 04/3012015' 04/3012016 ;g~~~~~~~~i· .. :; ... 100;0001 5,0001 2,000,000I Pi,'J;GONAL & ADV iN.!U!W : G~-1~~;~-~~·GREGATE 4,oOo,oool PRooucrs . coMPiOP AGG $ 4:ooo, oool .. -•-··----··-:···-··-.. ,. _.j Emp een. $ ........... ~,~~.o,?,O~I ................. ' " ........... ----~ ·-.... -. COMBINED SINGLE LIMIT....... 1,000,000'1· iE~ •ccio•nt) '04/::10/2015 04/30/2016: BO0iLY iN,ll!RY (f'•r person\ ; S i ' . 1,1 : BODILY INJURY {Per olCCidet;l) '! '!'ROPefr'i [).(MAGE (~t:i:_~~;J~i:,t) j .. ·--·-·~'.--·~ , • . } l UM8Ri:'t!.A'i:ias"•· .. ---T:;~~;-·--·--·-.,., .,. • . EACHOCCURP.ENCE • s, 1,000,oooj I ' i ' iB , EXCESS UA!l i CLAiM!l•MJ.Dl:, , 1 ESA56492396 : 04/30/2015' 04/30/2016. AG.3RE~1E . . . $ 1,000,000j i I ! rttO : RETEN1'i0N S [ · WORKERS COMPE~S!HION '1· 'AND EMP!.OYERS' LIABILlTf y IN . C :.Ai-tr' PHOPRtETORl?AfHNER•EXECU'i'!VE r I : CffiCl'tl!V.EMBER EXCl.l!OEO'/ '·NI A ! (M11nd.a10ry In NH) 'l t !f >ii::s, tle•~cribe under __ :q4~c,H_!P'i_!O~ OF CPERAT1qr~s ~IO~J ---· _____ ._ ___ ,., __ ,,.,_~: , .. ~, .. ., __ , •-">•"~··,---------·--·-- 9143607'15 s ,_,.,_ _ _,,.,.,,.,,,,,.,_. ____ • .,_ ...... -.......... ,,_.,,. •,o•~~ ................ ,, OTH ,. .... . i rn · . 10101/2015, 10/01/2016, EL. El,CHACCIOENT ' 1,000,000! 1,000,0001 1,000,0001 ., ---~----... -'"-·~, .. ,_,_ l i I i : OcS~RlPT!ON OF OPERATIONS I LOCA i!ONS I VEH!Cl.ES !~CORO 101, Ad,!ilional Remarks S<:hellllle, may ~ allai:hod lf mor< space is required) ................................ i Jeuery Pump Station Abandonment-rebid, Bid No. PWS1G-24UTIL, Project No. 50401. Th': C~ty of Carlsbad, i~ officials, employees, ~nd volu~i.eers are named as additional insured with primary/non-contributory wording with respects to General Ltabllity for ongomg11:ompleted op11rabon11, m an add1t1011, named as additional insured with respects to Auto Uabllity when required by written contract or agreement. . CE~T!FICATE HOLDER--.. -·-··---·------· .. ·· .. · .... --....... i ! ' Carlsbad Municpal Water District 1635 Faraday Avenue Carlsbad, CA 92008 L_ _________ -------------- CANCELLATION w-•"-••-~--•-,•""•~•-• .,.,-.-,•••••-••---, •-•••-'>•~•-7 SHOULD Al>fY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE j THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELNEREO IN ~· ACCORDANCE WITH THE POLICY PROVISIONS. --- 1 AUTHORlZED REPRESENTATIVE I l),. ,>-..;,·,;···· ©1988-2014 ACORD CORPORATION. All rights reservad. ACORD 25 (2014/01) The ACORD name and logo am registered marks of ACORD / ./ COMMERCIAL AUTO CA 88 10 01 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect lo coverage afforded by this endorsement, the provisions of the poiicy apply unless modified by !he endorsement. COVERAGE INDEX SUBJECT PROVISION NUMBER ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT 3 AC Cl DENT AL AIRBAG DEPLOYMENT 12 AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS 19 AMENDED FELLOW EMPLOYEE EXCLUSION 5 AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE 13 BROAD FORM INSURED 1 BODILY INJURY REDEFINED 22 EMPLOYEES AS INSUREDS (including employee hired auto} 2 EXTENDED CANCELLATION CONDITION 23 EXTRA EXPENSE -BROADENED COVERAGE 10 GLASS REPAIR-· WAIVER OF DEDUCTIBLE 15 HIRED AUTO PHYSICAL DAMAGE (including employee hired auto and loss of use) 6 HIRED AUTO COVERAGE TERRITORY 20 LOAN/ LEASE GAP 14 PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE) 16 PERSONAL EFFECTS COVERAGE 1 i PHYSiCAL DAMAGE -ADDITIONAL TRANSPORTATION EXPENSE COVERAGE 8 RENTAL REIMBURSEMENT 9 SUPPLEMENTARY PAYMENTS 4 TOWING AND LABOR 7 TWO OR MORE DEDUCTIBLES 17 UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS 18 WAIVER OF TRANSFER OF RIGHTS OF RECOVERYAGAINST OTHERS TO US 20 SECTION il • LIABILITY COVERAGE is amended as follows: 1. BROAD FORM INSURED SECTION H -LIABlUTY COVERAGE, paragraph A.1. • WHO IS AN INSURED ls amended to include the following as an lnsured: d. Any legally incorporated entity of which you own more than 50 percent of the voting stock :2 during the policy period. However, "insured" does not include any organization that (1) Is a partnership or joint venture; or (2} ls an insured under any other automobile policy; or (3) Has exhausted its Limit of Insurance under any other automobile po.licy. Paragraph d. (2) of this provision does not apply to a policy written to apply specifically in excess of this policy. e. Any organization you newly acquire or form, other than a partnership or joint venture, of which you own more than 50 percent of the voting stock. This automatic coverage is afforded only for 180 days from the date of acquisition or formation. However, coverage under this provision does not apply: (1} If there is similar insurance or a self-insured retention plan available to that organization; © 20i 3 liberty Mutual Insurance CA 88 10 01 13 Includes copyrighted matem1I of Insurance Services Office. Inc., with its permission. Page 1 of 7 -3:?---:_-:::.--::--= =~==-=---: - :.-===--::= ~ 2. (2) If the limits of lnsurance of any other insurance policy have been exhausted; or (3) To "bodily injury" or "property damage" that occurred before you acquired or formed the organization. EMPLOYEES AS INSUREDS SECTION II -LIABILITY COVERAGE, oaragraph A.1. • WHO IS AN INSURED is amended to include the following as an insured: f. Any "employee" of yours while using a covered ''auto" you do not own, hire or bormw, but only for acts within the scope of their employment by you. Insurance provided by tr1is endorse- rnent is excess over any other insurance available to any "employee". g. An "employee" of yours while operatmg an "auto" hired or borrowed under a written contract or agreement in that "employee's" name, with your permission, while patiorming duties re- lated to the conduct of your business and within the scope of their employment. Insurance provided by this endorsf1ment is excess over any other insurance available to the "employee". 3. ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT SECTION ll ·· LJABIUTY COVERAGE, paragraph A.1. • WHO IS AN INSURED 1s amended lo include the following as an lnsured: h. Any person or organization with respect to lhe operation, maintenance or use of a covered "auto", provided that you and such person or organization h,we agreed in a written contract, agreement, or permit issued to you by governmental or public authority, to add such person, or organization, or go1,1ernmental or public authority to this policy as an "lnsured". However, such person or organization is an "insured": (1) Oniy with respect to the operation, maintenance or use of a covered "auto"; (2) Oniy for "bodily injury" or "property damage" caused by an "accident" which takes place after you executed !he written contract or agreement. or the permit has been issued to you; and (3) Only for the durr-ition of that contract. agreemer1t or permit 4. SUPPLEMENTARY PAYMENTS SECTION Ii -LIABILITY COVERAGE, Coverage Extensions, 2.a. Supplementary Payments. para- graphs (2) and (4) are replaced by the following: (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic violations ) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the insured at our request, including actual loss of earn-- ings up to $500 a day because of time off from work. 5. AMENDED FELLOW EMPLOYEE EXCLUSION In those jurisdictions where, by law, fellow employees are not entitled to the protection afforded to the employer by the workers compensation exclusivity rule, or similar protection, the following provision is added: SECTION I! -LIABILITY, exclusion B.5. FELLOW EMPLOYEE does not apply if the "bodily injury" results from the use of a covered 11auto11 you own or hire. SECTION Ill • PHYSICAL DAMAGE COVERAGE is amended as follows: 6. HIRED AUTO PHYSICAL DAMAGE Paragraph A.4. Coverage Extensions of SECTION Ill • PHYSICAL DAMAGE COVERAGE. is amended by adding the following: If hired "autos" are covered "autos" for liability Co1,1erage, nnd if Comprehensive, Specified Causes of Loss or Co!iision coverage are provided under the Business Auto Coverage Form for any "auto" you own, then the Physical Damage coverages provided are extended to "autos": a. You hire, rent or borrow; or © 2013 liberty Mutual Insurance CA 88 10 01 13 Includes copyrighted material of Insurance Services Office, Inc., with its pe;rnission. Page 2 of 7 b. Your "employee« nires or rents under a written contract or agreement in that "employee's" name, but only if the damage occurs while the vehicle is being used in the conduct of your business, subject to !he following limit and deductibie: A. The most we wm pay for 'kiss" in any one "accident" or "loss" is the smallest of: (1) $50,000; or (2} The actual cash value of the damaged or stolen property as of the tirne of the "loss"; or (3) The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality, minus a deductible. B. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. C. Subject to the limit, deductible and excess provisions described in lhls provision, we will provide coverage equai to the broadest coverage applicable to any covered "auto" you own. D. Subiec! to a maximum of $1,000 per "accide~t", we will also cover the actual loss of use of the hired "auto" if it results from an "accident'', you are legai!y liable and the lessor incurs an actual financial loss. E. Thls coverage extension does not apply to: (1) Any "auto" that is hired, rented or borrowed with a driver; or (2) Any "at1to" that is hired, rented or borrowed from your "employee". For the purposes of this provision, SECTION V -DEFINITIONS is amended by adding the following: "Total loss" means a "loss" in which the cost of repairs plus the salvage value exceeds the actual cash value. 7. TOWING AND LABOR SECTION ill -PHYSICAL DAMAGE COVERAGE, paragraph A.2. Towing, is amended by the addition of the following: We wlll pay towing and labor costs incurred, up lo !he limits shown below. each time a covered "auto" classlt1ed and rated as a private passenger type, ~light truck" or "medium truck" is dis- at)led: a. For private passenger type vehicles, we will pay up to $50 per disablement b. For "light trucks", we will pay up to $50 per disablement nlight trucks" are trucks tha! have a gross vehicle weight (GVW) of 10,000 pounds or less. c. For "medium trucks" , we will pay up to $150 per disablement "Medium trucks" are trucks thFJt have a gross vehicle weight (GVW) of 10,001 -20,000 pounds. However, the labor must be performed at the place of d!sablement 8. PHYSICAL DAMAGE • ADDITIONAL TRANSPORTATION EXPENSE COVERAGE Paragraph A.4.a., Coverage Extension of SECTION Ill -PHYSICAL DAMAGE COVERAGE, is amend- ed to provide a limit of $50 per day and a maximum llmit of $1.500 © 2013 Ubei1y Mutual Insurance CA 88 10 0113 Includes copyrighted material of Insurance Services Office, Inc., with its permissiM. Page 3 of 7 9. RENTAL REIMBURSEMENT SECTION Ill -PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the following: a. We will pay up to $75 per day for rental reimbursement expenses incurred by you for the rental of an "auto" because of "accident" or "loss", to an "auto" for which we also pay a "loss" under Comprehenslve, Specified Causes of Loss or Collision Coverages. We will pay only for those expenses incurred after U1e first 24 hours following the "accident" or "loss" to the covered "auto." b. Rental Reimbursement will be based on the renta1 of a comparable vehicle, which in many cases may be substantially less than $75 per day, and will only be allowed for the period of time it should take to repair or replace the vehicle with reasonable speed and similar quality, up to a maximum of 30 days, c. We will also pay up to $500 for reasonable and necessary expenses incurred by you to remove and replace your tools and equipment from the covered "auto". d. This coverage does not apply unless you have a business necessity that other "autos" avail- able for your use and operation cannot fill. e. If ''loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided under Paragraph 4. Coverage Extension. f. No deductible applies to this coverage. For the purposes of this endorsement provision, materials and equipment do not include "personal effects" as defined in provision 11. 10. EXTRA EXPENSE· BROADENED COVERAGE Under SECTION Ill -PHYSICAL DAMAGE COVERAGE, A. COVERl\GE, we will pay for the expense of returning a stolen covered "auto" to you. The maximum amount we will pay is $1,000. 11. PERSONAL EFFECTS COVERAGE A. SECTION Ill -PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the following: If you have purchased Comprehensive Coverage on this policy for an "auto" you own and that "auto" is stolen, we will pay, without application of a deductible, up to $600 for "personal effects" stolen with the "auto." The insurance provided under this provision is excess over any other collectible insurance. B. SECTION V -DEFINITIONS is amended by adding the following: For the purposes of this provision, "personal effects" mean tangible property that is worn or carried by an insured." "Personal effects" does not include tools, equipment, jewelry, money or securities. 12. ACCIDENTAL AIRBAG DEPlOYI\IIENT SECTION Ill -PHYSICAL DAMAGE COVERAGE, B. EXCLUSIONS is amended by adding the follow- ing: If you have purchased Comprehensive or Collision Coverage under this policy, the exclusion for "loss" relating to mechanical bn-:iakdown does not apply to the accidental discharge of an airbag. Any insurnnce we provide shall be excess over any other collectible insurance or reimbursement by manufacturer's warranty. However, we agree to pay any deductible applicable to the other cov- erage or warranty. i3, AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE SECTION Ill -PHYSICAL DAMAGE COVERAGE, 8. EXCLUSIONS, exception paragraph a, to exclu- sions 4.c. and 4.d. is deleted and replaced with the following; © 2013 liberty Mutual Insurance CA 88 10 O·! 13 Includes copyrighted material of Insurance Services Office. Inc .• with its permission, Page 4 of 7 Exclusion 4.c. and 4.d. do not apply to: a. Electronic equipment that receives or transmits audio, visual or data signals, whether or not designed solely for the reproduction of sound. lf the equipment is permanently installed in the covered "auto" at the time of the "loss" and such equipment is designed to be solely operated by use of the power from the "auto•stt electrical system. in or upon the covered "auto" and physical damage coverages are provided for the covered "sulo''; or If the ''loss" occurs solely to ,tudio, visual or data electronic equipment or accessories used with this equipment, then our obligation to pay for. repair, return or replace damaged or stolen property will be reduced by a $100 deductible. 14. LOAN / LEASE GAP COVERAGE A. Paragraph C., UMIT OF INSURANCE of SECTION II! -PHYSICAL DAMAGE COVERAGE is amended by adding the following: The most we will pay for a "total loss" to a covered "auto" owned by or !eased to you in any one "accident" is the greater of the: 1. Balance due under the terms of the loan or lease to which the damaged covered "auto" is subject at the time of the "loss" less the amount of: a. Overdue payments and financial penalties associated witl1 those payments as of the date of the "loss", b. Financial penalties imposed under a lease due to high mileage, excessive use or ab- normal wear and tear, c. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease, d. Transfer or rollover balances frorn pmvlous loans or leases, e. Finai payment due under 1:1 "Balloon Loan'', f. The dollar amount of any umepaired damage which occurred prior to the "total loss" of a covered "auto". 9. Security deposlts not refunded by a lessor, h. All refunds payable or pald to you as a result of the early termination of a le8se agreement or as a result of the early termination of any warranty or extended service agreement on a covered «auto", i. Any amount representing taxes, j. Loan or lease termination fees; or 2. The actual cash value of the damage or stolen property as of the time of the "loss" An adjustment for depreciation and physical condition wHl be made in deterrnlning the actual cash value at the time of the "loss". This adjustment is not applicable in Texas. 8. ADDITIONAL CONDITIONS This coverage applies only to the original loan for whicn the covered "auto" that incurred the loss serves as collateral, or lease written on the covered "auto" that incuiTed the loss. C. SECTION V -DEFINTIONS \s changed by adding the following: As used in this endorsement provision, the following definitions apply: "Total loss" means a "loss" in which the cost of repairs plus the salvage value exceeds the actual cash value. A "balloon loan" !s one with periodic paymr,mts that are insufficient to repay the balance over the term of the ioan, thereby requiring a large final payment © 2013 Liberty Mutual Insurance CA 88 10 0113 Includes copyrighted material of lnsurarn;e Services Office, lnc., wilt, its permiss!on. Page 5 of 7 15. GLASS REPAIR· WAIVER OF DEDUCTIBLE Paragraph D. Deductible of SECTION Ill -PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: No deductible applies to glass damage if the glass is repaired rather than replaced. 16. PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE) Paragraph D. Deductible of SECTION l!l -PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: The deductible does not apply to "loss" caused by collision to such covered "auto" of the private passenger type or light weight truck with a gross vehicle weight of 10,000 lbs. or less as defined by tile rnanufacturer as maximum loaded weight lhe "auto" is designed to carry while it is: a. In the charge of an "insured"; b. Legally parked; and c. Unoccupied. The "loss" must be reported to the police authorities within 24 hours of known damage. The total amount of the damage to tt1e covered "auto" must exceed the deduct1bie shown in the Declarations. This provision does not apply to any "loss" if the covered "auto" is in the charge of any person or organization engaged in the automobile business. 17. TWO OR MORE DEDUCTIBLES Under SECTION m PHYSICAL DAMAGE COVERAGE, ff two or more company policies or coverage forms apply to the same accident, the following applies to paragraph D. Deductible: a. If the applicable Business Auto deductible is the smaller (or smallest) deductible it will be waived; or b. If the applicable Business Auto deductible is not the smaller (or smallest) deductible lt will be reduced by the amount of the smaller (or smallest) deductible; or c. If the loss involves two or more Business Auto coverage forms or policies the smaller {or smallest) deductible will be waived. For the purpose of this endorsement company means any company that is part of the Liberty Mutual Group. SECTION !V ~ BUSINESS AUTO CONDITIONS ls amended as follows: 18. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS SECTION IV-BUSINESS AUTO CONDITIONS, Paragraph B.2. is amended by adding the following: If you unintentionally fail to disclose any hazards, exposures or material facts existing as of the inception date or renewal date of the Business Auto Coverage Form, the coverage afforded by this policy will not be prejudiced. However, you must report the undisclosed hazard of exposure as soon as practicable after its discovery, and we have the right to collect additional premium for any such hazard or exposure, 19. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT, OR. LOSS SECTION IV -BUSINESS AUTO CONDITIONS, paragraph A.2.a. is replaced in its entirety by the following: a. !n the event of "accident", claim, "suit" or "loss", you must promptly notify us when it is known to: 1. You, if you are an individual; 2. A partner, if you are a partnership; 3. Member, if you are a limited liability company; 4. An executive officer or the "employee" designated by the Named Insured to give such notice, if you are a corporation. © 20·13 Liberty Mutuill insurance CA 88 10 0113 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 7 To the extent possible, notice to us should include: (1) How, when and where the "accident" or "loss" took place; (2) The "insureds" name and address; c1nd {3) The names and addresses of any injured persons and witnesses. 20. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US SECTION IV BUSINESS AUTO CONDITIONS, paragraph A.5., Transfer of Rights of Recovery Against Others to Us, is arnendred by the addition of the following: 1-f the person or organization has waived those rights before an "accident'' or "!oss", our ri;Jhts are waived also. 21. HIRED AUTO COVERAGE TERRITORY SECTION IV -BUSINESS AUTO CONDITIONS, paragraph 8.7., Policy Period, Coverage Territory, is amended by the addition of the following: f. For "autos" hired 30 days or less, the coverage territory is anywhere in the world, provided that the insured's responsibility to pay for damages is determined in a "suit", on the merits, in the United States, the territories and possessions of the United States of America, Puerto Rico or Canada or in a settlement we agree to. This extension of coverage does not apply to an "auto" hired, leased, rented or borrowed with a driv~,r. SECTION V · DEFINITIONS is amended as follows: 22. BODILY INJURY REDEFINED Under SECTION V -DEF!NT!ONS, definition C. is replaced by the following: "Bodily injury" means physical injury, sickness or disease sustained by a person, including mental anguish, mental injury, shock, fright or death resulting from any of these at any time. COMMMON POLICY CONDITIONS 23. EXTENDED CANCELLATION CONDITION COl\1MON POLICY CONDITIONS, paragraph A. • CANCELLATION condition applies except as fol• lows: If we cancel for any reason other than nonpayment of premium, we wiil mail to the first Named Insured written notice of cancel!atlon at least 60 days before the effective date of cancellation. This provision does not apply in those states which requirn more tt,an 60 days prior notice of cancella• tlon. © 2013 Liberty Mutual Insurance CA 88 10 0113 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 7 of 7 advertising injury arising out of your operations, your work, equipment or premises leased or rented by you, or your products which are distributed or sold in the regular course of a vendor's business; and (ii) only for the lesser of the applicable limits of liability set forth in § II. of the Policy or the minimum limits of liability required by the insured contract; however: 1. A vendor is not an insured as respects bodily injury, property damage, environmental damage, emergency response cost, crisis cost or personal and advertising injury: (a) For which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement except that which the vendor would have !n the absence of the contract or agreement; (b) Arising out of any express warranty unauthorized by you; (c) Arising out of any physical or chemical change in the product made intentionally by the vendor; (d) Arising out of repackaging, except when unpacked solely for the purpose of inspection, demonstration. testing, or the substitution of parts under instructions from you, and then repackaged in the original container; (e) Arising out of any failure to make inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; (f) Arising out of demonstration, installation, servicing or repair operations, except such operations performed at the vendor's location •n connection with the sale of the product; or (g) Arising out of products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor, 2. A manager or lessor of premises, a lessor of leased equipment, or a mortgagee, assignee, or receiver is not an insured as respects bodily injury, property damage, environmental damage, emergency response cost, crisis cost or personal and advertising injury: (a) Aiislng out of any occurrence, offense or pollution incident that takes place after the equipment lease expires or you cease to be a tenant; or (b) Arising out of structural alterations, new construction or demolition operations performed by or on behalf of the manager or lessor of premises, or mortgagee, assignee, or receiver. G. Any person or organization that has at least a 50%, controlling interest in you is an insured but only with respect to bodily injury, property damage, environmental damage or personal and advertising injury arising out of their financial control of you. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. !V. RIGHTS AND DUTIES OF THE INSURER AND THE INSURED A Your Duties in the Event of an Occurrence, Offense, Pollution Incident or Wrongful Act You must notify us as soon as practicable of any occurrence, offense, pollution incident, or wrongful act, whether or not you have received a claim or suit. To the extent possible, such notice should include: 1. How, when and where the occurrence, offense, pollution incident or wrongful act took place; 2, The names and addresses of any injured persons and witnesses; and 3. The nature and location of any injury or damage arising out of the occurrence, offense, pollution incident or wrongful act. Notice of an occurrence, offense. pollution incident or wrongful act is not notice of a claim. ASPER108 0313 © Aspen Specialty insurance Company, 2012 Includes copyrighted material of ISO Properties, Inc. used with permission Page 22of34 Policy# ERA85W0l5 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ lT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION TNs ondorsnment modll1os insurance pro\Jided undGr the followinu covera1Jes only: Section 1, COMMERCIAL GENERAL UAB!UTY AND EMPLOYEE BENEFITS ADM!NISTRA TION . -Section 2 GENERl.\L POLLUTION LLABILITY Section 3 sm:= POLLUTION lNC!DENT LIABILITY SCHEDULE Name Of Additional Insured Or Or anization s : Location s Of Covered Operations ANY PERSON OR ORGANIZATION WITH WHOM THE NAME WHERE SPECIFIED BY WRITTEN CONTRACT i!\ISURED ENTERS INTO A WRITTEN CONTRACT TI-IAT REQUIRES THEM TO BE NAMED AS AN ADDITIONAL INSU ANO THE CONTRACT iS F.J(E.CUTED PRIOR TO THE START .Of THF: PROJcCT .information required to complete this Schedule, 1f not shown o.bove, wm ba shown ln the Doclarations, A. SECTION Iii., VVHO IS AN INSURED ls amended to lnc!udo as an addltlona! insurecJ the person(s) or OJlJ,rnization(s) silown in the S<:l1euule, but only with respect to liability for bodily injury, property damage, persona! and advertis- ing lnjury, environmental damage, emergency response cost, or clean-up cost caused, in whole or In part, by: ,t, Your acts nr omi$sions; or 2. The f!Cts or omissions ofthoso acting on your behalf; in the pertnrmanoo of your ongoing operafions fortho additional !nsured(s) at the location(s) doslgnatad abo11e, B. Wlth respect to til{} Insurance afforded to thf1sa additional insurnr1s, the followlntJ ad,:iitiorml exclusion applies: This insurance doos not apply to your work that is deemed completed ln l;!C(;tir<iance with§ Vil, DEFUs.llTIONS, para- graph NN. (Product-completed operations hazard), C. Notwithstanding § VI., CONDITIONS, parayraph J. {Other lnsurum,-..,), with respact to the insurnrce am.i1'ded to the .additional insureds added by this Endors0mt~nl, this PoUoy shall ba primary to, and non-contributory with, any other insurance available to that person or organl:rntion when rnquiroo by written o:mtract or agreemant. All 9-ther terms ar,d conditions of !hi$ Polley nlmain uncliflngecl. .ASPER215 0313 Page 1 of 1 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) ELLERY PUMP STATION ABANDONMENT CONTRACT NO. 50401 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? >< yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debar- ment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred ~d agency agency period of debarment BY CONTRACTOR: t\t-L EY-:cqva\1.-id \ ~v\0)0-irM.,\I\~\. $.exi>lves, T ,u-~ (name of' ontractor} A By: ~ v-z.J ~ '-- (sign here) £oL-m ...J01J_ 1/t,,.,--QN:s,Jro+-- (print name/title) Page ( of J_ pages of this Re Debarment form l' • ., Revised 3/6/15 Contract No. 50401 Page 24 of 104 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) ELLERY PUMP STATION ABANDONMENT CONTRACT NO. 50401 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? >< yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? >< yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their con- tractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? X yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? )( yes no 5) If the answer to either of 1 or 3 above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. - (If needed attach additional sheets to provide full disclosure.) Page __ \_ of_\ ___ pages of this Disclosure of Discipline form ., '\;, Revised 3/6/15 Contract No. 50401 Page 25 of 104 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal} ELLERYPUMP STATION ABANDONMENT CONTRACT NO. 50401 6) If the answer to either of 2 or 4 above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any} upon which the disciplinary action was stayed. / (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: A<--t-C:?c.a J&A ~ M } r ".Jv< aOl'N ,o,\ul 5JrrJ cu> .:r rJ '-- <name of C6ntractor) / By: ~-~ ~tJvV'-,~- (sign here) £-nc tY\ \A) 0-6 J_, \h (<. etJJ.. Lclt.v+- (print name/title} Page \ of_\ __ pages of this Disclosure of Discipline form ., "'9;; Revised 3/6/15 Contract No. 50401 Page 26 of 104 NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 ELLERY PUMP STATION ABANDONMENT CONTRACT NO. 50401 The undersigned declares: 1 am the VlU, f}M,td-tArof &-,(_,, t¢%vll-6Y~the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged infor- mation or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the Statf:i of California that the foregoing is true and correct and that this declaration is executed on &, +-/ t/ , 20 ..J..S_ at eJ, l t'\J ~ [city], C ,Jr-[state]. Signature of Bidder l\ •+' Revised 3/6/15 Contract No. 50401 Page 27 of 104 "'~,--============================================, CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA } }S.S. COUNTY OF San Diego } On Vl"fbrpW., f 4,Zt>l~before me, Sioux Swart _____________ , a notary public, personally appeared E" t.2..tc.. ~ \/Jol!>D who proved to me on the basis of satisfactory evidence to be the person(f) whose name(~ is/a¥S subscribed to the within instrument and acknowledged to me that he/AA@/t-aey executed the same in his/.lwr/tae4i-authorized capacity(..iss), and that by his/l+@.r/thzj,r signature(~ on the instrument the person(~, or the entity upon behalf of which the person(1) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. (Seal) RE: ELLERY PUMP STATION ABANDONMENT -REBID -BID NO. PWS16- 24UTIL, CONTRACT NO. 50401 Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum--receipt acknowledged--must be attached to your Request for Bid when your bid is submitted. ~~!/-a -/~;.:~ KEVIN DAVIS Sr. Contract Administrator Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Contract Administraticm 1635 Faraday Avenue ! Carlsbad, CA 92008 l 760-602-4677 t From: Mark Biskup, Project Manager Phone: (760) 603-7352 Email: mark.biskup@carlsbadca.gov No. of Pages: 2 (including this page) Date: October 2, 2015 Bid Opening Date: October 15, 2015 2:00 pm (no change) Guide for Completing the "Designation of Subcontractors" Form: Delete: Page 19 Replace with: attached Page 19 (Addendum 1) Contract No. 50401; Addendum No. 1 Bid No. PWS16-24UTIL CONTRACT PUBLIC WORKS This agreement is made this f <f:~ day of QecewJ;Je-r , 20 { ':5-: by and between the Carlsbad Municipal Water District of the City of Carlsbad, California, a municipal corporation, (hereinafter called "District"), and Ace Excavating and Environmental Services, Inc., a California corporation whose principal place of business is 1020 Green Field Dr., El Cajon, CA 92021 (hereinafter called "Contractor"). District and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: ELLERY PUMP STATION ABANDONMENT CONTRACT NO. 50401 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equip- ment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Noncollusion Declaration, Designation of Subcontractors, Tech- nical Ability and Experience, Bidder's Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indi- cated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the District will be the interpreter of the intent of the Contract Documents, and the District's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials sup- pliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, District shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The District shall withhold retention as required by Public Contract Code Section 9203. 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any infor- mation that may have been furnished to Contractor by District about underground conditions or other job conditions is for Contractor's convenience only, and District does not warrant that the conditions ,, • ., Revised 3/6/15 Contract No. 50401 Page 28 of 104 are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by District. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify District, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code that is required to be removed to a Class I, Class II, or Class Ill disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. District shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the proce- dures described in this contract. In the event that a dispute arises between District and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to Cali- fornia Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the District, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connec- tion with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the District. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. l'\ •fi Revised 3/6/15 Contract No. 50401 Page 29 of 104 Contractor shall also defend and indemnify the District against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the District. De- fense costs include the cost of separate counsel for District, if District requests separate counsel. Contractor shall also defend and indemnify the District against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the District. Defense costs include the cost of separate counsel for District, if District requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors" Said insurance shall meet the City of Carlsbad's policy for insurance as stated in City Council Policy # 700 (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: ao Commercial General Liability Insurance: $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 specified shall be established for the risks for which the District or its agents, officers or employees are additional insured" bo Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage" In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled" co Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California" Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the District. (8) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions" a" The District, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractoL The coverage shall contain no special limitations on the scope of protection afforded to the District, its officials, employees or volunteers" All additional insured endorsements must be evidenced using sep- arate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage" bo The Contractor's insurance coverage shall be primary insurance as respects the District, its offi- cials, employees and volunteers" Any insurance or self-insurance maintained by the District, its offi- cials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it co Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the District, its officials, employees or volunteers" do Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability" ,~ 11111+i' Revised 3/6/15 Contract No" 50401 Page 30 of 104 (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the District by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured reten- tion levels must be declared to and approved by the District. At the option of the District, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the Dis- trict, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the District or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of in- surance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy# 70. (H) Verification Of Coverage. Contractor shall furnish the District with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the District and are to be received and approved by the District before the Contract is executed by the District. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in ac- cordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is in- cluded in Section 3 of the General Provisions. The contractor shall initially submit all daims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Gov- ernment Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the District must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (8) False Claims. Contractor acknowledges that lf a false claim is submitted to the District, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. l'l 1111+; Revised 3/6/15 Contract No. 50401 Page 31 of 104 (D} Penalty Recovery. If the Carlsbad Municipal Water District seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E} Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F} Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G} Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by an- other jurisdiction is grounds for the Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bid- ding. (H} Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. l; I have read and understand all provisions of Section 11 above. e_,v-J init L6'.. init 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the Dis- trict, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the District by certified letter accompanying the return of this Contract. Contractor shall notify the District by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the District to secure performance of this contract for any obligation estab- lished by this contract. Any other security that is mutually agreed to by the Contractor and the District may be substituted for monies withheld to ensure performance under this Contract. 15. Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 16. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and in- cluded herein, and if, through mistake or otherwise, any such provision is not inserted, or is not cor- rectly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. ('\ •+;' Revised 3/6/15 Contract No. 50401 Page 32 of 104 17. Additional Provisions. Any additional provisions of this agreement are set forth in the "Gen- eral Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: CARLSBAD MUNICIPAL WATER DISTRICT, a ii ,-. I , -,--> }-l-l munici I corporation of the State of California .Hr~ ~'{l«u1t1~ 3 LJJW rcJ('fYlPQ~t By: 1(name of nlractor) ~ll-25/lwY: U, ~ Manag_er-n: ~W'l- r, ~ ~JI'\ e, . Doclsof'-' -~sign here) ATTEST: _ ~ /' . :;; ¾>fn!f ~;![_S.mkf ~t~~~(~~{"-v-- By: µ,t:__t · ·· (sign here) Erit.am wvaD £6w,./JMJ, J"1tv+- (print name and fitle) President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER General Counsel (/ j .. ----- By: f.--tC:·>~e~t'{/ l/{ )~ -Assist-am General Counsel {'\ •+f Revised 3/6/15 Contract No. 50401 Page 33 of 104 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. ST A TE OF CALIFORNIA } }S.S. COUNTY OF San Diego } On 12. \ · 2D i$-, before me,. :51ou:i< Sw·Art..T , a notary public, personally appeared LA fl.I--( G I ) I um who proved to me on the basis of satisfactory evidence to be the person(1) whose nameU!) is/ai:@ subscribed to the within instrument and acknowledged to me that he/~~y executed the same in his/~~r authorized capaci~), and that by his/~theit. signature(yon the instrument the person(~: or the entity upon behalf of which the person(fe"'acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. (Seal) CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA COUNTY OF San Diego } }S.S. } On l 2 -\ , D t ;;;-, before me. s·j ~. JX s·,,J ti'-\ it...'T , a notary public, personally appeared _____ :t....~...-~12..~ie,_ M:, \a(~O-------------------who proved to me on the basis of satisfactory evidence to be the person~ whose name~) is/ai:e subscribed to the within instrument and acknowledged to me that he/~~ executed the same in his/hefl~ authorized capacity(ies), and that by his/~r/~ signatureC,, on the instrument the person'8), or the entity upon behalf of which the person(}') acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. (Seal) Bond No. 0597574 LABOR AND MATERIALS BOND Premium: Incld in Perf Amount Board of Directors of the Carlsbad Municipal Water District located in the State of California, by Resolution No. NIA, adopted NIA, has awarded to Ace Excavating and Environmental Services, Inc., a California corporation whose principal place of business is 1020 Green Field Dr., El Cajon, CA 92021 (hereinafter designated as the "Principal"), a Contract for: ELLERY PUMP STATION ABANDONMENT . CONTRACT NO. 50401 ln the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the Secretary of the Carlsbad Municipal Water District and au of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing ttiat if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the perfor- mance of the work agreed to be done, Of for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, ACE EXCAVATING AND ENVIRONMENTAL SERViCES. iNC .. as Princi~ pal, (hereinafter designated as the "Contractor"), and Allegheny Casualty Company · ______________ as Surety, are held firmly bound unto the Carlsbad Municipal Water District in the sum of ONE HUNDRED THIRTHY TWO THOUSAND NINE HUNDRED Dollars ... / ($132,900), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the Car1sbad Municipal Water District, and for which pay- ment weii and truly to be made we bind ourselves, our heirs, executors and administrators, succes- sors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment In- surance Code with respect to the work or labor perf onned under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unem- ployment Insurance Cade with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit ls brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shaH inure to the benefit of any of the persons named in California Chill Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obiigations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Revised 3/6/15 Contract No, 50401 Paga 34 of 104 -----••••dh __ _,,,,,---------------- !n the event that Contractor ls an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. t6'f Executed by CONTRACTOR this __ I __ day of Dec~ Mb-tr CONTRACTOR: . Ace Excavatmg and Environmental Services, Inc. By. j!!tle and organi atk:m p~~ry) (sign here) -t:.. r (print name here) -~P~ (title and organization of signatory) Executed by SURETY this __ 2_4_th ___ day November of _________ _ .20..!l.._. SURETY: Allegheny Casualty Company {name of Surety) 2400 E. Katella Suite 250, Anaheim, CA 92806 (address of Surety) 714-602-6249 Sioux Munyon (printed name of Attorney-in-Fact) {attach corporate resolution showing current power of attorney) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for c.orporations. H only one officer signs, tr,e corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering thsit officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER Generai Counsel By: Revised 3/6/15 Contract No. 50401 Page 35 of i04 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached. and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA } }S.S. COUNTY OF San Diego } On "-/r,\/'t114. bt"-2q, Zob before me,_Kimberley C. Miller _____________ , a notary public, personally appeared _____ Sioux Munyon Swart ______ ~---------------- who proved to me on the basis of satisfactory evidence to be the person(~ whose name~) is/a.lie subscribed to the within instrument and acknowledged to me thatffe/she/tft8.y executed the same inffl/her/ik.,ir authorized capacity(-i-e.;), and that by iffl/her/tffllii,r signature(/) on the instrument the person(/), or the entity upon behalf of which the person(~ acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS mr han,d and.officiaL1eal. Signatu,e ~,["7 ~ea[) ;-'.\_·:_,~r~.?i{ir'."tti:,j;. ·.;tv.·;.:~~--: ;;; . _;:_~;.;:; 1;;\J1:.--~:._. .:~i :~~:;~-~~ :~:7,.;:~_w::~\:LE~~::r:-'.~;'.~?~_-rY'.;'.~-~ . . ,-.. ·:y:\ ~:,y::,'.:~::. -,. - '"tltfl·i~is :lij:tJ;ttt~~lt~it~~~~llt~l~t~~\tl~f~ijy ;}( ··.·•. 00Nl;J-JEit.~R··•b~N;~R,•· 28it+;Lpo.~·~;W;RK,···N'w•J13~ggy 6~10~tS~O; ... ·•··· . ~NOW ALL M~~ ~'(T~ES~ flijE§Etfril .. th~t .• iNJER~1n-18NAL •• ~l~El..lfr INSURANtE C(:)r.1PANY ' a· 2ori,Or~tion •6tgatiiZe<f Jnd \ Jxistiri; undet the l;;ivvs. of the State .of New JElrsey, and ALLEQHl:NY CASUAL TY GOM~AN)' a corpofation organized and existirig under the laws oHhe State pf Pennsylvania~ ha\l'.ing )heir princip.at office iri the City of Ni:;wark, l'llewJersey, do h~reb:, constit1,1te. aqd appoint . · · · • ·_ :,. :-. ___ .-_::-.· _. . Sioux MUNYON ·· . '.,'. . . ' .-._,;· •,•,.·--;- Lake~kje, cp,. . . ttleir true! and lawful attorney(s}~ih-faqt to exect.lte, seal ar1dde1iJedor and ori it~ behi:ilf as SllIE!tyiaoya;nd ~H ~oncls and uritlertrjklngs, cdntracts ofin<iernnit,/ • and otti.erw. rltings o. bl ... igatq.• ry \nth .. e .... nat. ure tn,e ... reo. J, which. ·.·are. o ... r .. may. ·•.··b .... e ... alto.weld.•, ... r. eguired. o .... r.. p. •l:l ..... rm·•. i·tt·e· d. b .. ··y···.· ..... 'a.· w;.· ·s··· .'3tl:l·t· e .... · .-r.ul.l:l, .. reg ... • .. u. ·l·a .. t.io .. n ... 1J.;. on.·. t·. r. a. c .. ·t··· or. oth·. e. rwise, an.· .. d the .. ~ecu. ti .. on of·. su·c·•·.h·m· s.tru... .m· .. e.n. t(s ltn P!J.·. rs. ·u···a·.nce ... o. f th.· .e .. se p.r. es .... e.··n .. ·.·.·t·s, s .. ·.hall.· t.i e·. ··a··· s ·b .. indn.1.·g·•· ·.·· .. u. pon···.···.·.t .. ·h e .. · .. ·• .. s.· a.,d·. t. N·.···'.E.· .. RN· .. A . .Tl. ·.· .O.NAL ... HDE .. ·.L•··IT. Y. l·•·N••.· s .. ·u. RAN.· ... ·. ·c· .. E COMPANY and AL~EGHENY CASUALTY ~OMPAl;lY, .as, ft.Illy and amply, to all. intents ano purposes, as if the sanie had been dUly .executed and <1cknQ~~d~ecl ~y therrregularly elected Qffifersat~he1r~npc1palo~c~s.>•··•.•·•·.·••.··••.·• \ t••.•··· t/· · .. •··•·.·•· i \ .. < </•···.·•• ·••··•.• ...... ·\. ·•••·• .. · .. · ... •.•••··· .. i.i ••·••·· / .. ·••· .. ··) ..... •.·•·· •. > \ ·•·•·· r• ·. . r This. Po·w· e.r o.f Att. 0. r. ne .. • . y is exoo. uted. '.an~l·m· .·.a.y ·.· b. e·.·. re .. V. 0. k .. ed .. ·'. pu·r· s.· uan.t .. t.o .... ·. a.· nd·.·· b·.y. a•· u.•.·.th·o·· ri~Y. 0. hth .. e. 13."'·.··.·· Lf!WS····.·.·.o•· f . 'N··.TER .. N· A ...... T. •.I•. . N.·.AL F ... I•.. E ... L .. JfY '.N .. s···. l!~ANC. E.• .. •.· COMPANY and ALLEGH ENYCASUALTY COMPANY and 1s granted under am;lbyauthontyof · thefollowmg resolution ad.opted bY.: the .· Eloard of Directors o.f• .IN·J····E ... R. NA. TI .. •· O.N .. · •.. AL,;F. f• .. E·L·l·TY·•· .. >IN ... SUR .• A.N ... C.·. E. ··• .... C ... !)MP·A· N. Y.·a·t·.a·m ... ··Ele·t.·in. g .. d· .µ·l·y·.· h.e··l·d·•··.o .... nfh·e·.~··• tb d. a .. y of.•.·.J .• u.l·y·, 2 .. 0 .. 1.IO··.· ... an·d··· IJ.ytl}e·•·B·.·•·.oa.·.•··· ((i·o· f.· Dir~c····.t·o.·.r.s o·f··.•·.·A .....•. L .. L,E·••·G .. ·.·H ..... E. f\!Y ... GASUALTYCOMPANYat a rne€lt1ngduly held pn the 15th .day ofAugust,2000: .. · · .. · .. •.. > · ··.•••·•·.·.·. .·.·· .. ·.·• ··.·· · · ....... · ... ··• · · .. ii · • ..... · •··. •. . ... •·· .···• / . ;~t;~~i~9F~f16V6ri~~:r:IT~~W~1i~l~t~iv,t.:rti:ri·,rl~a ~0~f:1:::Scit~~~~ti:~&~trh:•:R§1~~~ut~~~i:~ali~~·r1i1~~~ito0k .a·····n· d affi·x· · .. · the. C. •.o· rppra .. 110. n's ..• s ... e.al ftl.ee .. 11.eto;. bo .. nd·s· , µn. der. la .. I<. ipg·s·•.•·· recogniz.an. cf)S •.. c.• ontracl$ o·. f inpemn ... itv and···9t.h .... e. r·.Vl!ritten. obUg·f3· tions j.n fh ... e• riattireJhe. r·e. o ... f or rt'lla•t· .ed··.·. •there .... t. o. ;. a.•n· d .. (·2·'· > ... an.y s·u .. c• fl 0 .. ffice.. ~.·.o .. f·•··th. e .. Co. ·rpo··.·· r.a. 11·9·•" .. m. ay .. 'a .. p. po. in .. t ... • .. a. n.d· •. re.· v .. o·k.• e. •th· e.·.•·.ap·p· o.···1·n·t.·m· en .... 1fs·s· 9f jo·i·n. t0c.on.·\rol. cu .. s .. to.·d·i 1an·s· , ag. en. ts.· i.or ac. ·c. ept.an····.ce·o··· f · ·.· J)rocess, andAttomeys•u1-factw1th authority to execut,ewa1versandconsents on behalf of the Cor2oration; and. (8) the signature ofany such Officer of the ••· Gqrpori!!tion ;;ind .the Corppratiorf s; sesil m\')y be ~ffixecl byJafsir,:iiJe•IQ any power of attorney Of certifie!:ltion gtven:for thi:i execution ofany bond, unde~king •. • • recogmzancEl, contract.of indernnttv or other wnttEln obligattol} 1n the nature_ ther~fpr related thereto;suc:h s1gria~r€land seals. when ~ us.ed whether he ... refofore· .. or. ~erea·ft·•··er, b. e.fng·h· e. r .. eby .adopted. t,y. lhe C·.·· .... orpo .. rii!·ti···on.a. s ... the o. n. gm. al ~1gnatur.·e.of s:u .. ch··· offi.Jcera .. nd····.• .. the qr.19. i.na. tsea. I of.th. e ... · Corporation,.to be. va\ld .... ani:1.binding upon ·the Corporation with the sam•e ..force.and effect as though manually.affixed.•· • · < •• • · • •• .·•• · • ·. ·, . . . · . • •.• • .•·· ··· • . • . . ••·• • .. lN ~itN~~~ w~~RE;OF,)NTER~f}+!()NAt F1biL111'JNSUHA~6~ •CQMP~~y ~~d J\LL~;~E~~ ~ASµALT¥ COM~"Nv· have~a9h ~xeeuted and atteste(ltj,esepr€lSenti,<'mthis12thd,wofMarch,?01;2.··••••· •••.·<•··•.·•·· .·••·•··· ·•···•·• ••\ · •••••·•·· .. · .•. ·.• ····•·•··· ·i> ••• \ ·•··•••·) ••·•J<·••• ·•·. • CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STA TE OF CALIFORNIA COUNTY OF San Diego } }S.S. } On I 2.. ~ l • ·2.0 Is-, before me, ~ S, ~X. A;t!.. . .'-1 -, a notary public, personally appeared LAfl..fZ.'{ 6 ll-i...VM who proved to me on the basis of satisfactory evidence to be the person(;) whose name(,5 is/ct!'e subscribed to the within instrument and acknowledged to me that he/-she/t~ executed the same in his/tt:er/t~ authorized capacity8-es), and that by hisleer/their signature(/) on the instrument the person~, or the entity upon behalf of which the person(J!') acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. (Seal) CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA COUNTY OF San Diego } }S.S. } On .... i '2.. • f ~ I 5" , before me, f 00 X ~16dt.. f , a notary public, personally appeared t i? .. -'i<:r M . V(lar.J who proved to me on the basis of satisfactory evidence to be the personkt) whose name(;,) is/aF-e subscribed to the within instrument and acknowledged to me that he/8¼re/~ executed the same in hislffl/th-@ir authorized capacity(i~and that by his/hef;,/the-i.!;. signature(s) on the instrument the personv(), or the entity upon behalf of which the person(.i?' acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. (Seal) .,, ~ J Bond No. 0597574 FAITHFUL PERFORMANCE/WARRANTY BOND Premium: $3,658.00 Premium may be adjusted based on Final Contract Amount Board of Directors of the Carlsbad Municipal Water District located in the State of California, by Resolution No. NIA, adopted NIA, has awarded to Ace Excavating and Environmental Services, Inc., (hereinafter designated as the "Principal"), a Contract for: ELLERY PUMP STATION ABANDONMENT CONTRACT NO. 50401 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the Secretary of the Carlsbad Municipal Water District, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, ACE EXCAVATING AND ENVIRONMENTAL SERVICES, lNC., as Princi- pal, (hereinafter designated as the "Contractor"), and Allegheny Casualty Company ______________ as Surety, are held firmly bound unto the Carlsbad Municipal Water District in the sum of ONE HUNDRED THlRTHY TWO THOUSAND NINE HUNDRED Doiiars ($132,900), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the Carlsbad Municipal Water District, and for which pay- ment wen and truly to be made we bind ourselves, our heirs, executors and administrators, succes- sors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION !S SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in an things stand to and abide by, and we!! and truly keep and perform the covenants, conditions, and agreements in the Contract and any alter- ation thereof made as therein provided on their part, to be kept and performed at the time and ln the manner therein specified, and in a!! respects according to their true intent and meaning, and shail indemnify and save harmless the Carlsbad Municipal Water District, its officers, employees and agents, as therein stlpulated, then this obligation shaU become nun and void; otherwise it shall remain in fuH force and effect As a part of the obligation secured hereby and in addition to the face amount specified therefore, there sha!! be included costs and reasonable expenses and fees, including reasonable attorney's fees, in- curred by the District in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. {\ •ti Revised 3/6115 Contract No. 50401 Page 36 of 104 · .. _/ In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this } 6 1 , 20 I b-, '1\.~~Ell{a~]i~:and Environmental Services, Inc. · (print name here) By: (print name here) Executed by SURETY this _2_4_th ___ day of November , 20..!2_ SURETY: Allegheny Casualty Company (name of Surety} 2400 E. Katella, Suite 250, Anaheim, CA 92806 (address of Surety) 714-602-9170 Sioux Munyon (printed name of Attomey~in-Fact) (Attach corporate resolution showing current · power of attorney.) JA· "'-"""~~~·,"} (Title and Organization of signatory) v (Proper notarial acknowtedgment of execution by CONTRACTOR and SURETY must be attached.} (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant sec- retary under corporate seai empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A BREWER 1'sstst::rntGeneral Counsel ])'p,l-h_J Revised 316115 Contract No. 50401 Page 37 of 104 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA } }S.S. COUNTY OF San Diego } On "-/t;v't(I( lJr( .. ).1, Z0J6before me,_Kimberley C. Miller ______________ , a notary public, personally appeared _____ Sioux Munyon_Swart _____ ~-----~----------- who proved to me on the basis of satisfactory evidence to be the person(i,1 whose name~ is/ai'@ subscribed to the within instrument and acknowledged to me that +ie/she/~y executed the same in-1:ws/her~ir authorized capacity~), and that by iris/her/~ signature(i) on the instrument the person(:IJ, or the entity upon behalf of which the persol;)(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS (Seal) ;,_,,··(;: .,~,-->·, ,,-~-~--;:;cc,• : ';.f'(T;'t\'\~1:·:-~·:, :.~<•r':'i;:tJ'.}(i;:~·:;~;;~J,:-,;p;;;~,,q.,~·.·.·:';~¾::,:::)~9-~§:~,\J ;;,;:;3"i:!/::0::~;+1\: ·y.: .,.--_ <it~{9~a).624~Y~Po;>-,.• "t:~·· t'X·P(:Jt' <~:;o~·;A:-i11'."6:RME¥·:·:. /tm,~1m~~i~:SJt~::P~~ifpANY ' ONE,NEWA~KCE~TER; ZOTH FLOOR ~~W~RK, NEW JE~S~'( 0;102::5201 ·•· ··•··.··· ··· ... ··.••· ··•·.·• .•••.•. ii '. / .. ·.· .. · ... ·· ... ··•·· KNOW Au.: MEN BY THESE PRESENTS: that INTERNATIONAL FIDELITY INSURANCE CCIMF>ANY , a corpor~tion 01gar1ized and existing under • .. the la~ of the State of New Jersey, .and ALLEGJ-leNY .CASUALTY· COMPANY a co,:poratiPn organized and existing under the laws of the State of · Pennsylvania.having' th~if principal office in the City of Newark, New Jersey, do hereby constitute and appoint • '· . · · ·.. .. · .... · thi:lir tn,1~ a[l~ )awful a~Ol'rii!ly(s }-itj~fact to e;ecote,$e~land delive(f~r arid orUts beh1lJf assurety, _any and an bonds anq undertakit)gS, cdntract$ pf indem~lty and ofi1erwnt1ngs 9',:)hgatory [nlhe 11ature fl:eregf, vyh1cn a~ or (nay be aJfowed, regu1redor,pl:\rm1ttedby Jaw.; statute, rule, regulation, contract or othe!'W1se::. ... an.··d th·e. ·. e. x. ec .. uti .. ·oo o .... f .. •.·.su·cli·• . ms.trq·m· ent. ( sr. ii 1n.1J) .. •. ur.·s· uan. . ce. ·.· .. of. t·b·es• .... e.p.r. e ... sen·· .. t.s, s.h .. all·.··. ti·e ... a. ·.s• .... b .. ·.' .. ··." ... ding··.· .. ·.·.u· ... p .. on ... ·.• .. Jh. e.·.·. ·s· .. a1d···.··.IN.TE·.· .. ··R .. ·N .. A . .Tl. ·.·.O.· .. .NA·L····· .. F.• .. JDE.··· L .. ··. '. TY ' .• N. s .. U. RA····."". C.t:: COMPANY and ALLEGHENY CASUALTY c;QMPAl\;JY, _as; fully ahd amply, to all intents ana purposes, as. 1f the .same bad been duly executed .. and ac~nowledget:I ~y the1rTegUIE1.rly elept~ oJfiqers at~e,r pnnc1pal ore~~.' . ·•... ·..•••• i ...... ··• ... • •··· •··· \ } (i f .. ·· · ...•.. • .. ·.·.·•.·.. / . ••·.· •.••.·•· ..... •···. . ····•. ··•· ... · .. ·. ··•·· . . ... ·· ..... . >. i .. • . This Power. (if Attorney is executec!, and may be revoked: pµrsm1nt to and<by authority Qf the l;ly0Laws of JNTERNATIQNAL FIDELITY INSURANCE COM. P ... ~NY.· .a·n· d AL. LE. GHENY. C. ASUA•L ... T .. · .. Y.• C.·•. 0.1 M ..... ·P.··A·N·Y··a·. nd is g·ra .. n. te .. d un·d. er ..... a. nd.··•b···. Y .... ·.•.au·t. h ... o ... r.Jty. · o. f th.·e .. J·o.·Jlowin.g· ... r·e· .. ·s· o. lu··.'·o.·!1.·•···.ad·o····.P ... ted .. •· ... by .• th· e ..... •.·. Elcoard .. o. f .... D.···· .. ·ire·c·•.to.·r•.s·· .. o .. f.· IN. T.•E· RNA ... TION ... AL..F. ID.EL.·•·l·T·YINSURAN .. C .. EC .... OM. PA.N. Y.• a·.tame.eli .. ng·d···u·1l.Y h.el·d·····•·.o· nthe··•.2.Qth·d .. a.y of ... J···u···lY., 20 .. 1 ... 0•···an .. d.···. b.y tne.·•.•·8··· o·a. rdo .. f .. •. irectors o·f .... A ... ··.L.·.LEGHENY GASUALTYCOMPANYat a.meetingdµly held on the 15thday ofAugust,2000: .... · · .. ··•·.·.· · ·••·.. i • . . • i. · .. ·.• ·····. <•·.···· .· ... ·.. · .. ··. .·.·· .. •.·.·· · •···· •··• • .,;RESb1.Vio?t11.at {1}th~Pr~id;rjt, \lie;; p~~sider,t, hr Se6retary 9f .t~e pClrP<;>rati6o $h~II• ha~e th~. wwer. to ~ppdiot,. andtorevOke·• the··appoin~rri~l'l~Of,·· A. ·•.'ttom··· e .. Y. s•in;F•·· act •.. · •··.· p .. • 9w ..... er·a·. n.·• .. dauth .. onty. as <'!.efine•d·. o .. r hm·····•~.ed in·. tli .. e .• ,r. r.~s .. p~t.1ye .. p .. o .. wars.. o .. · f a·t··•t· o. r·n. ey. •·.· .. ••a. n.d. · .. t. o. e• xec._ut·e ..• o. ".· be ... ha. If of. tli.·e... (;o·r· PQ.·. r. a·.·tio. n and affix .the Corpo thereto, bonds, undertak1~gs; recogrn:;;anoos, .contracts of 111.demn1ty arn;J 9tt1er wntten obhg_ations 10 the nature thereqkor r.e.la.ted.th. ·e. ret.. . .. ·. . . . .an·1·y .·. su·.··c···h O.ffi .. 'c. e. rs· .. -0 .. f.· ... the. Co .. rp···orat.1o·n·. ma.• y .. a ... p. p.o. 1nt .. a· nd .. · .. re·•··v· o•k· ·e .. t .. he··· appo .. ·•.ntmeinfs ofJo.,n·•.t•c·o· n.t.rol.·•.c. u·s. to .. d.tian·s·•·•. a.igent·s··· .. fo· r. ac···c·.·. ep•t.an• .. ·ce·o•···f · •.J2roc. e·. ss. , ,a·•·· nd Att .. o. r;n .. eys-.... in. -fa~t. •.w.ith .. au .. th.... ori·t·y·t·o e·. xec. u .. tewaivers ~. nd. c .. onse .. n .. ts. · on. ·.· b. ·.e. ha·. If•· o.·f·. the .· . ; .. a· .n .. d {3.•)· the. s .. ig. n.a.l\Jr.e o .. fa .. ny ... s. u.c· h. ·.O. ffi.'. ce•. r o· .. f _ the• Corporation .and the Corwrat1on's seaLmay b ,teto any power ofattomey or.· g1venforthe execution of any bond, undertaking, • ·•·•· rec9gnizar1ce, contractof i_l'.ldemnitv orqther wri~e;n in. t~e natuf;e. lher~f. or relat~ . ereto; such sig113!ure and seals . when . ~ used \ft(heth~r •·· · · heref9fo(epr hereafter,> being rereby·agopted.by< the ....... ·· n as ttie original 51gnatureof suc:hoffic.erand ttie.ong1natseal of the Qorporation; t9 be yalId · and b1nd1rig upon the Ci:Jrporatton with the same force an e t as thougl-lmanuany affixed/' .··· · .• ·.. · •· ·••·· .•... ·. < .. · · ······ . / ••· .•.· .. ·.... ..· · > J fN WITNES~.WHER!;Q./• JNTE~~AtlONAE Fib~LITY .• IN$URANC~ CQMPi~Y aM AL4EGHENY~ASWAL~~ CoM~ANY ~aVe elch ~~eouledahd @ttEiste~ tt,ese pre501;1ts ~n this 12th d;:1y of flilarchi, 2Q12. > '. < / ··•·· · ··• \ •• < .. ·. \ ·• ··• i •··• · ·•· ··•· ·•· i \ i · · •·· •·•· ·•· • i ··. > •.· i ··• • ··· ·. . · ·. . R08£;RT W. MINSTER . . Executive VlcEtPresiderft/Chief Ooerating Officer (lntematlqnal F'idetify Insurance Company) . and President (Allegheny Casl,ialty Company)· • On this 12th day ofMa.rch 2012~ be~re me came the individual who execute~ the preceding i{lstrum~mt, 1ome personaDy known; and, being by me duly sworn, said he is the therein described er,d authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY.ind ALLEGHENY CASUAL TY COMPANY ; · that the seals . affl~ed. to 1,aicJ.1nstri.lment. are the CorporEtte Seals. of said Companies; that. !he ssh:! Corporate Seals and his sfgnatu'e were d,. •fflx-' ;;;,:~-•,>!Oi"c""' of .... Gon,pai,"'> ::ti~~~~~!"l'~=,•""~ ~~fh'l"Z,-:"':,/~ Offlcj~ Seal, /cp!otJ~'t\ 4.·~· \~~;.,!..; ~g~r,:~e!~~:~J~Y . . '"",!!!~"\ . ..•···. . .•. ··• ·. . . . . . CERTIFICATION •. . . . . ·... . . . • . ·. • •• ·. ·.· • . .··.· ··•· . . . ·. • . . . / . I, the imdersign~d officer of INTERNATIONA~ FIDELITY INSURANCE COMPANY amt ALLEGHtNY CASllAL TY COMPANY do hereby certify that. I have compared the foregoing copy of ttie Pow4:lr of Attorney and ~ffl<!avit, and the copy of the Sections .of !:he By-Lawi; of said Compani~ as set forth in said . Power of Attorney. With the originals on file in the home office . of said companies, and that the same a.re correct transcripts thereof, and ()f. the whole · ::::;:::t;:::::::;;;:;a•;:;:v:1~:,;,$'. ::){/\ \. f J~z:F: .. ,, Y ;.::1 :~:;;ii•'.: ~":~:~ .. ::,i-;:\i:0i:~~I~if Ttf ~;~(.~]fa~::il~i:;1:·. 2:; l' "iJ, •. ;·. :}/,~,; rl[l::&~~:i~~:~i ~f, _:~~,.-;.~;~;;.~:~~:·,i:-t:i~\i:•1;:~:.:~:~;;s: *:;;:~::~/·.~.~~: ~·~_;t.,: .. r , .. •· . CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthftilness, accuracy, or validity of that document. STATE OF CALIFORNIA } }S.S. COUNTY OF San Diego } On \'2 · ) · 2o i S-, before me, f ~0X S WA ~•r , a notary public, personally appeared E .e_;.'c... M ~ \f,c{roo who proved to me on the basis of satisfactory evidence to be the person Gt,') whose name(.i!') is/are-subscribed to the within instrument and acknowledged to me that he/Sfl'@(they executed the same in his/her/~r authorized capacity~), and that by his/J:ie.i:tt~ signature~ on the instrument the person~, or the entity upon behalf of which the person(;,, acted, executed the instrument. I certify under PENALTY OF PERWRY under the laws of the State of California that the foregoing paragraph is true and correct. (Seal) CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA COUNTY OF San Diego } }S.S. } On f '2. · I -<.' <. , before me, .._; f Ou,<. •....AA-f/\.Q... '1 , a notary public, personally appeared LA.. '2-.tl--{ 6 i Ll-t.ii_._ __________________ who proved 15 to me on the basis of satisfactory evidence to be the person(~ whose name(?? is/ai.:e subscribed to the within instrument and acknowledged to me that he/8-lre/t-key executed the same in his,4ler/ttteir authorized capacityfres), and that by his/b@.r/~ signature(~ on the instrument the person~ or the entity upon behalf of which the person~) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my I and (Seal) .... 0 tS I "s,dJx ~w~ ""1 COMM. #2079459 ti NOTARY PUBUC-CAUFORHIA lj SAN DIEOO COUNTY "" t.t/ CommiUIOn Expirall J ~Mil/18 s 1 4 4 OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION ,;f'#.f'/"~c•'' This Escrow Agreement is made and entered into by and between the Ca~IS~d Municipal Water District whose address is 5950 El Camino Real, Carlsbad, California, 9l008, hereinafter called "District" and / whose address is ,; called "Contractor" and / hereinafter whose ad- dress is--------------------+--------hereinafter called "Escrow Agent." / II J For the consideration hereinafter set forth, the District, ContrcJ,itor and Escrow Agent agree as follows: I 1. Pursuant to sections 22300 and 10263 of the Pugl'fc Contract Code of the State of California, the Contractor has the option to deposit securities with tt{e Escrow Agent as a substitute for retention earnings required to be withheld by the District pu;s, ant to the Construction Contract entered into between the City and Contractor for I ELLERY PUMP STt\,iflON ABANDONMENT CONTR,tT NO. 50401 ,· / in the amount of / dated ______ (hereinafter referred to as the "Contract"). Alternatively, on written;~quest of the Contractor, the District shall make payments of the retention earnings directly to the (;icrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the ~crow Agent shall notify the District within 10 days of the deposit. The Escrow Agent shall maintain in~(irance to cover negligent acts and omissions of the Escrow Agent in connection with the handling of ,rktentions under these sections in an amount not less than $100,000 per contract. The market value cf the securities at the time of the substitution shall be a least equal to the cash amount then require~lto be withheld as retention under the terms of the contract between the District and Contractor. S§{curities shall be held in the name of the District and shall designate the Contractor as the beneficitwner. 2. The District shall ma~~ progress payments to the Contractor for such funds which otherwise would be withheld from progr¢'ss payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities,,'in the form and amount specified above. ii 3. When the Distrjtt makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold tt;rem for the benefit of the Contractor until such time as the escrow created under this contract is termiiiated. The Contractor may direct the investment of the payments into securities. All terms and conc:Utions of this agreement and the rights and responsibilities of the parties shall be equally applicable an9/ binding when the District pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the District. These expenses and payment terms shall be determined by the District, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the District. {"\ •+;' Revised 3/6/15 Contract No. 50401 Page 38 of 104 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from District to the Es- crow Agent that the District consents to the withdrawal of the amount sought to be withdrawn by Con- tractor. 7. The District shall have a right to draw upon the securities in the event of defaultby the Contractor. Upon seven days' written notice to the Escrow Agent from the District of the defaUlt, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the District. · 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and proceq.cires applicable to the Contract, the Escrow Agent shall release to Contractor all securities and int~rest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed Jmmediately upon disbursement of all moneys and securities on deposit and payments of fees and cnarges. { 9. The Escrow Agent shall rely on the written notifications frort, the District and the Contractor pursu- ant to sections (1) to (8), inclusive, of this agreement and the}Jistrict and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion jii:hd disbursement of the securities and in- terest as set forth above. / / 1 O. The names of the persons who are authorized to Jive written notices or to receive written notice on behalf of the District and on behalf of Contractor trf connection with the foregoing, and exemplars of their respective signatures are as follows: / l For District: Title/ FINANCE DIRECTOR l Nlme ________________ _ l )ignature _______________ _ I / Address 1635 Faraday Avenue, Carlsbad, CA 92008 For Contractor: / Title For Escrow Agent: I .,if ' ' ,l / ,J I ./ l J l _;· l / I // r ./ Name _________________ _ Signature _______________ _ Address ________________ _ Title Name _________________ _ Signature ________________ _ Address ----------------- At the time the Escrow Account is opened, the District and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. ., \.fr Revised 3/6/15 Contract No. 50401 Page 39 of 104 IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For District: Title --------=-P--=-R-=E=-=S::...:.l=D=E.:...;N.;.:_T_' _____ _ Name ________ ....;...._ _______ _ Signature _____ ~---------- Address 1200 Carlsbad Village Drive, Carlsbad, CA 92008 For Contractor: Title Name --,,----------------- Signature _______________ _ Addr'3ss ---------------- For Escrow Agent: Name ----------------- Signature _______________ _ Address ---------------- ., \.~ Revised 3/6/15 Contract No. 50401 Page 40 of 104 GENERAL PROVISIONS FOR ELLERY PUMP STATION ABANDONMENT CONTRACT NO. 50401 CARLSBAD MUNICIPAL WATER DISTRICT BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 --TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS 1-1 TERMS -Unless otherwise stated, the words directed, required, permitted, ordered, in- structed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accom- panying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "ac- ceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and in- stalling of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. ~--. f.J Revised 3/6/15 Contract No. 50401 Page 41 of 104 1-2 Definitions. The following words, or groups of words, shall be exclusively defined by the defi- nitions assigned to them herein. Addendum -Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bulletins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency -the Carlsbad Municipal Water District. Agreement -See Contract. Assessment Act Contract -A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base -A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid -The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder-Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board -The officer or body constituting the awarding authority of the Agency, the Board of Directors of Carlsbad Municipal Water District. Bond -Bid, performance, and payment bond or other instrument of security. Cash Contract -A Contract financed by means other than special assessments. Change Order-A written order to the Contractor signed by the Agency direciting an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code -The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager-the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. Contract -The written agreement between the Agency and the Contractor covering the Work. Contract Documents -Including but not limited to; the Contract, any Addendum (which pertain to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documentation accompanying the Bid and any post-bid documentation submitted prior to th19 Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, permits from other agencies, the Technical Specifications, the Supplemental Provisions, the Plans, Standard Plans, Standard Spec- ifications, Reference Specifications, and all Modifications issued after the ex19cution of the Contract. Contractor-The individual, partnership, corporation, joint venture, or other legal entity having a Con- tract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime contractor" shall mean Contractor. '" •+;' Revised 3/6/15 Contract No. 50401 Page 42 of 104 Contract Price -The total amount of money for which the Contract is awarded. Contract Unit Price -The amount stated in the Bid for a single unit of an item of work. County Sealer -The Sealer of Weights and Measures of the county in which the Contract is let. Days -Days shall mean consecutive calendar's days unless otherwise specified. Deputy City Engineer, Construction Management & Inspection -The Construction Manager's immediate supervisor and second level of appeal for informal dispute resolution. Dispute Board -persons designated by the City Manager of the City of Carlsbad or Executive Man- ager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submit- ted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier -Street light assembly complete, including foundation, standard, luminaire arm, luminaire, etc. Engineer-the City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile -Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer -A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer-A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire -The lamp housing including the optical and socket assemblies (and ballast if so speci- fied). Luminaire Arm -The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item -a single contract item constituting less than 10 percent (10%) of the original Con- tract Price bid. Modification -Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Notice of Award -The written notice by the Agency to the successful Bidder stating that upon com- pliance by it with the required conditions, the Agency will execute the Contract. Notice to Proceed -A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. Own Organization -When used in Section 2-3.1 -Employees of the Contractor who are hired, di- rected, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 (.'\ •+; Revised 3/6/15 Contract No. 50401 Page 43 of 104 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3. 1. Person -Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans -The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract-Work subject to Agency inspection, control, and approval!, involving private funds, not administered by the Agency. Project Inspector -the Engineer's designated representative for inspection, contract administration and first level for informal dispute resolution. Proposal -See Bid. Reference Specifications -Those bulletins, standards, rules, methods of analysis or test, codes, and specifications of other agencies, engineering societies, or industrial associations referred to in the Contract Documents. These refer to the latest edition, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specificallly referred to by edition, volume, or date. Roadway -The portion of a street reserved for vehicular use. Service Connection -Service connections are all or any portion of the conduit, cable, or duct, in- cluding meter, between a utility distribution line and an individual consumer. Sewer -Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Specifications -General Provisions, Standard Specifications, Technical Specifications, Reference Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Standard -The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. Standard Plans -Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. Standard Specifications -The Standard Specifications for Public Works Construction (SSPWC), the "Greenback". State -State of California. Storm Drain -Any conduit and appurtenances intended for the reception and transfer of storm water. Street-Any road, highway, parkway, freeway, alley, walk, or way. Subbase -A layer of specified material of planned thickness between a base and the subgrade. ,, •fi' Revised 3/6/15 Contract No. 50401 Page 44 of 104 Subcontractor -An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade -For roadways, that portion of the roadbed on which pavement, surfacing, base, subbase, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision -Supervision, where used to indicate supervision by the Engineer, shall mean the per- formance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement-A written amendment of the Contract Documents signed by both parties. Supplemental Provisions -Additions and revisions to the Standard Specifications setting forth con- ditions and requirements peculiar to the work. Surety -Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne -Also referred to as "metric ton". Represents a unit of measure in the International System of Units equal to 1,000 kilograms. Utility -Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private easement. Work -That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all labor, materials, equipment, and services. 1-3 ABBREVIATIONS 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these Standard Specifications and to project Plans or other Contract Documents. All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the "Manual of Steel Construction" published by the American Institute of Steel Construc- tion, Inc. 1-3.2 Common Usage Abbreviation Word or Words BORY ............................................................ Boundary ABAN ............................................................. Abandon BF ..................................................... Bottom of footing ABAND ...................................................... Abandoned BLDG ........................................ Building and Buildings ABS ........................ Acrylonitrile butadiene -styrene BM ............................................................ Bench mark AC ..................................................... Asphalt Concrete BVC ................................... Beginning of vertical curve ACP .......................................... Asbestos cement pipe B/IN ........................................................... Back of wall ACWS ..................... Asphalt concrete wearing surface CIC ..................................................... Center to center ALT ................................................................ Alternate CAB ....... , .............................. Crushed aggregate base APTS ................................ Apartment and Apartments CAUOSHA ........... California Occupational Safety and AMER STD ................................... American Standard Health Administration AWG ............... American Wire Gage (nonferrous wire) CalTrans ........ California Department of Transportation BC .................................................. Beginning of curve CAP ................................... Corrugated aluminum pipe BCR ....................................... Beginning of curb return CB ............................................................ Catch Basin ., ~.,, Revised 3/6/15 Contract No. 50401 Page 45 of 104 Cb ........................................................................ Curb F&I ................................................... Furnish and install CBP ............................... Catch Basin Connection Pipe FAB ............................................................... Fabricate CBR ....................................... California Bearing Ratio FAS .............................................. Flashing arrow sign CCR ............................. California Code of Regulations FD ............................................................... Floor drain CCTV ............................................... Closed Circuit TV FDN ........................................................... Foundation CES ......................... Carlsbad Engineering Standards FED SPEC .................................. Federal Specification CF ................................................................. Curb face FG ........................................................ Finished grade CF ................................................................ Cubic foot FH ............................................................... Fire hydrant C&G .................................................... Curb and gutter FL .................................................................. Flow line CFR ................................ Code of Federal Regulations FS ...................................................... Finished surface CFS .......................................... Cubic Feet per Second FT-LB ......................................................... Foot-pound CIP ......................................................... Cast iron pipe FTG ................................................................. Footing CIPP ............................................... Cast-in place pipe FW ............................................................ Face ofwal! CL ............................................. Clearance, center line G ............................................................................ Gas CLF ..................................................... Chain link fence GA ..................................................................... Gauge CMB ............................... Crushed miscellaneous base GAL ................................................ Gallon and Gallons CMC ......................................... Cement mortar-coated GALV ......................................................... Galvanized CML ............................................ Cement mortar-lined GAR ............................................ Garage and Garages CMWD .................... Carlsbad Municipal Water District GIP .............................................. Galvanized iron pipe CO ................................................... Cleanout (Sewer) GL. ......................................... Ground line or grade line COL ................................................................. Column GM ............................................................... Gas meter COMM ...................................................... Commercial GNV ............................................... Ground Not Visible CONG ............................................................ Concrete GP ................................................................. Guy pole CONN ........................................................ Connection GPM ............................................... gallons per minute CONST ................................... Construct, Construction GR ..................................................................... Grade COORD ...................................................... Coordinate GRTG ............................................................... Grating CSP ........................................... Corrugated steel pipe GSP ........................................... Galvanized steel pipe CSD ............................... Carlsbad Standard Drawings H ............................................................ High or height CTB ............................................. Cement treated base HB ................................................................. Hose bib CV ............................................................. Check valve HC ................................................... House connection CY ............................................................... Cubic yard HDWL ............................................................ Headwall D .................................................. , ........... Load of pipe HGL .............................................. Hydraulic grade line dB .................................................................. Decibels HORIZ ......................................................... Horizontal DBL ................................................................... Double HP ............................................................ Horsepower DF ............................................................... Douglas fir HPG ................................................ High pressure gas DIA ................................................................. Diameter HPS ............................... High pressure sodium (Light) DIP ..................................................... Ductile iron pipe HYDR ........................................................... Hydraulic DL ................................................................ Dead load IE ......................................................... Invert Elevation DR ...................................................... Dimension Ratio ID ......................................................... Inside diameter DT ................................................................. Drain Tile INCL .............................................................. Including DWG ............................................................... Drawing INSP ............................................................ Inspection DWY ............................................................. Driveway DWY APPR ................................... Driveway approach E ...................................................................... Electric EA ........................................................................ Each EC ............................................................ End of curve ECR ................................................ End of curb return EF ................................................................ Each face EG .......................................................... Edge of gutter EGL.. ................................................ Energy grade line El .................................................................. Elevation ELG ..................................... Electrolier lighting conduit EL T ........................................................ Extra long ton ENGR ....................................... Engineer, Engineering INV ..................................................................... Invert IP ................................................................... Iron pipe JC .................................................... Junction chamber JCT ................................................................. Junction JS .................................................... Junction structure JT ......................................................................... Joint L ....................................................................... Length LAB ............................................................. Laboratory LAT ................................................................... Lateral LB ...................................................................... Pound LD ..................................................... Local depression LF ............................................................... Linear foot LH ................................................................ Lamp hole LL .................................................................. Live load EP ................................................... Edge of pavement ESMT ........................................................... Easement ETB .......................................... Emulsion-treated base LOL. ............................................................ Layout line LONG ....................................................... Longitudinal LP ................................................................ Lamp post EVC .............................................. End of vertical curb LPS ................................. Low pressure sodium (Light) EWA ............................... Encina Wastewater Authority LS ................................................................ Lump sum EXC ............................................................ Excavation L TS .................................................... Lime treated soi! EXP JT ................................................. Expansion joint EXST ............................................................... Existing F .................................................................. Fahrenheit F&C ................................................... Frame and cover LWD .............................. Leucadia Wastewater District MAINT ..................................................... Maintenance MAX .............................................................. Maximum MGR .............................................. Middle of curb return MEAS .............................................................. Measure l'\ • ., Revised 3/6/15 Contract No. 50401 Page 46 of 104 MH ................................... Manhole, maintenance hole RR .................................................................. Railroad MIL SPEC .................................... Military specification RSE ............................. Registered structural engineer MISC ..................................................... Miscellaneous RTE ................................... Registered traffic engineer MOD .................................................. Modified, modify S ................................... Sewer or Slope, as applicable MON ........................................................... Monument SCCP ............................... Steel cylinder concrete pipe MSL .. Mean Sea Level (Reg. Standard Drawing M-12) SD ............................................................. Storm drain MTBM ......................... Microtunneling Boring Machine SDNR ............................. San Diego Northern Railway MUL T ............................................................... Multiple SOR ........ Standard thermoplastic pipe dimension ratio MUTCD ..... Manual on Uniform Traffic Control Devices (ratio of pipe O.D. to minimum wall thickness) MVL .................... ., ......................... Mercury vapor light SDRSD ......... San Diego Regional Standard Drawings NCTD .............................. North County Transit District SE ...................................................... Sand Equivalent NRCP .............................. Non reinforced concrete pipe SEC ................................................................. Section OBS ............................................................... Obsolete SF .............................................................. Square foot OC ............................................................... On center SFM ................................................ Sewer Force Main OD .................................................... Outside diameter SI ....................... International System of Units (Metric) OE .............................................................. Outer edge SPEC ..................................................... Specifications OHE ................................................. Overhead Electric SPPWC .......................................... Standard Plans for OMWD .................. Olivenhain Municipal Water District Public Works Construction OPP ............................................................... Opposite SSPWC ............................. Standard Specifications for ORIG ................................................................ Original Public Works Construction PB ................................................................... Pull box ST HWY ................................................. State highway PC .................................................... Point of curvature STA .................................................................. Station PCC ....................... Portland cement concrete or point STD ............................................................... Standard of compound curvature STR ................................................................. Straight PCVC ....................... Point of compound vertical curve STR GR ................................................. Straight grade PE ............................................................ Polyethylene STRUC .......................................... Structural/Structure Pl .................................................. Point of intersection SW ................................................................. Sidewalk PL ............................................................ Property line SWD ..................................................... Sidewalk drain PMB ............................ Processed miscellaneous base SY ............................................................. Square yard POC ...................................................... Point on curve T ................................................................. Telephone POT ................................................... Point on tangent TAN ................................................................ Tangent PP .............................................................. Power pole TC .............................................................. Top of curb PRC .......................................... Point of reverse curve TEL ............................................................. Telephone PRVC ............................ Point of reverse vertical curve TF .......................................................... Top of footing PSI ......................................... Pounds per square inch TOPO ....................................................... Topography PT .................................................... Point of tangency TR ........................................................................ Tract PVC ................................................. Polyvinyl chloride TRANS ......................................................... Transition PVMT ........................................................... Pavement TS .......................... Traffic signal or transition structure PVT R/W ....................................... Private right-of-way TSC ............................................. Traffic signal conduit Q ........................ Rate of flow in cubic feet per second TSS .......................................... Traffic signal standard QUAD ....................................... Quadrangle, Quadrant TW .............................................................. Top of wall R ....................................................................... Radius TYP .................................................................. Typical R&O ......................................................... Rock and oil UE .............................................. Underground Electric R/1/V .......................................................... Right-of-way USA ................................... Underground Service Alert RA ....................................................... Recycling agent VAR .................................................... Varies, Variable RAC ................................... Recycled asphalt concrete VB ................................................................. Valve box RAP ............................... Reclaimed asphalt pavement VC .......................................................... Vertical curve RBAC .............................. Rubberized asphalt concrete VCP .................................................. Vitrified clay pipe RC ................................................ Reinforced concrete VERT ............................................................... Vertical RCB ...................................... Reinforced concrete box VOL ................................................................. Volume RCE ...................................... Registered civil engineer VWD ....................................... Vallecitos Water District RCP ..................................... Reinforced concrete pipe W ....................... Water, Wider or Width, as applicable RCV ........................................... Remote control valve WATCH .............. Work Area Traffic Control Handbook REF ... : .......................................................... Reference WI ............................................................ Wrought iron REINF .............................. Reinforced or reinforcement WM ........................................................... Water meter RES .............................................................. Reservoir WPJ ........................................... Weakened plane joint RGE ........................ Registered geotechnical engineer XCONN ............................................. Cross connection ROW ....................................................... Right-of-Way XSEC ...................................................... Cross section ('\ •'7 Revised 3/6/15 Contract No. 50401 Page 47 of 104 1-3.3 Institutions. Abbreviation Word or Words MSHTO ............... American Association of State Highway and Transportation Officials AISC .................................................................... American Institute of Steel Construction ANSI ...................................................................... American National Standards Institute API ....................................................................................... American Petroleum Institute AREA ............................................................. American Railway Engineering Association ASTM ............................................................ American Society for Testing and Materials AWPA ................................................................ American Wood Preservers Association AWS ......................................................................................... American Welding Society AWWA ....................................................................... American Water Works Association FHWA .............................................................................. Federal Highway Administration GRI .................................................................................. Geosynthetic Research Institute NEMA. ........................................................ National Electrical Manufacturers Association NOAA ................ National Oceanic and Atmospheric Administration (Dept. of Commerce) UL ...................................................................................... Underwriters' Laboratories Inc. USGS .............................................................................. United States Geological Survey ." f.., Revised 3/6/15 Contract No. 50401 Page 48 of 1 04 1-4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test re- quirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Standard Measures in pa- renthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. 1-4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) SI Unit (Abbreviations) (Abbreviations) 1 mil (=0.001 in) .................................................................................... 25.4 micrometer (µm) 1 inch (in) .............................................................................................. 25.4 millimeter (mm) 1 inch (in) .............................................................................................. 2.54 centimeter (cm) 1 foot (ft) ............................................................................................... 0.3048 meter (m) 1 yard (yd) ............................................................................................ 0.9144 meter {m) 1 mile (mi) ............................................................................................. 1.6093 kilometer (km) 1 square foot (ft2) .................................................................................. 0.0929 square meter (m2) 1 square yard (yd2) ............................................................................... 0.8361 square meter (m2) 1 cubic foot (ft3) .................................................................................... 0.0283 cubic meter (m3) 1 cubic yard (yd3) .................................................................................. 0.7646 cubic meter (m3) 1 acre .................................................................................................... 0.4047 hectare (ha) 1 U.S. gallon (gal) ................................................................................. 3.7854 Liter (L) 1 fluid ounce (fl. oz.) ............................................................................. 29,5735 millileter (ml) 1 pound mass (lb) (avoirdupois) ........................................................... 0.4536 kilogram (kg) 1 ounce mass (oz) ................................................................................ 0.02835 kilogram (kg) 1 Ton (=2000 lb avoirdupois) ................................................................ 0.9072 Tonne(= 907 kg) 1 Poise .................................................................................................. 0.1 pascal· second (Pa· s) 1 centistoke (cs) ................................................................................... 1 square millimeters per second (mm2/s) 1 pound force (lbf) ................................................................................ 4.4482 Newton (N) 1 pounds per square inch (psi) ............................................................. 6.8948 Kilopascal (kPa) 1 pound force per foot (lbf/ft) ................................................................ 1.4594 Newton per meter (Nim) 1 foot-pound force (ft-lbf) ...................................................................... 1.3558 Joules (J) 1 foot-pound force per second ([ft-lbf]/s) .............................................. 1.3558 Watt (W) 1 part per million (ppm) ........................................................................ 1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit (°F): ....................................................................... Degree Celsius (°C): °F = (1.8 x °C) + 32 .............................................................................. °C = (°F 32)/1.8 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (Im) 1 second (s) SI Units (abbreviation) Commonly Used in Both Systems .~ \.+J Revised 3/6/15 Contract No. 50401 Page 49 of 104 t. L % ' " I 0 PL CL SL Delta, the central angle or angle between tangents Angle Percent Feet or minutes Inches or seconds Number per or (between words) Degree Property line Centerline Survey line or station line ~, f.+; Revised 3/6/15 Contract No. 50401 Page 50 of 104 SECTION 2 -SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as pro- vided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the Board, except that the Contractor may assign money due or which will accrue to it under the Contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by the Agency for completion of the Work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: "(a) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or im- provements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater." "(b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid." If the Contractor fails to specify a Subcontractor, or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor's total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as otherwise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by proce- dures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 411 0 provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the Contractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. {'\ •11" Revised 3/6/15 Contract No. 50401 Page 51 of 104 Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work peliormed in excess of 50 percent of the contract price by other than the Contractor's own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the Board shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be petiormed by subcontract, and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount required to be peliormed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid ,or Proposal. Where an entire item is sub- contracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percent- age of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for ap- proval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcontracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be ac- companied by all of the documents enumerated in Code of Civil Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and ma- terials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to s,ecure payment of laborers and materials suppliers in a sum not fess than one hun- dred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until al! warranty repairs are completed to the satisfaction of the Engineer. The ., f.+; Revised 3/6/15 Contract No. 50401 Page 52 of 104 bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiv- ing notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifications, to which the Engineer shall have access at all times. The specifications for the work include the General Provisions, project technical specifications, Carls- bad Engineering Standards (CES), Standard Specifications for Public Works Construction, (SSPWC), Part 2 & 3, and the latest supplements thereto, current edition at the time of bid opening as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter designated "SSPWC", as amended. The construction plans are designated as City of Carlsbad Drawing No. 482-1 and consists of 9 sheets. The standard drawings used for this project are the latest edition of the City of Carlsbad Engineering Standards and Carlsbad Standard Drawings, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES and CSD, respectively. Copies of some of the pertinent standard drawings are enclosed as an appendix to these General Provisions. The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Docu- ments are intended to be complementary and cooperative. Anything specified in the Specifications and not shown on the Plans, or shown on the Plans and not specified in the Specifications, shall be as though shown on or specified in both. The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. ,, •;;' Revised 3/6/15 Contract No. 50401 Page 53 of 104 Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contrac- tor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immedi- ately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) Change orders, whichever occurs last. 3) Contract addenda, whichever occurs last. 4) Contract. 5) Technical Specifications 6) Carlsbad General Provisions and Supplemental Provisions. 7) Plans. 8) Standards plans. a) City of Carlsbad Standard Drawings. b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) Traffic Signal Design Guidelines and Standards. f) State of California Department of Transportation Standard Plans. g) State of California Department of Transportation Standard Specifications. h) California Manual on Uniform Traffic Control Devices (CA MUTCD). 9) Standard Specifications for Public Works Construction, as amended. 10) Reference Specifications. 11) Manufacturer's Installation Recommendations. Detail drawings shall take precedence over general drawings. Change Orders, Supplemental Agreements and approved irevisions to Plans and Specifications will take precedence over items 2) through 9) above. Detailed plans and plan views shall have prece- dence over general plans. 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor's expense, as required in 2-5.3.2, 2- 5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engi- neer. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required by performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from respon- sibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals . . , "-,; Revised 3/6/15 Contract No. 50401 Page 54 of 104 The Contractor shall allow a minimum of 20 working days for review of submittals unless otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. the label '4-C' would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be ac- companied by a letter of transmittal on the Contractor's letterhead. The Letter of transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in con- formance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the ~ted spaces, ~nd is/ubmitted for approval." . . By: Jct~L-{)W'/J;_ . Title: J ~ LL-.f ilbS..i r)...t xt+ Date: \;)-y ~I 5 Company Name: ~<-5Pu:tM~•~ -~ f..-, Revised 3/6/15 Contract No. 50401 Page 55 of 1 04 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, thie Engineer will rnturn two of the copies to the Contractor and retain the remaining copies and the reproducible. Working drawings are required in the following sections: ·•.·I.tern Section Number.•·.·· TABLE 2-5.3.2 {A} ·.Title. .. ·; . \Subject ., ' 1 7-10.4.1 Safety Orders Trench Shoring 2 207-2.5 Joints Reinforced Concrete Pipe 3 207-8.4 Joints Vitrified Clay Pipe 4 207-10.2.1 General Fabricated Steel Pipe 5 300-3.2 Cofferdams Structure Excavation & Backfill 6 303-1.6.1 General Falsework 7 303-1. 7.1 General Placing Reinforcement 8 303-3.1 General Prestressed Concrete Construction 9 304-1.1.1 Shop Drawings Structural Steel 10 304-1.·1.2 Falsework Plans Structural Steel 11 304-2.1 General Metal Hand Railings 12 306-2.1 General Jacking Operations 13 306-3.1 General Tunneling Operations 14 306-3.4 Tunnel Supports Tunneling Operations 15 306-6 Remodeling Existing Sewer Facilitiies Polyethylene Liner Installation 16 306-8 Microtunneling Microtunneling Operations 17 307-4.3 Controller Cabinet Wiring Diagrams Traffic Signal Construction Working drawings listed above as Items 5, 6, 8, 9, 10, 12, 13, 14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special Provisions. 2-5.3.4 Supporting Information. Supporting information is iinformation required by the Specifications for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufac1tured product or system to be constructed as part of the Work, and other information as may be required by the En£Iineer. Six copies of the supporting information shall be submitted to the Engineer prior to the start of the Work unless other- wise specified in the Special Provisions or directed by the Engineer. Supporting information for sys- tems shall be bound together and include all manufactured items for the systern. If resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the following and is required unless otherwise specified in the Special Provisions: 1) List of Subcontractors per 2-3.2. 2) List of Materials per 4-1 .4. 3) Certifications per 4-1.5. 4) Construction Schedule per 6-1. 5) Confined Space Entry Program per 7-10.4.4. 6) Concrete mix designs per 201-1.1. 7) Asphalt concrete mix designs per 203-6.1. ,~ •~ Revised 3/6/15 Contract No. 50401 Page 56 of 104 8) Data, including, but not limited to, catalog sheets, manufacturer's brochures, technical bulle- tins, specifications, diagrams, product samples, and other information necessary to describe a system, product or item. This information is required for irrigation systems, street lighting sys- tems, and traffic signals, and may also be required for any product, manufactured item, or system. 2-5.4 Record Drawings. The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by Section 2-5.4 shall be included in the various bid items and no additional payment will be made therefore. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Con- tract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equipment, tools, labor, and incidentals necessary to complete the Work. 2-7 SUBSURFACE DATA. All soil and test hole data, water table elevations, and soil analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are available for inspec- tion at the office of the Engineer. Any additional subsurface exploration shall be done by Bidders or the Contractor at their own expense. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor's responsibility to determine and allow for the elevation of groundwater at the date of project construction. A difference in elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for extra work. 2-8 RIGHT-OF-WAY. Rights-of-way, easements, or rights-of-entry for the Work will be provided by the Agency. Unless otherwise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and disposing of additional work areas and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers. The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land survey- ing within the State of California, hereinafter Surveyor, to establish the location of the monument be- fore it is disturbed. The Contractor shall have the monument replaced by the Surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by§§ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a perma- nent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. ('\ •+;' Revised 3/6/15 Contract No. 50401 Page 57 of 104 2-9.2 Survey Service. The Contractor shall hire and pay for the services of a Surveyor, hereinafter Surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the require- ments of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. 2-9.2.1 Submittal ,of Surveying Data, All surveying data submittals shall conform to the requirements of Section 2-5.3.3, "Submittals", herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (8½" by 11") paper. The field notes, calculations and supporting data shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from earlier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and calculations will be labeled with name of the Surveyor, the party chief, the field crewmembers and the author of the field notes or calculations. They shall be annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or documentation for any computer program. The field notes shall be prepared in conformance with the CAL TRANS "Surveys Manual". The Con- tractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §§ 8700 -8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such map is required under§§ 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-10 type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or acces,sory to, property corners and street centerlines are permanent survey monuments. The Record of Survey shall show all mon- uments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the un- adjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer's review and approval before submittal to the County Surveyor and before submittal k> the County Recorder. 2-9.2.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer at no greater intervals than specified in TABLE 2-9.2.2(A) as measured ahlng the project stationing. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal loc;ations where the curb is not being built as a part of this contract. Staking and marking shall be compleited by the Surveyor and inspected and approved by the Engineer before the start of construction in the area marked. Center- line monument shall have the disk stamped with the date the monument was set and the registration number of the Surveyor. Habitat mitigation sites and other areas to be preserved that are shown on the plans shall be staked and flagged prior to the start of any other activities within the limits of the work. When curb and gutter does not exist and is not being installed as a part of the project the location of adjacent facilities being constructed as a part of the contract the Contractor shall place stakes de~ fining the horizontal and vertical location of such adjacent utility vaults, poles or other facilities that are being installed as parts of, or adjunct to, the project either by the Contractor and/or those noted on the plans as to be installed by others. ,, •+; Revised 3/6/15 Contract No. 50401 Page 58 of 104 TABLE 2-9.2.2(A) Survey Requirements for Construction Staking Feature Staked Stake De-Centerline or Parallel to Centerline Spac-Lateral Spac-Setting Tolerance scription@ ing©,® ing@,® (Within) Street Centerline SDRS M-10 s1000', Street Intersections, Begin and end of on street cen-0.02' Monument curves, only when shown on the plans terline Horizontal, also see Section 2-9.2.1 herein Final Grade (in-RP+ Marker s 50' on tangents & curves when R2: 1000' & s22' 3/a" Horizontal & ¼" eludes top of: Stake, Blue-s 25' on curves when R s 1000' Vertical Basement soil, top in grading subbase and area base) Asphalt Pavement RP, paint on s 25' or as per the intersection grid points edge of pave-3/a" Horizontal & ¼" Finish Course previous shown on the plan whichever provides the ment, paving Vertical course denser information pass width, crown line & grade breaks Drainage Struc-RP+ Marker intervisible & s 25', beginning and end, BC & as appropriate 3/s" Horizontal & ¼" tures, Pipes & sim-Stake EC of facilities, Grade breaks, Alignment Vertical ilar Facilities<D, 0 breaks, Junctions, Inlets & similar facilities, Risers & similar facilities (except plumbing), Skewed cut-off lines Curb RP+ Marker s 25', BC & EC, at ¼L'., 1/2.il & ¾L', on curb re-( constant off-3/a" Horizontal & ¼" Stake turns & at beginning & end set) Vertical Minor Structure <D RP+ Marker for catch basins: at centerline of box, ends of as appropriate 3/s" Horizontal & ¼" Stake+ Line box & wings & at each end of the local de-Vertical (when vertical Stake pression ® data needed) Miscellaneous ® Contour Grading RP+ Marker s50' along contour 0.1' Vertical & Horizon- (D Stake line tal Utilities CD, ('J) RP+ Marker s 50' on tangents & curves when R2 1000' & as appropriate 3/a" Horizontal & ¼" Stake s 25' on curves when R s 1000' or where Vertical orade s 0.30% Channels, Dikes RP+ Marker intervisible & s 100', BC & EC of facilities, as appropriate 0.1' Horizontal & ¼" & Ditches CD Stake Grade breaks, Alignment breaks, Junctions, Vertical Inlets & similar facilities Markers <D RP+ Marker for asphalt street surfacing s 50' on tangents At marker loca-¼" Horizontal Stake & curves when R2: 1000' & s 25' on curves tion(s) when Rs 1000'. Pavement Mark-RP 200' on tangents, 50' on curves when at pavement ¼" Horizontal ers<D R 2: 1000' & 25' on curves when R s 1000'. marker loca- For PCC surfaced streets lane cold joints will tion(s) suffice CD Staking for feature may be omitted when ad1acent marker stakes reference the offset and elevation of those features and the accuracy requirements of the RP meet the requirements for the feature @ Reference points shall be sufficiently durable and set securely enough to survive with accuracy intact throughout the installation & inspection of the features or adjacent facilities for which they provide control. RP means reference point for the purposes of this table @ Perpendicular to centerline. © Some features are not necessarily parallel to centerline but are referenced thereto ® Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the feature @ 2: means greater than, or equal to, the number following the symbol. s means less than, or equal to, the number fol- lowing the symbol. 0 The cut datum for storm drainage & sanitary sewer pipes & similar structures shall be their invert. The cut datum for all other utilities shall be the top of their pipe or conduit. All guard stakes, line stakes and lath shall be flagged. Unless otherwise approved by the Engineer flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(8) l'l •+' Revised 3/6/15 Contract No. 50401 Page 59 of 104 TABLE 2-9.2.2(8) Survey Stake Color Code for Construction Staking Type of Stake Description Color* Horizontal Control Coordinated control points, control lines, control reference points, centerline, White/Red alianments, etc. Vertical Control Bench marks White/Or- anae ClearinQ Limits of clearina Yellow/Black Grading Slope, intermediate slope, abutment fill, rough grade, contour grading, final Yellow made, etc. Structure BridQes, sound and retaininq walls, box culverts, etc. White Drainage, Sewer, CJrb Pipe culverts, junction boxes, drop inlets, hEiadwalls, sewer lines;, storm Blue drains, slope protection, curbs, qutters, etc. Riaht-of-Wav Fences, R/ W lines, easements, orooertv monuments, etc. White/Yellow Miscellaneous Siqns, railings, barriers, liqhting, etc. OranQe * Flagging and marking cards, 1f used. 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2- 9.1 through 2-9.2.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made. Payment for the replacement of dis- turbed monuments and the filing of records of survey and/or corner records, including filing fees, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made. 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the quality and practice required by the Engineer. 2-9.4 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the finished work. Grades for underground conduits wm be set at the surface of the ground. The Contractor shall transfer them to the bottom of the trench. 2-10 AUTHORllY OF BOARD AND ENGINEER. The Board has the final authority in all matters affecting the Work. Within the scope of the Contract, the Engineer has the a1uthority to enforce com- pliance with the Plans and Specifications. The Contractor shall promptly comply with instructions from the Engineer or an authorized representative. The decision of the Engineer is final and binding on all questions relating to: quantities; acceptability of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless otherwise ordered by the Board. 2~10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. ,, •~ Revised 3/6/15 Contract No. 50401 Page 60 of 104 2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor's staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, pay- rolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contrac- tor's ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Contractor shall notify the Engineer before noon of the working day before inspection is required. Work shall be done only in the presence of the Engineer, unless otherwise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized representatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and work- manship are in accordance with these specifications. Inspection of the Work shall not relieve the Con- tractor of the obligation to fulfill all conditions of the Contract. ., f..-, Revised 3/6/15 Contract No. 50401 Page 61 of 104 SECTION 3 -CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR.. 3-1.1 General. Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to thei Work or to the interests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as granting a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, charactE:ir of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limita- tion, the change shall be by written Supplemental Agreement between the Contractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are involved, shall provide for the Contractor's signature indicating acceptance. 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in conform- ance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 50 percent, payment will be made per Section 3-2.2.2 or 3-2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4 .. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 125 percent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested l~ •+' Revised 3/6/15 Contract No. 50401 Page 62 of 104 in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipu- lated Unit Prices may be used for the adjustment of Contract changes when so specified in the Special Provisions. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement cannot be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise specified in Sections 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construction, Contractor shall provide a schedule of values for all lump sum bid items that shall be used for the purpose of progress payments. The prices shall be valid for the purpose of change orders to the project. 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notification in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifica- tions is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material cannot be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for han- dling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Section 3-3. 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as "extra work" when the Engineer deter- mines that it is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. 3-3.2.2 Basis for Establishing Costs. (a} Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. {'\ •ff Revised 3/6/15 Contract No. 50401 Page 63 of 104 The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Section 3-3.2.3 (a). (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary for the progress of the Work. Ne> markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replace- ment value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" published by CAL TRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all inciden- tals. Necessary loading and transportation costs for equipment used on the extra work shall be in- cluded. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Contractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer's ratings and approved modifications shall be used to classify equipment and it shall be powered by a unit of at least the minimum rating recommended by the manufacturer. The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer sitE~. (d) Otlher Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work, and be of a type not ordinarily available from the Contractor or Subcon- tractors. Invoices covering all such items in detail shall be submitted with the request for payment. ·'. \.., Revised 3/6/15 Contract No. 50401 Page 64 of 104 (e) Invoices. Vendors' invoices for material, equipment rental and other expenditures shall be sub- mitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ................................... 20 2) Materials . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 3) Equipment Rental ................... 15 4) Other Items and Expenditures .. 15 To the sum of the costs and markups provided for in this section, one percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcon- tractor, the markup established in Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the following Work site conditions (hereinafter called changed conditions), in writing, upon their discovery and be- fore they are disturbed: 1. Subsurface or latent physical conditions differing materially from those represented in the Con- tract; ., f.+1 Revised 3/6/15 Contract No. 50401 Page 65 of 1 04 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safiety Code that is required to be removed to a Class I, Class 11, or Class Ill disposal site in accordance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engi- neer determines that conditions are changed conditions and they will materially affect performance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Con- tractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor's failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engi- neer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Con- tractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the District with a written document containing a description of the par- ticular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. "The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City's ~oposedfi~al e~timate in order for it to be further considered." By: . U) rt!\~ Title:·___,·.____,._,l"-·..t.__8-"---"'-""c.....::..;;_"'------ Date: J :J ... 4 -/r;; l'\ •+' Revised 3/6/15 Contract No. 50401 Page 66 of 104 The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified here- inafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. City Engineer 5. General Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the District will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the District will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the General Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the General Manager. Actual approval of the claim is subject to the change order provi- sions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 ( commencing with Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1} This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or l~ss which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7 .1 ( commenc- ing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. l'\ •tr Revised 3/6/15 Contract No. 50401 Page 67 of 104 (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or re,lating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against 'the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conferenc,e to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. { e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claim- ant may file a claim as provided in Chapter 1 ( commencing with Section 900) and Chapter 2 ( com- mencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: ,, •+' Revised 3/6/15 Contract No. 50401 Page 68 of 104 (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2. 5 ( commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 ( commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of tt,e parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de nova but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. ,, •41' Revised 3/6/15 Contract No. 50401 Page 69 of 104 SECTION 4 -CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer's approval. Materials and work quality not conforming to the requirements of the Specifications shaH be consid- ered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if peirmitted by the Specifica- tions. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facili- ties and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Contractor shall also adequately protect new and existing work and all items of equipment for the duration of the Con- tract. The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or re- move equipment or materials which have been installed or delivered and which may be necessary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical ma- terials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrication, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are acceptable upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed elec- trical panel boards, large pumps, sewage plant equipment, etc., are subject to inspection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing ,, •+; Revised 3/6/15 Contract No. 50401 Page 70 of 1 04 of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the En- gineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory ser- vices within 50 miles of the geographical limits of the Agency. For private contracts, all costs of in- spection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for testing to the place and at the time designated by the Engineer. Unless oth- erwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection, or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor's responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer 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 incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the prod- uct from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the re- quirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. l'l •+;' Revised 3/6/15 Contract No. 50401 Page 71 of 104 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifications and accept the manufacturer's written certification that the materials to be supplied meet those re- quirements. Material test data may be required as part of the certification. 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that speci- fied. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words or equal. A listing of mate1"ials is not intended to be comprehensive, or in order of preference. The Contractor may offer any material, process, or equip- ment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the contract documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer's findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opin- ion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for proportion- ing materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County .. The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator's platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut dowri. Weighing equipment shall be so insulated against vibration or moving of othe,r operating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. l'l •+' Revised 3/6/15 Contract No. 50401 Page 72 of 104 . 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain-measur- ing devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to ex- ceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certifi- cates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified As- phalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials' tests, as defined by these Specifi- cations or by the special provisions, required to accept the Work. Credible evidence is process obser- vations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The investigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional information in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the cooperative investigation concluded. Whenever the cooperative in- vestigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the implementation of a resolu- tion process by committee. The continuance of the investigation shall be contingent upon recipient's agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notifica- tion. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the cooperative investigation and will re- consider all available information and if necessary gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an ac- ceptable resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its written noti- fication and agrees to bear all investigative related costs thus far incurred; or 3. At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, the Contractor shall bear and maintain a record for all the investigative costs until " •fi Revised 3/6/15 Contract No. 50401 Page 73 of 104 resolution. Should the investigation discover assignable causes for tlhe contradiction, the as- signable party, the Agency or the Contractor, shall bear all costs associated with the investi- gation. Should assignable causes for the contradiction extended to both parties, the investiga- tion will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assignable cause, the investigation will as- sign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradiction, the initiator of the investigation shall bear all investi- gative costs. All claim notification requirements of the contract pertaining to the contradiction shall be suspended until the investigation is concluded. 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quan- tity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in Section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency's boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site cm which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. -~ f.1 Revised 3/6/15 Contract No. 50401 Page 74 of 104 SECTION 5 -UTILITIES 5-1 LOCATION. The Agency 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 and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, telephone, or cable television are shown on the Plans, the Contractor shall assume that every property parcel will be served by a service connection for each type of utility. As provided in Section 4216 of the California Government Code, at least 2 working days prior to com- mencing any excavation, the Contractor shall contact the regional notification center (Underground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installa- tions. The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its opera- tions. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accord- ance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place the neces- sary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engi- neer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. Where concrete is used for backfill or for structures which would result in embedment, or partial em- bedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor's operations, the Contractor shall notify the Engineer ·'. f.+; Revised 3/6/15 Contract No. 50401 Page 75 of 104 and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as "abandoned" or "to be abandoned in place". Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements before com- mencement of work by the Contractor. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocatE~, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its conven- ience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall ar- range for the relocation of service connections as necessary between the m1~ter and property line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3-3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering service connections. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as lnstalled by others. In order to mini- mize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor's convenience and no additional compensation will be allowed therefore or for addi- tional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-5 DELAYS. The Contractor shall notlfy the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time available for pro- tection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Section 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. l'l •+;' Revised 3/6/15 Contract No. 50401 Page 76 of 104 The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or alterations not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor's actual loss as was unavoidable and the Contractor may be granted an extension of time. 5-6 COOPERATION. KSD is currently constructing an 54-inch steel water transmission main in Faraday Avenue. When necessary, the Contractor shall so conduct its operations as to permit KSD access to Faraday Ave. and provide time for utility work to be accomplished during the progress of the Work. l'\ •+' Revised 3/6/15 Contract No. 50401 Page 77 of 104 SECTION 6 -PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within 10 calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the ContraGtor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6- 4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion of the, preconstruction meeting. 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Con- struction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Baseline Construction Schedule shall include each item and element of Sections 6··1.2 through 6-1.2.9 and shall be on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media. 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall pre- pare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall depict a work- able plan showing the sequence, duration, and interdependence of all activities required to represent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Sched- ule shall include detail of all project phasing, staging, and sequencing, including all milestones neces- sary to define beginning and ending of each phase or stage. 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Con- tractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprisiing the schedule. 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identi- fication number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows 2000 compatible "Suretrak" program by Primavera or "Project" program by Microsoft Corpo- ration to prepare the Baseline Construction Schedule and all updates thereto. The Contractor shall submit to the Agency a CD-ROM data disk with all network information contained thereon, in a format readable by a Microsoft Windows 2000 system. The Agency will use a "Suretrak", "Project" or equal software program for review of the Contractor's schedule. Should the Contractor elect to use a sched- uling program other than the "Suretrak" program by Primavera or "Project" program by Microsoft Cor- poration the Contractor shall provide the Engineer three copies of the substituted program that are ·'l f.+r Revised 3/6/15 Contract No. 50401 Page 78 of 104 fully licensed to the Agency and 32 class hours of on-site training by the program publisher for up to eight Agency staff members. The classes shall be presented on Mondays through Thursdays, inclu- sive, between the hours of 8:00 a.m. and 5:00 p.m. The on-site training shall be held at 1635 Faraday Avenue, Carlsbad, California. The dates and times of the on-site training shall be submitted to the Engineer for approval five working days before the start of the on-site training. The on-site training shall be completed prior to the submittal of the first Baseline Construction Schedule. 6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activities, in- cluding submittals, interfaces between utility companies and other agencies, project milestones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the Contractor's plan for project execution, to accurately describe the pro- ject work, and to allow monitoring and evaluation of progress and of time impacts. Each activity's description shall accurately define the work planned for the activity and each activity shall have rec- ognizable beginning and end points. 6-1.2.6 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. 6-1.2. 7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency sup- plied materials, equipment, or services, which may impact any activity's construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. 6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per Section 6-4. 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor's plan to support and maintain the project for the entire contractual time span of the project. Should the Con- tractor propose a project duration shorter than contract duration, a complete Baseline Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of Section 6-1. The Engineer may choose to accept the Contractor's proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and pri- vate, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency's acceptance of a shortened duration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. 6-1.2.1 O Engineer's Review. The Construction Schedule is subject to the review of the Engineer. The Engineer's determination that the Baseline Construction Schedule proposed by the Contractor com- plies with the requirements of these supplemental provisions shall be a condition precedent to issu- ance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Con- struction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the Con- tractor to obtain the Engineer's determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions within thirty (30) working days after the date of the preconstruction meeting shall be grounds for termination of the contract per Section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 30 working days. ·'l "'-tr Revised 3/6/15 Contract No. 50401 Page 79 of 104 The Engineer will review and return to the Contractor, with any comments, the Baseline Construction Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per Sections 6-1.2.10.1 through 6-1.2.10.3. 6-1.2.10.1 "Accepted." The Contractor may proceed with the project work upon issuance of the No- tice to Proceed, and will receive payment for the schedule in accordance with Section 6-1.8.1. 6-1.2.10.2 "Accepted with Comments." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per Section 6-1.8.1. 6-1.2.10.3 "Not Accepted." The Contractor must resubmit the schedule incorporating the corrections and changes of the comments prior to receipt of payment p1~r Section 6-1.8. ·1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" or "Accepted with Comments" by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the~ comments are not sub- mitted as required hereinbefore and marked "Accepted" by the Engineer. 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engi- neer during the last week of each month to agree upon each activity's schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media per the submittal requirements of Section 2-5.3 and will include each item and element of Sections 6-1.2 through 6-1.2.9 and 6-1.3.1 through 6-1.3. 7. 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Con- tractor shall report the percentage determined by the Engim~er as complete for the activity. 6-1.3.3 Electronic Media. The schedule data disk shall be a CD-ROM, label,ed with the project name and number, the Contractor's name and the date of preparation of the schedule data disk. The sched- ule data disk shall be readable by the software specified in Section 6-1.2.4 "Schedule Software" and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. 6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change. 6-1.3.5 Change Orders. Each monthly update will include the addition of the network revisions re- flecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor's change orders. 6-1.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their dura- tions arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. ,, •+' Revised 3/6/15 Contract No. 50401 Page 80 of 104 6-1.4 Engineer's Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be returned marked as per Sections 6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked "Accepted with Comments" or "Not Accepted" by the Engineer will be returned to the Contractor for correction. Upon resubmittal the En- gineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated con- struction schedule will invoke the same consequences as the Engineer returning a monthly updated construction schedule marked "Not Accepted". 6-1.4.1 "Accepted." The Contractor may proceed with the project work, and will receive payment for the schedule in accordance with Section 6-1.8.2. 6-1.4.2 "Accepted with Comments." The Contractor may proceed with the project work. The Con- tractor must resubmit the Updated Construction Schedule to the Engineer incorporating the correc- tions and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. 6-1.4.3 "Not Accepted." The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked "Accepted" by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor's responsibility. 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent "Accepted" Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor im- mediately following the "Accepted" schedule. 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explana- tion of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of Section 2-5.3 and per the schedule review and acceptance requirements of Section 6-1, including but not limited to the acceptance and payment provisions. As used in this section "substantially different" means a time variance greater than 5 percent of the number of days of duration for the project. 6-1. 7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor's Final Schedule Update must accurately represent the actual dates for all activities. The final schedule update shall be pre- pared and reviewed per Sections 6-1.3 Preparation of Schedule Updates and Revisions and 6-1. 4 Engineer's Review of Updated Construction Schedule. Acceptance of the final schedule update is required for completion of the project and release of any and all funds retained per Section 9-3.2. 6-1.8 Measurement and Payment of Construction Schedule. The Contractor's preparation, revi- sion and maintenance of the Construction Schedule are incidental to the work and no separate pay- ment will be made therefore. {'\ •+; Revised 3/6/15 Contract No. 50401 Page 81 of 104 6-2 PROSECUITION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor's Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all exca- vations and restore to usefulness all improvements existing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Con- tractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and ma- terials, and performing all operations necessary to complete the Project Work as shown on the Pro- ject Plans and as specified in the Specifications. 6-2.3 Project Meetings. The Engineer will establish the time and location of (weekly) Project Meet- ings. The Contractor's Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under Section 7-6, "The Contractor's Representative". No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or ln part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immedi- ately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise specified in Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of archaeo- logical or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone imple- ments or other artifacts, animal bones, human bones, and fossils. The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equip- ment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fail!s to maintain the Work schedule which will insure the Agency's interest, or, if the Contractor is not carrying out the intent of {'\ • .., Revised 3/6/15 Contract No. 50401 Page 82 of 104 the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board's opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board's consent In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Con- tractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for that part, and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the premises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such methods. In any event, the cost of completing the Work shall be charged against the Contractor and its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency within 5 days after the completion, all costs in excess of the sums due. The provisions of this section shall be in addition to all other rights and remedies available to the Agency under law. 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6·6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifica- tions. No extension of time will be granted for a delay caused by the Contractor's inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof. The proof must be provided in a timely manner in accordance with the sequence of the Contractor's operations and the approved con- struction schedule. ·'l fit+; Revised 3/6/15 Contract No. 50401 Page 83 of 104 If delays beyond the Contractor's control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interests of the AgEmcy. The Contractor will not be entitled to damages or additional payment due to such delays, except as provided in Section 6-6.3. If delays beyond the Contractor's control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages in- curred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall prnvide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and super- visor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s} therefore. 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Contract for such portion. The time of completion of the Contract shall be expressed in working days. The Con- tractor shall diligently prosecute the work to completion within 90 working da1~ after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master La1bor Agreement entered into by the Con- tractor or on behalf of the Contractor as an eligible member of a contractor association, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 per- cent of the normal work force for cause as defined in Section 6-6.1. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours l'\ •+' Revised 3/6/15 Contract No. 50401 Page 84 of 104 or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each working day to be charged against the Contract time. These determinations will be discussed and the Con- tractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indicate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the Engi- neer for acceptance upon receipt of the Contractor's written assertion that the Work has been com- pleted. The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the require- ments of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor's sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time al- lowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of One Thousand Five Hundred Dollars ($1,500.00). Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that One Thou- sand Five Hundred Dollars ($1,500.00) per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negli- gence. The Contractor will not be required to reclean such portions of the improvement before field {'\ •+; Revised 3/6/15 Contract No. 50401 Page 85 of 104 acceptance, except for cleanup made necessary by its operations. Nothinf1 in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any completed facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Con- tractor, Subcontractor, their officers, employees, or agents. l'\ . •+; Revised 3/6/15 Contract No. 50401 Page 86 of 1 04 SECTION 7 -RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or otherwise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with applica- ble provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimina- tion because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. In accordance with the Labor Code, the Board has on file and will publish a schedule of prevailing wage rates for the types of work to be done under the Contract. The Contractor shall not pay less than these rates. Each worker shall be paid subsistence and travel as required by the collective bargaining agreement on file with the State of California Department of Industrial Relations. The Contractor's attention is directed to Section 1776 of the Labor Code which imposes responsibility upon the Contractor for the maintenance, certification, and availability for inspection of such records for all persons employed by the Contractor or Subcontractor in connection with the project. The Con- tractor shall agree through the Contract to comply with this Section and the remaining provisions of the Labor Code. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 10 of the Public Works Contract. The cost of this insurance shall be included in the Contractor's Bid. 7-4 WORKERS' COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: "I am aware of the provisions of Section 3700 of the Labor Code which re- quire every employer to be insured against liability for workers' compensa- tion or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the perfor- mance of the work of this contract." The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers' Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. {'\ •+;' Revised 3/6/15 Contract No. 50401 Page 87 of 104 The Agency, its officers, or employees, will not be responsible for any claims in law or equity occa- sioned by failure of the Contractor to comply with this paragraph. All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of sucl1 policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain all permits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-5.1 Resource Agency Permits. No Resource agency permits are required for the Work. 7-6 THE CONTRACTOR'S REPRESENTATIVE. Before starting work, the Contractor shall desig- nate in writing a representative who shall have complete authority to act for it. An alternative repre- sentative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Con- tractor or its representative. In order to communicate with the Agency, the Contractor's representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascer- taining the nature and extent of any simultaneous, collateffal, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others. The Contractor will not be entitled to additional compensation from the Agency for damages resulting ("\ •+' Revised 3/6/15 Contract No. 50401 Page 88 of 104 from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-7 .1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensa- tion will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. When required by the Plans or Specifications, the Contractor shall furnish and operate a self-loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is incomplete. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor's Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. Failure of the Contractor to comply with the Engineer's cleanup orders may result in an order to sus- pend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air con- taminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. ,, •ff Revised 3/6/15 Contract No. 50401 Page 89 of 104 7 -8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time, and shall be performed by a licensed exterminator in accordance with requirements of ~,overning authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors result- ing from extermination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of employ- ees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condi- tion. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sewage shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and re- move all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Con- tractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control -Storm Water Pollution Prevention Plan I[SWPPP). The Contrac- tor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of con- structing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor and Contractor's QSD shall complete a "Project Threat Assessment Worksheet for Determination of the Construction SWPPP Level" as provided in the City of Carlsbad's Engineering Standards Volume I, Chapter 3. Contractor shall provide and implement the appropriate SWPPP as determined in the assessment worksheet. 7-8.6.1 General. The Contractor shall adhere to, the requirements of the :State Water Resources Control Board (SWRCB) and shall perform all work in accordance with Order No. 2009-0009- DWQ for Waste Discharges of Storm Water Runoff Associated with Construction and Land Disturbance Activities (Construction General Permit or CGP), and any subsequent amendments, where applicable. The revised Construction General Permit adopted on September 2, 2009 became effective on July 1, 2010 and applies to construction and land disturbance activities in excess of 1 acre in area, including linear underground or overhead construction projects (LUPs) such as pipelines and other utilities as defined in the CGP. The Contractor shall comply with all require- ments under the Construction General Permit as they apply to the construction site and maintain an updated Storm Water Pollution Prevention Plan (SWPPP) based on site conditions. The Contractor shall designate a Qualified SWPPP Developer (QSD) and a Qualified SWPPP Prac- titioner {QSP) who has satisfied the certification requirement::; and received approval by the SWRCB {'\ •fr' Revised 3/6/15 Contract No. 50401 Page 90 of 104 as specified in CGP. The QSD and QSP shall carry professional liability insurance in an amount not less than $1,000,000.00, evidence of such shall be provided to the Engineer and the Agency shall be named as additionally insured. The Contractor's QSD shall be certified in accordance with GCP requirements and qualified to write, amend, and certify the SWPPP for the project, and shall ensure adherence to the requirements in Construction General Permit when applicable. 7-8.6.2 Payment The Contractor's preparation, revision and maintenance of the SWPPP are incidental to the work and no separate payment will be made therefore 7-8.6.2 Best Management Practices (BMPs). Referenced BMPs shall comply with the plans and specifications, the "CASQA's Construction BMP Handbook", The City's Storm Water Management Plan for this project and Volume 4 of the City of Carlsbad's Engineering Standards. Prior to any land disturbance activities, the Contractor's QSD shall educate all employees, subcon- tractors, and suppliers about storm water pollution prevention and mitigation measures needed during various construction activities to prevent the impacts originating from construction discharges. The Contractor's QSD shall ensure that all personnel are trained in basic urban runoff management. A list of training attendees and copies of the educational materials shall be incorporated into the SWPPP and submitted to the Engineer as part of the first progress payment request. The Contractor shall protect with BMPs, such as gravel bags and filter fabric, all new and existing storm water conveyance system structures and other facilities from sedimentation or other related construction debris and discharges, or by any other equal product that is approved by the Engineer. All BMP amendments shall be included in the SWPPP and shown on the erosion control plan, or BMP exhibit. The Contractor shall conduct and schedule land disturbance operations, such as demolition, clearing, and grading, to minimize or avoid rain fall induced erosion and sediment discharges that result in muddying and silting of paved streets, channels, storm drains, and water bodies. Any modifications to the phasing of construction activities shall be shown on the erosion control plan. Water pollution control activities shall also consist of implementing good housekeeping pollution control measures to reduce the discharge of pollutants from construction sites to the maximum extent practicable. Such features as drainage gutters, check dams, silt fences, slope protection blankets, and retention basins shall be constructed concurrently with other work and at the earliest practicable time. The Contractor shall prevent any non-storm water discharges including concrete rinse water or other pollutant from entering into receiving waters and any storm water conveyance facility by using physi- cal barriers. The Contractor shall maximize the preservation of existing native and non-native vegetation and min- imize soil disturbance beyond the required limits of the work. Unless approved by the Engineer, all BMPs shall comply with the specification in the "Construction Handbook (2009)" published by the California Storm Water Quality Association (CASQA) that can be downloaded from the CASQA web site at: http://www.cabmphandbooks.com ('\ • ., Revised 3/6/15 Contract No. 50401 Page 91 of 104 7-8.6.3 Dewatering. Dewatering shall be performed by the Contractor when specifically required by the Plans or Specifications, and as necessary for construction of the Work. Dewatering shall be per- formed in conformance with all applicable local, state and Federal laws and permits issued by juris- dictional regulatory agencies. Permits necessary for treatment and disposal of accumulated water shall be obtained by the Contrac- tor. Water quality sampling and testing required to obtain necessary permits, and to comply with the provisions of necessary permits, shall be obtained and completed by the Contractor. Accumulated water shall not be released into a storm drain or receiving body of water. Prior to release of accumulated water into the sanitary sewer system, the Contractor shall obtain and submit a valid "Special Use Discharge Permit" issued by the Encina Wastewater Authority for the subject Work. 7-8.6.3.1 Submittals, detailing its proposed plan and methodology of dewateiring, treatment and dis- posal of accumulated water. The plan shall identify the location, type and size of dewatering devices and related equipment, the size and type of materials composing the collection system, the size and type of equipment to be used to retain and treat accumulated water, and the proposed disposal locations. A meter shall be installed to monitor the flow rate and total flow of water discharge into the sanitary sewer system. Accumulated water shall be treated prior to its disposal as specified and as required by a permit. The plan, at a minimum, shall incorporate treatment facilities to remove sediment from the accumulated water prior to its discharge into the sanitary sewer system. Treatment for sediment removal shall be in accordance with Best Management Practice NS-2 in the CAL TRANS Storm Water Quality Hand- book. The Contractor shall sample and test accumulated water discharged into the sanitary sewer system upon initiation of the discharge and on a monthly basis then~after while dewatering activities are un- derway. Samples shall be tested for TDS, Ph and EPA 624 constituents. Accumulated water discharged into the sanitary sewer system shall be metered, and shall not be released at an instantaneous or accumulated rate greater than 10,000 gallons/day. 7-8.6.4.2 Management of Hydrocarbon Contaminated Soils. If contaminated Soils encountered during the Work they shall be handled in accordance with Best Management Practice WM-7 of the CAL TRANS Storm Water Quality Handbook. The Contractor shall, at its expense and as directed by the Engineer, temporarily stockpile all Contaminated Material at the location designated upon the Plan. Imported Material required to replace Contaminated Material for the purpose of excavation backfill shall be subject to Section 3-3 EXTRA WORK, unless Imported Material is already being used by the Contractor to replace Wet Material in accordance with Section 300-2.2.2 Wet Material, and the Contaminated Soil is also Wet Material. The Engineer will sample and test the stockpiled material for contamination, and upon acquisition of the test results, will provide additional direction to the Contractor regarding the permanent dis- posal, removal and/or handling of the material. The additional disposal, removal and/or handling of the material as directed by the Engineer, shall be subject to Section 3-3 EXTRA WORK. ('\ •+' Revised 3/6/15 Contract No. 50401 Page 92 of 104 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installations, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a por- tion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. Maintenance of street and traffic signal systems that are damaged, temporarily removed or relocated shall be done in conformance with 307-1.5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor's operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right- of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be in- cluded in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor's operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Unless otherwise authorized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. Safe and adequate pedestrian and vehicular access shall be provided and maintained to: fire hydrants; commercial and industrial establishments; churches, schools and parking lots; service stations and motels; hospitals; police and fire stations; and establishments of similar nature. Access to these facil- ities shall be continuous and unobstructed unless otherwise approved by the Engineer. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian crossings of the Work at intervals not exceeding 90 m (300 feet), shall be maintained unless otherwise approved by the Engineer. Vehicular access to residential driveways shall be maintained to the property line except when neces- sary construction precludes such access for reasonable periods of time. If backfill has been completed l'l •+' Revised 3/6/15 Contract No. 50401 Page 93 of 104 to the extent that safe access may be provided, and the street is opened to local traffic, the Contractor shall immediately clear the street and driveways and provide and maintain aecess. The Contractor shall cooperate with the various parties involved in the delivery of mail and the collec- tion and removal of trash and garbage to maintain existing schedules for these services. Grading operations, roadway excavation and fill construction shall be conducted by the Contractor in a manner to provide a reasonably satisfactory surface for traffic. When rou~Jh grading is completed, the roadbed surface shall be brought to a smooth, even condition satisfactorv for traffic. Unless otherwise authorized, work shall be performed in only one-half the roadway at one time. One half shall be kept open and unobstructed until the opposite side is ready for use. If one-half a street only is being improved, the other half shall be conditioned and maintained as a detour. The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City's contracted waste disposal company, Coast Waste Management at 929-9417. During overlay operations, the Contractors schedule for overlay application shall be designated to provide residents and business owners whose streets are to be overlaid sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy-two hours prior to the start of any construction in thE:'.! public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impend- ing disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24-hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the con- struction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 lb. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix "A". In addition to the notifications, the contractor shall post no parking signs 48 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the con- tractor to meet the posted date requires re-posting the no parking signs 48 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 48 hours in advance of the rescheduled work. ,, •+; Revised 3/6/15 Contract No. 50401 Page 94 of 104 The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional compensation for printing and distributing these notices. The contractor shall replace all street markings and striping damaged by construction activities. The Contractor shall include in its Bid all costs for the above requirements. 7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall not be stored in streets, roads, or highways for more than 5 days after unloading. All materials or equipment not installed or used in construction within 5 days after unloading shall be stored elsewhere by the Contractor at its expense unless authorized additional storage time. Construction equipment shall not be stored at the Work site before its actual use on the Work nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of equipment may be authorized by the Engineer. Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless otherwise permitted. After placing backfill, all excess material shall be removed immediately from the site. 7-10.3 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State, County, and City requirements for closure of streets. The Contractor shall provide barriers, guards, lights, signs, temporary bridges, flag persons, and watchpersons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Contractor shall furnish and install signs and warning devices and promptly remove them upon completion of the Work. After obtaining the Engineers approval and at least 5 working days before closing, detouring, par- tially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1) The Engineer ................................................................................ . 2) Carlsbad Fire Department Dispatch .............................................. . 3) Carlsbad Police Department Dispatch .......................................... .. 4) Carlsbad Traffic Signals Maintenance (extension 2937) ............... .. 5) Carlsbad Traffic Signals Operations .............................................. . 6) North County Transit District ......................................................... . 7) Waste Management ...................................................................... . (760) 602-2720 (760) 931-2197 (760) 931-2197 (760) 438-2980 (760) 602-2752 (760) 967-2828 (760) 929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's writ- ten approval prior to deviating from the requirements of 2) through, and including, 7) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. The Contractor shall secure approval, in advance, from authorities concerned for the use of any bridges proposed by it for public use. Temporary bridges shall be clearly posted as to load limit, with signs and posting conforming to current requirements covering "signs" as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and these provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function ., f.+r Revised 3/6/15 Contract No. 50401 Page 95 of 104 as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option, install the traffic signs, markings, delineation or devices and charge the Con- tractor twenty dollars ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the ap- proved traffic control plan. All construction area signs shall conform to the provisions of Section 206- 7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of Section 214- 5.1.et seq. All temporary reflective channelizers shall conform to the provisions of Section 214-5.2 et seq. Ali paint for temporary traffic striping, pavement marking, and curb marl<:ing shall conform to the provisions of Section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to Section 210-1.6 for materials and Section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no long1sr required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public durin~I such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in Section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with re'flective cone sleeves as specified in CALTRANS "Standard Specifications", except the sleeves shall be 7" long. Personal ve- hicles of the Contractor's employees shall not be parked within the traveled way, including any Section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 6' of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 25' intervals to a point not less than 25' past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20- 1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign sl1all be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. 7-10.3.2 Maintaining Traffic. The Contractor's personnel shall not work closer than (insert minimum acceptable lateral safety buffer distance, eg. 1.8 m (6')), nor operate equipment within 0.6 m (2') from any traffic lane occupied by traffic. For equipment the (insert minimum acceptable shy distance, eg. 0.6 m (2')) shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and loca- tion of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. ,, •fr' Revised 3/6/15 Contract No. 50401 Page 96 of 104 During the entire construction, a minimum of one paved traffic lanes, not less than 12' wide, shall be open for use by public traffic in each direction of travel. 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and provisions under "Maintaining Traffic" elsewhere in these Provisions. The provisions in this sec- tion will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. No traffic lane closures will be allowed between the hours of 4 p.m. to 8:30 a.m. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said compo- nents may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe oper- ations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan pro- posed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) published by CAL TRANS. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other tem- porary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the tempo- rary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pave- ment delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. 7-10.3.6 Preparation of Traffic Control Plan Sheets. No traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans. The Contractor shall have such new TCP pre- pared and submitted as a part of the Work for any and all construction activities that are located within the traveled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The ., f.fi' Revised 3/6/15 Contract No. 50401 Page 97 of 104 Contractor must submit the TCP for the Engineer's review in conformance with the requirements of Section 2-5.3, et seq. and obtain the Engineer's approval of the TCP prior to implementing them. The minimum 20-day review period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer's review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. Such modification, addition, supple- ment, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such modifications, supplements, and/or new designs to the TCP when, in the, Engineer's sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registered profes- sional engineer retained by the Contractor will be beneficial to the best inten9sts of the Agency. Such modification, addition, supplement, and/or new design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such modification, addition, supplement, and/or new designs of TCP shall not pre- suppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall conform to the requirements of Section 2-5.3 Shop Drawings and Submittals. 7-10.3. 7 Payment. The Contractor shall provide traffic control at the contract lump sum price bid. The contract lump sum price paid for "traffic control" shall include full compensation for furnishing all labor (including flagging costs), materials (including signs), tools, equipment and incidentals, and for doing all the work involved in preparation, reproduction and changing of traffic control plans, placing, applying traffic stripes and pavement markers with bituminous adhesive, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the plans and approved additions and modifications, as specified in these supplemental provisions, and as directed by the Engineer. All expenses and time to prepare and review modifications, additions, supplements and/or new TCP designs shall be included in the lump sum bid for traffic control and no additional payment will be made therefore. Flagging costs will be paid for as a part of the Lump Sum Amount for "Traffic Control." The cost of labor and material for portable concrete barriers will be paid for at the unit price bid. When there is no bid item the cost of labor and material for portable concrete barriers they will be paid as an incidental to the work being performed and no additional payment will be made therefore. Progress payments for "Traffic Control" will be based on the percentage of the improvement work completed. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and Gen1eral Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers' protection from the hazard of caving ground during the excavation of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start until the Engineer has accepted th•9 plan and the Contractor has obtained a '" •.,-Revised 3/6/15 Contract No. 50401 Page 98 of 104 permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are provided, or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engi- neer, or as otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Engineer's approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous sub- stances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Sec- tion 5194 of the California Code of Regulations shall be requested by the Contractor from the manu- facturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Material Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe conditions. 7-10.4.4 Confined Spaces. (a} Confined Space Entry Program. The Contractor shall be responsible for implementing, administer- ing and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and contain pro- cedures for safe entry into confined spaces, including, but not limited to the following: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potential isolation and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space 7. Special hazards consideration 8. Personal protective equipment 9. Rescue plan provisions The Contractor's submittal shall include the names of its personnel, including subcontractor personnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Sec- tion 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, ~~ f.tr Revised 3/6/15 Contract No. 50401 Page 99 of 104 excavations, or other enclosed or partially enclosed spaces shall be considered permit-required con- fined spaces until the pre-entry procedures demonstrate otheiwise. The Contractor shall implement a permit space program prior to performing any work in a permit-required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all neces- sary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall in- demnify and hold the Agency harmless from any legal action that may be brought for infringement of patents. 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, archi- tects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer's approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and National laws and County and Municipal ordinances and regulations which in any manner affect those em- ployed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 7~14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: "In entering into a public works contract or a subcontract to supply goods, services, or materials pur- suant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, ser- vices, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties." {'\ •'7 Revised 3/6/15 Contract No. 50401 Page 100 of 104 SECTION 9-MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from measure- ments or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planim- eter shall be considered an instrument of precision adapted to measurement of all areas. 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sections in- volved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with duplicate licensed weighmaster's certificates showing actual net weights. The Agency will accept the certificates as evi- dence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Standard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated "Lump Sum", "LS.", or "Job", shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accordance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for dis- posing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. -('\ •;; Revised 3/6/15 Contract No. 50401 Page 101 of 104 Whenever any portion of the Work is performed by the Agency at the Contractor's request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or be- coming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precautions which are the Contractor's responsibility have not been takem and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such pay- ment be construed to be acceptance of any of the Work. Payment shall not be construed as the trans- fer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6-10. Guarantee periods shall not be affected by any payment but shall commence on the date of re- cordation of the "Notice of Completion." If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor's failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as prescribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is com- patible with the Agency's payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the clo- sure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed pro- gress pay estimate and submit it to the Contractor for the Contractor's information. Should the Con- tractor assert that additional payment is due, the Contractor shall within ten ('I 0) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after rece~ipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental pay- ment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a doc- ument setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty {'\ •ii' Revised 3/6/15 Contract No. 50401 Page 102 of 104 (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. From each progress estimate, 10 percent will be deducted and retained by the Agency, and the re- mainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from remaining pro- gress estimates and from the final estimate may be limited to $500 or 10 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress pay- ments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the En- gineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written statement required in Section 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in Section 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. l'\ •+;' Revised 3/6/15 Contract No. 50401 Page 103 of 104 The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further infor- mation and details as may be required by the Engineer to d13termine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Sec- tion 3-5, Disputed Work, for those claims remaining in dispute. 9-3.3 Delivered Materials. When provided for in the Specifications, and subject to the limitation and conditions therein, the cost of materials and equipment delivered but not incorporated into the Work will be included in the progress estimate. 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. 9-3.4 Mobilization. When a bid item is included in the Proposal form for m1)bilization and subject to the conditions and limitations in the Specifications, the costs of work in advance of construction oper- ations and not directly attributable to any specific bid item will be included in the progress estimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be made at the stipulated lump-sum price bid therefore in the bid schedule Ten Thousand dollars ($10,000.00), and includes full compensation for furnishing all insurance, bonds, licenses, labor, ma- terials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necE;Ssary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct wc1rk on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stip1Ulated lump sum amount is sufficient for Mobilization and Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the NotiGe to Proceed}, forty percent (40%} of the amount bid for Mobilization and Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%} of the amount bid for mobilization and preparatory work will be al- lowed therefore. 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. Bid Item Descriptions for each bid item is listed in the Technical Specifications Section 01025, Measurement and Payment. All work shown or mentioned on the plans, in the Con- tract Documents, General Provisions, or Technical Provisions/Specifications shall be considered as included in the Bid Items. Contractor must protect existing utiilities, improvemEmts, landscaping, irriga- tion systems, and vegetation in place. If damaged during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his expense. l'\ •+P Revised 3/6/15 Contract No. 50401 Page 104 of 104 Division Section Division 01 01010 01025 01530 Division 02 02050 02223 Division 03 03000 Division 09 09870 09874 09900 09902 Division 15 15000 15041 15044 15061 15092 15100 Division 16 16050 16056 16100 16120 16130 16191 16196 16421 16500 16950 Appendix A Appendix B Appendix C CITY OF CARLSBAD ELLERY PUMP STATION ABANDONMENT TECHNICAL SPECIF/CATIONS TABLE OF CONTENTS Section Name General Requirements Summary of Work Measurement and Payment Protection of Existing Facilities Site Work Site Demolition Trenching, Excavation, Backfilling, and Compacting Concrete Cast-In-Place Concrete Finishes Tape Coating System with Mortar Shield for the Exterior of Steel Water Pipelines Fusion-Bonded Epoxy Lining and Coating Painting and Coating Petrolatum Wax Tape Coating Mechanical General Piping System and Appurtenances Disinfection of Piping Hydrostatic Testing of Pressure Pipelines Cement-Mortar Lined and Coated Steel Pipe and Specials Miscellaneous Couplings, Pipe and Appurtenances Resilient Wedge Gate Valves (RWGV's) Electrical General Electrical Electrical Demolition, Removals, Modifications and Relocations Grounding Conductors Raceways and Boxes Electrical Supports, Anchors, and Fasteners Electrical Equipment Identification Utility Service Entrance Lighting Testing and Inspection Standard Drawings Definitions Approved Materials List for Use on Construction of Potable and Recycled Water Facilities SEPTEMBER 2014 Page 1 of 1 TABLE OF CONTENTS Division 0-1 General Requirements SECTION 01010 SUMMARY OF WORK PART1 WORK COVERED BY CONTRACT DOCUMENTS The City of Carlsbad, Municipal Water District (CMWD} is abandoning the Ellery Pump Station which includes three vertical turbine pumps and is located at 2237 Janis Way. The Ellery Pump Station Abandonment project includes: A. Remove and dispose of existing pumps, valves, piping, and appurtenances as shown on the Drawings. B. Remove and dispose of existing CMU block structure, concrete pad, meter panel, pressure transmitters and motor control center. C. Construction of piping, valves and appurtenances necessary for an above ground connection for emergency pumping by a trailer mounted water pump. D. Replacement of site lighting. E. Remove/dispose and replacement of pull boxes. F. Construction of new electrical service meter pedestal. G. Construction of new electrical conduits. H. Construction of a new rolled AC paved curb at edge of pavement. I. Perform a 2-inch grind of the existing pavement and provide a 2-inch AC pavement overlay on the entire site. PART2 WORK SEQUENCE AND CONSTRAINTS 2.1 Continuity of Ellery Tank Operations -General Construction under this Contract involves work to be conducted at the Ellery Pump Station and Tank site and connections to the existing water and electrical systems. The existing water and electrical systems are currently and continuously conveying water and power and those functions shall not be interrupted except as specified herein. The Contractor shall coordinate the work to avoid any interference with normal operation of the water and electrical systems. The pump station can be taken out of service as necessary to allow the Contractor to perform the necessary contract work. The Contractor shall show an activity and duration for the "pump station shut down" in the approved construction schedule. Requests for unanticipated/unscheduled shut downs of the pump station shall be submitted t the CMWD Inspector at least 48-hours in advance of the shutdown. CMWD approval of unscheduled shut downs is not certain and depends on operational constraints at the time of request. The Contractor shall provide temporary power as necessary to maintain operation of all onsite MAY 2014 1 of 3 SECTION 01010 Summary of Work facilities as directed by the inspector. In addition to the requirements specified elsewhere in these Contract Documents, the Contractor is advised of the following constraints to the work sequence and schedule. The work under this Contract shall be conducted in a manner that will minimize roadway closures or traffic obstructions caused by construction. No road shutdowns will be allowed The Contractor shall note that only certain structures, tie-ins and constraints are addressed in this section. All work, whether or not addressed here, shall be governed by applicable parts of this section, and schedules and procedures further submitted for approval. Changes to existing utilities or any new connection thereto must be coordinated to provide the least possible interference with water system operations. Prior to any connections to existing utilities all materials, fittings, supports, equipment and tools shall be on the site and all necessary labor scheduled prior to starting any connection work. The Contractor shall include all work described in this section in the construction schedule. The sequence and constraints identified in this section shall be followed in the construction of the work. However, alternatives to these sequences and constraints may be submitted by the Contractor for review by the City. No utility shall be disconnected without prior written approval from the utility owner and City. When it is necessary to connect a utility, the Contractor shall give at least two week notice to the utility owner and to the City for approval of the proposed schedule. Specific sequencing constraints include: A. The pre-construction conference shall be coordinated to accommodate attendance by representatives of the City and associated property Owners. B. Pressure testing of the pipelfnes shall be complete~d under the Contract. See Section 15044 for testing requirements. C. The Contractor shall maintain access to work sites and operation of the Ellery Tank. 2.2 Work Site Access Continuous access to the CMWD's facilities shall be provided at all times during the project. Access routes shall be provided by the Contractor and approved by the City and property Owners. The Contractor will be responsible for providing any temporary signage and controls to notify of any traffic routing or public access. MAY2014 2 of 3 SECTION 01010 Summary of Work PART3 FURNISHED MATERIALS CMWD shall provide use of water for testing purposes. PART4 TRENCH EXCAVATIONS No trench shall be left open during periods when the Contractor is not at the site of work. Trenches in these areas shall either be backfilled and temporarily paved, where applicable, or covered with steel trench plates. PART5 UNDERGROUND FACILITIES The Contractor shall exercise care in all excavations to avoid damage to existing underground facilities. This shall include potholing and hand digging in those areas where underground facilities are known to exist until they have been sufficiently located to avoid damage to the facilities. The Contractor shall exercise care in maintaining those pipes to be abandoned and/or removed which are required for the continuing operation of the existing water system until such time as they can be abandoned. The Contractor shall exercise extreme caution in working in any area adjacent to existing facilities. No additional compensation shall be provided the Contractor for compliance with the provisions of this section for the damage and repair of such utilities or facilities due to the lack of care. For work at the pump station the Contractor is responsible for coordinating all existing project documentation, including but not limited to, the Contract Documents and existing record drawings for the determination of the location of all underground utilities or facilities. If the Contractor determines that existing utilities or facilities interfere with the new Work and were not shown or were incorrectly shown in the Contract Documents, the Contractor shall notify the City. PART6 ACCESS FOR OTHER PERSONNEL During the course of the work of this Contract adjacent existing facilities will be used and maintained by City personnel. The Contractor shall coordinate its work in such a way as to interfere as little as possible with the routine work of existing facilities except in direct pursuit of the work of this Contract and as favorably reviewed by the City. The Contractor shall provide safe access at all times to all existing facilities for personnel and equipment. END OF SECTION MAY2014 3 of 3 SECTION 01010 Summary of Work SECTION 01025 MEASUREMENT AND PAYMENT PART 1 GENERAL 1.1 DESCRIPTION A. Measurement and payment for bid items listed in the proposal shall be based upon use of a lump sum or unit price method. Extra work or changes in the Work shall be accomplished as provided in the Special Provisions. 1.2 PAYMENT A. Payment for Unit Price Items Payment for a unit price bid item shall be based upon the amount shown in the bid schedule multiplied by the total quantity measurement of the item and shall be full compensation for furnishing all supervision, planning, design, design engineering fees, labor, transportation, materials, equipment, tools and appurtenances required for construction of the item complete in place in accordance with the Plans and Specifications. B. Payment for Lump Sum Items Payment for lump sum bid items shall be based upon the amount shown in the bid schedule and shall be full compensation for furnishing all supervision, planning, design, design engineering fees, labor, transportation, materials, equipment, tools and appurtenances required for construction of the unit of work complete in place in accordance with the Plans and Specifications. C. Work Not Listed in the Bid Schedule Costs for related work and appurtenances which are required and/or implied by the General Provisions, Technical Specifications, Special Provisions and Plans and are not listed as a separate bid item but are necessary to complete the project shall be included in the appropriate bid item or items within the proposal. PART2 MATERIALS 2.1 GENERAL (MEASUREMENT) A. Measurement for unit price quantities shall be based upon the appropriate bid item in the proposal. The actual quantity of measurement shall be as constructed by Contractor in place in conformance with the Plans and Specifications. 2.2 UNIT MEASUREMENTS A. Measurement for bid items involving units of the item shall be based upon the number of units counted as indicated in the bid item. MAY2014 1 of 7 SECTION 01025 Measurement and Payment 2.3 LUMP SUM MEASUREMENT A Measurement for a lump sum bid item shall be considered as a complete project or a portion of a project constituting a unit. The items to be included in the lump sum bid shall be as specified in the proposal bid item and/or the Standard or Special Provisions. 2.4 PAYMENT FOR TESTING A Party responsible for payment for testing is identified in individual sections under tests required. Where specifications are silent regarding responsible party paying for tests, costs of first tests will be paid by Owner. B. If testing or inspection indicates failure of a material or procedure to meet Contract Document requirements, Owner will backcharge Contractor for retesting and reinspection costs incurred by testing or inspection agency of Owner's choice. C. Additional tests and inspections not specified herein but requested by Owner will be paid for by Owner, unless result of such tests and inspections are found to not comply with Contract Documents, in which case Owner will pay all costs for initial testing as well as retesting and reinspection and backcharge Contractor for retesting and reinspection. D. Costs for additional tests or inspections required because of change in materials being provided or change of source or supply shall be paid by Contractor direct to testing laboratory. E. Cost of testing which is required solely for convenience of Contractor in his scheduling and performance of Work shall be borne by Contractor. F. Contractor shall pay all costs for correcting deficiencies. 2.5 REDUCTION IN PAYMENT FOR DEFICIENT WATER PIPELINES A Payment for water or recycled water pipelines failing to meet pressure test requirements, but accepted at Owner's discretion, shall be reduced by an amount equal to Owner's current wholesale cost of water times the excess leakage per hour at test pressure times 240,000 hours. PART3 EXECUTION 3.1 BID ITEM DESCRIPTIONS This section defines the bid items listed in the bid schedule and describes measurement and payment provisions for each of the bid items. Bid Item 1 -Mobilization and Demobilization A Includes all costs for mobilization and demobilization of construction equipment. Payment shall be made at seventy five (75%) percent of the bid item amount on the first progress payment and the remaining amount on the final progress payment, subject to the provisions below. MAY 2014 2 of7 SECTION 01025 Measurement and Payment B. Payment for this item will be made at the lump sum price named in the Bid Schedule under Item No. 1, which price shall constitute full compensation for all work and expenditures required to mobilize, provide bonds and insurance, obtain required permits, take preconstruction photos and videos, prepare project schedule, provide project sign, preparation of staging areas, perform required surveys, testing, site maintenance and cleanup, remove and reinstall existing site facilities as required, comply with all General and Supplementary conditions, demobilize, provide record drawings, and warranties, and provide cleanup of construction site complete in place, as required by the Contract Documents with sole exclusion of payments to be made as defined herein for other items in Bid Schedule. C. Work to be paid for under this item shall also include furnishing, setting up, and removing Contractor's operations at project site including temporary offices, utilities, staging areas, security, etc. The work shall also include furnishing any temporary construction facilities and trailers required by the Contract Documents. Bid Item 2 -Remove Existing Pumps and Motor Assemblies A. Measurement for payment for the removal of the existing pumps and motor assemblies will be based upon all labor, materials and equipment necessary to remove the existing pumps and motor assemblies as shown and includes the removal of the concrete support pads, buried pump cans and concrete encasements; trench excavation; potholing existing utilities as required for adequate protection; supporting exposed utilities and pipes; bedding; backfill; proper disposal of removed items; and any appurtenant work as required by the Contract Documents. B. Payment for removing the existing pumps and motor assemblies will be made at the lump sum price named in the Bid Schedule under Item No. 2 and shall constitute full compensation of all such work as required per the C,ontract Documents. Bid Item 3 -Remove Existing Valves, Pipe and Appurtenances A. Measurement for payment for the removal of the existing valves, pipe and appurtenances will be based upon all labor, materials and equipment necessary to remove the existing valves, pipe and appurtenances as shown and includes the salvagei of the existing gate valves; removal of the existing control valve, existing check valve and existing butterfly valves; removal of steel piping, fittings and appurtenances as shown; removal of water sample enclosure, concrete pad, and associated piping to the pump discharge header; removal of piping and valves associated with the existing jockey pump and plugging at the suction header; removal of piping and valves associated with existing pressure transmitters and plugging at the suction header; trench excavation; potholing existing utilities as required for adequate protection; supporting exposed utilities and pipes; bedding; backfill; proper disposal of removed items; and any appurtenant work as required by the Contract Documents. B. Payment for removing the existing valves, pipe and appurtenances will be made at the lump sum price named in the Bid Schedule under Item No. 3 and shall constitute full compensation of all such work as required per the Contract Documents. MAY 2014 3 of7 SECTION 01025 Measurement and Payment Bid Item 4-Remove Existing Switch Board including CMU Block Structure and Concrete Pad A. Measurement for payment for the removal of the existing switch board including the CMU block structure and concrete pad will be based upon all labor, materials and equipment necessary to remove the existing switch board including CMU block structure and concrete pad as shown and includes the proper demolition and removal of the CMU block structure enclosure; removal of concrete pad; removal of the existing switch board; removal of existing telephone box; removal of existing pressure transmitters; removal of existing bollard; adequate protection of existing facilities designated as "protect in place"; proper disposal of removed items; and any appurtenant work as required by the Contract Documents. B. Payment for removing the existing switch board including CMU block structure and concrete pad will be made at the lump sum price named in the Bid Schedule under Item No. 4 and shall constitute full compensation of all such work as required per the Contract Documents. Bid Item 5 -Remove Existing Meter and Abandon Existing Electrical Conduits A. Measurement for payment for the removal of the existing meter and abandonment of existing electrical conduits will be based upon all labor, materials and equipment necessary to remove the existing meter and abandon the existing electrical conduits as shown and includes the removal of the existing SDG&E electrical service meter; abandonment in place of the existing electrical and telephone conduits as depicted on the drawings and as directed by the Owner; trench excavation; potholing existing utilities as required for adequate protection; supporting exposed utilities and pipes; adequate protection of existing facilities designated as "protect in place"; bedding; backfill; proper disposal of removed items; and any appurtenant work as required by the Contract Documents. B. Payment for removing the existing meter and abandoning the existing electrical conduits will be made at the lump sum price named in the Bid Schedule under Item No. 5 and shall constitute full compensation of all such work as required per the Contract Documents. Bid Item 6 -Constr.uct 1 O" Gate Valve and Appurtenances for Discharge Piping Emergency Connection A. Measurement for payment for the construction of a 1 O" gate valve and appurtenances for discharge piping emergency connection will be based upon all labor, materials and equipment necessary to construct the 1 O" gate valve and appurtenances as shown and includes furnishing and installing a 1 O" gate valve with valve support; furnishing and installing a 1 O" blind flange on the discharge piping including a pipe support; furnishing and installing adapters for the discharge piping emergency connection; supporting existing pipes; adequate protection of existing facilities designated as "protect in place"; and any appurtenant work as required by the Contract Documents. B. Payment for constructing the 1 O" gate valve and appurtenances for discharge piping emergency connection will be made at the lump sum price named in the Bid Schedule under Item No. 6 and shall constitute full compensation of all such work as required per the Contract Documents. MAY2014 4 of 7 SECTION 01025 Measurement and Payment Bid Item 7 -Construct 8" Gate Valve, Piping and Appurtenances for Suction Piping Emergency Connection A. Measurement for payment for the construction of a 8" gate valve, piping and appurtenances for suction piping emergency connection will be based upon all labor, materials and equipment necessary to construct the 8" gate valve, piping and appurtenances as shown and includes furnishing and installing an 8" gate valve with valve box assembly; furnishing and installing 8" steel piping and associated fittings; furnishing and installing adapters for the discharge piping emergency connection; trench excavation; potholing existing utilities as required for adequate protection; supporting exposed utilities and pipes; bedding; backfill; and any appurtenant work as required by the Contract Documents. C. Payment for constructing the 8" gate valve, piping and appurtenances for suction piping emergency connection will be made at the lump sum price named in the Bid Schedule under Item No. 7 and shall constitute full compensation of all such work as required per the Contract Documents. Bid Item 8 -Construct 4" Bollards A. Measurement for payment for the construction of 4" bollards will be based upon all labor, materials and equipment necessary to construct the bollards as shown and includes furnishing and installing 4" galvanized/painted steel pipe; constructing concrete footing; filling pipe with concrete; adequate protection of existing and proposed facilities; backfill; and any appurtenant work as required by the Contract Documents. B. Payment for constructing the 4" bollards will be made at the unit price for each bollard named in the Bid Schedule under Item No. 8 and shall constitute full compensation of all such work as required per the Contract Documents. Bid Item 9 -Construct New Meter Pedestal, Pull Box and Conduits A. Measurement for payment for the construction of a new meter pedestal, pull box and conduits will be based upon all labor, materials and equipment necessary to construct the new meter pedestal, new pull box and conduits as shown and includes furnishing and installing a new single meter service pedestal; constructing a concrete equipment pad; furnishing and installing a new pull box and splicing kits to extend cables to new meter pedestal; furnishing and installing associated electrical conduits; trench excavation; supporting exposed utilities and pipes; adequate protection of existing and proposed facilities; bedding; backfill; and any appurtenant work as requined by the Contract Documents. B. Payment for constructing the new meter pedestal and conduits will be made at the lump sum price named in the Bid Schedule under Item No. 9 and shall constitute full compensation of all such work as required per the Contract Documents. · Bid Item 10 -Remove and Replace Existing Pull Boxes A. Measurement for payment for removal and replacement of existing pull boxes will be based upon all labor, materials and equipment necessary to remove and replace the existing pull boxes as shown and includes removal and proper disposal of existing pull boxes; furnishing and installing new pull boxes; supporting exposed conduits; adequate protection of existing MAY 2014 5of7 SECTION 01025 Measurement and Payment and proposed facilities; bedding; backfill; and any appurtenant work as required by the Contract Documents. B. Payment for removal and replacement of existing pull boxes will be made at the unit price for each pull box named in the Bid Schedule under Item No. 10 and shall constitute full compensation of all such work as required per the Contract Documents. Bid Item 11 -Provide 2-lnch Grind and 2-lnch AC Pavement Overlay, See Drawing C-1 A. Measurement for payment for removal and replacement of existing AC Pavement will be based upon all labor, materials and equipment necessary to remove and replace the existing AC pavement as shown and includes a 2-inch grind of the existing pavement; proper disposal of existing pavement; adequate protection of existing and proposed facilities; resurfacing with asphalt concrete pavement; and any appurtenant work as required by the Contract Documents. B. Payment for removal and replacement of existing AC pavement will be made at the unit price per square yard (SY) named in the Bid Schedule under Item No. 11 and shall constitute full compensation of all such work as required per the Contract Documents. Bid Item 12 -Remove and Replace Existing Flood Lighting A. Measurement for payment for removal and replacement of existing flood lighting will be based upon all labor, materials and equipment necessary to remove and replace the flood lights as shown and includes removal and proper disposal of existing flood lighting; furnishing and installing new flood light poles and lighting; constructing a concrete base; furnishing and installing associated electrical conduits; trench excavation; bedding; backfill; and any appurtenant work as required by the Contract Documents. B. Payment for removal and replacement of existing flood lighting will be made at the unit price for each flood light named in the Bid Schedule under Item No. 12 and shall constitute full compensation of all such work as required per the Contract Documents. Bid Item 13 -Construct AC Rolled Curb A. Measurement for payment for the construction of AC rolled curb will be based upon all labor, materials and equipment necessary to construct an AC rolled curb as shown and includes furnishing and installing an asphalt concrete rolled curb; and any appurtenant work as required by the Contract Documents. B. Payment for constructing the AC rolled curb will be made at the unit price per lineal foot (LF) named in the Bid Schedule under Item No. 13 and shall constitute full compensation of all such work as required per the Contract Documents. 3.2 Contractor's Cost Breakdown (Applicable for Lump Sum Work) For work to be performed for a lump sum amount, the Contractor shall submit a cost breakdown to the City prior to the first payment and within ten (10) days after Notice to Proceed. The cost breakdown, as agreed upon by the Contractor, the Engineer and the City, shall be used for preparing future estimates for partial payments to the Contractor, and shall list the major items of work with a price fairly apportioned to each item. Mobilization, overhead, bond, insurance, other MAY2014 6 of? SECTION 01025 Measurement and Payment general costs and profit shall be prorated to each item so that the total of the prices for all items equal the lump sum price. At the discretion of the City, mobilization, bond and insurance costs may be provided for separately if accompanied by invoices to verify actual expenses. The cost breakdown shall be generally in the same format as the Contract specifications divisions and subdivisions, with major items of work listed individually. The cost breakdown sh81II be by structure, civil, landscaping, or other logical division of work. The cost breakdown for architectural, structural, mechanical, and electrical work shall include separate items for identifiable portions of the Work. The cost breakdown shall include separate allowances for any testing and startup work required. Measurable approximate quantities of work performed by the Contractor or its subcontractors shall be provided. For quantities that are the sum total of several individual quantities, backup summaries shall be provided which list the individual descriptions and quantities. These summaries then will be used to determine the quantities of work in place in subsequent progress payment requests. The above is a statement of the intent of the Contract Documents to provide a moderate level of detail, acceptable to the City, to allow a fair and reasonable estimate to be made of the value of work installed. The detail of the cost breakdown must be sufficient to provide timely processing of the monthly progress payment request. The cost breakdown will be subject to the approval of the City, and upon request, the Contractor shall substantiate the price for any or all items and provide additional level of detail, including quantities of work. The cost breakdown shall be sufficiently detailed to permit its use by the City as one of the bases for evaluating requests for payments. The City shall be 1the sole judge of the adequacy of the cost breakdown. The cost breakdown shall be solely used to determine progress payments. The cost breakdown shall not be considered in determining payment or credit for additional or deleted work. END OF SECTION MAY2014 7 of 7 SECTION 01025 Measurement and Payment SECTION 01530 PROTECTION OF EXISTING FACILITIES PART1 GENERAL 1.1 DESCRIPTION A. This section described the procedures for locating, protecting, and relocating existing underground utilities and surface improvements. B. Do not perform work that would affect any oil, gas, sewer, or water pipeline; any telephone, or communication or electric transmission lines; any fence; or any other structure, until authorization has been obtained from the owner of the improvement. Provide the owner of the improvement, due notice of the beginning of the work, and remove, shore, or support, or otherwise protect such pipeline, transmission line, ditch, fence, or structure, or replace in kind. Provide copies of all correspondence between the Contractor and third parties to the Engineer upon receipt. Include copies of permits, licenses, and other such authorizations. C. Protect existing facilities not designated for removal in writing or restore damaged items to as good or better condition than found prior to change as approved by the owner of the existing facility. 1.2 RELATED WORK SPECIFIED ELSEWHERE Sections 02050, 15000, 15041, 15061, 15092, 15100, 16056 and 16057 1.3 UNDERGROUND SERVICE ALERT Except in an emergency, contact Underground Service Alert at least two working days, but not more than 14 calendar days, prior to commencing any excavation and obtain an inquiry identification number from that notification center. Do not commence excavation without a current inquiry identification number assigned to the Contractor or any subcontractor of the Contractor. Comply with all applicable laws and regulations in locating subsurface installations and in excavating. A. An emergency is defined as a sudden, unexpected occurrence, involving a clear and imminent danger, demanding immediate action to prevent or mitigate loss of, or damage to, life, health, property, or essential public services. An emergency includes such occurrences as fire, flood, earthquake, or other soil or geologic movements, as well as such occurrences as riot, accident, or sabotage. B. Subsurface installations mean any underground pipeline, conduit, duct, wire, or other structure. 1.4 EXISTING UTILITIES AND IMPROVEMENTS A. Prior to submittal of Shop Drawings, and prior to commencing any excavations for new pipelines or structures, conduct investigations, including exploratory excavations and borings, to determine the location and type of underground utilities and services connections that could result in damage to such utilities. MAY2014 Page 1 of 3 SECTION 01530 Protection of Existing Facilities 8. No excavations were made by the City to verify the locations shown for underground utilities. The service connections to these utilities are not shown on the Plans, and the locating of such service connections is the responsibility of the Contractor. C. Prepare a support plan for each utility crossing detailing the intended support method. Obtain approval from the owner of the utility prior to excavation of the utility. D. The number of exploratory excavations required shall be that numbeir which is sufficient to determine the alignment and grade of the utility. Conform to local agency requirements for backfill and pavement repair subsequent to performing exploratory excavations. E. Protect all undergmund utilities and other improvements which may be impaired during construction operations. Take all possible precautions for the protection of unforseen utility lines to provide for uninterrupted service and to provide such special protection as may be necessary. F. Where the proper completion of the work requires the temporary or permanent removal/and or relocation of an existing utility or other improvement, remove and temporarily replace or relocate such utility or improvement in a manner satisfactory to the owner of the facility. Restore or replace the utility or improvement as nearly as possible to its former locations and to as good or better condition than found prior to removal. G. No representations are made th.at the obligations to move or temporarily maintain the utility and to pay the cost thereof is or is not required to be borne by the owner of such utility, and it shall be the responsibility of the Contractor to investigate and find out whether or not said cost is require to be borne of the owner or the utility. H. The right is reserved to governmental agencies and to owners of utilities to enter at any time upon any street, alley, right-of-way, or easement for the purpose of making changes in their property made necessary by the work and for the purpose of maintaining and making repairs to their property. I. The Contractor shall take precautions to prevent damage to all pavement and other surfaces outside the limits of necessary excavation, whether on public streets, City property, or private property and roads. The Engineer will conduct regular inspections of the road conditions used to access the site during construction. Contractor shall perform temporary repairs to roads damaged by trucks or the Contractor's or subcontractor(s) equipment during the construction period. Temporary repairs shall consist of patching the roads by placing a minimum of 2-inch thick layer of asphalt concrete paving on native material or existing base. Contract shall replace all temporary repairs and damaged pavement in accordance with accepted City standards. A final road inspection will be conducted by the City and permanent repairs shall be completed at the Contractor's cost before the Notice of Completion is issued. For the purposes of this section, tfne terms qpavement" and "surfaces" shall be deemed to include base materials. J. The Contractor is to maintain reasonable access from public and private streets to all adjacent properties at all times during construction. Prior to restricting normal access from public or private streets to adjacent properties, the Contractor shall notify each property owner or responsible person, informing him of the nature of the access MAY 2014 Page2 of3 SECTION 01530 Protection of Existing Facilities restriction, the approximate duration of the restriction, and the alternate access available for that particular property. 1.5 APPROVAL OF REPAIRS All repairs to a damaged improvement are subject to inspection and written approval by an Authorized Representative of the improvement owner before being concealed by backfill or other work. 1.6 PRECONSTRUCTION VIDEO A. Prior to commencing any work, a pre-construction video in DVD format shall be made to illustrate all areas that may be disrupted by the work. Include on the video all public and private streets used for access to and from the work site, environmentally sensitive areas, the inside and outside condition of all pipeline appurtenance structures and other such areas as directed by the Engineer that may be disturbed or which are to be protected from the Contractor's operations. Notify the Engineer so that the Engineer may accompany the Contractor during the videotaping. Deliver four copies of the video to the City at the pre-construction conference. 8. The Engineer and City will review the video for content, coverage and quality prior to the beginning of construction. Retake any portion of the video not of clear focus, color or adequate coverage, as determined by the Engineer, with video camera. Deliver one copy of the final video to the Engineer and City prior to commencement of work. PART2 MATERIALS Not used. PART3 EXECUTION Not used. MAY2014 END OF SECTION Page 3 of 3 SECTION 01530 Protection of Existing Facilities Division 02 Site Work SECTION 02050 SITE DEMOLITION PART1 GENERAL 1.1 DESCRIPTION A. Furnish all labor, materials, equipment, facilities, transportation and services necessary to complete demolition as shown on the Drawings and/or specified herein. 8, The general extent of the site demolition work is shown on the Drawings and can include, but is not necessary limited to the following: 1. Demolition, removal and disposal of designated items. 2. Careful removal and salvage of designated items. 3. Disconnection and capping of existing utility lines. 4. Incidental demolition of abandoned utility lines. 5. Protection of existing plant material. 1.2 RELATED WORK SPECIFIED ELSEWHERE Sections 01530 and 02223 1.3 STANDARD SPECIFICATIONS Except as otherwise indicated in this Section of the Specifications, the Contractor shall comply with the Standard Specifications for Public Works Construction (SSPWC). 1.4 SUBMITTAL$ A. Indicate the proposed time line for site demolition work including all required shut off times and capping of utility services on the project schedule. B. Submit a written description of all proposed salvage, demolition and removal procedures for review before work is started. Procedures shall include: 1. 2. 3. 4. 5. PART2 Not used. MAY2014 List of items to be removed and disposition of materials specified to be salvaged. Plan of coordination with other work in progress. Disconnection schedule of utility services. Detailed description of methods and equipment to be used for each operation. Sequence of operations. MATERIALS Page 1 of 4 SECTION 02050 Protection of Existing Facilities PART3 EXECUTION 3.1 GENERAL Structures shall be demolished and removed in compliance with SSPWC subsection 306-5 and the requirements indicated herein. Refer to Drawings for extent of demolition work. 3.2 POLLUTION CONTROL A. Water sprinkling, temporary enclosures, chutes, and other suitable methods as approved by the City shall be used for dust suppression. B. Water shall not be used when it creates hazardous or objectionable conditions such as flooding, erosion, sedimentation, or pollution. 3.3 PROTECTION A. Safe passage of persons around the area of demolition shall be provided. Operations shall be conducted to prevent injury to people and damage to adjacent buildings, structures, and other facilities in compliance with Section 01530. B. Interior and exterior shoring, bracing, or supports shall be provided to prevent movement, settlement or collapse of structures to be demolished. C. Existing landscaping materials, structures, and appurtenances which are not to be demolished shall be protected and maintained as necessary and in accordance with Section 01530. Any existing item or area damaged during construction operations shall be replaced or repaired at no additional cost to the project and subject to the acceptance of the Owner. D. Unless otherwise indicated, the Contractor shall protect and maintain all utilities in the proximity of the facilities to be demolished. E. Erect barriers, fences, guard rails, enclosures, chute, and shorinr:1 as necessary to protect personnel, structures, and utilities remaining intact. F. Coordinate arrangements for items to be salvaged and turned over to the City. G. The Contractor shall protect the nearby existing equipment such as control panels and others from dust caused by demolition activities by covering, drop-curtains and other similar methods. 3.4 STRUCTURE DEMOLITION A. Building structures and appurtenances shall be demolished, as shown and required to complete work, in compliance with governing regulations. B. Small structures may be removed intact when approved by authorities having jurisdiction. MAY2014 Page 2 of4 SECTION 02050 Protection of Existing Facilities C. Demolition shall proceed in a systematic manner, from top of structure to ground. D. Concrete and masonry shall be demolished in small sections. Use bracing and shoring to prevent collapse. E. Demolition equipment shall be dispersed throughout structure and demolished materials removed to prevent excessive loads on supporting walls, floors or framing. 3.5 BELOW-GRADE DEMOLITION A Footings, foundation walls, below-grade construction and concrete slabs on grade shall be demolished and removed to a depth which will not interfere with new construction, but not less than 12 inches below existing ground surface or future ground surface, whichever is lower. All floors of basements, vaults and other underground structures shall be broken up. B. Below-grade areas and voids resulting from demolition of structures shall be completely filled to a minimum compaction of 95%. C. All fill and compaction shall be in accordance with Section 02223. D. After fill and compaction, surfaces shall be graded to meet adjacent contours and to provide flow to surface drainage structures, or as indicated. 3.6 DEMOLITION OF UTILITIES AND RELATED EQUIPMENT A The locations of existing utilities, as may be shown on the Drawings, are approximate. Should existing wtilities not shown on the Drawings be encountered during construction operations, notify the City immediately, and re-direct work to avoid delay. The City shall then determine what action, if any, is required. B. "Not Used" C. Remove and salvage designated items and related equipment and deliver to a location acceptable to the City. D. All active or inactive utilities within the construction area should be protected, relocated, or abandoned. Any underground pipes greater than two inches in diameter to be abandoned within new improvement areas should be removed, and the exposed portion of pipes at the limits of pipe removal should be capped. Existing pipes greater than two inches in diameter may be abandoned in-place by filling them with lean cement slurry. E. Remove underground piping as indicated, or as necessary and backfill to designated compaction density. Caution shall be exercised so as not to damage underground piping not scheduled for removal. F. Lines scheduled for removal which connect to active systems shall have their active remaining portions capped, plugged, or blind flanged as appropriate. MAY 2014 Page 3of4 SECTION 02050 Protection of Existing Facilities G. Materials used for pipe terminations and temporary connections shall be the same as existing lines. Fittings and flanges shall be of weight and class suitable for the service in which used. 3.7 DISPOSAL OF DEMOLISHED MATERIALS A. Demolition and removal of debris shall be conducted to ensure minimum interlerence with roads, streets, walks, and other adjacent occupied or used facilities which shall not be closed or obstructed without permission from the Owner. Alternate routes shall be provided around closed or obstructed traffic ways. B. Site debris, rubbish, and other materials resulting from demolition operations shall be removed and disposed of in compliance with all laws and regulations. Burning of removed materials from demolished structures shall not be permitted .. 3.8 CLEANING A. During and upon completion of work, the Contractor shall promptly remove unused tools and equipment, surplus materials, rubbish, debris, and dust and shall leave areas affected by work in a clean condition. B. Clean adjacent structures and facilities of dust, dirt, and debris caused by demolition and return adjacent areas to condition existing prior to start of work. END OF SECTION MAY2014 Page 4of4 SECTION 02050 Protection of Existing Facilities SECTION 02223 TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING PART1 GENERAL 1.1 DESCRIPTION This section includes materials, testing, and installation for trench excavation, backfill, and compaction of piping, conduit, manholes, and vaults. 1.2 REFERENCE STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. ASTM C 131 -Test Method for Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine -Portland Cement -Practice for Sampling Aggregates ASTM C 150 ASTM D 75 ASTM 1556 -Test Method for Density and Unit Weight of Soil in Place by the Sand-Cone Method ASTM D 1557 -Test Method for Moisture-Density Relations of Soils Using a Modified Effort ASTM D 2419 -Test Method for Sand Equivalent Values of Soil and Fine Aggregate ASTM D 3017 -Test Method for Water Content of Soil and Rock in Place by Nuclear Methods ASTM D 3776 -Test Method for Mass Per Unit Area (Weight) of Woven Fabric ASTM D 4253 -Test Methods for Maximum Index Density and Unit Weight of Soils Using a Vibratory Plate ASTM D 4254 -Test Methods for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density ASTM D 4632 -Test Method for Grab Breaking Load and Elongation of Geotextiles ASTM D 4751 -Test Method for Determining the Apparent Opening Size of a Geotextile CAL-OSHA -Title 8 General Industry Safety Orders 1.3 RELATED WORK SPECIFIED ELSEWHERE Standard Specifications 15000, 15044, and 15061. 1.4 GEOTECHNICAL TESTING The Developer or Contractor shall engage the services of a geotechnical engineering firm or individual licensed in the State of California to monitor soil conditions during earthwork, trenching, bedding, backfill, and compaction operations. Sampling and testing procedures shall be performed in accordance with the Reference Standards and as follows: A. The soils technician shall be present at the site during all backfill and compaction operations. Failure to have the soils technician present will subject such operations to rejection. B. Density and optimum moisture content of soil shall be determined by the use of the sand cone method, ASTM D 1556, or nuclear density gauge method, ASTM D 2922 & D 3017. Since the composition of the pipe and the walls of the trench have an effect on the nuclear density gauge output, a minimum of 25% of the density and optimum moisture tests shall be made using the sand cone method. JUNE 2008 Page 1 of 10 SECTION 02223 Trenching, Excavation, Backfilling, and Compacting C. Determine laboratory moisture-density relations of existing soil by ASTM D 1557, Method C and/or D. D. Determine the relative density of cohesion less soils by ASTM D 1557, Method C and/or D. E. Sample backfill material by ASTM D 75. F. Express "relative compaction" as a percentage of the ratio of the in-place dry density to the laboratory maximum dry density. A report of all soils tests performed shall be stamped and signed by the soiils firm or individual and shall be submitted by the Contractor prior to the filling of the Notice of Completion by the City. The report shall document the sampling and testing of materials, the location and results of all tests performed, and shall certify that materials and work are in compliance witfn this specification. 1.5 PIPE ZONE The pipe zone includes th•e full-width of the trench from 6-inches below the bottom of the pipe to 12-inches above the top of the pipe and extends into manhole or vault excavations to the point of connection to or penetration of such structure. 1.6 TRENCH ZONE The trench zone includes the portion of the trench from the top of the pipe zone to the bottom of the pavement zone in paved areas, or to the existing surface in unpaved areas, and extends into manhole or vault excavations above the pipe zone. 1.7 PAVEMENT ZONE The pavement zone includes the concrete or asphalt concrete pavement and aggregate base section placed over the trench zone and extends into manhole or vault excavations above the trench zone. 1.8 PROTECTION OF EXISTING UTILITIES AND FACILITIES The Contractor shall be responsible for the care and protection of all existing utilities, facilities, and structures that may be encountered in or near the area of the work. 1.9 PROTECTION OF EXISTING LANDSCAPING The Contractor shall be responsible for the protection of all the trees, shrubs, fences, and other landscape items adjacent to or within the work area. 1.10 ACCESS The Contractor shall provide continuous, unobstructed access to all driveways, water valves, hydrants, or other property or facilities within or adjacent to the work areas. JUNE2008 Page 2 of 10 SECTION 02223 Trenching, Excavation, Backfilling, and Compacting 1.11 SAFETY A. Protection of workers within trenches shall be as required by the California Labor Code. B. All excavations shall be performed in a safe manner and shall be protected and supported in accordance with CAL-OSHA regulations. C. Barriers and traffic delineators shall be placed in accordance with the requirements of the agency having jurisdiction. 1.12 BLASTING Blasting for excavation shall not be performed without the written perm1ss1on of the City Procedures and methods of blasting shall conform to all Federal, State, and local laws and ordinances. 1.13 PIPE JACKING Pipe jacking may be permitted in accordance with Section 15125. City approval is required in advance of such operations. 1.14 EXCESS EXCAVATED MATERIAL A. The Contractor shall remove and legally dispose of all excess excavated material and demolition debris. B. It is the intent of these specifications that all surplus material shall be legally disposed of by the Contractor. Before acceptance of the work by City, the Contractor shall provide the City with written releases signed by all property owners with whom the Contractor has entered into agreements for disposing of excess excavated material, absolving the City from any liability connected therewith. 1.15 CHANGES IN LINE AND GRADE In the event obstructions not shown on the plans are encountered during the progress of the work, and which will require alterations to the plans, the Engineer shall have the authority to change the plans and order the necessary deviation from the line and grade. The Contractor shall not deviate from the specified line and grade without prior written approval by the City. 1.16 HYDROSTATIC TESTING Pre-testing of the piping system may be performed for the Contractor's convenience at any time. However, the final hydrostatic pressure test, as described in Section 15044, shall be performed following the completion of all backfilling and trench zone compaction with a minimum of 2.5- feet of material over the pipe. JUNE2008 Page 3 of 10 SECTION 02223 Trenching, Excavation, Backfilling, and Compacting PART2 MATERIALS 2.1 GENERAL The Contractor shall furnish backfill material as specified below. All materials used in and above the pipe zone shall be capable of attaining the required relative density. 2.2 IMPORTED SAND -PIPE ZONE Imported sand shall be used within the Pipe Zone for installations of PVC Pressure Pipe, Ductile-Iron Pipe, Cement-Mortar Coated Steel Pipe, Tape-Wrapped Stei:¼I Pipe, and Paint- Coated Pipe. A. Imported sand shall be free from clay balls, organic matter, and other deleterious substances and shall have a coefficient of permeability greater than 0.014 measured in accordance with ASTM D2434 or a sand equivalent of greater than 30 per ASTM D2419. B. Resistivity for imported sand shall be not less than 2,000 ohm-cm when maximum chloride concentration of 200 mg/I when measured in accordance with California Test Method 422 and a maximum sulfate concentration of 500mg/l when measures in accordance with California Test Method 417. C. Imported Sand shall conform to the following gradation: No.4 No.16 No.50 No.200 2.3 CRUSHED ROCK -PIPE ZONE Crushed Rock shall be used in the Pipe Zone on PVC Gravity Sewer Pipe. Crushed rock shall be clean, crushed stone free of organic matter. Crushed rock shall be certified to contain less than 1 % asbestos by weight or volume and shall conform to the following gradation and requirements: 3/4-lnch 1/2-lnch 3/8-lnch No. 4 No. 8 ASTM C 131 Testin Grade B 100 Revolutions 15 Maximum 500 Revolutions 52 Maximum JUNE2008 Page 4 of 10 SECTION 02223 Trenching, Excavation, Backfilling, and Compacting 2.4 TRENCH PLUGS Trench plugs consisting of compacted Imported Granular Material or sand cement slurry shall be installed on piping systems that are backfilled with crushed rock. 2. 5 EARTH BACKFILL MATERIAL -TRENCH ZONE A. Earth backfill is defined as materials removed from the required excavations and used as backfill of earth fill. Earth backfill that meets the requirements specified herein may be used for all backfill or fill, except where imported materials are shown on the Plans or specified herein. Do not use stockpiled topsoil for backfill or fill. B. Earth backfill shall be excavated materials that are free from organic matter, roots, debris, and rocks larger than 4 inches in the greatest dimension. C. Earth backfill used in the trench zone shall be native granular materials free from roots, debris, and organic matter with less than 50 percent passing the No. 200 sieve and more than 40 percent passing the No. 4 sieve and rock particles with a maximum dimension no greater than 4 inches. D. Where the onsite materials are determined by the Engineer to be unsuitable, imported fill shall be provide by the Contractor. 2.6 SAND-CEMENT SLURRY Sand-cement slurry shall consist of two sacks, 188 pounds, of Portland cement per cubic yard of sand and sufficient moisture for workability. City approval is required for use of slurry as a backfill material. 2.7 FILTER FABRIC Filter fabric shall be manufactured from polyester, nylon, or polypropylene. Material shall be of non-woven construction and shall meet the following requirements: Grab tensile strength (ASTM D 4632): 100 lbs. ~nimum for a 1-inch raveled strip Weight (ASTM D 3776): 4.5 oz./yd ) Apparent opening size (ASTM D 4751 ): 0.006-inch PART3 EXECUTION 3.1 CLEARING AND GRUBBING A. Areas where work is to be performed shall be cleared of all trees, shrubs, rubbish, and other objectionable material of any kind, which, if left in place, would interfere with the proper performance or completion of the completed work, would impair its subsequent use, or would form obstructions therein. B. Organic material from clearing and grubbing operations will not be incorporated in the trench backfill and shall be removed from the project site or retained and incorporated into the topsoil. JUNE 2008 Page 5 of 10 SECTION 02223 Trenching, Excavation, Backfilling, and Compacting 3.2 PAVEMENT, CURB, AND SIDEWALK REMOVAL Bituminous or concrete pavements, curbs, and sidewalks shall be removed and replaced in accordance with the requirements of the agency having jurisdiction. 3.3 DEWATERING A. The Contractor shall provide and maintain at all times during construction ample means and devices to promptly remove and dispose of all water from any source entering excavations or other parts of the work. Dewatering shall be performed by methodls that will ensure a dry excavation and preservation of the final lines and grades of the bottoms of excavations. Dewatering methods may include well points, sump points, suitable rock or gravel placed as pipe bedding for drainage and pumping, temporary pipelines, or other means, all subject to the approval of the City. The cost of all clewatering activities shall be borne by the Developer or Contractor. B. Sewer systems shall not be used as drains for dewatering trenches or excavations, nor for disposal of collected or accumulated groundcover, without the approval of the agency of jurisdiction. C. Concrete shall not be poured in water, nor shall water be allowed to rise around concrete or mortar until it has set at least four hours. D. The Contractor is responsible for meeting all Federal, State, and local laws, rules, and regulations regarding the treatment and disposal of water from dewatering operations at the construction site. 3.4 SHORING AND SHIELDING A. The Contractor's design and installation of shoring shall be consistent with the rules, orders, and regulations of CAL-OSHA. B. Excavations shall be shored, sheeted, and supported such that the walls of the excavation will not slide or settle and all existing improvements of any kind, either on public or private property, will be fully protected from damage. C. The sheeting and shoring shall be arranged so as not to place any stress on portions of the completed work until the general construction has proceeded far enough to pmvide ample strength. D. Care shall be exercised in the moving or removal of trench shiE!lds, sheeting, and shoring to prevent the caving or collapse of the excavation faces being supported. 3.5 CORRECTION OF OVEREXCAVATION Over-excavations shall be corrected by backfilling with approved imported granular material or crushed rock, compacted to 90% relative compaction, as directed by the City. JUNE 2008 Page6 of 10 SECTION 02223 Trenching, Excavation, Backfilling, and Compacting 3.6 FOUNDATION STABILIZATION A. When unsuitable soil materials are encountered, the unsuitable material shall be removed to the depth determined necessary in the field by the Soils Technician, and as acceptable to the City. The sub-grade shall be restored with compacted Imported Granular Material or crushed rock as recommended by the Soils Technician. Place the appropriate bedding or base material on this restored foundation. B. When rock encroachment is encountered, the rock shall be removed to a point below the intended trench or excavation sub-grade as determined necessary in the field by the Soils Technician, and as acceptable to the City. The sub-grade shall be restored with compacted Imported Granular Material as recommended by the Soils Technician. Place the appropriate bedding or base material on this restored foundation. C. When excessively wet, soft, spongy, or similarly unstable material is encountered at the surface upon which the bedding or base material is to be placed, the unsuitable material shall be removed to the depth determined necessary in the field by the Soils Technician, and as acceptable to the City. Restore the trench with crushed rock enclosed in filter fabric as directed by the Engineer. Larger size rocks, up to 3-inches, with appropriate gradation, may be used if recommended by the Soils Technician. Place the appropriate bedding or base material on this restored foundation. 3.7 TRENCH EXCAVATION AND PLACEMENT OF BEDDING A. Excavate the trench to the lines and grades shown on the drawings with allowance for 6- inches of pipe bedding material. The trench section shall be as shown on the Standard Drawings. B. The maximum length of open trench shall be 500-feet except by permission of the City or County. The distance is the collective length at any location, including open excavation and pipe laying, which has not been backfilled to the elevation of the surrounding gate. C. Trench walls shall be sloped or shored per the requirements of CAL-OSHA. D. The trench bottom shall be graded to provide a smooth, firm, and stable foundation that is free from rocks and other obstructions. E. Place the specified thickness of bedding material over the full width of the trench. Grade the top of the pipe base ahead of the pipe laying to provide a firm, uniform support along the full length of pipe. F. Excavate bell holes at each joint to permit proper assembly and inspection of the entire joint. G. Trenches for main pipelines and all appurtenances shall be backfilled with the materials and methods as specified for the Pipe Zone, Trench Zone, and Pavement Zone. H. Trench widths shall be in accordance with the Standard Drawings. JUNE 2008 Page 7 of 10 SECTION 02223 Trenching, Excavation, Backfilling, and Compacting I. Trench depth shall be as required to install pipelines in accordance with the Approved Plans and these Standard Specifications. Unless shown otherwise in the Approved Plans, the minimum cover for pipelines shall be as follows: Potable Water Rec cled Water Sewer 3.8 MANHOLE AND VAULTS A. The Contractor shall prepare an excavation large enough to accommodate the structure and permit grouting of openings and backfilling operations. The walls of the excavation shall be sloped or shored per the requirements of CAL-OSHA. B. Manholes and vaults shall be placed at the location and elevation shown on the plans, on undisturbed soil with 6-inches of compacted crushed rock base. C. Manhole and vault excavations shall be backfilled with the materials and methods as specified for the Pipe Zone, Trench Zone, and Pavement Zone. 3.9 COMPACTION REQUIREMENTS A. Compaction shall be accomplished by mechanical means. Consolidation by water settling methods such as jetting or flooding is prohibited. B. If the backfill fails to meet the specified relative compaction requirements, the backfill shall be reworked until the requirements are met. All necessary excavations for density tests shall be made as directed by the Soils Technician, and as acceptable to the Engineer. The requirements of the Agency having jurisdiction shall prevail on all public roads. C. Compaction tests shall be performed at random depths, and at random intervals not to exceed 150-feet, as directed by the Soils Technician or City. D. Relative compaction shall be determined by the impact or field compaction test made in accordance with ASTM D 1557 Procedure C. Unless otherwise shown on the plans, standard drawings or otherwise described in the specifications for the particular type of pipe installed, relative compaction in pipe trenches shall be as follows: 1. Pipe zone -90% relative compaction. 2. Trench zone -90% relative compaction. 3. Structural section in paved areas -per agency requirements, 95% minimum. 4. Imported Granular Material for over excavation or foundation stabilization -· 90% relative density. F. All excavations are subject to compaction tests. JUNE 2008 Page 8 of 10 SECTION 02223 Trenching, Excavation, Bac.kfilling, and Compacting 3.10 TRENCH PLUGS Trench plugs shall be installed at 200-foot intervals along the entire length of piping systems. Trench plugs shall be 10-feet in length and shall encompass the entire pipe zone. Additional trench plugs may be required as directed by the Engineer. 3.11 PIPE ZONE BACKFILL A Care shall be taken in placing the imported granular backfill material simultaneously around the main pipeline and appurtenance pipes so that the pipe barrel is completely supported and that no voids or uncompacted areas are left beneath the pipe or on the sides of the pipe. Care shall be taken to place material simultaneously on both sides of the pipe to prevent lateral movement. This area shall be mechanically compacted to attain 90% relative density. Care shall be taken when compacting appurtenance laterals 2-inches and smaller to prevent the crushing or denting of the copper lateral. Additional lifts of 12-inches or less thickness may be required on 16-inch or larger diameter pipe to attain complete support of the haunch area. Soils tests may be taken on this layer or backfill. B. After the spring line backfill has been approved by the Soils Technician, backfill of the remainder of the Pipe Zone may proceed. Do not drop sharp, heavy pieces of material directly onto the pipe or the tamped material around the pipe. C. Place and compact the imported granular material at a maximum of 12-inch lifts. Compact all material placed in the Pipe Zone by mechanical methods. Sand cone tests shall be taken on this layer of backfill. D. The use of a backhoe mounted compaction wheel is prohibited within the pipe zone to 12-inches above the top of the pipe. E. Under no circumstances shall consolidation by water settling or water-setting methods (i.e., jetting, diking, etc.) be permitted. 3.12 TRENCH ZONE BACKFILL A After the Pipe Zone material has been placed, compacted, approved by the Soil Technician, and accepted by the City, backfill in the Trench Zone may proceed. B. Compaction using vibratory equipment, tamping rollers, pneumatic tire rollers, or other mechanical tampers shall be performed with the type and size of equipment necessary to accomplish the work. The backfill shall be placed in horizontal layers of such depths as are considered proper for the type of compacting equipment being used in relation to the backfill material being placed. Each layer shall be evenly spread, properly moistened, and compacted to the specified relative density. The Contractor shall repair or replace any pipe, fitting, manhole, or structure damaged by the installation operations as directed by the City. JUNE 2008 Page 9 of 10 SECTION 02223 Trenching, Excavation, Backfilling, and Compacting 3.13 PAVEMENT ZONE BACKFILL AND RESTORATION A. After the Trench Zone material has been placed, compacted, approved by the Soil Technician, and accepted by the City, backfill in the Pavement Zone may proceed as necessary in accordance with the requirements of the agency having jurisdiction. B. Replace bituminous and concrete pavement, curbs, and sidewalks removed or damaged during construction in accordance with the requirements of the agency having jurisdiction. JUNE 2008 END OF SECTION Page 10 of 10 SECTION 02223 Trenching, Excavation, Backfilling, and Compacting Division 03 Concrete SECTION 03000 CAST-IN-PLACE CONCRETE PART 1 GENERAL 1.1 DESCRIPTION This section describes materials and methods for formwork, reinforcement, mIxmg, placement, curing and repairs of concrete, and the use of cementitious materials and other related products. This section includes concrete, mortar, grout, reinforciament, thrust and anchor blocks, valve support blocks, and manhole bases. 1.2 REFERENCE STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to In the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. ASTMA 185 -Specification for Steel Welded Wire Fabric, Plain, for Concrete Reinforcement ASTM A 615/A 615M -Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement -Specification for Portland Cement -Specification for Chemical Admixtures for Concrete ASTM C 150 ASTMC494 ASTM C 881 CRSI SSPWC -Specification for Epoxy-Resin-Base Bonding Systems for Concrete -Recommended Practice for Placin~J Reinforcing Bars -Standard Specifications for Public Works Construction "Greenbook" 1.3 RELATED WORK SPECIFIED ELSEWHERE Standard Specifications 02223, 15000, 15041, 15044, and 16640. 1.4 APPLICATIONS The following materials, referenced in other sections, shall be provided and installed in accordance with this specification for the applications nob9d below: A. Concrete for thrust and anchor blocks for horizontal and vertical bends, ductile-iron or steel fittings, fire hydrant bury ells, and support blocks for valves 4-inches and larger, all in accordance with the Standard Drawings. B. Concrete for collars, cradles, curbs, encasements, gutters, manhole bases, protection posts, sidewalks, splash pads, and other miscellaneous cast-in-place items. C. Mortar for filling and finishing the joints between manhole and vault sections and setting manhole grade rings and cover frames. Mortar may also be used for repairs of minor surface defects of no more than ¼-inch in depth of ½-inch in width on non- structural, cast-in-place items such as splash pads or concrete rings around manholes. {Note that large voids, structural concrete and pipe penetrations into vaults shall be repaired with non-shrink grout; repairs to precast manhole1s and vaults and cast-in-place manhole bases shall be repaired with an epoxy bonding agent and repair mortar, as outlined below). JUNE 2008 Page 1 of 9 SECTION 03000 Cast-In-Place Concrete D. Epoxy bonding agent for bonding repair mortar to concrete on repairs to damaged surfaces to precast or cast-in-place concrete manoles and vaults. E. Repair mortar for repair to damaged surfaces of precast or cast-in-place concrete manholes and vaults. An epoxy bonding agent shall be used in conjunction with repair mortar. F. Non-shrink grout for general purposes repair of large construction voids, pipe penetrations into vaults and grouting of base plates for equipment or structural members. G. Epoxy adhesives for grouting of anchor bolts. H. Protective epoxy coating for application to reinforcing steel with existing concrete structures exposed during construction. I. Damp-proofing for application to the exterior surfaces of concrete manholes and vaults located at or below the water table or where showing evidence of moisture or seepage, and as directed by the Engineer. 1.5 DELIVERY, STORAGE, AND HANDLING Deliver reinforcing steel to the site bundled and tagged with identification. Store on skids to keep bars clean and free of mud and debris. If contaminated, all bars shall be cleaned by wire brushing, sand blasting, or other means prior to being set in forms. PART2 MATERIALS 2.1 CONCRETE A All Portland cement concrete shall conform to the provisions of Sections 201, 202, and 303 of the Standard Specifications for Public Works Construction (Greenbook). B. Class 560-C-3250 concrete, as described in the Greenbook, Section 201, shall be used for all applications unless otherwise directed by the City. The maximum water/cement ratio shall be 0.53 by weight, and the maximum slump shall be 4-inches. C. In certain circumstances, rapid-setting concrete may be required. Accelerating admixtures shall conform to ASTM C-494 and may be used in the concrete mix as permitted by the City. Calcium chloride shall not be used in concrete. 2.2 REINFORCING STEEL A Reinforcing steel shall conform to ASTM A 615, Grade 60. B. Fabricate reinforcing steel in accordance with the current edition of the Manual of Standard Practice, published by the Concrete Reinforcing Steel Institute. JUNE 2008 Page 2 of 9 SECTION 03000 Cast-In-Place Concrete 2.3 WELDED FIRE FABRIC Welded wire fabric shall conform to ASTM A 185. 2.4 TIE WIRE Tie wire shall be 16-gage minimum, black, soft annealed. 2.5 BAR SUPPORTS Bar supports in beams and slabs exposed to view after removal of forms shall be galvanized or plastic coated. Use concrete supports for reinforcing in concrete placed on grade. 2.6 FORMS A. Forms shall be accurately constructed of clean lumber. The surface of forms against which concrete is placed shall be smooth and free from irregularities, dents, sags or holes. B. Metal form systems may be used upon City approval. Include manufacturer's data for materials and installation with the request to use a metal form system. 2.7 MORTAR Cement mortar shall consist of a mixture of Portland cement, sand, and water. One part cement and two parts sand shall first be combined, and then thoroughly mixed with the required amount of water. 2.8 EPOXY BONDING AGENT The epoxy bonding agent shall be an epoxy-resin-based product intended for bonding new mortar to hardened concrete and shall conform to ASTM C 881. The bonding agent shall be selected from the Approved Materials List 2.9 REPAIR. MORTAR Repair mortar shall be a two-component, cement-based product specifically designed for structurally repairing damaged concrete surfaces. The repair mortar shall exhibit the properties of high compressive and bond strengths and low shrinkage. A medium-slump repair mortar shall be used on horizontal surfaces, and a non-sag, low-slump repair mortar shall be used on vertical or overhead surfaces. Repair mortar shall be selected from the Approved Materials List. 2.10 NON-SHRINK GROUT Non-shrink grout shall be a non-metallic cement-based product intended for filling general construction voids or grouting base plates for equipment or structural members. The non-shrink grout shall exhibit the properties of high compressive and bond strengths and zero shrinkage, and shall be capable of mixing to a variable viscosity ranging from a dry pack to a fluid consistency as required for the application. The non-shrink grout shall be selected from the Approved Materials List. JUNE2008 Page 3 of9 SECTION 03000 Cast-In-Place Concrete 2.11 EPOXY ADHESIVE Epoxy adhesive shall be a high-modulus epoxy-resin-based product intended for structural grouting of anchor bolts and dowels to concrete. The epoxy adhesives shall conform to ASTM C 881. A pourable, medium-viscosity epoxy shall be used on horizontal surfaces, and a heavy-bodied, non-sag epoxy gel shall be used on vertical surfaces. The epoxy adhesives shall be selected from the Approved Materials List. 2.12 PROTECTIVE EPOXY COATING The protective epoxy coating shall be an epoxy-resin-based product exhibiting high bond strength to steel and concrete surfaces, and shall conform to ASTM C 881. The protective epoxy coating shall be selected from the Approved Materials List. 2.13 DAMP-PROOFING FOR CONCRETE STRUCTURES Damp-proofing material shall consist of two coats of a single-component self- priming, heavy-duty cold-applied coal tar selected from the Approved Materials List. PART3 EXECUTION 3.1 FORMWORK A The Contractor shall notify the City a minimum of one working day in advance of intended placement of concrete to enable the City to check the form lines, grades, and other required items before placement of concrete. B. The form surfaces shall be cleaned and coated with form oil prior to installation. The form surfaces shall leave uniform form marks conforming to the general lines of the structure. C. The forms shall be braced to provide sufficient strength and rigidity to hold the concrete and to withstand the necessary fluid pressure and consolidation pressures without deflection from the prescribed lines. D. Unless otherwise indicated on the plans, all exposed sharp concrete edges shall be 3/4-inch chamfered. 3.2 REINFORCEMENT A Place reinforcing steel in accordance with the current edition of Recommended Practice for Placing Reinforcing Bars, published by the Concrete Reinforcing Steel Institute. B. All reinforcing steel shall be of the required sizes and shapes and placed where shown on the drawings or as directed by the City. C. Do not straighten or re-bend reinforcing steel in a manner that will damage the material. Do not use bars with bends not shown on the drawings. All steel shall be cold bent -do not use heat. JUNE 2008 Page 4 of 9 SECTION 03000 Cast-In-Place Concrete D. All bars shall be free from rust, scale, oil, or any other coating that would reduce or destroy the bond between concrete and steel. E. Position reinforcing steel in accordance with the Approved Plans and secure by using annealed wire ties or clips at intersections and support by concrete or metal supports, spacers, or metal hangers. Do not place metal clips or supports in contact with the forms. Bend tie wires away from the forms in order to provide the concrete coverage equal to that required of the bars. If required by the Engineer, the Contractor shall install bars additional to those shown on the drawings for the purpose of securing reinforcement in position. F. Place reinforcement a minimum of 2-inches clear of any metal pipe, fittings, or exposed surfaces. G. The reinforcement shall be so secured in position that it will not be displaced during the placement of concrete. H. All reinforcing steel, wire mesh, and tie wire shall be completely encased in concrete. I. Reinforcing steel shall not be welded unless specifically required by the Approved Plans or otherwise directed by the Engineer. I. Secure reinforcing dowels in place prior to placing concrete. Do not press dowels into the concrete after the concrete has been placed. J. Minimum lap for all reinforcement shall be 40 bar diameters unless otherwise specified on the Approved Plans. K. Place additional reinforcement around pipe penetrations or openings 6-inches diameter or larger. Replace cut bars with a minimum of 1/2 of the number of cut bars at each side of the opening, each face, each way, same size. Lap with the uncut bars a minimum of 40 bar diameters past the opening dimension. Plaoe one same size diagonal bar at the four diagonals of the opening at 45° to the cut bars, each face. Extend each diagonal bar a minimum of 40 bar diameters past the opc:ming dimension. L. Wire mesh reinforcement is to be rolled flat before being placed in the form. Support and tie wire mesh to prevent movement during concrete placement. M. Extend welded wire fabric to within 2-inches of the edges of slabs. Lap splices at least 1-1/2 courses of the fabric and a minimum of 6-inches. Tie laps and splices securely at ends and at least every 24-inches with 16-gauge black annealed steel wire. Pull the fabric into position as the concrete is placed by means of hooks, and work concrete under the steel to ensure that it is at the proper distance above the bottom of the slab. 3.3 EMBEDDED ITEMS All embedded items, including bolts, dowels and anchors, shall be held correctly in place in the forms before concrete is placed. JUNE 2008 Page 5 of 9 SECTION 03000 Cast-In-Place Concrete 3.4 MORTAR MIXING The quantity of water to be used in the preparation of mortar shall be only that required to produce a mixture sufficiently workable for the purpose intended. Mortar shall be used as soon as possible after mixing and shall show no visible sign of setting prior to use. Re- mixing of mortar by the addition of water after signs of setting are evident shall not be permitted. 3.5 MIXING AND PLACING CONCRETE A. All concrete shall be placed in forms before taking its initial set B. No concrete shall be placed in water except with permission of the City. C. As the concrete is placed in forms, or in rough excavations (i.e., thrust or anchor blocks), it shall be thoroughly settled and compacted throughout the entire layer by internal vibration and tamping bars. D. All existing concrete surfaces upon which or against which new concrete is to be placed shall be roughened, thoroughly cleaned, wetted, and grouted before the new concrete is deposited. 3.6 CONCRETE FINISHING A. Immediately upon the removal of forms, voids shall be neatly filled with cement mortar, non-shrink grout, or epoxy bonding agent and repair mortar as required for the application and as directed by the City. B. The surfaces of concrete exposed to view shall be smooth and free from projections or depressions. C. Exposed surfaces of concrete not poured against forms, such as horizontal or sloping surfaces, shall be screeded to a uniform surface, steel-trowelled to densify the surface, and finished to a light broom finish. 3. 7 PROTECTION AND CURING OF CONCRETE The Contractor shall protect all concrete against damage. Exposed surfaces of new concrete shall be protected from the direct rays of the sun by covering them with plastic film wrap and by keeping them damp for at least 7 days after the concrete has been placed, or by using an approved curing process. Exposed surfaces shall be protected from frost by covering with tarps for at least 5 days after pouring. 3.8 REPAIRS TO DAMAGED CONCRETE SURFACES Minor surface damage to hardened cast-in-place or precast concrete may be repaired, at the discretion of the City, using the specified materials in accordance with the manufacturer's recommendations and the following procedures: A. Cast-in-place or precast concrete for manholes and vaults: Remove loose or deteriorated concrete to expose a fractured aggregate surface with an edge cut to JUNE 2008 Page 6 of 9 SECTION 03000 Cast-In-Place Concrete a ninety degree angle to the existing surface. Clean all debris from the area, apply a 20 mil coat of epoxy bonding agent to the prepared surface, and place repair mortar while the epoxy is still wet and tacky. On horizontal surfaces, for repair depths greater than 2-inches, add aggregate to the repair mortar as recommended by the manufacturer. On vertical or overhead surfaces, for repair depths greater than 2- inches, apply the repair mortar in successive lifts, scarifying the lifts, allowing them to harden, and applying a scrub coat of the material prior to proceeding with the next lift. Cure the material as for concrete in accordance with this specification. B. General Purpose: Remove loose and deteriorated concrete by mechanical means, sandblasting, or high-pressure water blasting. Clean all debris from the area and apply non-shrink grout in a 1/4-inch minimum thic:kness, at the desired consistency, ranging from a dry pack, to a fluid-poured into a formed area, according to the application. Cure the material as for concrete in accordance with this specification. 3.9 EPOXY ADHESIVES FOR ANCHOR BOLT INSTALLATION Anchor bolts grouted in place with an epoxy adhesive shall be installed using the specified materials in accordance with the manufacturer's recommendations and the following general procedures: Drill the hole with a rotary percussion drill to produce a rough, unpolished hole surface. the hole shall be sized to the manufacturer's recommendations and should be approximately 1/4-inch wider than the diameter of the bolt, with a depth equal to 10 to 15 times the bolt diameter. Remove debris and dust with a stiff bristle brush and clean using compressed air. Utilizing a medium-viscosity epoxy for horizontal surfaces, and a gel-type non-sag epoxy for vertical surfaces, apply the material to fill the hole to approximately half its depth. Insert the bolt, forcing it down until the required embedment depth and projection length are attained and then twist the bolt to establish a bond. Secure the bolt firmly in place in the permanent position until the epoxy sets. 3.10 PROTECTIVE EPOXY COATING Following core drilling at existing concrete structures, clean the exposed concrete surface and ends of reinforcing steel and apply two coats of protective epoxy coating for a total dry film thickness of 10-15 mils. Allow the material to cure between coats and prior to continuing the installation through the penetration. 3.11 DAMP-PROOFING FOR THE EXTERIOR OF CONCRETE STRUCTURES Following completion of the exterior surfaces of manholes and vaults, including necessary repairs and piping penetrations into the structure, apply the specified material to prepared concrete surfaces in accordance with the manufacturer's recommendations. The surfaces to be coated shall be fully-cured and free of laitance and contamination. The material shall be applied to all exterior surfaces below a point 12-inches above the water table or indications of seepage or moisture as directed by the Engineer. Apply two 15 mil coats, curing between coats, prior to backfill and/or immersion in accordance with the manufacturer's recommendations. JUNE 2008 Page 7 of9 SECTION 03000 CasMn-Place Concrete 3.12 THRUST AND ANCHOR BLOCKS Concrete thrust and anchor blocks shall be poured against wetted, undisturbed soil in accordance with the Standard Drawings and as directed by the City. The concrete shall be placed so that fittings and valves will be accessible for repairs or replacement. Prior to filling the pipeline with water, the concrete for thrust and anchor blocks shall cure for the following number of days: Thrust Blocks Anchor Blocks 3 days minimum 7 days minimum A. Safe Soil Bearing Load: Fine Sand Hard Shale Granite 0 PSF 500 PSF 1,000 PSF 1,500 PSF 2,000 PSF 2,000PSF 2,500 PSF 10,000 PSF ***In muck or peat soils, competent resistance shall be achieved by removal and replacement with ballast or sufficient stability to resist the intended thrusts. Consult the project geotechnical consultant. B. Thrust Block Placement and Sizing: Thrust blocks shall be located at all unrestrained pipe fittings and bear against firm, undisturbed soil. The thrust blocks shall be centered on the fitting so that the bearing area is exactly opposite the resultant direction of the thrust, refer to the Standard Drawings. Care shall be taken to prevent the placed thrust block concrete from eliminating maintenance access to the valve operators. All thrust block excavation location, shape, and the City prior to pouring the concrete shall verify size. The size, in sq. ft., of the thrust block can be calculated by dividing the thrust by the safe bearing load. For instance, use a 12~inch pipe, 45° end, at 200 psi test pressure with a D.G. trench the value of 11, 720# of thrust can be obtained from the upper chart and 1,500#/sq. ft. safe bearing load from the lower chart as follows: 11,720# x 2 / 1,500#/Sq. ft.= 15.6 sq. ft. or 16 sq. Therefore, for this example, the trench wall adjacent to the fitting shall be excavated to the dimensions of 4 ft. x 4 ft. or 3.5 ft. x 5 ft. or some closely approximate multipliers to achieve the minimum required 16 sq. ft. bearing area. JUNE 2008 Page 8 of9 SECTION 03000 Cast-In-Place Concrete C. Anchor Block Placement and Sizing: For all vertical bends in pipelines (downward bends) that do not have restrained joints, the fittings shall be retained in place by means of an anchor block. The block shall be sized to withstand the thrust exerted for the particular deflection angle at the required test pressure plus 10%. (Do not rely on the restraining benefit from the soil). The City shall verify the size chosen and the reinforcing steel required. The size, in cu. ft. of the anchor block can be calculated by dividin!g the thrust by the unit weight of concrete (i.e., one cu. ft. or concrete weighs approximately 145#). For instance, use the same 12-inch pipe, 45° bend, at 200 psi test pressure -the value of 11, 720# of thrust can be obtained from the upper chart: 11,720# x 2 / 145# = 162 cu. ft. (plus 10%) = 178 cu. ft. or 6.6 cu. yd. Therefore, for this example, the anchor block shall be 5.5' x 5.5' x 6' or 6' x 6' x 5', or some closely approximate multipliers to achieve a minimum of 178 cu. ft. of concrete. 3.13 VALVE SUPPORT BLOCKS Valve support blocks shall be installed as described below and in accordance with the Standard Drawings: A. Support blocks below valves shall be cut into the side of the trench a minimum of 12-inches. B. Support blocks shall extend up to a height of adjoining pipe and shall have a minimum depth below the valve of 12-inches. C. Support blocks shall be installed so that the valves will be accessible for repairs. END OF SECTION JUNE 2008 Page 9 of 9 SECTION 03000 Cast-In-Place Concrete Division 09 Finishes SECTION 09870 TAPE COATING SYSTEM WITH MORTAR SHIELD FOR THE EXTERIOR OF STEEL WATER PIPELINES PART1 GENERAL 1.1 DESCRIPTION A. The steel pipe shall be coated with polyethylene tapes in accordance with AWWA C214. Fittings and specials shall be coated with cold-applied polyethylene tapes in accordance with AWWA C209. A reinforced cement mortar shield shall be applied in accordance with AWWA C205. Any modifications to the aforementioned standards are as stated herein. 1.2 RELATED WORK ELSEWHERE The Contractor shall refer to the following specification section(s) for additional requirements: A. Painting and Coating: 09900 B. Petrolatum Wax Tape Coating: 09902 C. Cement Mortar Lined Steel Pipe: 15061 1.3 QUALIFICATIONS OF MANUFACTURERS A. Manufacturer to demonstrate a minimum of five years' successful application of tape coating system on similar diameter steel water pipelines as specified herein. 1.4 SUBMITTAL$ A. List of tape coating materials indicating manufacturer, product numbers, and thickness of materials related to tape system for joints and repairs. B. Certification of test results for each batch of liquid adhesive and each tape material specified shall be in accordance with AWWA C214. C. Tape application procedure approved by tape manufacturer. 1.5 COORDINATION WITH TAPE MANUFACTURER A. The pipe manufacturer shall require the tape material manufacturer to furnish qualified factory technical representative to visit the site for technical support at the beginning of the pipe installation as may be necessary to instruct Contractor on appropriate tape application methods in the field or to resolve problems. This visit shall be coordinated to allow City Inspection and Maintenance Staff to participate in the instruction. The Contractor shall allow time for representative to give field taping instructions to his workforce. JUNE 2008 Page 1 of 8 SECTION 09870 Tape Coating System with Mortar Shield for the Exterior of Steel Water Pipelines PART2 MATERIALS 2.1 POLYETHYLENE TAPE COATING A. Provide polyethylene tape coating in accordance with AWWA C214 with a reinforced cement mortar shield in accordance with AWWA C205 and as specified herein. Plant and field applied liquid adhesive, polyethylene tape, and plant and field applied repair tape shall be furnished by a single manufacturer. The physical properties of tape materials shall meet or exceed the requirements of AWWA C214 when tested in accordance with the methods described in Section 5.3, "Coating System Tests". B. The tape coating systems consist of an exterior polyethylene tape over the bare metal surface of steel pipe with a reinforced cement mortar coating applied over the tape system. Tape coating systems are specified for: 1. Normal plant cold-applied tape 2. Plant cold-applied tape for special sections, connections and fittings, and plant repairs of cold-applied tape 3. Field joint, field coated fittings and repair of field cold-applied tape. 2.2 LIQUID ADHESIVE A. Liquid adhesive shall consist of a mixture of suitable rubber and synthetic compounds and a solvent in accordance with AWWA C214. The liquid adhesive shall be Polyken #1039 primer or equivalent. 2.3 STORAGE PRIMER A. Storage primer on the exposed steel at the tape cutbacks shall be Polyken #924 or equivalent. 2.4 PLANT APPLIED POLYETHYLENE TAPE SYSTEM, POL YKEN, or equivalent (80 mil) A. Liquid adhesive shall be Polyken #1039 primer. B. Anti-corrosion inner layer tape shall be Polyken #989 (20 mil), black. C. First mechanical outer layer tape shall be Polyken #955 (30 mil), gray. D. Second mechanical outer layer tape shall be Polyken #956 (30 mil), white. E. Reinforced cement mortar shield 3/4" thick. F. Weld Stripping Tape shall be Polyken #933 (25 mil), if required. JUNE 2008 Page 2 of8 SECTION 09870 Tape Coating System with Mortar Shield for the Exterior of Steel Water Pipelines 2.5 PLANT COLD-APPLIED TAPE COATINGS FOR SPECIAL SECTIONS, CONNECTIONS AND FITTINGS, AND PLANT REPAIR COLD-APPLIED POLYETHYLENE TAPE MATERIAL A. Liquid adhesive shall be Po!yken #1039 primer. B. Anti-corrosion inner layer shall be Polyken #932-50 (50 mil), black. C. Mechanical layer outer tape for plant fittings and plant repair cold-applied polyethylene tape shall be Polyken #955 (30 mil}, white. D. Reinforced cement mortar shield 3/4" thick. E. Weld stripping tape shall be Polyken #933 (25 mil}, if required. 2.6 FIELD JOINT, FIELD COATED FITTINGS, AND FIELD REPAIR COLD-APPLIED POLYETHYLENE TAPE A. Primer shall be Polyken #1029. 8. Joint filler tape to be Polyken #939 ( 125 mil), black. C. Field joint, field fitting, and field repair outer layer tape shall be Polyken #932, (50 mil). D. Mechanical layer outer tape for field joint, field fittings and field repair shall be Polyken #932-50, continue inner layer with 50% overlap. PART3 EXECUTION 3.1 POLYETHYLENE TAPE COATING A. Apply polyethylene tape coating to pipe in accordance with AWWA C214. Apply polyethylene tape coating to fittings and specials in accordance with AWWA C209. Apply the reinforced cement mortar shield in accordance with AWWA C205. Any modifications to the aforementioned standards are as stated herein. 8. Certificate of Compliance: Prior to shipment of pipe, furnish a certificate of compliance stating that tape materials and work furnished hereunder will comply or have complied with the requirements of these specifications and AWWA C214 and C209. 3.2 STRAIGHT RUN PIPE APPLICATION A. For straight run pipe, plant applied conditions, the polyethylene tapes shall be a four layer system consisting of: (1) liquid adhesive; (2) corrosion prevention tape (inner layer); (3) mechanical protective tape (first outer layer}; (4) mechanical protective tape (second outer layer}. 8. Perform the entire coating operation by experienced workers skilled in the application of polyethylene tapes and cement mortar coating under qualified supervisors. After JUNE 2008 Page 3 of 8 SECTION 09870 Tape Coating System with Mortar Shield for the Exterior of Steel Water Pipelines completion of the tape system, all handling shall be by padded equipment to prevent any damage of the tape system. Testing of tape system shall be performed per 3.5 of this section. C. All equipment for blasting and application of the tape coating system shall be of such design and condition to comply with all the requirements of AWWA C214 and these specifications. Immediately repair or replace equipment that, in the opinion of the Engineer, does not produce the required results. Include equipment and a repair procedure for correcting defective tape application for use under this specification in the steel pipe fabrication plan. Make available for review a copy of this portion of the fabrication plan, and any updates, at the location of the coating operation, and a repair procedure for correcting defective tape application. D. Remove the exterior weld bead along the entire exterior surface of the pipe. The exterior weld bead shall be flush with the exterior surface of the pipe with a tolerance of plus 1/32-inch. E. Surface preparation shall conform to AWWA C214 and the following. 1. Bare pipe shall be clean of all foreign matter such as mud, mill lacquer, wax, coal tar, asphalt, oil, grease, or any contaminants. Remove welding slag or scale from all welds by wire-brushing, hammering, or other satisfactory means. Remove welding splash globules prior to priming. 2. Prior to blast cleaning, inspect surfaces and, if required, preclean in accordance with the requirements of SSPC SP-1, Solvent Cleaning, to remove oil, grease, and all foreign deposits. Remove visible oil and grease spots by solvent wiping. Use only approved solvents that do not leave any residue. Include in the manufacturer's fabrication plan the cleaning solvent applications procedure and safety precautions. F. Blast cleaning shall conform to AWWA C214 and the following. 1. Blast the pipe surface using a commercially available shot grit mixture to achieve a prepared surface equal to that which is specified in SSPC SP-6, Commercial Blast Cleaning. 2. For plant mortar lined pipe, perform blast cleaning of said exterior surfaces after the initial curing of the spun mortar lining. Perform the exterior blast cleaning in such a manner as not to endanger the mortar lining in the pipe. Completely remove corrosion and foreign substances from the exterior of the pipe in the cleaning operation, and apply liquid adhesive after completion of blast cleaning. 3. Achieve from abrasive blasting an anchor pattern profile a minimum of 1.0 mil, but not exceeding 3.0 mils. Measure the anchor pattern or profile of the blasted surface using comparator tape as specified herein. 4. Inspect the blast cleaned exterior pipe surface for adequate surface preparation prior to application of the liquid adhesive. Surface comparator tapes are to be JUNE 2008 Page 4 of 8 SECTION 09870 Tape Coating System with Mortar Shield for the Exterior of Steel Water Pipelines used by the manufacturer in at least eight random areas, along any given 40- foot length of pipe. The results of the surface comparator tapes are to be documented on the quality control sheet foir each pipe section. 5. Coat each pipe section with liquid adhesive and tape within the same day of being blast cleaned. Do not allow blasted and/or blasted and primed pipe to sit overnight. All blasted and primed pipe must be coated by the end of the day. No coating will be permitted on pipe sections showing evidence of rust. G. Liquid adhesive application shall conform to AWWA C214 and the following. 1. Prior to liquid adhesive application, clean the pipe surface free of foreign matter such as sand, grease, oil, grit, rust particles, and dirt. 2. Apply the liquid adhesive in a uniform thin film at the coverage rate recommended by the manufacturer. Meet the recommendations of the manufacturer for the state of dryness of the liquid adhesive prior to the application of the inner layer of tape. 3. Limit the application of liquid adhesive to that length of pipe which can be taped within the same workday. Pipe coated with liquid adhesive that was not taped within the same workday shall be rejected at the discretion of the Engineer. The liquid adhesive shall be removed and the surface shall be re-primed. 4. Protect liquid adhesive coated pipe sections from moisture, dirt, sand, and other potentially contaminating materials 5. Apply storage primer to the exposed steel pipe at tape cutbacks to prevent oxidation of the cleaned metal surface. Apply minimum of 1.5 mils and maximum of 2.5 mils of storage primer to exposed steel per the manufacturer's recommendations. H. Inner layer tape application: 1. Apply the inner layer tape directly onto the primed surface using approved mechanical dispensing equipment to assure adequate, consistent tension on the tape as recommended by the tape manufacturer. Use rollers to apply pressure on the tape as it comes in contact with the pipe. Make necessary adjustments to mechanical application equipment to assure a uniform, tight coating. Maintain a tight, smooth, mechanically induced, wrinkle-free coating throughout the application process. 2. The application of tension shall be such that the width of tape will be reduced between 1 ½ to 2 percent of tape width prior to the pull. Provide a pressure readout gauge and chart recorder, suitable to the Engineer, with the tape let-off machine to document the tape tension during application. 3. Apply inner layer tape at a minimum roll temperature of 70 OF. JUNE2008 Continuously monitor the temperature of the tape within 12 inches of the point of contact with the pipe surface. Use a chart recorder, suitable to the Engineer, to document the temperature of the tape duiring application. Sections where the Page 5 of 8 SECTION 09870 Tape Coating System with Mortar Shield for the Exterior of Steel Water Pipelines tape application tension and temperature is not maintained within manufacturer's recommendations shall be rejected and the tape removed from the entire pipe section and reapplied. 4. Continuously electronically test the inner tape layer at 6,000 volts immediately following application of the tape by a holiday tester permanently mounted to the tape application station and equipped with an indicator light and audio buzzer, suitable to the Engineer to alert the workmen of the presence of holidays in the coating system. 5. Spirally wrap the inner layer tape over longitudinally or spirally welded pipe. Provide a 1-inch minimum tape overlap. 6. Splice each new roll by overlapping the new tape over the end of the preceding roll by at least 6 inches. Perform this end lap splice by hand or by a mechanical applicator so that the splice is wrinkle free and maintains the continuity of the inner wrap coating. Maintain the wrapping angle of the new roll parallel to that of the previous roll. 7. Provide tape cutbacks based on the joint type required, cutting the tape edge parallel to the end of the pipe. Perform cutbacks using a cutting device that is guided from the end of the pipe to insure a uniform, straight cutback. I. Mechanical outer layer tape application. 1. Apply the first mechanical outer layer of tape over the inner layer tape using the same type of mechanical equipment used in the application of the inner layer tape. No overlap splice of the other layer coinciding with the overlap splice of the inner layer will be permitted. Provide a minimum 6-inch separation between overlap of splices. Apply two mechanical outer layers of tape as specified herein. The inner layer tape shall be electrically tested, inspected, and approved prior to the application of the first mechanical outer layer tape and the first mechanical outer layer tape shall also be visually inspected and approved prior to the application of the second mechanical outer layer tape. Ensure that both mechanical outer layer tapes are smooth, tight and wrinkle-free. 2. Apply mechanical outer layer tapes in accordance with the requirements for the inner layer tape, except that the minimum tape roll application temperature shall be 90°F. Monitoring for tension and temperature will be required for the mechanical outer layer tapes. The use of rollers to apply pressure on the tape is not required during application of the mechanical outer layer tapes. Holiday testing of the mechanical outer layer tapes is not required during tape application. Test the complete tape system prior to coating as specified herein. J. Apply a reinforced cement mortar shield over the outer layer of tape in accordance with AWWA C205. Cement mortar shall be per Section 15061. K. Storage primer application shall conform to AWWA C214 as modified herein: 1. Prior to storage primer application, clean the pipe surface free from foreign matter such as sand, grease, oil, grit, rust particles and dirt. JUNE 2008 Page 6 of 8 SECTION 09870 Tape Coating System with Mortar Shield for the Exterior of Steel Water Pipelines 2. A1Pply primer only to a dry pipe surface. Whenever the ambient air temperatures are cold enough to cause gelling of the primer, the use of heaters will not be permitted to return the primer back to a fully liquid state. Use new primer at a minimum of 40°F. 3. Apply storage primer to the exposed steel pipe at tape cutbacks to prevent oxidation of the cleaned metal surface. Apply minimum of 1.5 mils and maximum of 2.5 mils of storage primer to exposed steel per the manufacturer's recommendations. Do not place storage primer on the edge of the steel plate. 3.3 FITTINGS COATED AT THE PLANT A. Coat fittings that cannot be machine coated in accordance with AWWA C209 using materials as specified herein. Weld bead preparation, surface preparation, blast cleaning and liquid adhesive shall be as specified for straight run pipe. AplPIY an inner layer tape of Polyken #932-50 with a 1-inch minimum tape overlap on all plant coated fittings. Apply an outer layer of cold-applied polyethylene tape as specified herein with a 55 percent overlap on all plant-coated fittings. Provide a minimum thickness of 110 mils for the total tape coat system for plant-coated fittings. B. Test all completed tape coated fittings in the presence of the Engineer with an electrical flaw detector prior to the application of the cement mortar coating. Applied voltage shall be in the range of 11,000 to 15,000 volts. Repair any holidays found. C. Repair cement mortar coating defects in accordance with the approved repair procedures. D. Apply cement mortar coating in accordance with AWWA C205, ov,er the tape-coated fittings after completion of tape coating, testing and inspections. 3.4 TAPE APPLICATION TO FITTINGS, SPECIALS Al~D PIPE JOINTS (Field) A. Field cold applied plastic tape coating shall be in accordance with AWWA C209, as modified herein. B. Prior to welding any fieldjoints, wrap an 18-inch strip of heat resistance material over the entire coated pipe section to avoid damage to the plant applied coating by the hot weld spatter. C. Clean the pipe surface free of mud, mill lacquer, wax, tar grease, or any foreign matter. The pipe surface shall be free of any moisture and all foreign matter prior to the application of prime. D. Pack irregularities in joint with elastameric joint filler. E. Apply primer by brush or roller (4 mil wet, 1 mil dry). F. After primer has dried, apply tape to the joint and extend a minimum of 3-inch onto adjacent tape wrap. Maintain 55 percent overlap on all field joint tape to produce a minimum thickness of 100 mils. JUNE 2008 Page 7 of 8 SECTION 09870 Tape Coating Systeim with Mortar Shield for the Exterior of Steel Water Pipelines G. Apply tape with sufficient tension to conform with the surface. The finish wrap shall produce a smooth, wrinkle-free surface. H. The tape system for pipe joints is shown in Section 2.6. 3.5 INSPECTION OF TAPE COATING Test the applied tape coating in the presence of the engineer with an electrical holiday detector, as a part of the tape installation process. Repair all holidays and physical damage. If mortar shield is applied at a different location than the tape coating system, a second electrical holiday spark test shall be required after all transportation and handling to the mortar coating location confirming the integrity of the tape undercoating. Upon completion of the mortar coating process a continuity or spark test will again be preformed for the tape system. Repair any holidays and physical damage and spark test, verifying repair. 3.6 MORTARSHIELD A. Apply mortar coating in accordance with Section 15061 cement. Mortar lined and coated steel pipe and specials, over the tape coated pipe immediately upon completion of tape wrapping, testing, and inspections. 3.7 PROTECTING COATED PIPE A. The CONTRACTOR shall protect all coated surfaces from damage prior to and during the pipe installation in accordance with these specifications. B. In transporting the coated pipe, it shall rest in saddles shaped to the outside diameter of the coated pipe. The saddles shall be in contact with the bottom of the pipe along an arc of at least 60 degrees. Saddles shall be completely lined with adequate padding. No nails or any other fasteners that may damage the coating will be allowed in the installation of the padding of the saddles. C. While laying tape coated steel pipe, the pipe shall not be rolled or skidded when it is in contact with the ground at any point. Immediately before the coated pipe is lowered into the trench the CONTRACTOR shall provide a visual and holiday inspection of the coating on the entire pipe coating system. Coated pipe shall be lowered into the trench using saddled, not choked, belt slings. The use of chains, hooks, or other equipment which might damage the pipe coating will not be permitted. All other pipe handling equipment and methods shall be approved by the ENGINEER Pipe stored alongside of the trench shall be supported on padded skids, sand bags, or rock-free sand berms. END OF SECTION JUNE 2008 Page 8 of 8 SECTION 09870 Tape Coating System with Mortar Shield for the Exterior of Steel Water Pipelines SECTION 09874 FUSION-BONDED EPOXY LINING AND COATING PART1 GENERAL 1.1 DESCRIPTION A. This section includes materials and application of fusion-bonded epoxy linings and coatings on steel pipe in accordance with AWWA C213, as modified herein. B. Apply fusion-bonded epoxy linings or coatings to steel pipe, pipe fittings, and specials as shown on the Plans or as specified. 1.2 REFERENCE STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. AWWAC213 ASTM D1002 ASTM D1044 ASTM G17 SSPC SP-10 Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines Test Method for Strength Properties of Adhesives in shear by Tension Loading Test Method for Resistance of Transparent Plastics to Surfaice Abrasion Test Method for Penetration Resistance of Pipeline Coatings Near-White Blast Cleaning 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Specifications 09900, 15000, 15041, 15044, 15061, and H>100 1.4 SUBMITrALS Certification of test results of physical and performance characteristics of epoxy materials. Submit results of electrical holiday tests conducted on finished applications. PART2 MATERIALS 2.1 EPOXY LINING AND COATING Plant applied lining and coating shall be a 100 percent solids, thermosetting,, fusion bonded, dry powder epoxy resin such as Scotchkote 206N, or equal. Epoxy lining and coating shall meet the following requirements: A. Abrasion resistance (min.): 1,000 cycles -0.05 gram removed; 5,000 cycles -0.115 gram removed (ASTM D1044, Tabor CS 17 wheel, 1,000-gram weighlt). B. Penetration resistance: 0 mil (ASTM G17) C. Adhesion overlap shear, 1/8-inch panel, 0.010 glue line: 6,000 psi (ASTM D1002) MAY 2014 Page 1 of 3 SECTION 09874 Fusion-Bonded Epoxy Lining and Coating D. Impact (min. value): 160-in-lb (Gardener 5/8-inch radius tup) 2.2 FIELD APPLICATION MATERIALS Field applied epoxy for patching, repairs, and lining and coating of field welded joints, shall be a two-component, 80 percent solids liquid resin, such as Scotchkote 306, or equal. Alternatively, the coating of field welded joints may use cold applied plastic tapes in accordance with Section 09870. PART3 EXECUTION 3.1 SHOP APPLICATION OF FUSION BONDED EPOXY LINING AND COATING A. Apply fusion bonded epoxy lining and coating in accordance with AWWA C213, except as modified below. B. Grind 0.020 inch (minimum) off the weld caps on the pipe weld seams before beginning the surface preparation and heating of the pipe. C. Grind surface irregularities, welds, and weld spatter smooth before applying the epoxy. The allowable grind area shall not exceed 0.5 square foot per location, and the maximum total grind area shall not exceed 2 square feet per pipe section. Do not use any pipe section in which these requirements cannot be met. D. Uniformly preheat the pipe prior to blast cleaning to remove moisture from the surface. The preheat shall be sufficient to ensure that the pipe temperature is at least five degrees F above the dew point temperature during blast cleaning and inspection. Sandblast surfaces per SSPC SP-10. Protect bevelled pipe ends from the abrasive pipe cleaning. E. Apply epoxy lining and coating by either the fluidized bed or the electrostatic spray process. Minimum thickness of lining and coating shall be 12 to 15 mils each. Heat and cure pipe linings and coatings per the resin manufacturer's recommendations. F. For bell and spigot joints welded in the field, hold back from the end of each pipe section the shop applied epoxy lining and coating a sufficient distance such that the field welding will not damage the epoxy surface. 3.2 TESTING AND INSPECTION A. Test lining and coating with a low-voltage wet sponge holiday detector in accordance with AWWA C213, Section 5.3.3. If the number of holidays or pinholes exceeds one per ten square feet, remove the entire pipe lining and coating and recoat the entire pipe or fitting. B. Check for coating defects on the weld seam centerlines. There shall be no porous blisters, craters, or pimples lying along the peak of the weld crown. MAY 2014 Page 2 of 3 SECTION 0987 4 Fusion-Bonded Epoxy Lining and Coating C. Measure the coatings thickness at three locations on each pipe section using a coating thickness gauge calibrated at least once per eight-hour shift. Record each measured thickness value. Where individual measured thickness values are less than the specified minimum thickness, measure the coating thickness at three-foot intervals along the pipe length. The average of these measurements shall exceed the specified minimum thickness value, and no individual thickness value shall be more than two mils below the specified minimum value. If a section of pipe does not meet these criteria, remove the entire lining and coating and reline and recoat the entire pipe section or fitting. 3.3 REPAIR OF DEFECTIVE EPOXY LINING AND COATING Apply in accordance with AWWA C213, a two-part, 100 percent solids, liquid epoxy coatings or a hot melt adhesive patching compound, to a minimum coating thickness of 12 mils to defective linings and coatings to areas smaller than 40 square inches. Patched areas shall overlap the parent or base coating a minimum of 1/2 inch. If a defective area exceeds 40 square inches, remove the entire lining and coating and reline and recoat the entire pipe section or fitting. 3.4 CEMENT MORTAR COATING FOR BURIED PIPE After testing and inspecting, apply over the epoxy coating a one-inch thick cement mortar coating in accordance with Section 15061, for each pipe section, fitting, and special that is to be buried. Hold back the cement mortar coating a sufficient length from the end of the pipe to provide clearance for field coating of the joint. 3.5 PRODUCT MARKING Mark on the inside of the pipe a continuous, circumferential line, 1/16 inch wide, 12 inches from the end of each bell section. The circumferential line will be used to evaluate fit up during installation. 3.6 LINING AND COATING OF FIELD JOINT Lining and coating of field joint shall be in accordance with the applicable material specification. For buried pipe, apply a cement mortar coating over the coated joint in accordance with Section 15061. END OF SECTION MAY2014 Page 3 of 3 SECTION 0987 4 Fusion-Bonded Epoxy Lining and Coating SECTION 09900 PAINTING AND COATING PART 1 GENERAL 1.1 DESCRIPTION This section described the requirements for the preparation of surfaces and subsequent application of protective coatings. The Contractor shall furnish all labor, materials and equipment required for satisfactory completion of all items contained herein. The Contractor shall furnish all necessary safety equipment and protective clothing, as well as be responsible for proper instruction and supervision of their use. Requirements for steel storage reservoirs are specified elsewhere in the Specifications. 1.2 RELATED WORK DESCRIBED ELSEWHERE The Contractor shall refer to the following Specification section(s) for additional requirements: A. General Piping System & Appurtenances: 15000 1.3 SUBMITTAL$ Contractor shall furnish submittals in accordance with the requirements of the GENERAL PROVISIONS. The following submittals are required: A. Submit a chart of the manufacturer's available colors for color selection well in advance of painting operation. B. Submit manufacturer's data sheets showing the following information: 1. Recommended surface preparation. 2. Minimum and maximum recommended dry-film thicknesses per coat for prime, intermediate, and finish coats. 3. Percent solids by volume. 4. Recommended thinners. 5. Statement verifying that the selected prime coat is recommended by the manufacturer for use with the selected intermediate and finish coats. 6. Application instructions including recommended application, equipment, humidity, and temperature limitations. 7. Curing requirements and instructions. C. Submit certification that all coatings conform to applicable local Air Quality Management City rules and regulations for products and application. JUNE 2008 Page 1 of9 SECTION 09900 Paintlng and Coating 1.4 PAYMENT Payment for the Work in this section shall be included as part of the lump-sum or unit-price bid amount for which such Work is appurtenant thereto. PART 2 MATERIALS 2.1 GENERAL All materials shall be those of current manufacture and shall meet all applicable regulations for the application and intended service. All coats of any particular coating system shall be of the same manufacturer and shall be approved by the manufacturer for the intended service. In the event that a product specified herein is no longer manufactured or does not meet current regulations, the Contractor shall provide a substitute, currently manufactured product of at least equal performance which meets all applicable regulations subject to Engineer's approval, at no additional cost. All materials shall be delivered to the Project Site in their original, unopened containers bearing the manufacturer's name, brand, and batch number. Standard products of manufacturers other than those specified will be accepted when it is proved to the satisfaction of the Engineer they are equal in composition, durability, usefulness and convenience for the purpose intended. Paint listed in the system refers to products of the following manufacturers and distributors: Ameron Corrosion Control Division, Brea, CA I.C. Devoe, Louisville, KY Engard Coating Corporation, Long Beach, CA I. DuPont de Nemours & Company, Los Angeles, CA Tnemec Company, Inc., Kansas City, MO 64141 All surfaces to be coated or painted shall be in the proper condition to receive the material specified before any coating or painting is done. No more sandblasting or surface preparation than can be coated or painted in a normal working day will be permitted. All sharp edges, burrs, and weld spatter shall be removed. All concrete and masonry surfaces shall cure 30 days prior to coating or painting. Surface preparation, prime coatings, and finish coats for the various systems are specified herein. Unless otherwise noted, all intermediate and finish coats shall be of contrasting colors. It is the intent that the coating alternates specified herein serve as a general ~Juide for the type of coating desired. 2.2 VALVES A. Exterior Coating: Coat metal valves located above ground, in vaults or in structures the same as the adjacent piping. If the adjacent pipin~1 is not coated, then coat valves per this Specification section unless otherwise noted. Apply the specified prime coat at the place of manufacture. Apply intermediate and finish coats in the field. Finish coat shall match the color of the adjacent piping. Coat handwheels and floor stands the same as the valves. Coat the exterior of buried metal valves at the place of manufacture per this specification. JUNE2008 Page 2 of9 SECTION 09900 Painting and Coating B. Coating (Devoe Alternate): Prime coat shall be BarRust 231 or Devran 200 applied at 2 to 3 mils dry-film thickness. Intermediate coat shall be Devran 224H Epoxy applied at 2 to 4 mils dry-film thickness. Finish coat shall be 379 Urethane applied at 2 to 3 mils dry- film thickness. C. Interior Lining: Valves 4-inches and larger shall be coated on their interior metal surfaces excluding seating areas and bronze and stainless-steel pieces. Sandblast surfaces in accordance with SSPC-SP-10 (near white blast cleaning). Remove all protuberances which may produce pinholes in the lining. Round all sharp edges to be coated. Remove any contaminants which may prevent bonding of the lining. Coat the interior ferrous surfaces using one of the following methods: 1. Apply powdered thermosetting epoxy per the manufacturer's application recommendations to a thickness of 10 to 12 mils. 2. Apply two coats of polyamide epoxy to a dry-film thickness of 10 to 12 mils total. Follow the manufacturer's application recommendations including minimum and maximum drying time between the required coats. 3. Apply two coats of Tnemec Series 140 (for potable water) or Series 69 (for non- potable water), or equal, to a dry film thickness of 10 to 12 mils total. Follow manufacturer's application recommendations including minimum and maximum drying time between required coats. 4. Apply two coats of Devoe Bar-Rust 233H Epoxy applied to a dry-film thickness of 6 to 8 mils, each. Total dry-film thickness shall be 10 to 12 mils minimum. All epoxy lining shall be applied at the factory by the manufacturer of the valve, and shall meet current Volatile Organic Compound (VOC) content regulations. Epoxy lining for potable water valves shall also be listed by National Sanitation Foundation (NSF) for contact with potable water. Test the valve interior linings at the factory with a low-voltage holiday detector. The lining shall be holiday free. 2.3 METAL, INTERIOR AND EXTERIOR, NORMAL EXPOSURE A. General: The Contractor shall paint all exposed steelwork, non-galvanized handrails, exposed pipework, fittings, all mechanical equipment, pumps, motors, doors, door frames and window sash with this coating system. All metalwork previously given a shop prime coat approved by the Owner's Representative shall be touched up as required in the field with Tnemec Series 4 Versare Primer or equal. B. Surface Preparation: All exterior metal surfaces which are to be painted shall be commercial blast cleaned per Specification SP-6 (commercial blast cleaning) except as otherwise specified, in locations where sandblasting would damage previously coated surfaces and installed equipment, and in locations where dry sandblasting is prohibited. The above locations in which SP-6 commercial sandblasting is not possible shall be given a SP-3 power tool cleaning. This sandblasting shall be done not more than 8 hours ahead of the painting, subject to humidity and weather conditions between the time of JUNE 2008 Page 3 of 9 SECTION 09900 Painting and Coating sandblasting and painting operations. If any rusting or discoloration of sandblasted surfaces occurs before painting, such rusting or discoloration shall be removed by additional sandblasting. Sandblasted surfaces shall not be left overnight before painting. C. Coating (Tnemec Alternate): Prime coat or spot prime coat as required shall be Tnemec Series 4 Versare primer applied to a dry-film thickness of 2 to 3.5 mils. Two or more finish coats of Tnemec Series 2H Tneme-Gloss enamel shall be applied to a thickness of 1.5 to 3.5 mils. Total dry-film thickness of the complete system shall be 7 mils, minimum. D. Coating (Devoe Alternate): Prime coat or spot prime as required shall be 4140 Q.D. Alkyd Primer. Two or more finish coats of Devshield 4328 Alkyd applied to a dry-film thickness of 1.5 to 2 mils, each. Total dry-film thickness of the complete system shall be 5 mils, minimum. 2.4 METAL, SUBMERGED OR INTERMITTENTLY SUBMERGED A. General: All submerged metalwork, gates, equipment, valves, exposed pipework and all other metalwork within areas which will be submerged, except as not,ad hereinafter, shall be painted with this coating system. B. Surface Preparation: All metal surfaces shall be field sandblasted according to SSPC- SP-10 (near white blast cleaning). C. Coating (Tnemec Alternate): Prime coat shall be Tnemec Series 69 Epoxoline II applied to a dry-film thickness of 4 to 6 mils. Two finish coats of Tnemec Series 69 Epoxoline II shall be applied to a dry-film thickness of 4 to 6 mils each coat. Total try-film thickness of the complete system shall be a minimum of 12 mils. D. Coating (Devoe Alternate): Apply two coats of Bar-Rust 233H Epoxy applied to a dry- film thickness of 6 to 8 mils each coat. Total dry-film thickness of the complete system shall be a minimum of 12 mils. 2.5 METAL, SEVERE EXPOSURE TO MOISTURE OR CHEMICAL FUMES A. Surface Preparation: All metal surfaces shall be field sandblasted according to SSPC- SP-10 (near white blast cleaning). 8. Coating (Tnemec Alternate): Prime coat shall be Tnemec Series 104 H.S. Epoxy to a dry-film thickness of 6 to 10 mils. One or more finish coats of Tnemec Series 104 H.S. Epoxy topcoat shall be applied. Total dry-film thickness shall be a minimum of 12 mils. C. Coating (Devoe Alternate): Prime coat shall be Catha-Coat 304V Zinc, 2 to 3 mils dry- film thickness. Intermediate coat shall be Devran 2~14H Epoxy applied at 4 to 6 mils dry- film thickness. Finish coat shall be Devthane 379 Urethane applied at 2 to 3 mils dry-film thickness. Total dry-film thickness shall be 8 mils minimum. 2.6 METAL, HIGH-TEMPERATURE EXPOSURE A. General: Engine mufflers, exhaust systems and other metal surfaces subjected to high temperatures shall be coated with this system. JUNE2008 Page 4 of9 SECTION 09900 Painting and Coating B. Surface Preparation: Surface shall be field sandblasted in accordance with SSPC-SP- 10 (near white blast cleaning). C. Coating (Tnemec Alternate): One coat of Tnemec Series 90-96 Tneme-Zinc to a minimum total dry-film thickness of 2 to 3.5 mils. D. Coating (Devoe Alternate): One coat of Catha-Coat 304V Zinc to a dry-film thickness of 2 to 4 mils. 2.7 METAL, GALVANIZED, ALUMINUM, COPPER, OR BRASS A. Surface Preparation: Surfaces shall be solvent cleaned in accordance with SSPC-SP-1 (solvent cleaning) and SSPC-SP-2 (hand tool cleaning). B. Coating: Pre-treatment prime coat shall be Tnemec Series 32-1215 Tneme-Grip or Sinclair 7113 Wash Primer applied at mil dry-film thickness. Next, apply recommended coating or paint for the particular surface to be coated. C. Coating (Devoe Alternate): Pre-treatment prime coat shall be Devoe BarRust 231 primer applied at 3 mil dry-film thickness. Next, apply recommended coating or paint for the particular surface to be coated. 2.8 METAL, BURIED A. General: The Contractor shall coat all buried metal which includes valves, bolts, nuts, structural steel and fittings. It does not include steel storage reservoirs. B. Surface Preparation: Sandblast to SSPC-SP-6 (commercial blast cleaning) C. Coating (Tnemec Alternate): Prime none. Finish with two coats of Tnemec Series 46- 465 H.B. Tnemecol or equal at 10 to 12 mils dry-film thickness, each. Total dry-film thickness shall be 20 mils minimum. D. Coating (Devoe Alternate): Prime with Devtar 221 (5A) Epoxy applied at 8 mil dry-film thickness. Two coats of Devtar (5A) Epoxy applied at 8 mils dry-film thickness, each. Total dry-film thickness shall be 24 mils, minimum. PART 3 EXECUTION 3.1 GENERAL The Contractor shall arrange with the Owner's Representative so that all surface preparation may be inspected and approved prior to the application of any coatings. The Contractor is hereby notified that the Engineer will inspect the Work prior to the expiration of the warranty period and all defects in workmanship and material shall be repaired by the Contractor, at his own expense. JUNE 2008 Page 5 of 9 SECTION 09900 Painting and Coating 3.2 WORKMANSHIP It is the intent of the Specifications that finishes shall be provided which meet standards for best grades of painting. Drop cloths shall be placed where required to protect floors, surfaces and equipment from spatter and dropping, not to receive paint or coatings. The Contractor shall take all necessary precautions to protect all adjacent Work and all surrounding property and improvements from any damage whatsoever as a result of the paintinij and coating operation. Only good, clean brushes and equipment shall be used and all brushes, buckets, and spraying equipment shall be cleaned immediately at the end of each painting period. Each coat of paint shall !be of the consistency as supplied by the manufacturer, or thinned, if necessary, and applied in accordance with manufacturer's instructions. Each coat shall be well brushed, rolled or sprayed to obtain a uniform and evenly applied finish. Work shall be free from "runs", "bridges", "shiners", or other imperfections due to faulty intervals. Pa1iicular care shall be taken to obtain a uniform unbroken coating over all bolts, threads, nuts, welds, edges and corners. Paint shall not be applied in extreme heat, in dust or smoke laden air, or in damp or humid weather, unless written permission of the Engineer is obtained. If paint is applied by spray, the air pressure used shall be within the ranges recommended by both the paint and spray equipment manufacturers. Spray painting shall be conducted under controlled conditions and the Contractor shall be fully responsible for any damage occurring from spray painting. Care shall be exercised not to damage adjacent Work during sandblasting operations. Stainless steel need not be sandblasted. Blasted surfaces shall not be left overnight before coating. All dust shall be removed from the surface following sandblasting. 3.3 APPLICATION PROCEDURES A. Surfaces to be Coated: All surfaces of materials furnished and constructed are to be painted or coated per the Specifications except as indicated below. B. Surfaces Not To Be Coated: The following surfaces shall not be coated unless otherwise noted on the Plans and shall be fully protected when adjacent areas are painted. Aluminum grating Aluminum surfaces Bearings Brass and copper tubing, submerged* Buried pipe Couplings Grease fittings Hardware Lighting fixtures Machined surfaces Metal letters Mortar-coated pipe and fittings Nameplates on machinery Pipe interior* Shafts Stainless steel Switch plates * unless specifically required on the Plans or elsewhere in the Specifications C. Protection of Surfaces Not To Be Coated: Surfaces not intended to be painted shall be removed, masked, or otherwise protected. Drop cloths shall be provided to prevent paint JUNE 2008 Page 6 of9 SECTION 09900 Painting and Coating materials from falling on or marring adjacent surfaces. Working parts of mechanical and electrical equipment shall be protected from damage during surface preparation and painting process. Openings in motors shall be safely masked to prevent paint and other materials from entering the motors. All masking materials shall be completely removed and surfaces cleaned at completion of painting operations. D. Weather Conditions: Paint shall not be applied in the rain, wind, snow, mist, and fog or when steel or metal surface temperatures are less than 5°F above the dew point. Paint shall not be applied when the relative humidity is above 80%, the air temperature is above 90°F, or the temperature of metal to be painted is above 125°F. Alkyd, chlorinated rubber, inorganic zinc, silicone aluminum, or silicone acrylic paints shall not be applied if air or surface temperature is below 50°F or expected to be below 50°F within 24 hours. Epoxy, coal tar epoxy, acrylic latex, and polyurethane paints shall not be applied on an exterior or interior surface if air or surface temperature is below 50°F or expected to drop below 50°F within 24 hours. 3.4 SURFACE PREPARATION A. General: Sandblast or prepare only as much surface area as can be coated in one day. All sharp edges, burrs, and weld spatter shall be removed. Epoxy-coated pipe that has been factory coated shall not be sandblasted. B. SSPC Specifications: Wherever the words "solvent cleaning", "hand tool cleaning", "wire brushing", or "blast cleaning" or similar words are used in the Specifications or in paint manufacturer's specifications, they shall be understood to refer to the applicable SSPC (Steel Structures Paint Council, Surfaces Preparation Specifications, ANSI A 159.1) Specifications listed below: SP-1 Solvent Cleaning SP-3 Power Tool Cleaning SP-6 Commercial Blast Cleaning SP-8 Pickling SP-2 Hand Tool Cleaning SP-5 White Metal Blast Cleaning SP-7 Brush-Off Blast Cleaning SP-1 O Near White Blast Cleaning Oil and grease shall be removed from aluminum and copper surfaces in accordance with SSPC SP-1 using clean cloths and cleaning solvents. Weld spatter and weld slag shall be removed from metal surfaces. Rough welds, beads, peaked corners, and sharp edges including erection lugs shall be ground smoothly in accordance with SSPC SP-2 and SSPC SP-3. Welds shall be neutralized with a chemical solvent that is compatible with the specified coating materials using clean cloths and chemical solvent. C. Abrasive Blast Cleaning: Dry abrasive blast cleaning shall be used for metal surfaces. Do not recycle or reuse contaminated blast particles. JUNE 2008 Page 7 of 9 SECTION 09900 Painting and Coating Dry clean surfaces to be coated by dusting, sweeping, and vacuuming to remove residue from blasting. Apply the specified primer or touch-up coating within the period of an 8-hour working day. Do not apply coating over damp or moist surfaces. Reclean prior to application of primer or touch-up coating any blast cleaned surface not coated within said 8-hour period. Prevent damage to adjacent coatings during blast cleaning. Schedule blast cleaning and coating such that dust, dirt, blast particles, old coatings, rust, mill scale, etc., will not damage or fall upon wet or newly coated surfaces. 3.5 PROCEDURES FOR THE APPLICATION OF COATINGS The recommendations of the coating manufacturer shall be followed, including the selection of spray equipment, brushes, rollers, cleaners, thinners, mixing, drying timie, temperature and humidity of application, and safety precautions. Coating materials shall be kept at a uniform consistency during application. Each coating shall be applied evenly, free of brush marks, sags, runs, and other evidence of poor workmanship. A different shade or tint shall be used on succeeding coating applications to indicate coverage where possible. Finished surfaces shall be free from defects or blemishes. Only thinners recommended by the coating manufacturer shall be used. If thinning is allowed, do not exceed the maximum allowable amount of thinner per gallon of coating material. Apply a brush coat of primer on welds, sharp edges, nuts,· bolts, and irregular surfaces prior to the application of the primer and finish coat. The brush coat shall be done prior to and in conjunction with the spray coat application. Apply the spray coat over the brush coat. Apply primer immediately after blast cleaning and before any surface rusting occurs, or any dust, dirt, or any foreign matter has accumulated. Reclean surfaces by blast cleaning that have surface colored or become moist prior to coating application. A Paint Mixing: Multiple-component coatings shall be prepared using all the contents of each component container as packaged by the paint manufacturer. Partial batches shall not be used. Multiple-component coatings that have been mixed beyond their pot life shall not be used. Small quantity kits for touch-up painting and for painting other small areas shafl be provided. Only the components specified and furnished by the paint manufacturer shall be mixed. For reasons of color or otherwise, additional components shall not be intermixed, even within the same generic type of coating .. B. Field Touch Up of Shop-Applied Prime Coats: Organic Zinc Primer: Surfaces that are shop primed with inorganic zinc primers shall receive a field touch up of organic zinc primer to cover all scratches or abraded areas. Organic zinc coating system shall have a minimum volume solids of 54% and a minimum zinc content of 14 pounds per gallon. Coating shall be of the converted epoxy, epoxy phenolic, or urethane type and shall be manufactured by the prime coat and finish coat manufacturer. Other Primers: Sutiaces that are shop primed with other than organic zinc primer shall receive a field touch up of the same primer used in the original prime coat. JUNE 2008 Page 8 of9 SECTION 09900 Painting and Coating 3.6 DRY-FILM THICKNESS TESTING AND REPAIR A. Special Instructions to the Contractor: The Contractor shall furnish to the Owner at no charge for use during execution of the Work, necessary dry-film thickness gauge and electrical flaw detection equipment. The Contractor shall perform the holiday (pinholes) inspection in the presence of the Owner's Representative, and the Contractor shall monitor wet film measurements throughout the application of each coat of coating. B. Coating Thickness Testing: Coating thickness specified for steel surfaces shall be measured with a magnetic-type dry-film thickness gauge. Dry-film thickness gauge shall be provided as manufactured by Mikrotest or Elcometer. Each coat shall be checked for the correct dry-film thickness. Measurement shall not be made until a minimum of eight hours after application of the coating. Non-magnetic surfaces shall be checked for coating thickness by micrometer measurement of cut and removed coupons. Contractor shall repair coating at all locations where coupons are removed. C. Holiday Testing: The finish coat (except zinc primer and galvanizing} shall be tested by the Contractor in the presence of the Engineer for holidays and discontinuities with an electrical holiday detector of the low-voltage, wet-sponge type. Detector shall be provided as manufactured by Tinker, Rasor, K-D Bird Dog, or approved equal. D. Repair: If the item has an improper finish, color, insufficient film thickness, or holidays, the surface shall be cleaned and top-coated with the specified paint material to obtain the specified color and coverage. Visible areas of chipped, peeled, or abraded paint shall be hand or power-sanded, feathering the edges. The areas shall then be primed and finish coated in accordance with the Specifications. Work shall be free of runs, bridges, shiners, laps, or other imperfections. 3.7 CLEANUP Upon completion of all painting and coating Work, the Contractor shall remove all surplus materials and rubbish. The Contractor shall repair all damage and shall leave the premises in a clean and orderly condition. END OF SECTION JUNE2008 Page 9 of9 SECTION 09900 Painting and Coating SECTION 09902 PETROLATUM WAX TAPE COATING PART1 GENERAL 1.1 SCOPE This section covers the work necessary to furnish and install petrolatum wax tape coating on buried ferrous materials including pipe flanges, bolted fittings and couplings, valves and other buried pipeline appurtenances, complete, as shown or specified. 1.2 SUBMITIALS DURING CONSTRUCTION Submit manufacturer's technical product data, details, installation instructions and general product recommendations. 1.3 PRODUCT IDENTIFICATION The use of a manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired only. Products of other manufacturers will be considered in accordance with the Contract Documents. PART2 MATERIALS 2.1 GENERAL Wrap all exposed surfaces of buried ferrous pipe, flanges, couplings and other pipeline appurtenances (including bolts, nuts, etc.) with petrolatum wax tape, unless another corrosion protection system (other than a factory-installed paint coating) is otherwise specified or indicated by the Contract Drawings. Exposed piping shall be wrapped only where specifically called out on the Drawings. Ductile iron pipe encased with polyethylene sheathing shall riot be wrapped with this product. 2.2 PRIMER Exposed surfaces shall be prime coated with a blend of petrolatum, plasticizer, and corrosion inhibitor having a paste-like consistency. The material shall have the following properties: Pour Point Flash Point Approximate Coverage Color 400-100° F 350° F minimum 1 gal/100 square feet Brown The primer shall be Trenton Wax-Tape Primer or equivalent. 2.3 WAXTAPE Two types of petrolatum wax tape shall be available from the manufacturer: one type for buried installations and another type for above-ground installations. JUNE 2008 Page 1 of 2 SECTION 09902 Petrolatum Wax Tape Coating Buried Installations: The covering material shall be a plastic-fiber felt tape, saturated with a blend of petrolatum, plasticizers, and corrosion inhibitors that is easily formable over irregular surfaces. The tape shall have the following properties: Color Saturant Pour Point Thickness Dielectric Strength Tape Width Brown 115° -125°F 70-90 mils 170 volts/mil 6inches Wax tape shall be Wax-Tape #1 as manufactured by The Trenton Corporation (Ann Arbor, Michigan), or approved equal. 2.4 OUTER COVERING The primed and wax-tape wrapped surface shall be wrapped with a plastic tape covering consisting of three (3) layers of 50 gauge, clear, polyvinylidene chloride, high cling membranes wound together as a single sheet. The material shall have the following properties: Width Thickness Dielectric Strength Water Absorption Color 6inches 1.5 mils 2000 volts/mil Negligible Clear The outer covering shall be Trenton Poly-Ply or approved equal. 2.5 OTHER PETROLATUM WAX TAPE SYSTEM COMPONENTS Any components not listed above, but required for a complete petrolatum wax tape coating system as recommended for this application by the manufacturer shall be provided at no additional cost to Owner. PART3 EXECUTION 3.1 GENERAL The petrolatum wax tape system shall be installed in conformance with the manufacturer's recommendations. END OF SECTION JUNE 2008 Page 2 of 2 SECTION 09902 Petrolatum Wax Tape Coating Division 15 Mechanical SECTION 15000 GENERAL PIPING SYSTEM AND APPURTENANCES PART1 GENERAL 1.1 DESCRIPTION This Section describes the requirements and procedures for piping systems and appurtenances that apply to a number of other complimentary Specification Sections. The items are listed in this Section to avoid repetition in Sections elsewhere. This Section includes, but is not limited to: Temporary above ground piping (high line), wet taps, flexible pipe couplings, grooved and shouldered end couplings, joint restraint system, field touch up, bolts, nuts, polyethylene wrap, warning/identification tape, tracer wire, gate well and extension stems, meter boxes, abandonment and removal of existing facilities, and salvage. 1.2 REFERENCE STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. A. American National Standards Institute (ANSI) B. American Society for Testing and Materials (ASTM) 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings 1.4 SUBMITTALS Submit manufacturers' catalog data showing dimensions, materials of construction by ASTM reference and grade and coatings. 1.5 LINING CONTAMINATION PREVENTION Volatile organic compounds present in the linings of items in contact with potable water or recycled water shall not exceed concentrations allowed by the latest requirements of the State Office of Drinking Water and Department of Health Services. Some products and materials may also require proof of NSF certification on the lining materials to be used. 1.6 TEMPORARY ABOVEGROUND PIPE (HIGH LINE) High line piping, where shown on the Approved Plans or required by the City Engineer, shall be furnished, installed, disinfected, connected, maintained, and removed by the Contractor. Bacteriological sampling and testing shall be performed by a State of California Certified testing laboratory. The Contractor shall provide a submittal to the City showing pipe layout, materials, sizing, flow calculations, schedule and duration of use, and disinfection for all high line piping. The submittal shall be reviewed and approved by the Engineer prior to ordering or delivery of any materials. JUNE 2008 Page 1 of 14 SECTION 15000 General Piping System and Appurtenances 1.7 PIPE TAPPING (WET TAP) All pipe tap (wet tap) connections to existing pipelines, whether for mainline extensions or service laterals, shall be performed by the Contractor under the inspection of the City. The Contractor shall provide materials and labor to excavate, pour thrust block, backfill, compact, and repair pavement as indicated in this Section. 1.8 JOINT RlESTRAINT SYSTEM Joint Restraint Systems may be used for PVC or ductile-iron pipe only with prior approval of the City Engineer. Joint restraint systems shall be used in the place of, or in conjunction with, concrete thrust blocks as directed. Restrained joint systems shall be wax tape coated and polyethylene encased. Contractor shall submit shop drawings, calculations, and catalog data for joint restraint systems. Splined gaskets, also known as joint restraint gaskets, may be used for PVC or ductile-iron pipe located within casings, or for PVC pipe casings, only. 1.9 POLYETHYLENE ENCASEMENT Polyethylene encasement shall be used for all ferrous metal materials that are not protected with anodes. A. Polyethylene wrap shall be used for the protection of buried valves in conjunction with wax tape. B. Polyethylene sleeves shall be used for the protection of buried ductile iron pipe and fittings. Where the use of a sleeve is not practical, the fittings may be wrapped. Additionally, all bolted connections shall be coated with wax tape in accordance with Section 09902. C. Polyethylene wrap or sleeves may also be installed around buried PVC pipe for recycled water identification. 1.10 WARNING/IDENTIFICATION TAPE Warning/identification tape shall be used to identify location of underground utilities and to act as a warning against accidental dig-ins of buried utilities. Warning/identification tape shall be used on all underground water and recycled water mains, potable and recycled water irrigation systems, sewer mains, and all related appurtenances. Warning/identification tape shall also be used on cathodic protection wiring systems and tracer wire brought into and out of access ports. 1.11 GATE WELLS Gate Wells shall be used for buried valves 4" and larger, unless otherwise indicated on the Standard Drawings. Gate well box and lid shall be used on all gate wells. JUNE 2008 Page 2 of 14 SECTION 15000 General Piping System and Appurtenances 1.12 VALVE STEM EXTENSION Valve Stem Extensions shall be installed when the valve operating nut is more than 5' below grade. Stem extensions shall be of sufficient length to bring the operating nut to a point between 12" and 18" below the gate well lid. 1.13 METER BOXES A Meter boxes shall be used for all water meters. B. Meter boxes shall be sized for the specific meter size or size as indicated on the Standard Drawings. 1.14 RECYCLED WATER IDENTIFICATION Facilities installed for the use of recycled water shall be identified with purple color coating, identification labels, or signs. 1.15 CURB IDENTIFICATION MARK FOR SERVICES The Contractor shall mark the location of all potable water, recycled water and sewer laterals at the curb crossing by stamping the face of the curb in 2" high letters as described below: A. Potable water laterals shall be stamped with a letter 'W". B. Recycled water laterals shall be stamped with a letter "RW". C. Sewer laterals be stamped with a letter "S". PART2 MATERIALS 2.1 TEMPORARY ABOVEGROUND PIPE (HIGH LINE) High line piping layout, materials and appurtenances shall be as indicated on the approved submittal. 2.2 FLEXIBLE PIPE COUPLINGS Flexible pipe couplings shall be in accordance with the Approved Materials List and as described below: A. Steel Couplings shall have middle rings made of steel conforming to ASTM A 36/A 36M, A 53 (Type E or S), or A 512 having a minimum yield strength of 207 MPa (30,000 psi). Follower rings shall be ductile-iron per ASTM A 536, or steel per ASTM A 108, Grade 1018 or ASTM A 510, Grade 1018. Minimum middle ring length shall be 7" for pipe sized 6" through 24". B. Sleeve bolts shall be made of stainless steel per ASTM A 193 and shall have a minimum yield strength of 276 MPa (40,000 psi), an ultimate yield strength of 414 MPa (60,000 psi), and shall conform to AWWA C111. JUNE 2008 Page3 of 14 SECTION 15000 General Piping System and Appurtenances 2.3 GROOVED END OR SHOULDERED COUPLINGS FOR DUCTILE IRON OR STEEL PIPE Groove end or shouldered couplings shall be in accordance with the Approved Materials List and as described below: A. Use square-cut shouldered or grooved ends per AWWA C606. Grooved-end couplings shall be malleable iron per ASTM A 47, or ductile iron per ASTM A5~16. Gaskets shall be per ASTM D 2000. B. Bolts in exposed service shall conform to ASTM A 183, 69 MPa (10,000 psi) tensile strength. 2.4 JOINT RESTRAINT SYSTEM Joint Restraint Systems shall be ductile-iron and shall consist of a split-ring restraint with machined (not cast) serrations -on the inside diameter, a back-up ring, and connecting bolts, and shall be selected from the Approved Materials List. Splined gaskets, also known as joint restraint gaskets, shall be a rubber-ring type with stainless steel locking segments vulcanized into the gasket. 2.5 FIELD TOUCH-UP APPLICATIONS All surfaces of metallic appurtenances in contact with potable water and not protected from corrosion by another system shall be shop-coated by the manufacturer. Appurtenances with damaged coatings shall be repaired or replaced as directed by the Engineer. Touch-up of damaged surfaces, when allowed by the Engineer, shall be performed in accordance with the manufacturer's recommendations. 2.6 BOLTS AND NUTS Bolts and nuts shall be as indicated below. A. Cadmium-plated or zinc-plated bolts and nuts shall be used for the installation of pipelines up to 20" diameter and shall be carbon steel conforming to ASTM A307, Grade A, unless otherwise indicated on the approved drawings. Bolts shall be standard ANSI B1.1, Class A coarse threads. Nuts shall be standard ANSI B1.1, Class 2H coarse threads. B. Stainless steel bolts and nuts shall be used for the installation of pipelines 24" diameter and larger and for submerged flanges. Bolts and nuts shall be Type 316 stainless steel conforming to ASTM A 193, Grade B8M for bolts, and Grade 8M for nuts. Use lubricant for stainless steel belts and nuts. Lubricant shall be Husky Lube "O" Seal by Husk-ITT Corporation or equal C. All bolt heads and nuts shall be hexagonal, except where special shapes are required. Bolts shall be of such length that not less than 1/4" or more than 1/:2" shall project past the nut in tightened position. JUNE 2008 Page 4 of 14 SECTION 15000 General Piping System and Appurtenances D. Provide a washer under each nut and under each bolt head. Use washers of the same materials as the nuts. 2.7 POLYETHYLENE ENCASEMENT Polyethylene encasement shall be as indicated below and shall be selected from the Approved Materials List. Polyethylene materials shall be kept out of direct sunlight exposure. A. Polyethylene sleeves shall be a minimum 0.012" thick polyethylene plastic in accordance with AWWA C105. B. Polyethylene wrap shall be a minimum 0.008" thick polyethylene plastic in accordance with AWWA C105. C. Polyethylene wrap and sleeves shall be clear for use with potable water and purple for use with recycled water. D. Polyethylene or vinyl adhesive tape a minimum of 2" wide or plastic tie straps shall be used to secure polyethylene encasement. 2.8 WARNING/IDENTIFICATION TAPE Warning/identification tape shall be as indicated below and in accordance with the Approved Materials List. A. Tape shall be an inert plastic film or metallic formulated for prolonged underground use that will not degrade when exposed to alkalies, acids and other destructive substances commonly found in soil. B. Tape shall be puncture-resistant and shall have an elongation of two times its original length before parting. C. Tape shall be colored to identify the type of utility intended for identification. Printed message and tape color shall be as follows: Printed Message Caution: Waterline Buried Below Caution: Recycled Waterline Buried Below Caution: Cathodic Protection Cable Buried Below Caution: Electric Line Buried Below Tape Color Blue Purple Red Red Ink used to print messages shall be permanently fixed to tape and shall be black in color with message printed continuously throughout. D. Tape shall be minimum 0.004" thick x 6" wide with a printed message on one side. Tape used with the installation of onsite potable and recycled water irrigation systems shall be a minimum of 3" wide. JUNE 2008 Page 5 of 14 SECTION 15000 General Piping System and Appurtenances 2.9 INSULATING UNIONS & COUPLINGS A. For insulating unions, use a molded nylon sealing sleeve mounted in a three-piece malleable-iron body (ASTM A47 or A197). Use thread ends when connecting to steel piping, and copper solder joint when connecting to copper piping. Minimum working pressure shall be 150 psi. B. Threaded insulating couplings shall provide dielectric protection from electrolytic corrosion at points where piping of dissimilar metals is joined. 2.10 GATE WELLS Valve gate wells shall be as indicated below in accordance with the Approved Materials List. A. Valve gate well size and material shall be as follows: 8" diameter Class 150, C-9O0 PVC 1. PVC gate wells for use in recycled water system applications shall be white. 2. PVC gate wells for use in potable water system applications shall be white or blue. B. Gate well lids shall be as indicated below in accordance with the Approved Materials List. 1. Gate well box lids shall be circular ductile-iron, and shall include a skirt for a close fit inside the upper portion of the gate well. Lids shall be cast with the AGENCY NAME (CMWD) and the word WATER for usei on potable water systems, and Recycled Water for recycled water systems. 2. Lids shall be Brooks 4TT with long skirt or approved equal. 3. Normally closed potable water valves and recycled water valves shall use box lids by Brooks 3RT or approved equal. 4. Lid sizes shall be as follows: " and Larger where the speed limit is 35 m h or reater 2.11 VALVE STEM EXTENSIONS Stem extensions shall be complete with operating nut, location ring, and lower socket to fit valve-operating nut. The configuration of the extension stem nut shall match that of the valve it operates. A. Stem extensions shall be square fiberglass tubing glued together to make a continuous one-piece unit used to a maximum length 8'. JUNE 2008 Page 6 of 14 SECTION 15000 General Piping System and Appurtenances B. Steel stem extensions shall be used where the maximum length of the extension exceeds 8' or at the request of the City Engineer. Steel stem extensions may be round or square hot-dipped galvanized steel tubing of solid design (no pinned couplings permitted) with guides. 2.12 METER BOXES Meter boxes shall be polymer-type boxes with lids selected from the Approved Materials List. A. Meter box sizes shall be as follows: 12" X 20" 1" water services 17" X 30" 2" water services B. Meter box lids for use in potable water system applications shall be gray. C. Meter box lids for use in recycled water system applications shall be purple. 2.13 RECYCLED WATER IDENTIFICATION Materials used to identify pipe and appurtenances used for recycled water, not manufactured in purple color, shall be as described in Volume 2 of the Carlsbad Engineering Standards. PART3 EXECUTION 3.1 TEMPORARY ABOVEGROUND PIPE (HIGH LINE} A. All high line piping, fittings, and service connections shall be furnished, installed, and maintained by the Contractor, and the Contractor shall make connections to a water source designated by the City Engineer. B. All pipe, valves, fittings, hose and connections furnished by the Contractor shall be of good quality, clean, and suitable for conveying potable water in the opinion of the City Engineer. C. The high line pipe shall be installed in such a manner that it will not present a hazard to traffic and will not interfere with access to homes and driveways along its route. D. Valves shall be installed at 200' intervals or as directed by the City Engineer. The use of pressure reducing valves (PRV) may be required as directed by the City Engineer. E. The Contractor shall be responsible for disinfecting all high lines, connections, and flushing. F. Following disinfection and acceptance of the high line as a potable water system, the Contractor shall maintain continuous service through the high line piping to all consumers normally served both directly and indirectly by the pipeline. JUNE2008 Page 7 of 14 SECTION 15000 General Piping System and Appurtenances G. Upon completion of the work, the Contractor shall remove the high line piping and appurtenances. H. If progress in making repairs to the high line is inadequate, the City Engineer, may order necessary corrective measures .. Corrective measures may consist of directing City personnel or another contractor to complete the work. All costs for corrective measures shall be borne by the Contractor. 3.2 CONNECTION TO EXISTING FACILITIES (WET TAPS AND CUT-IN INSTALLATIONS) The Contractor shall furnish the tapping sleeve or tee, valves and all other materials as called for in the Standard Specifications in accordance with the Approved Materials List. The Contractor shall provide all equipment and labor required for the excavation and installation of the connection including, but not limited to, backfill and pavement replacement. In certain circumstances the Contractor may be required to provide a water truck, high line, and fittings as part of the equipment for making the connections. In addition, the Contractor shall assist the City in alleviating any hardship incurred during a shutdown for connections. Emergency standby equipment or materials may be required of the Contractor by the City Engineisr. Wet taps or cut-in tee and valve installations shall be performed as follows: A. Prior to construction, Contractor shall pothole the existing pipe at the location of the proposed connection. The City shall inspect the pothole prior to Contractor's repair of trench. Contractor shall record the following information on as-built drawings: 1. Pipe size, outside diameter. 2. Pipe type such as ACP, PVC, Ductile-Iron or Steel. 3. Pipe class and/or pressure rating. 4. Elevation, grade, and alignment. 5. Location of collars, pipe bells, fittings or couplings, if found. Note: Collars, bells, fittings, or couplings shall not be within 18-inches of the outer dimension of the tapping saddle. 6. Potential conflicts with existing utilities. B. To facilitate the proposed connection and allow for slight adjustments in alignment, the Contractor shall leave a minimum 10' gap between the new pipe installation and the · proposed connection point at the existing water main. The Contractor shall leave a gap longer than 10' if conditions warrant, or if directed by the Engineer. C. The new pipeline shall have successfully passed pressure testing in accordance with Section 15044 and disinfection and bacteriological testing in accordance with Section 15041 prior to proceeding with the connection to the existing pipeline. D. After the City Engineer has given approval to proceed with the connection, the Contractor shall schedule with the City for the wet tap or cut-in installation. 1. Shutdowns will be scheduled at the convenience of the City. Shutdowns may be scheduled for nights or weekends if required. JUNE 2008 Page 8 of 14 SECTION 15000 General Piping System and Appurtenances 2. The Contractor shall give the City a minimum of 5 working days notice prior to any proposed excavation or shutdown of existing mains or services. Scheduling shall be subject to approval by the City Engineer. 3. The City may postpone or reschedule any shutdown operation if, for any reason, the City Engineer believes that the Contractor is improperly prepared with competent personnel, equipment, or materials to proceed with the connection. 4. If progress in completing the connection within the time specified is inadequate, the Engineer may order necessary corrective measures. Corrective measures may consist of directing City personnel or another contractor to complete the work. All costs for corrective measures shall be borne by the Contractor. E. Contractor may proceed with excavation only after potholing has been completed, materials have been approved and delivered, and wet tap or cut-in installation has been scheduled with approved Connection Permit. 1. The Contractor shall saw-cut pavement, excavate and provide and install shoring and steel plating, when necessary, one day prior to the wet tap or cut-in installation. 2. The Contractor shall provide lights, barricades and traffic control in accordance with the agency of jurisdiction and as deemed necessary for the excavation by the Engineer. 3. The Contractor shall de-water existing mains in full compliance with NPDES standards where cut-in installations are required and shall be done in the presence of the Engineer and in accordance with Section 15041. Only City personnel are authorized to operate existing valves. The Contractor shall be responsible for any and all damage resulting from unauthorized operation of existing City facilities. 4. The Contractor under the inspection of the City shall perform the following work for wet taps and cut-in installations: a. Wet taps: Disinfect and install and tapping saddle and tapping valve and perform tapping operations. b. Cut-ins: Cut and remove portions of existing mains, and disinfect and install tees, valves, couplings, and appurtenances required to complete the closure. The Contractor shall discard pipe and appurtenances removed from service in accordance with this Section. 5. After the Contractor has performed tapping or cut-in operations, and the Engineer has given approval to proceed, the Contractor shall complete the installation as shown on the Approved Plans in accordance with the Standard Specifications including, but not limited to: JUNE2008 a. Disinfecting and installing the pipe section(s) necessary to make the closure to the new system. Page 9 of 14 SECTION 15000 General Piping System and Appurtenances b. Installing and setting the valve gate well(s) in accordance with the Standard Drawings. c. Installing thrust and anchor blocks in accordance with Section 03000. d. Completing all backfill and compaction of the trench in accordance with Section 02223. e. Repairing or replacing pavement as necessary. 3.3 FLEXIBLE PIPE COUPLINGS Flexible pipe couplings shall be installed in accordance with the manufacturers recommendations and as described below: A Use plain-end pipe with flexible couplings per AWWA C200. Provide joint harnesses per AWWA M11 for aboveground applications or where indicated on the Approved Plans. B. Flexible couplings may be used only where indicated on the drawings. C. Clean oil, scale, rust, and dirt from the pipe ends and touch-up the epoxy coating and allow time for curing before installing the coupling. Clean the gaskets before installing. D. Follow the manufacturer's recommendation for installation and bolt torque using a properly calibrated torque wrench. E. Lubricate the bolt threads with graphite prior to installation. 3.4 GROOVED-END OR SHOULDERED COUPLINGS FOR DUCTILE IRON OR STEEL PIPE Grooved-end or shouldered coup11ngs shall be installed in accordance with the manufacturer's recommendations and as described below: A Grooved-end or shouldered joint couplings shall be installed per AWWA C606 and the manufacturer's recommendations. B. Clean loose scale, rust, oil, grease, and dirt from the pipe or fitting groove and touch-up the epoxy coating as necessary, allowing time for curing before installing the coupling. C. Clean the gasket before installation. Apply a lubricant selected from the Approved Materials List to the gasket exterior including lips, pipe ends, and housing interiors. D. Fasten the coupling alternately and evenly until the coupling halves are seated. Follow the manufacturer's recommendation for bolt torque using a properly calibrated torque wrench. 3.5 JOINT RESTRAINT SYSTEM Joint Restraint Systems shall be installed in accordance with the manufacturers recommendations and as described below: JUNE 2008 Page 10 of 14 SECTION 15000 General Piping System and Appurtenances A. Length of pipe to be restrained on each side of bends, tees, reducers and other fittings shall be determined by the Private Engineer or manufacturer of the restraint device and approved by the City Engineer. B. Split ring restraint shall be installed on the spigot end of pipe, connected to a back-up ring which seats behind the bell of the adjoining pipe or fitting. C. Restraint devices can be installed prior to lowering pipe into the trench. D. Splined gaskets, also known as joint restraint gaskets, shall be installed in accordance with the manufacturer's recommendations. 3.6 SOL TS AND NUTS A. All bolts and nuts shall be new and unused. B. Bolts and nuts shall be cleaned, if needed, by wire brushing and lubricated prior to assembly. C. Tighten nuts uniformly and progressively. D. Buried bolts and nuts shall be coated with wax tape in accordance with Section 09902 prior to being encased with polyethylene. E. All stainless steel bolts shall be coated with an anti-seize compound selected from the Approved Materials List. F. Bolts and nuts shall not be reused once tightened. Used bolts and nuts shall be discarded and removed from the job. 3.7 POLYETHYLENE ENCASEMENT A. Polyethylene encasement shall completely encase and cover all buried metal surfaces not otherwise protected with a cathodic protection system. All bolted connections shall be coated with wax tape prior to polyethylene encasement. Pipe & Fittings: All ductile-iron pipe and fittings shall be encased with polyethylene sleeves in accordance with Method A described in AWWA C105, except that tees may be encased with polyethylene wrap in accordance with Method C described in AWWA C105. Valves: Buried valves shall have only the stem and operating nut exposed and the wrap shall be attached so that valve operation will not disturb the wrapping or break the seal. Refer to the applicable valve specification to determine other coating requirements. B. Polyethylene sleeves shall be secured with polyethylene or vinyl adhesive tape or plastic tie straps at the ends and quarter points along the sleeve in a manner that will hold the sleeve securely in place during backfill. Polyethylene wrap shall be secured with polyethylene or vinyl adhesive tape in a manner that will hold the wrap securely in place during backfill. JUNE 2008 Page 11 of 14 SECTION 15000 General Piping System and Appurtenances 3.8 WARNING/IDENT!FICATION TAPE Warning/Identification Tape shall be installed as described below in accordance with the Standard Drawings. A. Tape shall be placed at the top of the pipe zone 12" above and centered over the utility intended for identification. Tape used with onsite potable and recycled water irrigation systems shall be installed at 6" above the pipe. B. Tape shall be installed with the printed side up and run continuously along the entire length of the utility intended for identification. Tape shall be installed on the main piping and all appurtenant laterals, including blowoffs, air valve assemblies, fire hydrants, and services. Tape splices shall overlap a minimum of 24" for continuous coverage. C. Tape shall be installed prior to placement of the Trench Zone Backfill. 3.9 GATE WELLS AND VALVE STEM EXTENSIONS Gate wells shall be installed as shown on the Standard Drawings and as described below: A. Gate wells shall be installed as shown on the Standard Drawings and as described below: B. The top exterior portion of the gate well lid and ring shall be coated in accordance with Section 09900. C. Valve Stem Extensions shall be installed when the valve operating nut is more than 5' below grade. Stem extensions shall be of sufficient length to bring the operating nut to a point between 12" and 18" below the gate well lid. Valve stem extensions shall be installed in accordance with the Standard Drawings. 3.10 METER BOX INSTALLATION Meter boxes shall be installed at the elevations and locations shown on the Approved Plans and in accordance with the Standard Drawings. Near the completion of the project, a final meter box adjustment to finish grade may be required. Water meters shall not be installed until final adjustments are made to the meter box and approved by the City. 3.11 ABANDONMENT OR REMOVAL FROM SERVICE OF EXISTING FACILITIES Before excavating for new mains that are to replace existing pipes or services, the Contractor shall make provisions for the continuation and maintenance of service to customers as directed by the City Engineer. Abandonment or removal from service of existing mains, appurtenances or water services shown on the Approved Plans or as called for by the City Engineer shall be as directed by the City Engineer. Abandonment or removal from service of existing mains, appurtenances or water services shown on the Approved Plans or as called for by the City Engineer shall be as indicated below and in accordance with the Standard Drawings: JUNE 2008 Page 12 of 14 SECTION 15000 General Piping System and Appurtenances A Abandonment in place: 1. Existing pipe 4" and smaller shall have a short section of pipe removed and pipe ends encased in concrete. 2. Existing pipe 6" through 14" shall be cut and plugged with concrete or shall be pressure-grouted at intervals of 200' as recommended by the Engineer. 3. Existing pipe 16" and larger shall be entirely filled by pressure-grouting or by blown sand as determined by the Engineer. 4. Existing pipe ends shall be filled with concrete. 5. All valves shall be removed with remaining pipe or fittings permanently sealed with blind flange or concrete plug. 6. Gate wells shall be cut 24" below grade and filled with 1-2 slurry sack concrete or removed and replaced with compacted backfill. 7. Water service corporation stops shall be closed. Meter boxes and curb stops shall be removed. Service laterals shall be cut back a minimum of 24-inches below the finish grade. 8. Water services to be abandoned that are connected to pipelines that will remain in service shall be abandoned in-place. B. Removal by excavation: 1. Existing pipe and appurtenances shall be removed from the ground as indicated on the Approved Plans or as directed by the City Engineer. 2. Contractor shall provide measures that allow for the removal of existing sewer mains and appurtenances with no leakage of raw sewage. Transportation of sewer mains and appurtenances removed from service shall be in waterproof trucks to prevent raw sewage from leaking on public streets. 3. Removal of asbestos-cement pipe (ACP) and sewer mains and appurtenances shall be in accordance with all applicable State and Federal requirements. Legal disposal is the responsibility of the Contractor. Obtain approval from the agency having disposal jurisdiction with respect to disposal sites. 4. Backfill, compaction, and surface repair of all excavations for removal of pipe and appurtenances shall be made in accordance with the Approved Plans, Section 02223 of the Standard Specifications, and the Standard Drawings. 3.12 SALVAGE When the Contractor is required to remove existing pipe and appurtenances, or portions thereof, from the ground, such material may, at the discretion of the Engineer, be considered salvage. All materials identified as salvage are considered property of the City. JUNE 2008 Page 13 of 14 SECTION 15000 General Piping System and Appurtenances A. The Contractor shall remove and temporarily stockpile all materials identified as salvage in a safe location that will not disrupt traffic or shall deliver salvage to the City's Field Operations Yard as directed by the City Engineer. B. The Contractor shall legally dispose of all other materials in an appropriate manner. Disposal is the responsibility of the Contractor. Obtain concurrence from the agency having disposal jurisdiction with respect to disposal sites and transportation methods. 3.13 RECONNECTIONS A. The Contractor may encounter unused service laterals or appurtenant piping connected to an existing pipeline being replaced. Laterals and appurtenance piping that will 111ot be connected to the new pipeline shall be abandoned as described in section 3.11. B. Existing service laterals or appurtenances to be connected to new pipelines shall be installed as shown on the Approved Plans or as directed by the City Engineer in accordance with the Standard Drawings. END OF SECTION JUNE 2008 Page 14 of 14 SECTION 15000 General Piping System and Appurtenances SECTION 15041 DISINFECTION OF PIPING PART1 GENERAL 1.1 DESCRIPTION This section describes requirements for disinfection by chlorination of potable and recycled water mains, services, pipe appurtenances and connections. 1.2 REFERENCED STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. A. American Water Works Association (AWWA). B300 Standard for Hypochlorites B301 Standard for Liquid Chlorine C651 Disinfecting Water Mains 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Specifications 15000, 15044, and 15061. 1.4 SERVICE APPLICATION A. All water mains and appurtenances taken out of service for inspection, repairs, or other activity that might lead to contamination shall be disinfected before they are returned to service. B. All new water mains and temporary high lines shall be disinfected prior to connection to the City's existing system. C. All components incorporated into a connection to the City's existing system shall be disinfected prior to installation. 1.5 SUBMITTAL$ A. A written disinfection and dechlorination plan signed by a certified chlorinator shall be submitted to the Engineer for review and approval prior to starting disinfection or dechlorination operations. Plan for disinfection method and procedure shall include equipment used to inject the chlorine solution, gauges or scales to measure the rate at which chlorine is injected, qualifications of personnel, testing location and schedule, source of water and water disposal locations. Personnel performing the disinfection shall demonstrate a minimum of five years experience in the chlorination and dechlorination of pipelines. B. Qualification of certified testing laboratory. C. Four copies of bacteriological test results to the Engineer upon completion of each test. JUNE2008 Page 1 of 6 SECTION 15041 Disinfection of Piping D. Emergency Response Plan. 1.6 DELIVERY, STORAGE AND HANDLING Chlorination and dechlorination shall be performed by competent individuals knowledgeable and experienced in tlhe operation of the necessary application and safety equipment in accordance with applicable Federal, State and Local laws and regulations. The transport, storage and handling of these materials shall be performed in accordance with Code of Federal Regulations (CFR) 1910.120 Hazardous Waste Operations and Emergency Response, CFR 49.172 Hazardous Materials Regulations, and the General Industry Safety Orders of the California Code of Regulations, Title 8, Section 5194. 1.7 CONCURRENT DISINFECTION AND HYDROSTATIC TESTING The specified disinfection of the pipelines may be performed concurrently with the hydrostatic testing in accordance with Section 15044. In the event repairs are necessary, as indicated by the hydrostatic test, additional disinfection may be required by the Engineer in accordance with this specification. 1.8 CONNECTION TO EXISTING MAINS Prior to connection to existing mains, disinfection and bacteriological testing shall be performed in accordance with this specificaUon, and hydrostatic testing shall be performed per Section 15044. A City Connection Permit is required authorizing connection to an existing system shall and be given only on the basis of acceptable hydrostatic,, disinfection and bacteriological test results. Connection to existing mains shall be performed in accordance with Section 15000. PART2 MATERIALS 2.1 CHLORINE (GAS) A Liquid chlorine contains 100-percent available chlorine and is packaged in steel containers in net weights of68.1kg (150 lb.) or907.:2kg (1 ton). B. Liquid chlorine shall be used with appropriate gas flow chlorinators, heaters, and injectors to provide a controlled, high-concentration solution feed to the water. The chlorinators and injectors shall be the vacuum-operated type. 2.2 SODIUM HYPOCHLORITE (LIQUID} Sodium hypochlorite is available in liquid form in glass or plastic containers, ranging in size from 0.95 L (1 Qt.) to 18.93 L (5 Gal.). The solution contains approximately 10% to 15% available chlorine. 2.3 TABLET OR GRANULAR HYPOCHLORITE Tablet or granular hypochlorite may be used if a solution container is utilized to provide a continuous feed method. JUNE 2008 Page 2 of 6 SECTION 15041 Disinfection of Piping PART3 EXECUTION 3.1 GENERAL A. Disinfection of pipelines shall not proceed until all appurtenances and any necessary sample ports have been installed and the Engineer provides authorization. B. Every effort shall be made to keep the water main and its appurtenances clean and dry during the installation process. C. All piping, valves, fittings, and appurtenances which become contaminated during installation shall be cleaned, rinsed with potable water, and then sprayed or swabbed with a 5 percent sodium hypochlorite disinfecting solution prior to installation. D. Water mains under construction that become flooded by storm water, runoff, or groundwater shall be cleaned by draining and flushing with metered potable water until clear water is evident. Upon completion, the entire main shall be disinfected using a method approved by the Engineer. 3.2 METHODS A Chlorine (Gas) 1. Only vacuum-operated equipment shall be used. Direct-feed chlorinators, which operate solely from gas pressure in the chlorine cylinder, shall not be permitted. The equipment shall incorporate a backflow prevention device at the point of connection to the potable water source used to fill the line being tested. 2. The chlorinating agent shall be applied at the beginning of the system to be chlorinated and shall be injected through a corporation stop, a hydrant, or other approved connection to ensure treatment of the entire system being disinfected. 3. Only a certified, licensed chlorination and testing contractor shall perform gas chlorination work. The chlorination contractor must also possess a Grade II Treatment Plant Operator Certification from the State of California if required by the Engineer. B. Sodium Hypochlorite Solution (Liquid) 1. Sodium hypochlorite solution shall be used for cleaning and swabbing piping and appurtenances immediately prior to installation and for disinfecting all components of connections to the City's existing system. 2. Sodium hypochlorite solution may be used for the initial disinfection of newly installed water mains. The solution shall be applied at a terminus of the system to be chlorinated using an injector which can adjust the amount of solution being injected into the piping system. The solution shall be injected in the appropriate concentration to achieve the specified concentration range of chlorine throughout the entire piping system. Where pumping equipment is used in conjunction with an injector, an integral backflow prevention device shall be used and connected to the potable water supply. JUNE 2008 Page 3 of6 SECTION 15041 Disinfection of Piping 3. Water trucks, pumping equipment, piping, appurtenances and all other equipment in contact with potable water shall be disinfected prior to use. 4. Sodium hypochlorite solution may also be used to increase the total chlorine residual if the concentration from the initial chlorination of the system is found to be low. The solution shall be added to the system in sufficient amounts at appropriate locations to ensure that the disinfecting solution is presen1t at a concentration within the specified range throughout the piping system. 3.3 PROCEDURE FOR DISINFECTING WATER MAINS AND APPURTENANCES A The pipeline shall be filled at a rate not to exceed 300 GMP (1,135 liters per minute) or a velocity of 1 foot per second (0.3 m per second), whichever is less. B. Disinfection shall result in a total chlorine concentration of not less than 25-mg/l. This concentration shall be evenly distributed throughout the system to be disinfected, using a continuous feed method of chlorination. C. All valves shall be operated with the disinfection solution present in the pipeline. All appurtenances such as air-vacuum relief valves, blowoffs, hydrants, backflow prevention devices, and water service laterals shall be flushed with the treated water a sufficient length of time to ensure a chlorine concentration within the specified range in all components of each appurtenance. (Note the limitations for discharge of chlorinated water outlined below.) D. The Engineer will verify the presence of the disinfection solution throughout the system by sampling and testing for acceptable chlorine concentrations at the various appurtenances and/or at the test ports provided by the Contractor. Areas of the system found to be below the specified chlorine concentration level shalll receive additional flushing as noted above and/or additional disinfection solution as necessary. (Note the limitations for discharge of chlorinated water outlined below.) Addition of disinfection solution after the initial charging of the line shall be made by either the liquid chlorine (gas) method, or the sodium hypochlorite method as directed by the Engineer. E. The chlorinated water shall be retained in the system for a minimum of 24 hours. The City Engineer will test the total chlorine residual. The system shall contain a total chlorine residual of not less than 80% of the initial total chlorine residual before the 24- hour soaking period began. If the total chlorine residual has decreased more than 20%, the system shall be soaked for an additional 24-hour period. If the total chlorine residual has not deceased after this additional 24-hour period, the system shall be flushed in accordance with the procedure detailed herein. If the total chlorine residual has decreased, the system shall be flushed in accordance with the procedure detailed herein, and shall be re-disinfected. F. Following a successful retention period as determined by the City Engineer, the chlorinated water shall be flushed from the system at its extremities and at each appurtenance, using potable water from a source designated by the City Engineer. The minimum water velocity during flushing shall be 3 feet per second (0.9 meters per second) or as directed by the Engineer. Flushing shall continue until the replacement water in the new system is equal in chlorine residual to the potable source of supply as JUNE2008 Page 4 of 6 SECTION 15041 Disinfection of Piping verified by the City. (Note the limitations for discharge of chlorinated water outlined below.) G. The Contractor shall contract with a State certified sampling laboratory to perform sampling, transport samples and perform bacteriological sampling and testing as specified herein. 3.4 DISCHARGE OF CHLORINATED WATER A. Indiscriminate onsite disposal or discharge to sewer systems, storm drains, drainage courses or surface waters of chlorinated water is prohibited. B. In locations where chlorine neutralization is required, the reducing agent shall be applied to the water as it exits the piping system. The Developer shall monitor the chlorine residual during the discharge operations. Total residual chlorine limits in these locations, and for the discharge of chlorinated water from the testing of pipelines to surface waters of the San Diego Region are as follows: Total Residual Chlorine Effluent Limitations 30-Day Average Average Daily Maximum Instantaneous Maximum -0.002 mg/I -0.008 mg/I -0.02 mg/I The various methods of dechlorination available can remove residual chlorine to concentrations below standard analytical methods of detection, 0.02 mg/I, which will assure compliance with the effluent limit. The Developer will perform all necessary tests, keeping and providing records to the Engineer to ensure that the total residual chlorine effluent limitations listed above are met. C. In locations where no hazard to the environment is evident based on the joint examination described above, the chlorinated water may be broadcast for dust control on the surface of the immediate site. Care shall be exercised in broadcasting the water to prevent runoff. 3.5 BACTERIOLOGICAL TESTING The Contractor shall employ a State certified laboratory to perform bacteriological sampling and testing of all new system installations. The testing methodology employed by the City shall be as set forth in "Standard Methods for the Examination of Water and Waste Water" (current edition). Testing requirements are as set forth in the California Domestic Water Quality and Monitoring Regulations and commensurate with current requirements for surface water testing. The testing laboratory will analyze the samples for the presence of coliform bacteria and heterotrophic-type bacteria (heterotrophic plate count). The evaluation criteria employed by the City for a passing test sample is as follows: A. Coliform bacteria: no positive sample, and B. Heterotrophic plate count (HPC): 500 colony forming units/ml or less. JUNE 2008 Page 5 of 6 SECTION 15041 Disinfection of Piping 3.6 RE-DISINFECTION If the initial disinfection fails to produce satisfactory bacteriological test results, the pipeline system shall be re-flushed and re-sampled. If the second set of samples does not produce satisfactory results, the pipeline system shall be re-chlorinated, flushed, and re-stamped. The chlorination, flushing, and sampling procedure shall continue until satisfactory results are obtained. Re-disinfection and retesting shall be at the Contractor's expense. 3.7 DISINFECTING TIE-INS AND CONNECTIONS Pipes, fittings, valves and all other components incorporated into connections with the City's existing system shall be spray disinfected or swabbed with a liquid chlorine solution in accordance with AWWA C651 and as specified herein. Upon connection to the main, the line shall be flushed as directed by the City Engineer. Disinfection by this method is generally limited to assemblies of 20' or less in length. Alternate methods such as "pre-disinfection" prior to installation in accordance with AWWA C651 may be required at the discretion of the City Engineer. END OF SECTION JUNE 2008 Page 6 of 6 SECTION 15041 Disinfection of Piping SECTION 15044 HYDROSTATIC TESTING OF PRESSURE PIPELINES PART1 GENERAL 1.1 DESCRIPTION This section describes the requirements and procedures for pressure and leakage testing of all pressure mains. 1.2 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 15000, 15041, and 15061 1.3 REQUIREMENTS PRIOR TO TESTING A. Provide testing procedure submittal including testing pressure, testing schedule, test bulkhead locations, and water supply details. B. All piping, valves, fire hydrants, services, and related appurtenances shall be installed prior to testing. C. The pipe trench shall have trench zone backfill placed and compacted with a minimum of 2.5' of material over the pipe. D. All concrete anchor blocks shall be allowed to cure a sufficient time to develop a minimum strength of 2,000 psi (13.79 MPa) before testing. E. Pressure tests on exposed and aboveground piping shall be conducted only after the entire piping system has been installed and attached to pipe supports, hangers or anchors as shown on the Approved Plans. F. Steel pipelines shall not be tested before the mortar lining and coating on all pipe lengths within the line have been in place for a minimum of fourteen (14) days. Cement-mortar lined pipe shall not be filled with water until a minimum of eight hours has elapsed after the last joint has been mortared. 1.4 CONCURRENT HYDROSTATIC TESTING AND DISINFECTION OF PIPELINES Hydrostatic testing of pipelines shall be performed prior to or concurrently with the disinfection operations in accordance with Section 15041. In the event repairs are necessary, as indicated by the hydrostatic test, the City may require additional disinfection in accordance with Section 15041. 1.5 CONNECTION TO EXISTING MAINS Hydrostatic testing shall be performed prior to connections to existing mains. A City Connection Permit authorizing connection to the existing system shall be given only on the basis of acceptable hydrostatic, disinfection and bacteriological test results. Connection to existing mains shall be performed in accordance with Section 15000. JUNE 2008 Page 1 of 4 SECTION 15044 Hydrostatic Testing of Pressure Pipelines PART2 MATERIALS 2.1 WATER A. Potable water shall be used for hydrostatic testing of potable and recycled water mains. B. Potable water shall be supplied by a City-approved source. Make-up water for testing shall also be potable water. C. A chlorinated water solution, in accordance with Section 15041, shall be used to charge the line and for make-up water when hydrostatic testing and disinfection operations are combined. D. Meet all applicable state and local requirements for disposal of testinfJ water. 2.2 CONNECTIONS A. Testing water shall be supplied through a metered connection equipped with a backflow prevention device in accordance with Section 15112 at the point of connection to the potable water source used. B. The Contractor shall provide any temporary piping needed to deliver potable water to the piping that is to be tested. Temporary piping shall be in accordance with Section 15000. PART3 EXECUTION 3.1 GENERAL A. All water systems shall be pre-tested to insure passage of test prior to scheduling official test with inspector. B. The Contractor shall provide the City with a minimum of 48 hours' notice prior to the requested date and time for hydrostatic tests. C. The Contractor shall furnish all labor, materials, tools, and equipment for testing. D. Temporary blocking during the tests will be permitted only at temporary plugs, caps or where otherwise directed by the City. E. All valves and appurtenances shall be operated during the test period. The test shall be conducted with valves in the open position. The Contractor is not permitted to operate any valves on the City's system. F. At the onset of testing, all valves, air vacuum assemblies, blowoffs, and services shall be monitored for possible leakage and repairs made, if necessary, before the test proceeds. The appurtenances shall be monitored through the duration of the testing. G. For pipe with porous lining, such as cement mortar, the pipe shall be filled with water and piaced under a slight pressure for a minimum of forty-eight (48) hours prior to the actual hydrostatic test. JUNE 2008 Page 2 of 4 SECTION 15044 Hydrostatic Testing of Pressure Pipelines H. Testing shall be made before connecting the new line with the existing City pipes and mains. I. The pipeline should be filled at a rate such that the velocity of flow is less than 1 fps. J. Maximum length of pipe to be included in any one (1) test shall not exceed 2,500 linear feet or vertical elevation difference of 58 feet. 3.2 FIELD TEST PROCEDURE A. Before applying the specified test pressure, care shall be taken to release all air within the pipe and appurtenances to be tested. Air shall be released through services, fire hydrants, air release valves, or other approved locations. B. The leakage shall be considered as the total amount of water pumped into the pipeline during the test period. C. Apply and maintain the test pressure by means of a hydraulic force pump. D. Maintain the test pressure for the following duration by restoring it whenever it falls an amount of 5 psi: Pipe Diameter (inches) 18 and less 20 to 36 Greater than 36 Hours 4 8 24 E. After the test pressure is reached, use a meter to measure the additional water added to maintain the pressure. This amount of water is the loss due to leakage in the piping system. The allowable leakage for various sizes of PVC & DIP with rubber gaskets are shown in the following table: TYPE OF PIPE: CLASSES: P.V.C. & D.I.P. 150 & 200 Pipe Sizes (inches) 4" 6" 8" 10" 12" 14" 16" 18" 20" 24" Allowable Leakage Gals/4 hrs/1000' of pipe .33 Gals .50 Gals .66 Gals .83 Gals .99 Gals 1.16 Gals 1.32 Gals 1.49 Gals 1.66 Gals 1.98 Gals F. The allowable leakage for welded steel pipe shall be zero gallons. JUNE 2008 Page 3 of 4 SECTION 15044 Hydrostatic Testing of Pressure Pipelines G. The allowable leakage for piping having threaded, brazed, or welded (including solvent welded) joints shall be zero gallons. H. Repair and retest any pipes showing leakage rates greater than that allowed in the above criteria. 3.3 TEST PRESSURE Pipe sizes in excess of 16" diameter shall be tested at a pressure based on test pressure as shown on the drawings. If no test pressure is shown, the pipeline at the low point in test section shall be pumped to a hydrostatic test pressure of 125 percent of the operating pressure or pipe class, whichever is the greater. Pressure shall be maintained for a duration shown in section 3.2 and shall be repumped when it falls an amount of 5 p.s.i. Pipe sizes 16" diameter and less shall be tested at 75 p.s.i. in excess to the pressure class of the pipeline. Pressure shall be maintained for a duration shown in section 3.2 and shall be repumped when it falls an amount of 5 p.s.i. The test pump gauge and meter shall be connected to the water main at a location other than the highest point in the line, in order to allow release of air from the high point. Means shall be provided for accurately measuring the quantity of water pumped through a meter and pumped into the pipe immediately, during and after the test period in order to maintain or restore the initial test pressure. All pipe, fittings, valves, services and appurtenances shall be subjected to the hydrostatic test and irrespective of the measured quantity of leakage, all detectable leaks shall be repaired by the Contractor at the contractor's expense and no cost to Carlsbad Municipal Water District. If a tested system is damaged or a leak occurs after official test the entire system or portion of system will be retested as directed by Inspector. END OF SECTION JUNE 2008 Page 4 of 4 SECTION 15044 Hydrostatic Testing of Pressure Pipelines SECTION 15061 CEMENT-MORTAR LINED AND COATED STEEL PIPE AND SPECIALS PART1 GENERAL 1.1 DESCRIPTION This section includes materials, design, fabrication, and installation of cement-mortar lined and coated steel pipe and specials. 1.2 REFERENCE STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. AWWAC200 AWWAC205 AWWAC206 AWWAC207 AWWAC208 AWWAC209 AWWAC210 AWWAC213 AWS ASME AWWAC214 Steel Water Pipe 6-inches and Larger Cement-Mortar Protective Lining and Coating Field Welding of Steel Water Pipe Steel Pipe Flanges Dimensions for Fabricated Fittings Cold Applied Tape Coating for the Exterior of Special Sections, Connection and Fittings for Steel Water Pipelines Coal-tar Epoxy Coating System for Interior and Exterior of Steel Water Pipelines Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines Standard Qualification Procedure for Manual Welding Operators Boiler and Pressure Vessel Code Tape Coatings Systems for the Exterior of Steel Water Pipeline 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 09900, 15000, 15041, 15044, and 15100 1.4 SERVICE APPLICATION Cement-mortar lined and coated steel pipe and specials shall be used only for specific purposes as shown on the Approved Plans. Generally, cement-mortar lined and coated steel pipe shall be used for transmission mains 24" or larger, but may be used for lines as small as 14" with the approval of the Engineer. 1.5 SPECIALS A special is defined as any piece of pipe other than a normal full length of straight pipe. This includes, but is not limited to, elbows, short pieces, reducers, tees, crosses, spools, outlets, beveled sections and access holes. JUNE2008 Page 1 of 17 SECTION 15061 Cement-Mortar Lined and Coated Steel Pipe and Specials 1.6 SUBMITTALS The Contractor shall furnish submittals in accordance with Section 2-5.3, Submittals Shop Drawing. Submittals are required for the following: A. Submit Shop Drawings, material lists, manufacturer's literature and catalog cuts of, but not limited to, the following: Shop Drawings Layout Schedule Manufacturer's tests Mill Reports or Plant Test Reports Fabrication Details Dimensional Checks Protective Coatings Welding Rods for Field Welding Shop Drawings shall be submitted and approved prior to manufactum of pipe. The layout schedule shall indicate the order of installation, the length and location of each pipe section and special, the station and elevation of the pipe invert at all changes in grade, and all data on curves and bends for both horizontal and vertical alignment. B. Submit data used by the Contractor in manufacture and quality control. C. Test reports showing the physical properties of the rubber used in the gaskets shall be submitted. 1.7 PAYMENT A. Payment for the Work in this section shall be included as part of the lump-sum or unit- price bid amount for which such Work is appurtenant thereto. B. Payment by the linear foot shall be for each diameter and for each pipe strength designation measured horizontally over the pipe centerline. 1.8 QUALITY ASSURANCE A. Cement-mortar lined and coated steel pipe shall be inspected at the supplier's manufacturing plant by the City Engineer. Developer shall be responsible for City Engineer's expenses, including travel, time, meals and overnight accommodations. Overnight accommodations and air travel may be required, at the discretion of the Engineer, if the manufacturing plant is more than 100 miles from the City Engineer's office. B. In addition to the shop hydrostatic testing performed on pipe cyHnders required per AWWA C200, all welds of specials and attachments (i.e., joint rings and nozzles) shall be tested by a dye-penetrant process. Certification of such testing shall be submitted to the City. C. Field welders shall be certified under Section IX, Part A of the ASME Boiler and Pressure Vessel Code or in accordance with AWWA C206, Section 3. Welders shall present a copy of their certification to the City prior to performing any field welding. Certifications shall be dated within three (3} years of the job to be performed. JUNE 2008 Page 2 of 17 SECTION 15061 Cement-Mortar Lined and Coated Steel Pipe and Specials D. Plainly mark each length of straight pipe and each special at the bell end to identify the proper location of the pipe item by reference to the layout schedule. E. The top of all pipe and specials shall be clearly identified by marking the top with "T.O.P." for easy identification in the field. 1.9 DELIVERY, STORAGE, AND HANDLING Delivery, storage, and handling of the pipe and specials shall be as follows: A. Pipe and fittings shall be carefully handled and shall be protected against damage to linings and coatings due to impact shocks. Pipe shall not be placed directly on rough ground but shall be supported in a manner which will protect the pipe against injury whenever stored at the site or elsewhere. Pipe shall be handled and stored per these requirements and in accordance with the Manufacturer's recommendations. B. Temporary internal bracing shall be installed in all pipe 24" and larger prior to shipment to the job site. Temporary internal bracing shall be 4" x 4" wooden struts installed in both the horizontal and vertical directions. Each set of struts shall be nailed together as a unit. Wooden wedges may be used to maintain the proper tight fit of the internal bracing. The bracing shall be located 12" in from each end of the pipe section for all pipe, and additionally at the mid-point for piping 30" and larger. Maintain internal bracing as specified under Pipe Installation. C. Transport pipe to the job site on padded bunks with nylon tie-down straps or padded bonding to protect the pipe. D. Pipes and specials shall only be handled with appropriate spreader bars and wide nylon slings. Chains or wire rope slings shall not be used. Under no circumstances shall pipe or specials be pushed or dragged along the ground. All pipe sections over 20' in length shall be lifted at the quarter points from each end. E. Store pipe on earth berms or timber cradles adjacent to the trench in the numerical order of installation. Place the supports at about one-quarter point from the pipe ends. F. Maintain plastic end caps on all pipe and specials in good condition until the pipe is ready to be installed in the trench. Periodically open the plastic end caps and spray potable water inside the pipe for moisture control. PART2 MATERIALS 2.1 PIPE DESIGN REQUIREMENTS Pipe manufacturing shall be the product of one company in the business of designing and manufacturing cement-mortar lined, tape wrapped and mortar coated steel pipe. The pipe shall consist of the following components: A welded steel cylinder with joints formed integrally with the steel cylinder or with steel joint rings welded to the ends; A centrifugally-cast cement-mortar lining; A self-centering bell and JUNE 2008 Page 3 of 17 SECTION 15061 Cement-Mortar Lined and Coated Steel Pipe and Specials spigot joint with a circular preformed elastomeric gasket, so designed that the joint will be watertight under all conditions of service; Tape wrapping of the cylinder over a dielectric coating; A dense, concentric, steel reinforced exterior cement-mortar coating. The Plans indicate the elevations and alignment of the pipeline, the nominal inside diameter of the lined pipe, and the minimum steel cylinder thickness or design pressure (adjusted to satisfy transient conditions). Design soil cover shall be as stated on the Plans or Specifications or, if none is stated, the amount of cover shall be scaled from the Plans. Minimum thickness of the steel cylinder shall be as shown on the Plans or, if not shown on the Plans, as determined by the following formula, except that steel thickness shall not be less than 10 gauge (0.1345-inch). t = Pd Where 2S P = Design pressure, in psi plus 50 psi minimum S = Steel stress at design pressure, i.e., 16,500 psi t = Steel cylinder thickness, in inches d = OD of steel cylinder, in inches 2.2 STEEL CYLINDERS Materials used in fabricating steel cylinders shall be hot rolled carbon steel sheets conforming to the requirements of ASTM A53, Grade B, ASTM A570 Grade 36 or Grade 33, or steel plates conforming to the requirements of ASTM A36. The method of testing shall conform to the requirements of ASTM A570. Full penetration welds will be required. Welds may be straight or spiral seam. The circumferential stress in the steel shall not exceed 16,500 psi at the design pressure. Remove the exterior weld bead along the entire exterior surface of the pipo. The exterior weld bead shall be flush with the exterior surface of the pipe with a tolerance of plus 1/32-inch. 2.3 CEMENT Cement for mortar lining and coating shall be Portland Cement Type II and conform to M C150, unless otherwise specified. Admixtures containing chlorides shall not be used. 2.4 STEEL BAR OR WIRE REINFORCEMENT Circumferential steel bar or wire reinforcement shall conform to ASTM A615, Grade 40, "Specifications for Billet-Steel Bars for Concrete Reinforcement". Wire fabric reinforcing for cement-mortar coatings and linings of fittings shall conform to ASTM A 185, "Specifications for Welded Steel Wire Fabric," or ASTM A497, "Specifications for Welded Deformed Steel Wire Fabric." Spiral-wire reinforcement for cement~mortar coatings shall conform to ASTM A82. 2.5 STEEL FOR JOINT RINGS Steel for bell rings shall conform to ASTM A575, "Specification for Merchant Quality Hot Rolled Carbon Steel Bars." Steel for spigot rings shall conform to ASTM A576, "Specification for Special Quality Hot-Rolled Carbon Steel Bars." JUNE 2008 Page 4 of 17 SECTION 15061 Cement-Mortar Lined and Coated Steel Pipe and Specials 2.6 DIMENSIONS The steel pipe sizes shown on the Plans or otherwise referred to shall be the nominal inside diameter. Unless otherwise specified, the nominal diameter shown on the Plans shall be considered to be the inside diameter after lining. 2.7 MANUFACTURER'S TESTS Each steel cylinder with joint rings attached and cylinders for specials shall be hydrostatically tested to a circumferential stress of at least 22,000 psi, but not more than 25,000 psi. If leaks develop during testing, the cylinder shall be repaired by welding and retested until all leaks are eliminated. The seams in short radius bends and special fittings shall be tested by the air-soap method using air at a pressure of 5 psi or by the dye-check method. However, if the fitting is fabricated from cylinders which have been previously hydrostatically tested, no further test will be required on seams so tested. Hydrostatic testing of fittings to 150% of the design pressure may replace the tests described above. Any defects revealed by any of the alternate test methods shall be repaired by welding and the fitting retested until all defects have been eliminated. 2.8 FABRICATION DETAILS Each special and each length of straight pipe shall be plainly marked at the bell end to identify the design pressure and the proper location of the pipe or special by reference to layout schedule. Exposed portion of joint rings shall be protected from corrosion by the manufacturer's standard coating. The pipe shall be fitted with devices shown on the Plans to permit continuous electrical bonding of the various joints following field installation. 2.9 PROTECTIVE COATINGS AND LININGS All exposed metal surfaces shall be painted or coated as specified in Section 09870 and 09900, Painting and Coating, except where other coatings are specified elsewhere and in this section. All steel pipe and fittings shall be cement-mortar lined in accordance with AWWA C205 and C602. Linings shall be in accordance with table below. All steel pipe and fittings for underground service shall be cement-mortar lined, taped wrapped and cement-mortar coated in accordance with AWWA C205, C214 and C602 and Section 09870 unless otherwise specified on the Plans. JUNE 2008 Page 5 of 17 SECTION 15061 Cement-Mortar Lined and Coated Steel Pipe and Specials For the following nominal inside diameters, the lining thickness and minimum cement-mortar coating thickness shall be as follows: Nominal Pipe Size (inches) 4-10 12-18 20-44 45-58 60 and over LINING Thickness (inches} 1/4 3/8 1/2 3/4 3/4 2.10 STEEL PIPE AND SPECIALS Tolerance (inches} -1/32+1/32 -1/16+1/8 -1/16+1/8 -1/16+1/8 -1/16+1/8 Thickness (inches) 1/2 5/8 3/4 1 11/4 COATING Tolerance (inches) +1/8 +1/8 +1/8 +1/8 +1/8 Steel pipe and specials shall confol'm to the requirements of the AWWA C200 and C205, and AWWA M11, except as modified herein. A Steel for fabricated cylinders shall conform to ASTM A 36/A 36M, ASTM A 283/ A 283M, Grade D, or ASTM A 570/A 570M, Grade 36. Other steel grades may be used only upon approval of the City Engineer. B. Cement-mortar coating shall be reinforced in accordance with AWWA C205. C. Cement mortar grout for field joints shall consist of a mixture of 1-1/2 to 2 parts sand to 1 part Type II or Type V Portland Cement with enough clean, potable water to permit packing and troweling without crumbling. The sand shall be washed, well-graded sand such that all will pass a No. 8 sieve. The quantity of water to be used in the preparation of grout shall be the minimum required to produce a mixture sufficiently workable fur the purpose intended. Grout shall attain a minimum compressive strength of 12.4 MPa (1,800 psi) in 28 days. D. In certain circumstances, rapid-setting mortar may be required. Acceleration admixtures may be used in the mix as permitted by the City Engineer. Calcium chloride shall not be used in the mix. 2.11 PAINTING AND COATING A Paint and coating products for exterior surfaces of all pipe and appurtenances not otherwise mortar-coated shall be in accordance with Section 09910 and the Approved Materials List. B. Paint and coating products for areas in contact with potable water such plain ends of pipe, grooved and shouldered ends of pipe and exposed inside surfaces or thneaded outlets and blind flanges shall be in accordance with Section 15000 and selected from the Approved Materials List 2.12 BOLTS JlND NUTS FOR FLANGES Bolts and nuts shall be in accordance with Section 15000 and the Approved Materials List. JUNE 2008 Page 6 of 17 SECTION 15061 Cement-Mortar Lined and Coated Steel Pipe and Specials 2.13 GASKETS A. Rubber-ring gaskets shall comply with AWWA C200 according to the applicable joint type and pressure rating of the piping system. B. Flange gaskets shall comply with AWWA C207. Flange gaskets shall be 3.18mm (1/8") thick acrylic or aramid fibers bound with nitrile for all sizes of pipe. Gaskets shall be full- face type with pre-punched holes or ring-type extending to the inner edge of the bolt circumference of the flange. C. In the event of encountering organic solvents or petroleum products during the course of the work, alternate gasket materials or joint treatment will be required as directed by the City Engineer. 2.14 CEMENT-MORTAR CURING The pipe shall be cured by water curing, steam curing or a combination of both. Water curing and steam curing may be used interchangeably on a time ratio basis of four hours water curing to one hour of steam curing. Where steam curing is used, the pipe shall be kept in steam maintained at a temperature of 100 F to 150 F for the specified period and, where water curing is used, the pipe shall be kept continually moist by spraying or other means for the specified periods. The pipe shall not be allowed to dry either on the inside or outside surfaces during the curing period. Where water curing is used, the pipe shall be kept continuously moist for seven days at a temperature of not less than 40 F before being moved to the trench site. Cement-mortar lining and coating of special pipe and fittings may be cured in accordance with the above provisions or by prompt application of a white-pigmented sealing compound conforming to ASTM C309. Sealing compound shall not be applied at joint ends where compound will interfere with the bond of joint mortar. 2.15 SPECIAL PIPE AND FITTINGS The manufacturer shall furnish all fittings and special pieces required for closures, curves, bends, branches, manholes, outlets, connections for mainline valves, and other appurtenances required by the Plans. Special fittings shall be fabricated of welded steel sheet or plate, lined and coated with cement- mortar of the same type as the adjoining pipe and applied as specified for lining and coating of specials in AWWA C205 and as modified herein. Butt welding shall be used, unless otherwise indicated on the Plans. JUNE 2008 Page 7 of 17 SECTION 15061 Cement-Mortar Lined and Coated Steel Pipe and Specials Minimum centerline radius of an elbow or bend shall be as follows. The maximum deflection at a mitered girth seam shall be 22-1/2 degrees. Pipe Size {inches) 30-48 51-60 Over60 Minimum Centerline Radius 2-1/2 times ID 10-feet 2 times ID The circumferential stress in the sheet or plate shall not exceed 13,500 psi at the design pressure. The minimum thickness of sheet or plate shall be as follows: Fitting Diameter Range (inches) 18 and under 20-24 26-36 38-45 48-54 57-60 63-72 75-84 Minimum Thickness of Sheet or Plate 10 gauge 3/16" or 7 gauge 'l/4" 5/16" 3/8" 7/16" 1/2" 5/8" Outlets at special fittings shall be reinforced with collars or crotch plates. If collar reinforcement is used, the outlet diameter shall not exceed 69% of the ID of the fitting. The diameter of outlets reinforced with crotch plates may equal the fitting diameter. The effective shoulder width "W" of collars from the inside surface of the steel outlet to the outside edge of the collar measured on the surface of the cylinder shall be not less than one- third or more than one-half the ID of steel outlet. The thickness of the collar shall be not less than "T" as determined by: T= Pw x ID cyl. x ID outlet 36,000xW where Pw is the design pressure in pounds per square inch, and all other dimensions are in inches. Collars may be oval in shape or rectangular with well-rounded comers. Outlets 3-inches in diameter and smaller may be installed without collars. The design of crotch plates shall be based upon the paper by Swanson, Chapton, Wilkinson, King, and Nelson, originally published in June 1955 issue of the Journal of the American Water Works Association and in conformance with AWWA M-11. 2.16 TAPE WRAP AND MORTAR SHIELD Tape wrap and mortar shield for concrete mortar lined steel pipe shall be in accordance with Section 09870. JUNE 2008 Page 8of 17 SECTION 15061 Cement-Mortar Lined and Coated Steel Pipe and Specials 2.17 HANDLING AND SHIPMENT Pipe and special fittings shall be handled carefully, and blocking and holddowns used during shipment shall prevent movement or shifting. Both ends of pipe and fittings on trucks or rail cars shall be bulkheaded or covered in order to prevent excessive drying of the interior lining. PART3 EXECUTION 3.1 GENERAL At all times when the work of installing pipe is not in progress, including worker break times, the ends of the pipe shall be closed with a vermin-proof and child-proof cap or plug. Do not permit trench water to enter the pipe. Do not place tools, clothing, or other materials in the pipe. The Contractor shall maintain the interior of the pipe in a sanitary condition free from foreign materials. 3.2 DEWATERING The Contractor shall provide, and maintain at all times during construction, ample means and devices to promptly remove and dispose of all water from any source entering trench excavations or other parts of the work in accordance with Section 02223. Any damage caused by flooding of the trench shall be the Contractor's responsibility. Contractor shall obtain a Discharge Permit as required by the Regional Water Quality Control Board. Dewatering shall be performed by methods that will maintain a dry excavation, preservation of the final lines and grades and protection of all utilities. If flooding of the trench does occur, the Contractor shall immediately dewater and restore the trench. Damaged or altered pipeline appurtenances shall be repaired or replaced as directed by the Engineer. 3.3 PIPE INSTALLATION When the work requires and the size of the pipe allows entry of personnel into the pipe, the Contractor shall comply with all Federal and State regulations for confined space entry. Work inside pipelines shall not be undertaken until all the tests and safety provisions of the Code of Federal Regulations 1910.146, and the General Industry Safety Orders of the California Code of Regulations, Title 8, Section 5159 for confined space entry have been performed and the area is verified as safe to enter. Generally, the aforementioned safety provisions apply to pipe 24" and larger. Note that for pipe less than 24" diameter, more stringent safety procedures apply. The Contractor shall furnish and install all pipe, specials, fittings, closure pieces, valves, supports, bolts, nuts, gaskets, jointing materials, and all other appurtenances as shown on the Approved Plans and as required to provide a complete and workable installation. JUNE 2008 Page9of17 SECTION 15061 Cement-Mortar Lined and Coated Steel Pipe and Specials Pipe installations shall be as shown on the Approved Plans and Shop Drawings in accordance with the following: A. No pipe shall be installed where the linings or coatings show cracks that may be harmful as determined by the City Engineer. Such damaged linings and coatings shall be repaired or new, undamaged pipe sections shall be provided. B. Pipe damaged prior to Substantial Completion shall be repaired or replaced by the Contractor. C. The Contractor shall inspect each pipe and fitting to ensure that there are no damaged portions of the pipe. The Contractor shall remove or smooth out any burrs, gouges, weld splatter, or other small defects prior to laying the pipe. D. Before placement of pipe in the trench, each pipe or fitting shall be thoroughly cleaned of any foreign substance which may have collected thereon and shall be kept clean at all times thereafter. For this purpose, the openings of all pipes and fittings in the trench shall be closed during any interruption to the work as noted above. E. Pipe shall be laid directly on the bedding material. No blocking will bE~ permitted, and the bedding shall be such that it forms a continuous, solid bearing for the full length of the pipe. Excavations shall be made as needed to facilitate removal of handling devices after the pipe is laid. Bell holes shall be formed at the ends of the pipe to prevent point loading at the bells or couplings and to permit visual inspection of the joint. Excavation shall be made as needed outside the normal trench section at field joints to permit adequate access to the joints for field connection operations and for application of coatings on field joints. F. Installation Tolerances: Each section of pipe shall be laid in the order and position shown on the approved layout schedule to the proper lines and grades in accordance with the following: 1. Each section of pipe having a nominal diameter less than 48" shall be laid not to vary more than 0.2-ft horizontally or 0.1-ft vertically from the alignment and elevations shown on the Approved Plans. 2. Each section of pipe having nominal diameter 48" and larger shall be laid not to vary more than five percent (5%) of the pipe diameter horizontally or two and one half percent (2.5%) of the pipe diameter vertically. 3. In addition to the horizontal and vertical tolerances above, lay the pipe so that no high or low points occur along the pipeline other than those shown on the approved layout schedule. G. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the City Engineer may change the alignment and/or the grades. Such change shall be made by the deflection of joints, by the use of bevel adapters, or by the use of additional fittings. However, in no case shall the deflection in the joint exceed seventy five percent (75%) of the maximum deflection recommended by the pipe manufacturer. No joint shall be deflected any amount that will be detrimental to the strength and water JUNE2008 Page 10 of 17 SECTION 15061 Cement-Mortar Lined and Coated Steel Pipe and Specials tightness of the finished joint. In all cases the joint opening, before finishing with the protective mortar inside the pipe, shall be the controlling factor. H. Pipes shall be laid uphill on grades exceeding 10 percent. Pipe that is laid on a downhill grade shall be blocked and held in place until the following pipe section has been installed to provide sufficient support to prevent movement. I. Temporary internal pipe bracing shall be left in place in pipe sizes larger than 24" until pipe zone compaction has been completed. Bracing in pipe smaller than 24" may be removed immediately after the pipe has been laid into the trench. The Contractor shall employ a laboratory to monitor pipe deflection by measuring pipe inside diameter before bracing is removed and 24 hours after struts are removed. Pipe deflection shall not exceed 3 percent in 24 hours after the bracing has been removed. After the backfill has been placed, the struts shall be removed. J. Cold Weather Protection: No pipe shall be installed upon a foundation onto which frost has penetrated or at any time that there is a danger of the formation of ice or penetration of frost at the bottom of the excavation. No pipe shall be laid unless it can be established that the trench will be backfilled prior to formation of ice and frost. K. Pipe and Special Protection: The openings of all pipe and specials where the pipe and specials have been mortar-lined in the shop shall be protected with suitable bulkheads to maintain a moist atmosphere and to prevent unauthorized access by persons, animals, water, or any undesirable substance. The bulkheads shall be designed to prevent drying out of the interior of the pipe. The Contractor shall introduce water into the pipe to keep the mortar moist where moisture has been lost due to damaged bulkheads. 3.4 RUBBER-RING JOINTS: SHALL ONLY BE USED AS SHOWN ON PLANS For pipe sizes smaller than 24-inches, the bell end shall be buttered with cement mortar in a manner and quantity that will completely fill the recess between the respective linings of the two joined sections of pipe. The spigot end shall then be entered into the bell end of the adjacent pipe section the distance shown on the Shop Drawings. Immediately after joining, the pipe interior shall be swabbed to remove all excess mortar by drawing a swab or squeegee through the pipe. The pipe interior shall be inspected by a closed circuit television camera, to assure quality of internal mortar. For pipe sizes 24-inches and larger, the joint recess shall be pointed from the inside with cement mortar after the backfill has been placed and compacted and the pipe permitted to take any normal settlement. The mortar shall be mixed of one part cement to one and one-half parts of sand and pointing accomplished in two or more lifts and finished off flush by troweling. Pipe shall be inspected visually by work persons within the pipe, to assure internal mortar quality. Each pipe joint shall be bonded to provide electrical continuity along the entire pipeline. The bond shall be made by the proper welding of pipe joints together as indicated on the Plans. The outside joint recess shall be grouted with cement mortar after a diaper has first been placed around the joint and tightened securely to prevent leakage while the mortar is being poured. The diaper shall be made of moisture resisting paper or heavy duty sail cloth of sufficiently close weave to prevent cement loss from the mortar. The diapers shall be hemmed on each edge and JUNE 2008 Page 11 of 17 SECTION 15061 Cement-Mortar lined and Coated Steel Pipe and Specials shall contain a metal strap within each hem sufficiently longer than the circumference of the pipe to allow a secure attachment of the diaper to the pipe. The diaper width will depend upon pipe size and design and shall be the width recommended by the manufacturer. Following installation of the diapers, the joints shall be poured and rodded from one side only until the mortar comes up to the top of the diaper on the opposite side. Approximately one hour subsequent to the pouring of the joint, the joint shall be rechecked and, if any settlement, leakage or shrinkage has taken place, the joint shall be refilled with mortar. Outside joints may be grouted before or after the placement of bedding ancl backfill materials if those materials are to be mechanically compacted. If bedding and backfill materials are to be hydraulically densified, grout shall be poured and allowed to set before applying water. In any case, joints shall be grouted before backfill is placed over the top of the pipe. 3.5 BUTT-STRAP CLOSURE JOINTS Butt-Strap Closure Joints: Butt-strap closure joints shall be completed in the trench after the pipe has been laid to the alignment and grade shown on the Plans. They should be field welded by full-circumferential fillet welds or one of the edges may be shop welded and the other field welded. Welding shall be done in the same manner as specified for welded joints. The interior of the joints shall be mled with stiff plastic mortar and finished off smoothly with the inside of the pipe. Clean the inside steel surfaces by wire brushing or power brushing. Wire mesh, 2" x 4" x No. 13 gauge, clean, and free from rust, shall be applied to the interior of the joints so that the wires on the 2-inch spacing run circumferentially around the pipe. The wires on the 4-inch spacing shall be crimped in such a manner that the mesh will be held 3/8-inch from the metal joint surface. The mesh shall be lapped a minimum of 8-inches and shall be securely wired in position. Pack the cement mortar into the recess of the joint and steel trowel finish to match the adjoining pipes. The joint exterior shall be coated with mortar to a minimum thickness of 1½-inches. Immediately prior to applying mortar to the interior or exterior of the joints, a cement wash shall be applied to the metal to be coated. 3.6 FIELD WELDED JOINTS A. Welded joints shall be completed after the pipe is in final position. Welded joints shall be a lap-welded slip joint as shown on the Plans. The minimum overlap of the assembled bell and spigot section of lap joint shall be shown on the plans. Any recess between the bell and spigot shall be caulked with a rod to facilitate the welding. Pipe of 30-inches in diameter or more may be welded from the inside. Joints shall be welded on the inside and outside where indicated on the Plans as "Double Welded Joints."' Field Welding shall be in accordance with AWWA C206 and AWS 01 .1, except as modified herein. Welders assigned to the Work shall be qualified under the AWS standard qualification procedure, within the past three (3) years. B. Joints to be welded shall be cleaned, preferably prior to placing the pipe in the trench, of all loose scale, heavy rust, paint, cement, and grease. At least a 1/2-inch recess shall be provided between adjacent mortar-covered surfaces to place the weld. In all hand welding, the metal shall be deposited in successive layers and the minimum number of JUNE 2008 Page 12 of 17 SECTIOI\I 15061 Cement-Mortar Lined and Coated Steel Pipe and Specials passes shall be 2. Preheat the joints to be welded where required in accordance with Table 1 of AWWA C206. C. All joints shall be visually inspected and shall undergo dye testing and hydrostatic testing, in accordance with AWWA C-206 and ASTM E165. D. After the joints have been welded, the interior joint shall be grouted with cement mortar in accordance with sub-parts 3.9 and 3.10 of this Section. E. Welded joints shall be completed in the trench per AWWA C206. F. Both the bell and spigot ends shall be cleaned of foreign matter prior to welding. G. Welding electrodes shall be as recommended by the pipe manufacturer. Typically, electrodes shall be E6010 for root passes and for additional passes. Do not deposit more than 1/8" of throat thickness per pass. H. Weld material shall be deposited in successive layers. Complete and clean each pass around the entire circumference of the pipe before commencing the next pass. I. The minimum number of passes in the completed weld shall be as follows: Steel Cylinder Thickness mm (inches) 6.35 or less (0.2500 or¼"} Greater than 6.35 (0.2500 or¼") Field Weld Minimum Number of Passes 2 3 J. To minimize longitudinal stresses due to temperature variations, it is necessary to leave unwelded one joint per each 400' of pipeline. This joint shall be left unwelded until all the joints on both sides of it are welded, and it shall be welded at the coolest time of the working day. The City Engineer shall decide if and when this procedure is warranted. K. Tack-welding the joint may be permitted to hold the pipe in place. If the joint is to be circumferentially welded, sufficient time shall elapse to allow for an initial set of interior joint lining prior to proceeding with joint welding. Rapid-setting mortar may be used in accordance with this Section. In some cases, the City Engineer may require hand holes. L. Field welders shall be certified in accordance with ASME Section 9 (pipe welders) or AWS D1 .1 (plate welders}. Welders shall present a copy of their certification to the City Engineer prior to performing any field welding. M. Prior to butt-strap welding, the pipe and pipe joint shall be properly positioned in the trench using line-up clamps so that, in the finished joint, the abutting pipe sections shall not be misaligned by more than 1/16". N. The pipe ends shall be cut straight on joints where butt straps are used for realignment, adjustment, or deflection, and fillet welds shall be made as indicated. JUNE 2008 Page 13 of 17 SECTION 15061 Cement-Mortar Lined and Coated Steel Pipe and Specials 0. Inspection of Field Welded Joints: 1. The City shall arrange for the welds to be inspected. Inspection of welds shall take place as soon as possible following the completion of the welds. 2. The Contractor shall coordinate and supply ventilation, lighting, and other equipment deemed necessary for inspection. The Contractor shall be responsible for providing safe entry into and out of the trench, safety of inspection personnel, traffic control and other safety precautions deemed necessary for the inspections. 3.7 PREVENTING FOREIGN MATTER FROM ENTERING THE PIPE At all times when pipe laying is not in progress, the open end of the pipe shall be closed with a tight-fitting cap or plug to prevent the entrance of foreign matter into the pip1e. These provisions shall apply during the noon hour as well as overnight. In no event shall the pipeline be used as a drain for removing water which has infiltrated into the trench. The Contractor shall maintain the inside of the pipe free from foreign materials and in a clean and sanitary condition until its acceptance by the Owner's Representative. 3.8 HANDLING OF PIPE Refer to Section 09870 regarding handling of the concrete mortar lined and tape wrapped and mortar coated steel pipe. 3.9 INTERIOR JOINT FINISH -PIPE LESS THAN 24" Complete interior mortar joints for pipe sizes less than 24" by drawing through a tight-fitting swab or squeegee. Coat the face of the cement mortar lining at the bell with a sufficient amount of stiff cement mortar to fill the gap. Immediately after joining the pipes, draw the swab through the pipe to remove all excess mortar and expel it from the open pipe end. Do not move the pipe after the swab has been pulled past the joint. See requirements under "Field Welded Joints" for these joints requiring welding. 3.10 INTERIOR JOINT FINISH -PIPE 24" AND LARGER A. Complete interior mortar joints for pipe sizes 24" and larger by the tmwel method. Prior to applying interior mortar at the joints all backfill in the area shall be completed. After cleaning the interior joint, pack cement mortar into each joint. Finish the surface with a steel trowel to a smooth finish and equal thickness to match the adjoining pipe mortar. B. Where more than a 4" joint strip of mortar is required, place galvanized welded wire mesh reinforcement in 2" x 4" pattern of No. 13 gauge over the exposed steel. Install the mesh so that the wires on the 2" spacing direction run circumferentially around the pipe. Crimp the wires on the 4" spacing to support the mesh 3/8" from the metal surface. Steel-trowel finish the interior mortar to match adjoining mortar-lined pipe sections. JUNE 2008 Page 14 of 17 SECTION 15061 Cement-Mortar Lined and Coated Steel Pipe and Specials 3.11 EXTERIOR JOINT FINISH A. The outside annular space between pipe sections shall be completely filled with grout formed by the use of polyethylene foam-lined fabric bands. The grout space shall be flushed with water prior to filling so that the surfaces of the joint to be in contact with the grout will be thoroughly moistened when the grout is poured. The joint shall be filled with grout by pouring from one side only. Grout shall be rodded with a wire or other flexible rod or vibrated so that the grout completely fills the joint recess by moving down one side of the pipe, around the bottom of the pipe and up the opposite side. Pouring and rodding the grout shall be continued to allow completion of the filling of the entire joint recess in one operation. Care shall be taken to leave no unfilled space. Grouting of the outside joint spaces shall be kept as close behind the laying of the pipe as possible except that in no case shall grouting be closer than three joints of the pipe being laid. B. The grout bands or heavy-duty diapers shall be polyethylene foam-lined fabric with steel strapping of sufficient strength to hold the fresh mortar, resist nodding of the mortar, and allow excess water to escape. The foam plastic shall be 100 percent closed cell, chemically inert, insoluble in water and resistant to acids, alkalis and solvents. Foam Plastic shall be Dow Chemical Company, Ethafoam 222, or equal. The fabric backing shall be cut and sewn into 9" wide strips with slots for the steel strapping on the outer edges. The polyethylene foam shall be cut into strips 6" wide and slit to a thickness of 1/4" that will expose a hollow or open-cell surface on one side. The foam liner shall be attached to the fabric backing with the open or hollow cells facing towards the pipe. The foam strip shall cover the full interior circumference of the grout band with sufficient length to permit a 8" overlap of the foam at or near the top of the pipe joint. Splices to provide continuity of the material will be permitted. The polyethylene foam material shall be protected from direct sunlight. The polyethylene foam-lined grout band shall be centered over the joint space with approximately equal widths extending over each pipe end and securely attached to the pipe with the steel straps. After filling the exterior joint space with grout, the flaps shall be closed and overlapped in a manner that fully encloses the grout with polyethylene foam. C. Following grouting, the joint shall then be wrapped with two layers of polyethylene encasement in accordance with Section 15000. 3.12 BUTT STRAP JOINTS Butt strap closure joints shall be installed where shown on the Approved Plans in accordance with AWWA C206. A. Butt straps shall be field welded to the outside plain end of the pipe along both edges with a full circumferential weld. A minimum of two weld passes shall be used. B. The interior of the joints shall be filled with a rapid-set mortar and finished off smoothly to match the pipe interior diameter. C. Clean the butt strap with a wire brush and apply a cement and water wash coat prior to applying cement mortar. JUNE 2008 Page 15 of 17 SECTION 15061 Cement-Mortar Lined and Coated Steel Pipe and Specials D. Galvanized wire mesh, 2" x 4" x No. 13 gauge shall be installed to the exterior of the joint prior to applying the mortar coating. E. Coat the exterior of the closure assemblies with mortar to cover all steel with a minimum of 1-1/4". F. Seal weld the steep plug to the hand hole after the interior of the joint has been inspected and apprroved by the City Engineer. G. Following grouting, the joi11t shall then be wrapped with two layers of polyethylene encasement in accordance with Section 15000. 3.12 FLANGED CONNECTIONS Flanged connections shall be installed where indicated on the Approved Plans. A. Bolt holes shall straddle the horizontal and vertical centerlines. B. The bolts, nuts and flange faces shall be thoroughly cleaned by wire brush prior to assembly. C. Bolts and nuts shall be lubricated with a City-approved anti-seize compound. D. Nuts shall be tightened in an alternating "star" pattern to the manufacturer's recommended torque. E. Slip-on type flanges intended for field fit-up and welding shall be welded inside and outside in accordance with AWWA C207. F. Coat the exterior of exposed flanges, bolts and nuts in accordance with Section 09900. 3.14 FLANGED COUPLING ADAPTERS Flanged coupling adapters shall be installed in accordance with the manufacturer's recommendations. Bolts shall be tightened with a torque wrench in the piresence of the City Engineer to the torque recommended by the manufacturer. 3.15 JOINT BONDING/CATHODIC PROTECTION INSULATION Bonding of joints to provide continuity, flange insulation kits, internal epoxy linings, and other cathodic protection items and materials shall be installed where shown on the Approved Plans in accordance with the Standard Drawings. 3.16 WAX TAPE Wax tape shall be installed on all buried bolted connections, valves, fittings and coupli11gs in accordance with Section 09902 and the Standard Drawings, unless the pipeline is otherwise protected with an approved cathodic protection system. JUNE 2008 Page 16 of 17 SECTION 15061 Cement-Mortar Lined and Coated Steel Pipe and Specials 3.17 CONCRETE Where required, concrete thrust and anchor blocks shall be installed in accordance with Section 03000 and as shown on the Approved Plans. Prior to filling the pipeline with water, refer to Section 03000 for the minimum concrete curing time required. 3.18 WARNING/IDENTIFICATION TAPE Warning/Identification Tape shall be installed in accordance with Section 15000 and the Standard Drawings. 3.19 DISINFECTION AND BACTERIOLOGICAL TESTING Disinfection, bacteriological testing, and flushing shall be performed in accordance with Section 15041. 3.20 HYDROSTATIC TESTING Field hydrostatic testing shall be performed in accordance with Section 15044. 3.21 FIELD PAINTING AND COATING A. Exterior surfaces of all pipe and appurtenances not otherwise mortar-coated shall be field painted in accordance with Section 09900. B. Areas in contact with potable water such plain ends of pipe, grooved and shouldered ends of pipe and exposed inside surfaces of threaded outlets and blind flanges shall be coated in accordance with Section 15000. END OF SECTION JUNE 2008 Page 17 of 17 SECTION 15061 Cement-Mortar Lined and Coated Steel Pipe and Specials SECTION 15092 MISCELLANIEOUS COUPLINGS, PIPE AND APPURTENANCES PART1 GENERAL 1.1 DESCRIPTION All valves, couplings, and appurtenances shall conform to requirements of the standard dimensions and pressure classification of the immediately adjacent pipe, valve or appurtenance as specified. 1.2 RELATED WORK DESCRIBED ELSEWHERE The Contractor shall refer to the following Specification section(s) for additional requirements: A. Painting and Coating: 09900 B. Petrolatum Wax Tape Coating: 09902 1.3 SUBMITTALS Contractor shall furnish submittals in accordance with the requirements of Section 2-5.3 of the GENERAL PROVISIONS. The following submittals are required: A. Submit Shop Drawings for all miscellaneous couplings, pipe and appurtenances. Shop Drawings shall include listing of materials of construction, with ASTM referenc1e and grade, including lining and paint coating intended for use, with lining and coating manufacturers' and paint numbers listed. 1.4 PAYMENT Payment for the Work in this section shall be included as part of the lump-sum or unit-price bid amount for which such Work is appurtenant thereto. PART2 MATERIALS 2.1 GASKETS, NUTS, AND BOLTS Gaskets for flanged joints shall be "drop-in" type asbestos composition sheet packing, graphited on both sides, "drop-in" type, conforming to the requirements of ANSI B16.21 and shall be as manufactured by Crane Co., Garlock or approved equal. Bolts and studs for aboveground installations shall be cadmium plated and shall conform to ASTM A307, Grade B, "Steel Machine Bolts and Nuts and Tap Holes," when a ring gasket is used and shall conform to either ASTM A261, "Heat-Treated Carbon Steel Bolting Material" or ASTM A193, "Alloy-Steel Bolting Material for High Temperature Service," when a full-face gasket is used. Bolts and nuts shall be heavy hexagon series. Nuts shall conform to ASTM A194, "Carbon and Alloy Steel Nuts for Bolts for High Pressure and High Temperature Service" either in Grade 1, 2 or 2H. The fit shall be ANSI B1 .1, "Unified Screw Threads," Class 2, except that Class 3 fit shall be used in holes tapped for studs. Threads may be made by either cutting or cold forming. JUNE 2008 Page 1 of 2 SECTION 15092 Miscellaneous Couplings, Pipe and Appurtenances Between 1/4-inch and 3/8-inch shall project through the nut when drawn tight. Washers shall be provided for each nut and shall be the same material as each nut. All buried flanges, including bolts, nuts and washers, shall be encased in wax tape per Section 09902. All bolt threads shall be lubricated with non-oxide grease. Flanged faces shall be wire brushed and cleaned prior to joining each flange. 2.2 WAX TAPE COATING Unless otherwise specified on the Plans, all couplings and appurtenances for underground installation shall be encased in wax tape per Section 09902 and the City Standard Drawings. 2.3 PAINTING AND COATING All miscellaneous couplings, pipe and appurtenances referenced in this section shall be painted and coated, interior and exterior, in accordance with Section 09900, Painting and Coating. 2.4 FLEXIBLE COUPLINGS Joints for which flexible couplings are required, shall be selected from the Approved Materials list. Gaskets shall be plain rubber gaskets. Threads on bolts of compression collars shall be lubricated with non-oxide grease before assembling the coupling. 2.5 PIPE UNIONS Screw unions may be employed on pipelines 2-1/2-inches in diameter and smaller. Pipes and fittings made of non-ferrous metals shall be isolated from ferrous metals by nylon insulating pipe bushings, unions or couplings manufactured by Smith-Blair, Pipe Seal and Insulator Co. or approved equal. PART3 JUNE2008 EXECUTION {Not Applicable) END OF SECTION Page 2 of 2 SECTION 15092 Miscellaneous Couplings, Pipe and Appurtenances SECTION 15100 RESILIENT WEDGE GATE VALVES (RWGV's) GENERAL PART1 1.1 DESCRIPTION This section includes materials, testing, and installation of manually operated resilient wedge gate valves (RWGVs). 1.2 REFERENCE STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 15000, 15041, 15044, and 15061 1.4 SERVICE APPLICATION A. Resilient wedge gate valves (RWGV's) shall be installed on potable and recycled water mains and appurtenances in accordance with the Approved Plans and the Standard Drawings. B. Resilient wedge gate valves shall be used for open/closed operations, throttling service and frequent operation after long periods of no actuation. C. In general, resilient wedge gate valves shall be used when valves are required on pipelines and appurtenances 4" through 16". D. Valves for pipelines sized 18" and larger generally require the use of butterfly valves (BFV) in accordance with Section 15102. E. All valves shall be of at least the same pressure class as the adjoined pipe. 1.5 SUBMITTALS The following items shall be submitted for review and approval per Section 2-5.3, prior to ordering or delivery of resilient wedge gate valves. A. An affidavit from the valve manufacturer stating that valves have successfully passed hydrostatic tests in accordance with AWWA C509 and manufacturer's own coatings tests. B. The valve manufacturer's catalog data showing the size to be used, valve dimensions, pressure rating and materials of construction. JUNE 2008 Page 1 of 5 SECTION 15100 Resilient WedgE~ Gate Valves (RWGV's) C. Manufacturer's catalog data and proof of NSF certification for the lining materials to be used. 1.6 SIZING OF VALVES Valves shall be the same size as the line in which they are installed unless otherwise noted on the Approved Plans. 1.7 VALVE ENDS Valve ends shall be compatible with the piping system in which they are being installed in accordance with the Approved Plans or directed by the City Engineer. Ductile-iron flanges shall be in accordance with Section 15056. 1.8 VALVE TESTING Resilient wedge gate valves shall be hydrostatically tested and valve coatings shall be holiday detected prior to shipment to the field in accordance with the testing procedures shown in Appendix A. Valves delivered to the site prior to successful hydrostatic testing and holiday detection shall be subject to rejection. 1.9 DELIVERY, STORAGE AND HANDLING Valves shall be delivered and stored in accordance with AWW A C550. The port openings shall be covered with plastic, cardboard or wood while in transit and during storage in the field. These covers shall remain in place until valves are ready to be installed. Valves shall not be stored in contact with bare ground. Valves shall not be stacked. 1.10 CORROSION PROTECTION Buried Valves: All bolted connections and bolted valve components (bonnets, flanges, etc.) shall be coated with Wax Tape in accordance with Section 09902 and the entire valve encased in polyethylene in accordance with Section 15000. PART2 MATERIALS 2.1 RESILIENT WEDGE GATE VALVES (RWGV's) A. Resilient wedge gate valves and appurtenant components and materials shall be selected from the Approved Materials List. B. RWGV's shall be ductile-iron in accordance with AWWA C509 and C515 except as modified herein. C. Each valve shall have a smooth unobstructed waterway free from any sediment pockets. D. All RWGV's shall be leak-tight at their rated pressure. E. RWGV's shall have a non-rising low-zinc bronze or stainless steel stem, opened by turning left (counterclockwise). JUNE 2008 Page 2 of 5 SECTION 15100 Resilient Wedge Gate Valves (RWGV's) F. Stem seals shall be the O-ring type incorporating a minimum of two rings as required by AWWAC509. G. Low-friction torque-reduction thrust washers or bearings shall be provided on the stem collar. H. Wedge (gate) shall be fully encapsulated with a bonded-in-place Nitrile elastomer covering. Minimum thickness of the rubber seating area shall be 1/4". I. Valves for buried applications shall be provided with a 2" square operating nut, and valves located above ground or in structures shall be equipped with a hand wheel in accordance with AWWA C509 unless otherwise indicated on the Approved Plans. J. RWGV interior and exterior surfaces (except for the encapsulated disc) shall be coated as described below. K. All bolts and nuts used in the construction of RWGV's shall be Type ~116 stainless steel. 2.2 EPOXY LINING AND COATING Epoxy linings and coatings for valves shall be provided in accordance with /\WWA C210, C213, and C550, with the following modifications: A. Epoxy lining and coating of valve surfaces shall be, performed by the manufacturer in a facility with qualified personnel, where the environment can be controlled. Epoxy lining and coating of valves in the field is prohibited. B. Repairs made to manufactures applied coatings shall be performed in a facility with qualified personnel, where the environment can be controlled. The facility shall be approved by the valve manufacturer. C. Surface preparation shall be as detailed in SSPC-SP5, White-Metal Blast Cleaning. D. Liquid epoxy lining and coating materials shall be listed in the NSF Listing for Drinking Water Additives, Standard 61, certified for use in contact with potable water. E. The minimum dry film thickness for epoxy linings shall be 0.008". Liquid epoxy lining shall be applied in two (2) coats in accordance AWWA C210. F. Powder epoxy coating materials shall contain one hundred percent (100%) solids, in accordance with AWWA C213. 2.3 GATE WELLS AND EXTENSION STEMS Gate wells and extension stems for buried valves shall be in accordance with Section 15000 and selected from the Approved Materials List. 2.4 CONCRETE JUNE 2008 Page 3 of 5 SECTION 15100 Resilient Wedge Gate Valves (RWGV's) Concrete used for anchor or thrust blocks shall be Class 560-C-3250 as specified in section 03000. 2.5 WAX TAPE COATING Wax Tape shall be in accordance with Section 09902 and selected from the Approved Materials List. 2.6 POLYETHYLENE ENCASEMENT Polyethylene encasement shall be in accordance with Section 15000 and selected from the Approved Materials List. PART3 EXECUTION 3.1 INSTALLATION A. Install valves with the bolt holes straddling the vertical centerline of pipe and the operating nut in the vertical position unless otherwise noted on the Approved Plans. B. Valves shall be installed in accordance with the manufacturer's recommendations and the applicable section of these specifications for the piping material and joint type being used. C. Joints shall be cleaned and installed in accordance with Section 15056. 3.2 CORROSION PROTECTION Buried Valves: All bolted connections and bolted valve components (bonnets, flanges, etc.) shall be coated with Wax Tape in accordance with Section 09902 and the entire valve encased in polyethylene in accordance with Section 15000. Exposed Valves: The exterior of valves installed above ground or exposed in vaults or enclosures sha!I be field painted in accordance with Section 09900. 3.3 CONCRETE Concrete thrust, anchor, and support blocks shall be installed in accordance the Standard Drawings. The concrete shall be placed so that valves and valve operators will be accessible for repairs or replacement. 3.4 GATE WELLS AND EXTENSION STEMS Gate wells and extension stems for buried valves shall be installed in accordance with Section 15000 and the Standard Drawings. 3.5 DISINFECTION OF VALVES JUNE 2008 Page 4of 5 SECTION 15100 Resilient Wedge Gate Valves (RWGV's) Disinfection and flushing of valves shall be in accordance with Section 15041, as part of the process of disinfecting the main pipeline. The valves shall be operated during the disinfection period to completely disinfect all internal parts. 3.6 HYDROSTATIC TESTING Valves shall be hydrostatically tested in conjunction with the pipeline in whic:h they are installed in accordance with Section 15044. END OF SECTION JUNE 2008 Page 5 of 5 SECTION 15100 ResilientWedgei Gate Valves (RWGV's) Division 16 Electrical SECTION 16050 GENERAL ELECTRICAL PROVISIONS PART1 GENERAL 1.1 INTENT A. It is the intent of these specifications that all electrical work specified herein, be coordinated as required with the work of all other trades identified in other divisions of the specifications and the drawings, so that all installations shall operate as designed. All systems shall be completely assembled, tested, adjusted, and demonstrated to be ready for operation in compliance with the requirements of the Contract Documents before acceptance by the Owner and Engineer. B. Electrical system layout indicated on the drawings is generally diagrammatic. Locations of outlets and equipment shall be governed by architectural, structural and mechanical conditions and obstructions. Any reasonable change in location of outlets and equipment prior to the rough in shall be done without additional expense to the Owner. This does not apply to equipment, which is located by dimensions on the drawings. Equipment shall be located within 1/8 inch of the dimensional location indicated on the drawings unless otherwise permitted by the Owner or Engineer. The Contractor shall verify in the field all dimensions and clearances affecting the installation of his work in relation to established datum, to building openings and clearances, and to the work of other trades. Should interferences occur which will necessitate any deviation from the layout or dimensions indicated, the Owner or Engineer shall be notified and any changes approved before proceeding with the work. C. Rigid components such as bus, bus duct, throat connection, and enclosures shall be aligned and connected with special care to prevent excessive stress in joints, supports, and connections. Installations of all equipment shall be straight and plumb to building structures. D. Equipment with moving parts such as switches, circuit breakers, and switch operating mechanisms shall be carefully aligned to ensure free mechanical ope,ration. 1.2 SUMMARY A. The work included under these specifications shall include furnishing and the installation of new, specified materials and equipment and the providing of engineering data, accessories, and field services as stipulated herein and in accordance with the Contract Documents. 1.3 ELECTRICAL LIMITS OF CONTRACT A. Electrical Contractor shall furnish all conduit, wiring and electrical devices required to interconnect the new meter pedestal with new and existing electrical and telemetry equipment and new lighting as further detailed in the drawings and specifications. 8. Wiring devices (receptacles and switches) in the field shall not be replaced. Cabling is to be replaced to devices only where shown in the drawings. A new light switch and MAY2014 1 of12 SECTION 16050 General Electrical receptacle shall be furnished by the Electrical Contractor and installed with each new light pole. C. Electrical Contractor shall coordinate with the following parties to ensure any required power disruption is planned and is kept to within required time frames: 1. City of Carlsbad -Water assets 2. County Sherif-Telemetry asset mounted on the outside of the building on the east side of the tank and equipment mounted on the communications tower. 3. Cox PCS/Crown Castle -Communications tower equipment. 4. Other trades D. Electrical Contractor shall coordinate with SDG&E to changeover power from redundant meter panel and MCC to the new meter pedestal. Coordination with SDG&E may also be required to provide power from a temporary location during the pavement re- surfacing. Costs associated with disconnection and re-connection shall be covered by the Electrical Contractor. SDG&E Metered Power charges shall remain the responsibility of the City throughout the works. E. Electrical Contractor shall not provide any new instrumentation or telemetry equipment, but shall provide: 1. Power and control cabling in conduit to the telemetry panel 2. Re-location of any existing 1/0 circuit cabling in conduit to the telemetry cubicle 3. Conduit route to the telemetry cubicle for instrumentation cabling to be installed by others. 1.4 HAZARDOUS WASTE A. Electrical Contractor shall be responsible for effecting and coordinating safe disposal of all electrical equipment removed or renovated under this contract that contains recognized hazardous materials including, but not limited to, the following list: 1. Fluorescent lamps. 2. Fluorescent lamp ballasts. B. Electrical Contractor shall submit all documents, chain of custody and receipts confirming proof of proper disposal of the hazardous materials indicated above to the Owner and/or Engineer. 1.5 REFERENCES -CODES AND STANDARDS A. Applicable codes and standards will be referred to in other sections of this division by acronyms as defined below: 1. NECA National Electrical Contractor's Association 2. AFBMA Antifriction Bearing Manufacturers Association 3. ANSI American National Standards Institute 4. ASME American Society of Mechanical Engineers 5. ASTM American Society for Testing and Materials 6. AWS American Welding Society 7. DEMA Diesel Engine Manufacturers Association 8. Fed Specs Federal Specifications 9. EIA Electronic Industries Association 10. ICEA Insulated Cable Engineers Association MAY 2014 2 of12 SECTION 16050 General Electrical IEEE IES NEC NEMA NFPA UL Institute of Electrical and Electronic Engineers Illuminating Engineering Society National Electrical Code National Electrical Manufacturers Association National Fire Protection Association Underwriters' Laboratories California Occupational Safety and Health Act 11. 12. 13. 14. 15. 16. 17. 18. CAL OSHA SCAQMD South Coast Air Quality Management District regulations B. The edition of referenced codes and standards, in effect as of the datie of contract, :shall constitute minimum requirements and shall be strictly complied with unless supplemented or modified by more stringent requirements of the Contract Documents. 1.6 REGULATORY REQUIREMENTS A. Electrical equipment and materials shall be installed in conformance with all applicable requirements of NFPA, local power company, federal, state, and locall codes, including California Energy Codes (CEC Title 24). B. Furnish products listed and classified by Underwriters Laboratories, Inc. (UL), Electrical Testing Laboratories, Inc. (ETL}, or other recognized, acceptable testing and listing agencies as suitable for the purpose specified and shown. The Contractor shall immediately notify the Owner and Engineer of any provision in the contract document that are contrary to any applicable codes. 1.7 SAFETY A. All work shall be performed in a safe manner in accordance with all federal, state arnd local codes and regulations including any Owner safety regulations or procedures. In addition, the following special electrical precautions as a minimum shall be observed. B. Shutdowns 1. Prior to any work on any electrical circuits, circuits shall be de--energized, tested for absence of voltages, residual voltage discharged and the circuit properly tagged and locked out. 2. All electrical shutdowns shall be coordinated and scheduled with Owner and/or Engineer to minimize effect on adjacent areas. 3. Electrical shutdowns are required for all tie-in connections and/or modifications to electrical panels and equipment including power centers, switchgear, motor control centers, 480/277-volt lighting and distribution panels, and 208-volt panels with bolt-on breakers. C. Shutdowns are not required for: 1. Installation and/or removal of 120/208-volt plug-in modules for bus duct units on 400-Amp or lower rated bus ducts. 2. Load measurements, monitoring, and testing/debugging of low voltage circuits. 3. Connections of conductors to the load side of spare circuit breakers of 120/208- volt panels. MAY 2014 3 of12 SECTION 16050 General Electrical D. Hot Phase Work 1. Hot panel work may be requested for work on 120/208-volt panels if and only if panel cannot otherwise be shutdown. Request shall be made to the Owner and shall include panel identification, panel schedule, building area and/or equipment affected, scope of work to be performed and reasons why panel cannot be shutdown. The following shall, as a minimum, be observed: a. Use buddy system. Person shall not be involved in actual installation. b. All hot circuits shall be adequately protected with temporary shields while work is occurring. c. The removal of knockouts (KO's), insertion of conduit into boxes, installation of locknuts and bushings, and use of non-metallic fish shall be allowed to take place when the temporary shield is in place. d. The removal and installation of circuit breakers shall only be performed with tools having insulated handles. e. The connection of wires shall be performed in the order of ground, neutral and hot. E. Lockout/ Tag out Procedure: 1. Contractor shall use the District's standard Lockout/Tag out procedure. A copy of the program will be provided to the Contractor prior to start of work. 2. Contractor shall have a recognized Lockout/Tag out program that complies with OSHA Standard 29, CFR 1910.47, and/or California Code of Regulations, Title 8, Electrical Safety Orders 2329.4. This program shall be submitted to the Owner and/or Engineer for approval prior to start of work. 1.8 COORDINATION WITH OTHER TRADES A The Contractor shall be responsible for coordinating with other trades or subcontractors working on the project so that all work shall be completed without interruption of the schedule. This shall include all installations necessary to support the structural, architectural, and mechanical conditions. B. Any changes in construction or coordination requirements that deviate from the intent or requirements of the specifications and/or drawings must be described and detailed in writing and submitted to the Owner and/or Engineer for approval. C. The Contractor shall provide for all contingencies where required to operate any equipment prior to completion of electrical work. D. The Contractor shall be responsible for checking all contract drawings and coordinating his work accordingly. This coordination shall include the clearance of all ducts, supports, ventilation, and process equipment. No additional payments will be made for work and/or materials necessary to resolve interferences. Start of construction work means Contractor accepts unconditionally the existing conditions and contractor waives any related expenses relative to it. 1.9 RECEIVING, HANDLING, AND STORAGE A The Contractor shall provide for receiving, handling, and storage of all material and equipment in accordance with Division 1 requirements of these specifications. MAY2014 4 of12 SECTION 16050 General Electrical 1. Materials and equipment stored on the Owner's premises shall be moved by the Contractor without additional cost, if requested by the Owner and/or Engineer. 2. The Contractor shall be responsible for the safe keeping of all materials and equipment stored on the Owner's premises. B. Cleaning: 1. The exterior and interior surfaces of each equipment item shall be cleaned of sand, dirt, and other foreign materials after its removal from storage and immediately before its movement to its final location. 2. Before initial operation of individual items of equipment, the Contractor shall remove all dirt, mortar, and other material, which has been spilled, misplaced, or has been allowed to mar the finished surfaces. 3. The interior of all electrical equipment, including relays and eh~ctrical contacts, shall be thoroughly wiped and vacuumed clean before the equipment is energized. C. Debris Removal: 1. All debris generated by or as a result of the work of the electrical contractor shall be removed from the site and disposed of as directed by the Owner and/or Engineer, but not less than once each work day. 1.10 EQUIPMENT FOUNDATIONS AND CONCRETE WORK A. Concrete pads for mounting switchgear, motor control centers, and secondary unit substations etc. shall be provided as indicated on the drawings and in accordance with other sections of these Specifications. B. The Contractor shall provide anchor bolts for floor-mounted equipment as required by California Title 24 for seismic bracing of equipment. C. Equipment shall be leveled and grouted in accordance with Division 3 of these specifications. Concrete materials, placing methods, and general workmanship shall conform to applicable sections of Division 3. The Contractor shall utilize concrete mixes and sources of supply approved by the Engineer. 1.11 MISCELLANEOUS MATERIAL A. Contractor shall furnish all wire, raceway, monitoring hardware and accessories for equipment interconnections as necessary to obtain a complete operable system, in accordance with the Contract Documents. B. Miscellaneous materials, except those specified to be furnished by the Owner or other contractors, shall be furnished as required for the complete erection of the equipment. These materials shall include, but shall not be limited to, grout, shims, wedges, dowels, anchors, supports, equipment mounting sill channels, bolting, gaskets, packing, welding rod, and consumable gases. MAY 2014 5 of12 SECTION 16050 General Electrical 1.12 MATERIAL SUBSTITUTION A If equipment manufacturers are identified by name, and it is indicated that equipment of equal quality and performance will be accepted, the Contractor may submit alternate items to the Engineer for approval. B. If only one manufacturer is indicated, no alternate equipment will be accepted. C. Re-design of electrical or any other trade's work that is required due to the Contractor's use of an approved alternate item; arrangement of equipment; and/or layout other than specified herein, shall be done by the Contractor at his expense. Redesign and detailed plans shall be subject to approval by the Engineer. D. Engineer's approval of redesigned or altered drawings submitted by Contractor, shall not relieve the Contractor of his responsibility to provide a complete and operable installation. E. Equipment and materials installed without approval of the Owner and/or Engineer shall be subject to removal and replacement at the Contractor's expense with approved materials. F. Equipment and/or materials identified on the drawings or in these specifications by manufacturer's name and/or part number are so identified for the sole purpose of establishing the type and quality of the equipment and/or materials. Such specific, non- generic callouts are not in any way intended to rule out or establish preemptory qualifications relative to manufacturers not identified specifically by name. 1.13 TERMINATIONS A All electrical equipment shall be suitable for connection to 75 degree C rated cable and/or wire loaded to its 75 degree C ampacity. 1.14 AREA CLASSIFICATIONS A Electrical equipment shall be suitable and rated for the areas in which it is installed. Special areas will be identified and indicated on the drawings. B. Outdoor equipment shall be NEMA 3R, 4, or 4X, as required by the drawings. 1.15 EXCAVATION AND BACKFILL A Excavation and backfill required for the installation of electrical work shall be as indicated on civil, structural or electrical drawings and in accordance with other sections of these specifications. 1.16 PAINTING AND FINISHING A Unless otherwise noted, electrical equipment shall be shop finished with one or more coats of primer and two coats of high-grade oil-resistant enamel. The finish color shall be manufacturer's ANSI color standard. Shop primer shall be manufacturer's standard phosphatized coating compatible with the finish enamel. MAY 2014 6 of12 SECTION 16050 General Electrical B. Furnish at least two (2) quarts of touchup paint of the same type and color as the factory applied paint for a11 different paints used. C. Finishes marred during shipping, handling, or installation shall be touched up to match the original factory finish. Finish painting of conduit, hangers, and other installation materials will be performed along with general painting of the structure. D. All galvanized surfaces on which the galvanizing is removed by cutting, drilling, or by any other operation shall be re-galvanized with "Galvanizing Powder M-321" as manufactured by the American Solder and Flux Company of Philadelphia, Pennsylvania; with "Zincilate 810" as manufactured by Industrial Metal Protective, Inc., of Dayton, Ohio; with "Zinc Rich" coating as manufactured by ZRC Chemical Products Company, Quincy, Massachusetts; or acceptable equal. The Contractor shall furnish this protective material and shall apply it iin the field to any surface where the galvanized coating is broken or removed either intentionally or unintentionally. 1.17 SLEEVES AND OPENINGS A. The Contractor shall be responsible for all required sleeves and openings for electrical raceways, cables and equipment. Contractor shall provide required sleeves and openings, not provided during structure fabrication, using a hacksaw, a hole saw, or a core drill subject to approval by the Owner and/or Engineer. B. Engineer shall verify the location of openings to be cut through structural concrete (floors, columns, etc) prior to cutting or drilling by Contractor. Use existing spare openings if at all possible, even if it requires a longer conduit run. C. Finishing Box-outs. Openings that have been cut through walls and floors of masonry or concrete for the passage of raceways shall be finished either by grouting around the conduit or by grouting 3/16-inch (5 mm) thick steel bands around the periphery of the openings. Where sleeves or bands are installed in floors, they shall project 4 inches ( 100 mm) above the finished floors. D. Openings beneath Equipment. Where the cables are in conduits and the conduit projects through the opening, opening beneath equipment shall be closed with grout. Closure plates of transite, micarta, or similar material shall be used to close openings beneath equipment where the cables entering the equipment are not in enclosing raceways. The plates shall not be less than 3/8-inch (5 mm) thick and shall be cut to fit closely around the outside surfaces of the cable where the cable passes through the plates. Edges of the holes in these plates shall be rounded and smoothed to prevent damage to the cable. The plates shall be securely fastened to the floor or to the equipment, and all openings around the plates shall be caulked with an effective putty seal or acceptable equal method. E. Unused openings beneath equipment shall be covered with solid plates of the same material as closure plates for those openings through which conduit or cable enter the equipment. These plates shall be securely fastened to the floor or to the equipment and caulked as indicated above. MAY2014 7 of12 SECTION 16050 General Electrical 1.18 WELDING A. Welding shall completely fuse the welded member to the supporting steel and shall be neat in appearance. All workmen performing ferrous welding of any kind shall be qualified according to the procedures for qualification tests for fillet welders described in American Welding Society Publication AWS-D1 .1, Structural Welding Code. Documentation of approved qualification testing shall be available upon request of the Engineer. 1.19 INSULATION A. All supports for raceways connected to equipment, piping, and raceways that have been electrically insulated from contact with other structures, shall be properly installed to prevent shunting of the insulation. 1.20 NAMEPLATES A. All nameplates for electrical equipment shall be permanently attached to the front of the equipment. 1.21 STARTUP A. The Contractor shall, at a minimum, perform the following tests as applicable for each item of equipment or system installed under this Contract: 1. Verify correctness of all wiring installed under this contract. 2. Check wiring for shorts, continuity and grounds. 3. All ground fault interrupt devices shall be tested individually. B. The Contractor shall be responsible for operation and maintenance, including all costs thereof, for systems or equipment temporarily placed in operation for testing and adjusting purposes. C. Complete all testing and startup procedures. 1.22 INSPECTIONS AND TESTS A. Tests shall be performed on all electrical equipment and complete systems as required under the various sections of these specifications prior to being placed in operation. B. All tests shall be made after notification, and in the presence of, the Owner and/or Engineer and authorities having jurisdiction. Contractor shall supply all labor, materials, instruments, and supplies of any kind, required for testing. Material and equipment damaged or shown to be defective during tests or unable to perform at design or rated capacity, shall be repaired or replaced by the Contractor at no additional expense, to the satisfaction of the Owner and/or Engineer. C. Two (2) copies of all test results and/or reports shall be submitted to the Engineer following completion of tests. Submittals shall be bound in standard three-ring binders, tabbed and indexed throughout for easy readability. MAY 2014 8 of12 SECTION 16050 General Electrical 1.23 MANUFACTURER'S INSPECTION AND SUPERVISION A. Contractor shall provide the services of a trained manufacturer's representative, to inspect a11d advise during the installation of the electrical equipment. B. The service described above shall be provided as determined necessary by the Contractor for proper installation of the equipment. Availability of these services shall not relieve the Contractor of responsibility for technical supervision of his construction personnel. C. The presence of a manufacturer's representative shall not relieve the Contractor of responsibility for the work under these specifications. 1.24 BOLTED ELECTRICAL CONNECTIONS A. Where bolted electrical current-carrying connections are made, the meta! surfaces shall be thoroughly cleaned and coated with an oxide inhibitor such as Penetrox A or No- Oxide A compound. B. The tightness of each bolt in each factory-made bolted electrical connection shall be validated during erection and connection of the equipment. C. It shall be the Contractor's responsibility to certify that the tightness o1f each bolt in all bolted electrical connections, factory or field, is in accordance with the manufacturer's recommendations. D. Bolted electrical connections shall be tightened with manual torque wrenches. Torque wrenches shall be so constructed that they will visually or audibly indicate when the proper torque is reached. The Contractor is responsible for the accuracy of each torque wrench and shall provide documentation of testing by an acceptable laboratory or testing agency when requested by the Engineer. E. Torque Values. If the equipment manufacturer's erection instructions do not include recommended torque values for bolt tightening or specify an alternate method for tightening bolted electrical connections, torque values shall be in accordance with UL Std 486A and/or those listed in the table below. MAY 2014 TORQUE VALUES FOR DRY, NON-PLATED, NON-LUBRICATED BOLTS 18-8 Stainless Brass Bolt Size Steel (Inch-lbs) (Inch-lbs) 1/4"-20 75.2 61.5 1/4"-28 94.0 77.0 5/16"-18 132 107 5/16"-24 142 116 3/8"-16 236 192 3/8"-24 259 212 9 of12 Silicon Aluminum Bronze 24ST-4 (Inch-lbs) (lnch--lbs) 68.8 45 .. 6 87.0 57 .. 0 123 80 131 86 219 143 240 157 316 Stainless Steel (Inch-lbs) 78.8 99.0 138 147 247 271 SECTIION 16050 General Electrical TORQUE VALUES FOR DRY, NON-PLATED, NON-LUBRICATED BOLTS 18-8 Silicon Aluminum 316 Stainless Brass Bronze 24ST-4 Stainless Bolt Size Steel (Inch-lbs) Steel (Inch-lbs) (Inch-lbs) (Inch-lbs) (Inch-lbs) 7/16"-15 376 317 349 228 393 7/16"-20 400 327 371 242 418 1/2"-13 517 422 480 313 542 1/2"-20 541 443 502 328 565 9/16"-12 682 558 632 413 713 9/16"-18 752 615 697 456 787 5/8"-11 1,110 907 1,030 715 1,160 5/8"-18 1,244 1,016 1,154 798 1,301 3/4"-10 1,530 1,249 1,416 980 1,582 3/4"-16 1,490 1,220 1,382 958 1,558 7/8"-9 2,328 1,905 2,140 1,495 2,430 7/8"-14 2,318 1,895 2,130 1,490 2,420 1"-8 3,440 2,815 3,185 2,205 3,595 1"-14 3,110 2,545 2,885 1,995 3,250 F. Connection Bolt Tightness Check: 1. The tightened bolts in electrical connections shall be checked at random as selected by, and in the presence of, the Engineer. The Contractor shall provide calibrated hand torque wrenches and the necessary platforms, equipment, and personnel for the random check. 2. The number of bolts checked shall be acceptable to the Engineer based upon observance of the quality and completeness of the tightening operations. A minimum of 10 percent of the bolts in each connection, but not less than two bolts in each connection, shall be checked. 3. The Contractor shall be responsible for coordinating the checking of bolt tightness so that minimum interference with equipment erection and connection will be experienced. Removal of covers and similar dismantling of equipment to permit the Engineer to witness the testing of bolt tightness of enclosed connections shall be part of the work included under these specifications. 4. Checking of tightness of electrical connections in the presence of the Engineer is intended to assist the Contractor in avoiding the expense of repairing costly connection failures. This check shall not relieve the Contractor of complete responsibility for the integrity of the electrical connections. 1.25 LUBRICATION A. The Contractor will furnish all oils, greases, and other lubricants required to place equipment in operation. The Contractor shall apply lubricants in accordance with the manufacturer's recommendations. The lubricants used shall be acceptable to the Owner MAY 2014 10 of12 SECTION 16050 General Electrical and/or Engineer. Furnish Material Safety Data Sheets (MSDS) identifying all classified hazardous materials proposed for usage to the Engineer with submittals. 1.26 WIRING A. In general, all devices furnished under these specifications and requiring electrical connections shall be designed for wiring into electrical enclosures with terminal blocks. 1. Terminal blocks shall be furnished for: a. Conductors requiring connection to circuits external to the specified equipment b. Internal circuits crossing shipping splits c. Equipment where parts replacement and maintenance will be facilitated. Splices will not be permitted in control wiring or instrument leads. 2. All wiring leaving an enclosure shall leave from terminal blocks and not from other devices in the enclosure. 3. Each terminal block, terminal, conductor, relay, breaker, fuse block, and other auxiliary devices, shall be permanently labeled to coincide with the identification indicated on the drawings. B. A shorting type terminal block shall be installed at an accessible location for each set of current transformers supplied with the equipment furnished under these specifications. The shorting terminal block shall be the one nearest the current transformers. No other shorting type terminal blocks are required unless specified otherwise. C. All connections requiring disconnect plug and receptacle type devices shall be provided with factory-terminated conductors on each plug and receptacle. Plugs and receptacles shall be factory-wired into junction boxes containing terminal blocks for external connections. All conductors on the disconnect portion of plug-receptacle assemblies shall be in a common jacket D. Any proposed changes will need to be submitted for approval by the Engineer, prior to any conduit or wire installation. Any delay to the schedule as a result of a proposed change shall be the responsibility of the Electrical Contractor. 1.27 DRAWINGS A. The Electrical Contractor shall supply shop drawings for the metering pedestal. Information indicated on the Contractor's shop drawings shall include: 1. Detailed wiring schematics of the individual panel items, as they actually wm appear in the panel. 2. Panel construction details. 3. Detailed internal layout and materials schedule, with each item of equipment identified by item number and name. B. Shop drawings shall be provided for review and approval prior to the contractor commencing construction. C. Contractor shall designate a set of project drawings as the job "Record Drawings". This set shall be located at the jobsite and maintained in a clean undamag1ed state. This set shall be updated with red line markups to accurately reflect all construction field deviation change orders and any additional work authorized by Owner and/or Engineer. MAY 2014 11 of12 SECTION 16050 General Electrical During construction the record set shall be available to any representative of the Owner and/or Engineer for review and inspection at site. D. As-constructed record drawings and red-line markups shall be provided within 10 working days following acceptance of work-in-place. E. The following as-constructed drawings shall be provided in AutoCAD and pdf format: 1. Shop drawings 2. Any significant changes to the design drawings as a result of contractor preference. Specifically this shall include any changes which were approved by the Engineer only if drafting is completed by the Contractor. F. As-constructed red-line markup drawings shall be provided to capture any deviation from the design drawings that are not the result of contractor preference. These shall be supplied as two (2) hard copies on ANSI B or D sized paper, as well as a scanned pdf copy. G. Electronic submission of as-constructed drawings and red-line markups (AutoCAD and pdf} shall be provided as two (2) complete sets on compact disc. 1.28 TERMINAL BLOCKS A Terminal blocks shall be furnished with white marking strips and, where permitted by the safety codes and standards, shall be without covers. Not less than 25 percent spare, unused terminals shall be furnished on each terminal block for circuit modifications and for termination of all conductors in a multi-conductor control cable. B. Fuses shall not be mounted on terminal blocks. Neither step type terminal blocks nor angle mounted terminal blocks will be acceptable. C. All terminal blocks, except internal terminal blocks in factory pre-wired electronic systems cabinets, shall be rated 600-volts minimum and shall have strap screw terminals. Terminal blocks for 10 AWG and smaller 600-volt insulated conductors shall be Marathon 1500 series, or acceptable equal. Terminal blocks shall be appropriately sized for larger wire size or higher voltage insulated incoming conductors as necessary. 1.29 RODENT PROOFING A The Contractor shall make all pad-mounted electrical equipment panels rodent proof by closing all exterior openings using metal plates or metal screens. This shall be accomplished either by the manufacturer in the fabrication of the equipment, or by the Contractor after installation of the equipment. PART2 Not Used. PART3 Not Used. MAY 2014 PRODUCTS EXECUTION END OF SECTION 12 of12 SECTION 16050 General Electrical SECTION 16056 ELECTRICAL DEMOLITION, REMOVALS, AND REU)CATIONS PART1 GENERAL 1.01 SECTION INCLUDES A. Demolition and removal of existing electrical equipment and components. B. Relocation of existing equipment requiring electrical power and control cabling. C. Disconnection and removal of existing power distribution and control circuit raceways and conductors. D. Removal of exterior concrete equipment pads. E. Site Lighting Removals. 1.02 RELATED SECTIONS A. Special Provisions B. Section 16050 -ELECTRICAL GENERAL C. Section 16196-ELECTRICAL SYSTEM IDENTIFICATION D. Section 16421 -UTILITY SERVICE ENTRANCE E. Section 16950 -TESTING AND INSPECTION 1.03 ELECTRICAL DEMOLITION, REMOVALS, AND RELOCATIONS A. General 1. Ensure that all hardware items and replacement equipment are on hand prior to attempting any demolition, modification, or remedial work. 2. Equipment, conduits, cables and materials that are abandoned in place shall be provided with tags, labels and nameplates indicating "Spare Equipment" or similar text. Labels shall be provided as specified in Division 16 specifications. 3. The Owner reserves the right to remove any equipment or materials scheduled for demolition or removal up to the date of demolition, or removals actually begin. The removal, or failure to remove, by the Owner, any equipment or material scheduled for demolition or removal shall not be cause for any additional charges by the Contractor. The Contractor shall notify the Owner in writing at l,east 30 days prior to beginning any demolition. 4. Contractor shall take necessary precautions to insure against damage to existing materials or equipment to remain in place, to be reused or to remain the property of the Owner. Repair or replace damaged materials and equipment at no additional cost to the Owner. B. Equipment Demolition and Removals 1. Equipment and Materials MAY2014 1 of 4 SECTiON 16056 Electrical Demolition, Removals, and Relocations MAY 2014 a. Refer to the Contract Drawings for details and limits of equipment and materials demolition and removals. b. Contractor shall furnish labor to disconnect and/or remove items shown on the Contract Drawings and as specified. Carefully dismantle and salvage electrical equipment, switches, fixtures, instruments, conduits, cables, wiring, control panels, etc. as necessary to perform the proposed changes. 2. Conduits, Conductors and Cables a. Where electrical equipment is removed or relocated, also remove all wiring back to source panelboard, MCC, switch or to last remaining device on the same circuit, unless otherwise noted on the drawings. Associated conduits, hangers, supports, etc. shall be removed unless otherwise noted or required to maintain the support and operation of remaining equipment. b. Remove all extraneous wires and exposed conduits for all mechanical, and electrical devices to be removed or abandoned. c. Wires shown for removal which are in underground duct banks, or embedded conduit shall be removed unless otherwise noted. d. Contractor shall disconnect and remove related equipment and conduit mounting hardware, equipment mounting racks, and equipment associated with materials to be removed unless otherwise required to maintain the support and operation of remaining equipment. e. Any conduit abandoned in concrete slabs, walls, or other inaccessible locations shall be left empty except for a nylon pull wire. Ends shall be capped with push plugs for future use. f. If cables cannot be removed due to a collapsed or deformed duct, etc. cut cable at duct entrance at each end and tag cable as "Abandoned Cable", "collapsed duct" or similar text. Notify the Owner of these conditions. 3. Salvage Materials a. Deliver on the premises to a location directed by the Owner, existing material and equipment which is removed and is desired by the Owner or is indicated to remain on the property of the Owner. b. All instrumentation equipment designated for removal shall be turned over to the Owner regardless if equipment is specifically shown or scheduled. This shall include pressure transmitters, flow and level elements, and associated transmitters and/or electronics units. c. Equipment and materials not indicted for relocation, reuse, or salvage shall become the property of the Contractor and shall be removed by the Contractor from the premises and properly disposed of. 2 of 4 SECTION 16056 Electrical Demolition, Removals, and Relocations C. Equipment Relocations 1. Re-route conduits and cables where shown on the Contract Drawings and as necessitated by architectural, mechanical, and HVAC changes and for new electrical work. 2. Provide materials, and hardware for patching, plugging, and refurbishing equipment intended for reuse. Provide new nameplates for reused electrical work. 3. Where the work specified herein or under other divisions necessitates relocation of existing equipment, foundations, conduits, wiring, etc. perform all work and make necessary modifications to existing work as required to leave the completed system in a finished and workmanlike condition. 4. Contractor shall include all necessary equipment and components as required to relocate equipment from the existing locations to the new proposed locations. Equipment shall be tested prior to being disconnected and relocated. Any deficiencies in the equipment operation shall be brought to the attention of the Engineer. Once the equipment has been fully tested, the Contractor shall schedule the relocation of the unit(s). After the unit(s) has been relocated and reconnected. The Contractor shall perform testing as required to demonstrate the operation of the unit(s). D. Structure Repairs & Refinishing 1. Rehabilitate and relocate items of equipment as required and as indicated on the Contract Drawings or specified. 2. Fill and patch penetrations, holes, damaged surfaces, etc. to restore a smooth finish to floors, ceilings, and walls. 1.05 SUBMITTAL$ A Submit detailed circuit wiring lists for motor control center power and telemetry panel circuit disconnections, removals and reconnections. B. Submit detailed circuit wiring list for existing meter panel circuit disconnections, removals, and reconnections. C. Provide a detailed sequence of construction plan, in coordination with the other trades, for performing the demolition of the existing meter panel, MCC and pressure transmitter, pumps and lighting. D. Contractor shall submit a copy of Circuit Identification Tables to the Engineer for review and approval prior to disconnecting any circuits. PART2 MATERIALS 2.01 GENERAL A. Refer to Division 16 for electrical material requirements. MAY 2014 3 of 4 SECTION 16056 Electrical Demolition, !Removals, and Relocations PART3 EXECUTION 3.01 SEQUENCE OF CONSTRUCTION A. Contractor shall determine the electrical requirements for the sequence of construction to coordinate with the overall construction schedule. 3.03 SITE LIGHTING A. Pole mounted site lighting fixtures shall be removed and demolished. Refer to Contract Drawings for pole locations. B. Contract drawings show new pole mounted fixtures to replace existing in a new location. MAY2014 However, the Contractor shall assess the condition of the existing poles and fixtures and offer appropriate credit to reuse the equipment in lieu of providing new poles and fixtures. Proposed credit will be reviewed by the Owner and Engineer. Grounding and pole bases shall be provided new. END OF SECTION 4of4 SECTION 16056 Electrical Demolition, Removals, and Relocations SECTION 16100 GROUNDING PART1 GENERAL 1.01 SECTION INCLUDES All new or modified work of this Contract, including, but limited to: A. Metallic water services. B. Equipment housings C. Metal raceways. D. Grounding terminals of outlets. E. Outdoor lighting fixtures and poles. F. Footing rebar. G. Ductbanks. H. Manholes. I. Pullboxes. J. Metallic panels and conduit. K. Transformer secondary neutrals. Take special precautions to ground all equipment in strict accordance with the NEC and as otherwise noted in these specifications. 1.02 RELATED SECTIONS A. Special Provisions B. Division 2 Sections C. Section 16050-ELECTRICAL-GENERAL D. Section 16950-TESTING AND INSPECTION 1.03 REFERENCES All materials and installations shall be in accordance with the latest revisions of the following: 1. National Electric Code 2. Underwriters Laboratories, Inc. 1.04 SUBMITTALS A. Provide submittals in accordance with the Special Provisions and Section 16050. B. Submitted for all materials used in connection with the grounding system. C. Certified test reports of grounding system resistance. PART 2 MATERIALS 2.01 ELECTRODES A. Copper-Clad Ground Rods MAY2014 1 of 5 SECTION 16100 Grounding 1. Rods shall be ¾" diameter, minimum of 1 O' long unless otherwise shown on the Contract Drawings. Rods shall be steel core with copper molten welded or electrolytically bonded to exterior. 2. Manufacturers a. Copperweld Steel Company b. Thompson Lightning Protection, Inc. c. Or Equal 2.02 CONDUCTOR A. Ground Conductor (Above Grade) -Type THW insulated wire in conduit or other raceway. Color code insulation per NEC. B. Ground System Conductor (Buried) -Soft drawn or soft annealed stranded copper, tinned bare concentric conductor. C. Equipment Bonding Conductor -For sizes 8 AWG and smaller, solid ASTM B-1. For sizes 6 AWG and larger, stranded ASTM B-8. 2.03 CONNECTORS A. Compression-Type Fittings 1. Construction -Two bolts and a minimum of 1-1/2 inches in length. 2. Manufacturers a. Thomas & Betts b. Burndy Corporation c. Or Equal B. Welded Connection 1. Construction -Molded fusion-welding process. 2. Manufacturers a. Cadweld b. Thermoweld c. Or Equal C. Mechanical Connection 1. Construction -Mechanical lugs securely fastened using silicon bronze hardware. 2. Manufacturers a. Thomas & Betts b. Burndy Corporation c. Or Equal MAY2014 2 of 5 SECTION 16100 Grounding PART 3 EXECUTION 3.01 GENERAL A. Install ground system or grid as shown on the Contract Drawings. Install such that tops of driven ground rods are a minimum of 12 inches below grade, except for chemically filled ground rods which shall be installed per the manufacturer's recommendations. Ground rods are to be driven at least 2 feet below the groundwater level. Depth of the conductor system is to be 30 inches minimum with a minimum length of 20 feet. Thermoweld rods to copper, grounding conductor or use approved mechanical connections to rods where grounding conductor is No. 4 or smaller. B. When rods are shown and cannot be driven due to boulders or rock formations, install grounding plates below groundwater level or a minimum of 6 feet below grade. C. Final resistance to ground of completed ground system shall be a maximum of 5 ohms in accordance with Section 16950. If tests indicate higher than 5 ohms resistance, then the Contractor shall install additional rods or plates at no additional cost to Owner to lower the resistance to below 5 ohms. 3.02 CONNECTIONS A. Buried Connection -Made with either thermal welded or compression fitting specially made for grounding systems 8. Exposed Connection -Made with grounding system compression-type fittings. C. Connection to Metal -Make all connections to water pipes, steel surfaces, etc., using mechanical connectors. D. Thoroughly clean all surfaces to bright bare metal to accept ground connections. 3.03 GROUNDING ELECTRODE CONDUCTOR A. Size per NEC 250-66 unless larger size is shown on the Contract Drawings: 3.04 MAIN SERVICE GROUNDS A. Bond ground system securely to: 1. Connect grounding electrode conductor to building water service. (If available and if metallic water pipe is used and is of sufficient conductive length to insure continuity, provide jumpers around meters or other removable devices as required.) 2. Connect two grounding electrode conductors in conduit to facility grounding grid or system. 3.07 INTERIOR CONDUIT AND RACEWAY SYSTEM A. Electrical integrity of conduit system shall be maintained throughout. Provide bonding jumpers at fittings as required; jumpers shall be no longer than required. Provide separate ground wire for all conduit systems. MAY 2014 3of5 SECTION 16100 Grounding 3.08 CONDUIT AND RACEWAY SYSTEM A. Provide separate ground wire for all conduit systems leaving the Meter Pedestal. Size per NEC 250-122 in NEC. 3.09 FEEDERS A. Include an insulated grounding conductor, sized per NEC 250-66, in each conduit. Bond all served equipment frames, enclosures, ground bars, etc., to this conductor. Make all conductor terminations and connections using compression lugs or fittings designed and UL labeled for the purposes. 3.10 SEPARATE GROUND A. Basic intent of grounding specification is that grounding conductor be completely separate from system neutral and connect neutral to ground at the main service grounding point only. Run separate insulated (green) grounding conductors from all grounding points independently back to main service ground. Where ground passes through panels and disconnects, ground lugs shall be brazed or bolted to panel or disconnect housings with neutral bus or lug isolated from same. Ground all metallic conduits at each panel. Clean paint from metal to accept ground lugs. 3.11 METALLIC, NON-CURRENT CARRYING ENCLOSURE A. Connect to ground bar at load center supplying same through conduit system using proper fittings at junction boxes, expansion joints, and between ground bushings on each conduit within all sheetmetal enclosures. 3.12 SHIELDED CABLE A. Shielding to be continuous and grounded at one point only unless otherwise required by equipment manufacturer's recommendations. 3.13 GROUND CONDUIT LABELS A. Label all service, equipment frame or motor grounding conduits containing only grounding conductors -"SUPPLEMENTAL GROUND" Label to identify item being grounded. 3.15 INDEPENDENT GROUND SYSTEMS A. The grounding system described here shall be independent from the lightning protection ground system. See Section 16671. 3.20 DUCTBANK GROUND CONDUCTOR A. Bond ductbank ground conductor to the building ground system when provided, or when a new building ground system was not provided, install a new ground rod and bond the ductbank ground to it. B. Bond ductbank grounds to manhole ground rod, if available. MAY 2014 4 of 5 SECTION 16100 Grounding 3.21 GROUND ROD INSPECTION/TEST WELLS A. Provide ground rod inspection/test wells where shown on the Contract Drawings. END OF SECTION MAY 2014 5 of 5 SECTION 16100 Grounding SECTION 16120 PART 1 GENERAL 1.1 SUMMARY CONDUCTORS A. This section covers all labor, material, tools, equipment and services required to install building wire and cable, service entrance cable, control cables, wiring connectors and connections. 1.2 RELATED SECTIONS A. Section 16010 -General Electrical Provisions B. Section 16130-Raceways and Boxes C. Section 16196 -Electrical Equipment Identification 1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. ASTM B 3 Soft or Annealed Copper Wire B. ASTM B 496 Compact Round Concentric-Lay-Stranded Copper Conductors C. ASTM B 8 Concentric-Lay-Stranded Copper Conductors, Hard, Medium- Hard, or Soft D. ANSI C 2 National Electrical Safety Code -latest edition E. IEEE 242 Recommended Practice for Protection and Coordination of Industrial and Commercial Power Systems. F. IEEE 399 Recommend Practice for Industrial and Commercial Power System Analysis. G. NECA (National Electrical Contractors Association) -Standard of Installation. H. NEMA WC-26 Wire and Cable Packaging I. NETA ATS National Electrical Testing Association Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems. J. NFPA 70 National Electrical Code -latest edition. K. UL 83 Thermoplastic-Insulated Wires and Cables. L. UL 486A Wire Connectors and Soldering Lugs for Use with Copper Conductors. MAY 2014 1 of 8 SECTION 16120 Conductors M. UL 510 Polyvinyl Chloride, Polyethylene and Rubber Insulating Tapes. 1.4 SYSTEM DESCRIPTION A. The applications for cable, wire and connectors required, but not limited to, are as follows: 1. Power distribution circuitry. 2. Lighting circuitry. 3. Appliance and equipment circuitry. 4. Line voltage wiring to miscellaneous equipment. 1.5 PROJECT CONDITIONS A. All wire and cables shall be minimum No. 12 AWG copper conductor unless otherwise shown on drawings. B. All conductor sizes are based on copper. C. Wire and cable routing shown on Drawings is diagrammatic unless dimensioned. D. Route wire and cable as required to complement project conditions. E. The contractor shall be responsible for any and all raceways and raceway/cable supports in accordance with all other sections of these specifications. 1.6 REGULATORY REQUIREMENTS A. Furnish products listed and classified by Underwriters Laboratories, Inc. (UL), Electrical Testing Laboratories, Inc. (ETL), or other recognized, acceptable testing and listing agencies as suitable for the purpose specifiied and shown. 1.7 CONTRACTOR SUBMITTALS A. Product Data: 1. Submit manufacturer's catalog and technical data for cables. B. Field Test Report: 1. Measure overall insulation resistance to ground. Provide certified test report for Engineer's Review. 1.8 CLOSEOUT SUBMITTALS A. Provide project recorrd documents showing actual locations of components and circuits. B. Submit final certified test reports of all insulation resistance tests. 1.9 QUALIFICATIONS A. Manufacturer shall be a Company specializing in manufacturing products specified in this section with a minimum of five (5) years experience. MAY2014 2 of 8 SECTION 16120 Conductors 1.10 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect, and handle products on site in accordance with Division 1 requirements. B. Accept cable and accessories on site in manufacturer's packaging. Inspect for damage. C. Store and protect cable and accessories from the environment in accordance with manufacturer's published instructions. Provide adequate heating and ventilation to prevent condensation. D. Damaged items shall be replaces at no additional cost to Owner. 1.11 COORDINATION A. Where wire and cable destination is indicated and routing is not shown, determine exact routing and lengths required. B. Wire and cable routing indicated is approximate unless dimensioned. Include wire and cable lengths within 10 feet of length shown. PART 2 -PRODUCTS 2.1 MANUFACTURERS: A. Domestic manufacturer regularly engaged in the manufacture of Building Wire and Cable products for at least five (5) years as follows: 1. American Wire and Cable. 2. Cerro Wire and Cable Co. 3. General Cable Corp. 4. Okonite Co. 5. Or Approved Equal. 2.2 BUILDING WIRE AND CABLE A. Building wire and cable shall be UL83 compliant, insulated, single conductor, copper, solid or stranded, rated for 600-volts AC. The insulation shall be thermoplastic material rated for 90 degrees Celsius dry locations, 75 or 90 degrees Celsius wet locations, THW, THHNfrHWN, RHW orXHHW, per ANSI/NFPA 70. B. For Interior Dry Location: Use only building wire, THHNfrHWN insulation rated 90 degree Celsius, in raceway. C. For Exterior Wet or Dry Locations: Use only XHHW insulation rated for 90 degree Celsius, in raceway. D. For Underground Dry or Wet Locations: Use only XHHW insulation rated 90 degree Celsius, in raceway. MAY 2014 3of8 SECTION 16120 Conductors E. For connections to electrical equipment, coordinate wire type with equipment manufacturer. 2.3 SERVICE ENTRANCE CABLES A. Service entrance cables shall be insulated, single conductor, copper, stranded, rated for 600-volts AC, type XHHW insulation. 2.4 INSTRUMENTATION AND CONTROL CABLES A. Instrumentation cables for field mounted equipment and devices shall be minimum two (2) conductor No. 16 AWG, tin-coated copper, stranded, shielded twisted pair, 80 degree Celsius, PVC insulation foil shield with overall heavy duty polyethylene jacketing, rated for 600-volt AC. B. Control cables to field mounted equipment and devices shall be a single conductor, insulated, No. 12 AWG minimum, copper, solid or stranded, rated for 600-volts AC. The insulation shall be thermoplastic material rated for 90 degrees Celsius dry locations, 75 degrees Celsius wet locations, THHNfrHWN or XHHW, per ANSI/NFPA 70 and compliant with UL 83. C. Multi-conductor control cables for field mounted equipment and devices shall consist of several single conductor, insulated No. 12 AWG minimum, copper, solid or stranded, rated for 600-volts AC with an overall protective PVC jacket. The insulation shall be thermoplastic material rated for 90 degrees Celsius dry locations, 75 degrees Celsius wet locations, THHNfrHWN or XHHW, per ANSI/NFPA 70 and compliant with UL 83. Circuit identification shall consist of Method 1 -color coding in accordance with ICEA S-66-524, Appendix K Table K- 2. D. Instrumentation and control cable connected to equipment or devices within control panels shall be sized per requirements of equipment manufacturer {minimum #16 AWG). 2.5 WIRING CONNECTORS A. Split Bolt Connectors: 1. FCI Burndy Corp. 2. Cooper Crouse Hinds. 3. O.Z./Gedney Co. 4. Thomas & Betts Co. 5. 3-M Co. B. Solderless Pressure Connectors: 1. FCI Burndy Corp. 2. Ideal Industries Co. 3. Thomas & Betts Co. 4. 3-M Co. C. Spring Wire Connectors: 1. Ideal Industries Co. MAY2014 4of 8 SECTION 16120 Conductors 2. 3-M Co. D. Compression Connectors: 1. FCI Burndy Corp. 2. Thomas & Betts Co. 3. 3-M Co. 2.6 WIRE COLOR CODE A. Color-code all conductors: 1. Wire sizes No. 10 AWG and smaller shall have integral color-coded insulation. 2. Wire sizes No. 8 AWG and larger may have black insulation but shall be identified by color-coded electrical tape at all junction, splice, pull, or termination points. 3. Color tape shall be applied to at least 3 inches of the conductor at the termination ends and in junction or pull boxes or where readily accessible. 4. Conductors for all systems shall not change color at splice points. 5. Where there are two or more neutrals in one conduit, each shall be individually identified with the proper circuit. 6. For No. 4 AWG and larger ground conductors, identify with green tape at both ends and all visible points, included in all junction boxes. 7. Each phase wire shall be uniquely color-coded as indicated below: 120/240-Volts 120/208-Volts 277/480-Volts Phase A -Black Phase A -Black Phase A -Brown Phase B-Red Phase B-Red Phase B -Orange Neutral -White Phase C -Blue Phase C -Yellow Ground -Green Neutral -White Neutral -White or Natural Gray Ground -Green Ground -Green PART 3 -EXECUTION 3.1 EXAMINATION A. Verify that mechanical work likely to damage wire and cable has been completed. B. Verify that raceway installation is complete and supported as required by the specifications. 3.2 PREPARATION A. Test raceway with a mandrel and thoroughly swab out to remove foreign material before pulling cables. MAY2014 5 of 8 SECTION 16120 Conductors B. For conduits sizes less than 3 inches, draw a stiff bristle brush through until conduit is clear of particles of earth, sand and gravel. C. For conduits sizes 3 inches and larger, draw a flexible testing mandrel approximately 12 inches long with a diameter less than the inside diameter of the conduit through the conduit. Then draw a stiff bristle brush through until conduit is clear of particles of earth, sand and gravel. 3.3 EXISTING WORK A. Disconnect and remove exposed and/or abandoned wire and cable. Patch surfaces where removed cable pass through building finishes. B. Disconnect abandoned circuits and remove wire and cable. Remove abandoned boxes if wire and cable servicing them is abandoned and/or removed. Provide blank cover for abandoned boxes that are not removed. C. Ensure access to existing wiring connections which remain active and which require access. Modify installation or provide access panel as appropriate. D. Extend existing circuits using materials and methods compatible with existing electrical installations, or as otherwise specified. E. Tag and repair existing wire and cable that remain or are being reused. 3.4 INSTALL.ATION A. General: 1. Install wire and cable in accordance with manufacturer's instructions and NECA "Standard of Installation". 2. Route wire and cable as required to meet project conditions. 3. Identify and color code wire and cable. Identify each conductor with its circuit number or other designation indicated. 4. Protect exposed cable from damage. 5. Pull all conductors into raceway at same time. 6. Use suitable wire pulling lubricant for building wire No. 4 AWG and larger. Lubricant shall not be deleterious to the cable sheath, jacket or outer covering. 7. Do not exceed cable manufacturer's recommended pulling tension limits when installing wire or cable. 8. Support cables above accessible ceiling using standard support methods to support cables from structure. Do not rest cable on ceiling panels. 9. Neatly train and lace wiring inside boxes, equipment, and panelboards 8. Cable and Wire Size: MAY2014 1. Conductor sizes are based on copper unless specifically indicated as aluminum or "AL". 2. Use conductor no smaller than No. 12 AWG for power and lighting circuits. 3. Use conductor no smaller than No. 14 AWG for control circuits. 6of 8 SECTION 16120 Conductors 4. Use No. 10 AWG conductors for 20 ampere, 120-volt branch circuits longer than 75 feet. 5. Use No. 10 AWG conductors for 20 ampere, 277-volt branch circuits longer than 200 feet. 6. Use stranded conductor for all feeders, branch and control circuits. C. Cable Identification 1. Identify all wires and cables as specified in other Sections of these Specifications. D. Special Techniques -Wiring Connections: 1. Clean conductor surfaces before installing lugs and connectors. Where an anti-oxidation lubricant is used, apply liberally, coating all exposed conductor surfaces. 2. Use suitable cable fittings and connectors for the environment in which they are installed. 3. Underground splices shall be made in a pull-box and shall be UL listed for wet locations. 4. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible temperature rise. 5. Use split bolt connectors for copper conductor splices and taps, No. 8 AWG and larger. 6. Use insulated spring wire connectors with plastic caps for copper conductor splices and taps, No. 10 AWG and smaller. 7. Tape un-insulated conductors and connector with two layers of half- lapped rubber insulating compound tape and two layers of half-lapped, 7- mil electrical tape, Scotch 33+, or equal. 8. Stranded conductors for control circuits shall have fork or ring terminals crimped on for all device terminations. Bare stranded conductors shall not be placed directly under the screws. 3.5 FIELD QUALITY CONTROL A Field inspection and test shall be performed under provisions of NETA ATS section 7.3 (2)-Low Voltage Cables, 600-Volt Maximum as follows. MAY 2014 1. Visual and Mechanical Inspection: a. Compare cable data with drawings and specifications. b. Inspect exposed sections of cable for physical damage and correct connection in accordance with single-line diagram. c. Inspect all bolted electrical connections for high resistance using one of the following methods: 1) Use of low-resistance ohm-meter in accordance with NET A section 7.3.2.2 (Electrical Tests). 2) Verify tightness of accessible bolted electrical connections by calibrated torque-wrench method in accordance with manufacturer's published data from NETA ATS Table 10.12. d. Inspect compression-applied connectors for correct cable match and indentation. e. Verify cable color coding with applicable specifications and National Electrical Code. 7 of 8 SECTION 16120 Conductors MAY 2014 2. Electrical Tests a. Perform insulation-resistance test on each conductor with respect to ground and adjacent conductors. Applied potential shall be 500 volts de for 300 volt rated cable and 1000 volts de for 600 volt rated cable. Test duration shall be one minute. b. Perform resistance measurements through all bolted connections with low-resistance ohmmeter, if applicable, in accordance with NETA Section 7.3.2.1 (Visual and Mechanical Inspection). c. Perform continuity test to insure correct cable connection. d. Correct malfunctions and/or deficiencies immediately as detected at no additional cost to the District, including additional verification testing. e. Subsequent to final wire and c:able terminations, energize all circuitry and demonstrate functional adequacy in accordance with system requirements. 3. Test Values a. Compare bolted connection resistance to values of similar connections. b. Bolt-torque levels should be in accordance with NETA ATS Table 10.12 unless otherwise specified by the manufacturer. c. Micro-ohm or milli-volt drop values shall not exceed the high levels of the normal range as indicated in the manufacturer's published data. If manufacturer's data is not available, investigate any values which deviate from similar connections by more than 50 percent of the lowest value. d. Minimum insulation-resistance values should not be less than 50 meg-ohms. e. Investigate deviations between adjacent phases. END OF SECTION 8of 8 SECTION 16120 Conductors SECTION 16130 RACEWAY AND BOXES PART 1 -GENERAL 1.1 SUMMARY A. Section includes conduit and tubing, surface and buried raceways, wireways, outlet boxes, pull boxes, junction boxes, hand holes and concrete manholes. 1.2 RELATED SECTIONS A. Section 16120 -Conductors B. Section 16196 -Electrical Equipment Identification 1.3 REFERENCES -CODES AND STANDARDS A. ANSI C80.1 Rigid Steel Conduit, Zinc Coated. B. ANSI C80.3 Electrical Metallic Tubing, Zinc Coated. C. ANSI C80.6 American National Standard for Electrical Intermediate Metal Conduit. D. ASTM A 48 Standard Specification for Grey Iron Castings. E. NECA (National Electrical Contractor's Association) -"Standard of Installation." F. NEMA FB 1 (National Electrical Manufacturers Association) -Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. G. NEMA OS 1 (National Electrical Manufacturers Association) -Sheet-steel Outlet Boxes, Device Boxes, Covers, and Box Supports. H. NEMA OS 2 (National Electrical Manufacturers Association) -Nonmetallic Outlet Boxes, Device Boxes, Covers and Box Supports. I. NEMA RN 1 (National Electrical Manufacturers Association) -Polyvinyl Chloride (PVC) Externally Coated Galvanized Rigid Steel Conduit and Intermediate Metal Conduit. J. NEMA TC 2 -Electrical Polyvinyl Chloride (PVC) Conduit. K. NEMA TC 3 (National Electrical Manufacturers Association)-PVC Fittings for Use with Rigid PVC Conduit and Tubing. L. NEMA TC 6 -Non-Metallic Conduit. MAY2014 1 of 14 SECTION 16130 Raceway and Boxes 1.4 M. NEMA250 (National Electrical Manufacturers Association) -Enclosures for Electrical Equipment (1,000 Volts Maximum). N. NFPA 70 National Electrical Code (NEC}. Latest approved edition 0. UL 1 Flexible Metal Conduit P. UL6 Rigid Metal Conduit Q. UL 514B Conduit, Tubing and Cable Fittings. R. UL 651 Rigid Non-Metallic Conduit s. UL 797 Electrical Metallic Tubing T. UL 1242 Intermediate Metal Conduit SYSTEM DESCRIPTION A. Raceway, boxes and manholes located as indicated on drawings and at other locations required for splices, taps, wire pulling, equipment connections, and compliance with regulatory requirements. Raceway, boxes and manholes are shown in approximate locations unless dimensioned. Provide raceway to complete wiring system. B. Underground more than 5 feet (1,500 mm) outside foundation wall: Provide Schedule 40 non-metallic conduit encased in concrete. C. Underground within 5 feet from foundation wall: Provide rigid steel or Schedule 40 non-metallic conduit encased in concrete. D. In or Under Slab on Grade: Provide Schedule 40 non-metallic conduit encased in concrete. Provide Galvanized with tape wrap rigid steel factory bends greater than 22.5 degrees and for stub-ups through concrete slabs. E. Outdoor Locations, Above Grade: Provide rigid steel conduit. Provide cast metal outlet, pull, and junction boxes. F. In Slab above Grade: Provide galvanized rigid steel conduit. Provide cast or concrete-tight sheet metal boxes. G. Exposed Dry Locations: Provide galvanized rigid steel conduit. Provide cast boxes. H. Concealed Dry Locations: Provide electrical metallic tubing for sizes less than 2- inches. Provide galvanized rigid steel or intermediate steel conduit in sizes inches or larger. Provide cast or sheet metal boxes. 1.5 DESIGN REQUIREMENTS A. Minimum Raceway Size: 3/4 inch (19 mm) unless otherwise specified. MAY2014 2 of 14 SECTION 16130 Raceway and Boxes 1.6 SUBMITTAL$ A. Submit markups of any changes in the conduit routing plan, for review and approval, prior to installation. B. Product Data: Submit for the following: 1. Rigid Steel Conduit. 2. PVC Coated galvanized rigid steel conduit. 3. Intermediate steel conduit. 4. Electrical Metallic Tubing (EMT). 5. Flexible metal conduit. 6. Liquid tight flexible metal conduit. 7. Nonmetallic conduit. 8. Raceway fittings. 9. Conduit bodies. 10. Surface raceway. 11. Pull boxes, junction boxes and manholes. 1.7 CLOSEOUT SUBMITTALS A. Include the following in the project Record Documents {as specified in the Section 16050): 1. Record actual routing of conduits. Provide record (as-built) drawings marked in red to show actual routing of the underground raceway and cable when different from the original contract drawings. Prepare on new, clean set of contract drawings. · 2. Record actual locations and mounting heights of outlet, pull boxes, junction boxes and manholes. 1.8 DELIVERY, STORAGE, AND HANDLING A. Protect conduit from corrosion and entrance of debris by storing above grade. Provide appropriate covering. B. Protect PVC and PVC-coated metallic conduit from sunlight. PART 2-PRODUCTS 2.1 CONDUIT A. Galvanized Rigid Steel Conduit (GRSC or RGS), couplings and elbows shall be hot-dip galvanized, rigid mild steel in accordance with ANSI C80.1 and UL 6. The conduit interior and exterior surfaces shall have a continuous zinc coating with a transparent overcoat of enamel, lacquer, or zinc chromate. Conduit shall be formed with continuous welded seams with a uniform wall thickness, in minimum 10-foot lengths, with threaded ends. 8. Intermediate Metal Conduit {IMC). Raceway shall be hot-dipped galvanized mild steel in accordance with ANSI C80.6 and UL 1242 and shall bear the UL label. Conduit shall have same characteristics of rigid steel except for thinner wall. MAY2014 3 of 14 SECTION 16130 Raceway and Boxes C. Polyvinyl Clhloride (PVC) coated galvanized rigid steel conduit and intermediate metal conduit shall be in accordance with NEMA RN 1. Coating shall be applied under controlled factory conditions. Prior to coating, conduit shall meet requirements of ANSI C80.1 and UL 6 or ANSI C80.6 and UL 1242 as appropriate. PVC coated conduits shall have ultra-violet (UV) inhibitor in the coating material. D. Electrical Metallic Tubing (EMT}. Electrical metallic tubing, including elbows and bends, shall be zinc coated, mild steel in accordance with the requirements of ANSI C80.3 and UL 797. The interior and exterior surfaces of the tubing shall have a continuous zinc coating. Conduit shall be formed with a continuous welded seam, with a uniform wall thickness, in minimum 10-foot lengths. E. Flexible Metal Conduit shall be galvanized steel meeting the n3quirements of UL 1. Flexible aluminum conduit is not permitted. F. Liquid-Tight Flexible Metal Conduit shall be plastic-jacketed, galvanized stei3I, "Sealtite" Type EF for general service areas or Type HC for high-temperature when used under raised floor or in air plenums. Conduit shall be UL listed. G. Non-Metallic Conduit shall be as follows: 1. Schedule 40: Conduit shall be 90 degree Celsius, polyvinyl chloride in conformance with NEMA TC-2 and UL 651 requirements. 2. Spacers used in duct bank installations shall be high impact plastic, interlocking bases, and intermediate type spacers. Place spacers between 6 and 10 feet apart. H. Rigid aluminum conduits and flexible metal or non-metallic conduits are not permitted on this project. 2.2 RACEWAY FITTINGS A. Couplings and Thread Protectors. Each length of threaded conduit shall be provided complete from the manufacturer with a coupling on one end and a thread protector on the other. The thread protector shall have sufficient mechanical strength to protect the threads during normal handling and storage. B. Metal Conduit Fittings shall conform to the requirements of UL. 5148 where this standard applies. Galvanized iron or galvanized steel fittings shall be used with steel conduit. Threaded fittings shall engage a minimum of fivE3 threads madle up wrench-tight and be compatible with conduit. EMT fittings shall be compression type, UL approved for rain tight applications and setscrew typH with insulated throat for indoor applications. C. Liquid-Tight Flexible Conduit Fittings shall bei galvanized steel, T&B 53XX series insulated throat, and shall bear the UL label. Die-cast malleable fittings are not acceptable. D. Liquid-Tight Flexible Metal Conduit Fittings shall be galvanized steel similar to T&B "Tite-Bite". MAY2014 4 of 14 SECTION 16130 Raceway and Boxes E. Non-Metallic Conduit Fittings shall be of same material and strength characteristics as the conduit and shall be solvent welded as recommended by manufacturer. End bells shall be plastic, high impact, tapered to fit. Where conduit transition from non-metallic to metallic is required, provide non-metallic female "terminal" adapter. Non-metallic "male" adapters are not acceptable. F. Special Fittings. Conduit sealing, explosion proof, dust proof, and other types of special fittings shall be provided as required and shall be consistent with the area and equipment with which they are associated. Fittings installed outdoors or in damp locations shall be sealed and gasketed. Outdoor fittings shall be of heavy cast construction. Hazardous area fittings and conduit sealing shall conform to NEC requirements for the area classification. G. Bushings shall be provided for the termination of all conduits not terminated in hubs, couplings or insulated throat connectors. Grounding type insulated bushings with insulating inserts in metal housings shall be provided for conduit 1-1/4 inches and larger. Standard bushings shall be galvanized steel or malleable iron in all sizes. H. Locknuts. One interior and one exterior locknut shall be provided for all conduit terminations not provided with threaded hubs and couplings. Locknuts shall be designed to securely bond with the conduit to the box when tightened. Locknuts shall be so constructed that they will not be loosened by vibration. I. Unions. Watertight conduit unions shall be Appleton or Crouse-Hinds Type UNF or UNY, or approved equal. J. Raintight Conduit terminating hubs, where indicated on the drawings or required by these specifications, shall be Meyer's rigid conduit hubs, or approved equal. 2.3 CONDUIT BODIES A. Malleable iron conduit bodies shall be cast malleable iron with tensile strength meeting ASTM A 48, Class 30A requirements. Malleable conduit bodies shall be finished with an epoxy powder coating. Cover shall be malleable iron with captive screws. B. All conduit bodies' entrances shall be machined NPT threads with a smooth, rounded, internal conduit stop bushing. C. All conduit bodies shall be equipped with a sealed and gasketed cover. Cover shall be secured using stainless steel machine screws. 2.4 CONDUIT SUPPORTS A. Conduit supports shall be furnished and installed in accordance with other section of these specifications. Conduits shall be supported so that fittings are accessible. Support systems shall be limited to electrical conduits only. MAY2014 5 of 14 SECTION 16130 Raceway and Boxes B. Hanger rods shall be 3/8-inch diameter galvanized threaded steel rods, minimum. Conduit racks over 18-inch wide, over one level, or supporting 2-inch RSC or larger, shall be 1/2-inch diameter rod minimum. C. Conduit Clamps. Conduits in single runs or groups of two shall be supported by steel clamps and clamp backs. They shall be galvanized malleable iron or approved equal cast ferrous metal for steel conduit or tubing. D. Support Channels. Supports for banks of three of more conduits shall be constructed of formed steel support channels (Unistrut, Kindorf, Superstrut, B- line or approved equal) with associated conduit or tubing clips. Support channels shall be steel, hot-dip galvanized after fabrication with galvanized steel clips for steel conduit or tubing. E. Wall Penetrations. All conduits, raceways, cables and sleeve penetrations through fire rated and hazardous location walls, shafts, floor, ceilings, etc., shall be sealed with a UL-approved fire stopping system, in accordance with specification Section 16060 -Basic Electrical Materials and Methods. 2.5 OUTLET BOXES AND SWITCH BOXES A. Manufacturers: Firms regularly engaged in the manufacturing of electrical raceways of the types and capacities required, whose products have been in satisfactory use in similar service for not less than 3 years. B. Sheet Metal Outlet Boxes: ANSI/NE MA OS 1, galvanized flat rolled sheet steel outlet wiring boxes of types, shapes and sizes, including box depths, to suit each respective location and installation; construct with stamped knockouts in back and sides, and with threaded screw holes with corrosion-resistant screws for securing box covers and wiring devices. C. Outlet boxes used in wet outdoor locations, surface mounted shall be cast metal (FS or FD type) with mounting lugs and gasketed covers. D. Luminaire and Equipment Supporting Boxes: Rated for weight of equipment supported, per NEC requirements. E. Outlet Box Accessories: Provide outlet box accessories as required for each installation, including mounting brackets, wallboard hangers, extension rings, 1Pixture studs, cable clamps and metal straps for supporting outlet boxes, which are compatible with outlet boxes being used and meeting requirements of individual wiring situations. 2.6 PULL BOXES, JUNCTION BOXES, HANDHOLES AND MANHOLES A. Sheet Metal Boxes shall be NEMA OS 1, NEMA rating as indicated on drawings. MAY2014 Minimum 16 gauge galvanized steel construction with stainless steel hinged cover and neoprene gasket. Cover shall be secured to the body with a continuous, full length, piano type hinge and stainless steel pin on one side and captive screw on the other side. Door shall be equipped with padlock hasp with sealing hoh:: provisions. 6 of 14 SECTION 16130 Raceway and Boxes 1. Provide #10-32 tapped hole provisions for optional ground lug kit. 2. Provide 0.375-16 collar studs for mounting optional panel. 3. Provide external mounting feet for secure wall mounting. 4. Finish: Wash and phosphate undercoat with ANSI 61 gray polyester power finish. B. Surface-Mounted Cast Metal Box: NEMA 250, NEMA Type 3R or 4 as indicated, flat-flanged, surface-mounted junction box: 1. Material: Cast Iron. 2. Cover: Furnish with ground flange, neoprene gasket, and stainless steel cover screws. C. Concrete pull boxes, vaults and hand holes for power, lighting, controls and telecommunications shall be pre-cast concrete boxes, sized as indicated on the drawing. Pull boxes shall be equipped with a concrete cover for non traffic rated locations OR cast-in frame, galvanized steel, adjustable, high impact traffic cover (H-20 load rated), sump, lifting lugs, and conduit knock-outs as indicated on the drawings. Knockout location and sizes shall be coordinated with the duct bank for each location. Cover shall be engraved with the words --"POWER", "LIGHTING", "CONTROLS", COMM/DATA", "TELEPHONE" or similar as applicable. 2. 7 CLOSURE FOAM A. All conduit, raceways, cables and sleeves penetrations through fire rated and hazardous location walls, shafts, floor, ceilings, etc., shall be sealed by closure foam as in Dow Corning #3-6548 silicone RTV, GE RTV 850 silicone foam, or approved equal. PART 3 -EXECUTION 3.1 EXAMINATION A. Verify outlet locations and routing and termination locations of raceway prior to rough in. 3.2 EXISTING WORK A. Extend existing raceway and box installations using materials and methods compatible with existing electrical installations, or as specified. B. Clean and repair existing raceway and boxes to remain or to be reinstalled. 3.3 INSTALLATION OF RACEWAYS A. Routing 1. Install raceway and boxes in accordance with NECA "Standard of Installation." MAY2014 7 of 14 SECTION 16130 Raceway and Boxes 2. Conduit routing shown on drawings is diagrammatic only. Contractor shall field route conduit and raceways between equipment and devices as required to obtain a complete wiring system. 3. All exposed conduits shall be installed parallel or perpendicular to dominant surfaces with right-angle turns made of symmetrical bends or fittings. 4. Conduit shall not be installed on the outside face of exposed columns, but shall be routed on the web or on the inside of a flange of the column. 5. Except where prevented by the location of other work, a single conduit or a conduit group shall be centered on structural members. 6. Conduit shall be located at least 6 inches from hot water or steam pipes and from other hot surfaces B. Moisture Pockets 1. Moisture pockets shall be eliminated from conduits. If water cannot drain to the natural opening in the conduit system, a hole shall be drilled in the bottom of a pull box or a "C-type" conduit fitting provided in the low point of the conduit run. C. Couplings and Unions 1. Metal conduit shall be joined by threaded conduit couplings, with the conduit ends butted. 2. The use of running threads, Erickson type couplings, split couplings or similar unions are not permitted. D. Conduit Bodies 1. Conduit bends shall meet the requirements of NEC, minimum bend radius of the cable installed or as indicated on the drawings, whichever is greater. 2. Conduits or tubing deformed or crushed in any way shall be removed from the job site. E. Bends and Offsets 1. Changes in direction of conduits shall be made with fittings or bends. 2. Conduit bends shall meet the requirements of NEC, minimum bend radius of the cable installed or as indicated on the drawings, whichever is greater. 3. Bends shall be made using appropriate tools or mechanical equipment. The use of a pipe tee or vise for bending conduit or tubing will not be permitted. 4. For non-metallic conduit or plastic coated steel, approved factory bends and offsets shall be used. 5. Conduits or tubing deformed or crushed in any way shall be removed from the job site. 6. Install no more than the equivalent of three 90 degree bends between boxes or outlets F. Cutting and Threading MAY2014 1. The plane of all conduit ends shall be square with the centerline. 2. Where threads are required, they shall be cut and cleaned prior to conduit reaming. 8 of 14 SECTION 16130 Raceway and Boxes 3. The ends of all conduit and tubing shall be reamed to remove all rough edges and burrs. 4. Cutting oil shall be used in threading operations; the dies shall be kept sharp, and provisions shall be made for chip clearance. 5. Threads on conduits and fittings shall be lubricated with conducting and sealing compound. 6. All steel conduits shall be coated after threading with cold-galvanized zinc coating. The Contractor shall supply this protective material and shall apply it in the field prior to installing conduit or fittings. G. All steel conduit, exposed to weather or in contact with earth, shall be re- galvanized after threading with "Galvanizing Powder M-321" as manufactured by the American Solder and Flux Company of Philadelphia, Pennsylvania; "Zincilate 810" as manufactured by Industrial Metal Protectives, Inc., of Dayton, Ohio; "Zinc Rich" coating as manufactured by ZRC Chemical Products Company, Quincy, Massachusetts; or approved equal. The Contractor shall supply this protective material and shall apply it in the field. H. Connections to Boxes and Cabinets 1. Conduit shall be securely fastened to all boxes and cabinets. 2. Threads on metallic conduit shall project through the wall of the box to allow the bushing to butt against the end of the conduit. 3. The locknuts, both inside and outside, shall then be tightened sufficiently to bond the conduit securely to the box. 4. Locknuts on connectors shall be tightened securely to bond the connectors. I. All conduits entering enclosures outdoors or in wet areas shall enter through Meyer's hubs, or approved equal, or threaded openings. J. Cleaning 1. Precautions shall be taken to prevent the accumulation of water, dirt, or concrete in the conduit. 2. Conduit in which water or other foreign materials have been permitted to accumulate shall be thoroughly cleaned or, where such accumulation cannot be removed by methods acceptable to the Owner /Engineer, the conduit shall be replaced. 3. For conduits sizes 3 inches and larger, draw a flexible testing mandrel approximately 12 inches long with a diameter less than the inside diameter of the conduit through the conduit. After which, draw a stiff bristle brush through until conduit is clear of particles of foreign materials. For conduits less than 3 inches, draw a stiff bristle brush through until conduit is clear of particles and foreign material. K. Empty Conduit 1. All conduits installed for future use shall have a polypropylene pull line with a minimum tensile strength of 200 lbs., Jet Line, Cat. No. 232, polyolefin, or approved equal. Pull line shall be secures at both ends to ensure future accessibility. L. Identification MAY2014 9 of 14 SECTION 16130 Raceway and Boxes 1. All conduits shall be identified in accordance with other section of these specifications. M. Grounding 1. All conduits shall be grounded in accordance with specification Section 16050-Basic Electrical Materials and Methods. 2. A solid or stranded bare copper or green insulated copper solid or stranded ground wire shall be provided in all conduits and raceways. N. Galvanized Rigid Steel Conduit 1. Galvanized rigid steel conduit shall be installed in areas exposed to weather, vehicle traffic, in hazardous classified areas, for penetrations through foundations, and 1 0 feet before transition from below grade to 8 feet above grade, unless otherwise noted on the drawings. 2. Steel conduit in contact with earth shall be protected by "Scotchwrap" 10 mil tape applied in double thickness using 50 percent lap turns to 6 inches above grade and 6 inches beyond transition. 3. Expansion joints shall be used where required. 0. Intermediate Steel Conduit 1. Intermediate steel conduit may be installed in lieu of galvanized rigid steel conduit in all above ground areas where rigid steel conduit is permitted, except for wires over 600-volts, unless otherwise specified. P. Polyvinyl Chloride (PVC} Coated Galvanized Rigid Steel Conduits and Intermediate Steel Conduit 1. PVC -coated, steel conduit and fittings shall be installed where highly corrosive conditions exist, indoors or outdoors. 2. The Contractor shall patch any damaged coating according to the manufacturer's instructions. Q. Electrical Metallic Tubing 1. Electrical metallic tubing shall be installed for all circuits, indoors above concrete slab, where not subject to conditions outlined for rigid galvanized steel conduits. R. Rigid Aluminum Conduit 1. Not acceptable on this project. S. Flexible Metal Conduit, Steel or Aluminum MAY2014 1. Flexible conduit inserts not greater than 30 inches in length, shall be installed in all conduit runs, which are supported by both building steel and by structures subject to vibration or thermal expansion. This shall include locations where conduit supported by building steel enters or becomes supported by isolated structures on separate foundations. 2. Flexible conduit shall be installed in conduit runs, which cross expansion joints. 3. Special areas, such as plant office control rooms in which external noise is to be minimized, shall have flexible conduit in conduit runs where the runs cross from the main building framing to the control room or office framing. 10 of 14 SECTION 16130 Raceway and Boxes T. u. V. w. X. MAY 2014 4. Flexible conduit shall be installed adjacent to all equipment and devices, which move in relation to the supply conduit due to vibration, normal operation of the mechanism, or thermal expansion. 5. Conduit shall be connected to pressure switches, thermocouples, solenoids, and similar devices with flexible conduit. Flexible conduit shall be installed adjacent to the motor terminal housing for motors requiring 4- inch and smaller conduit. 6. Flexible metal conduit inserts not greater than 6 feet in length shall be installed for light fixture tap conductors. Liquid-Tight Flexible Metal Conduit 1. Liquid-tight flexible metal conduit shall be used in place of regular flexible conduit for connections to motors and transformers, in areas exposed to weather, moisture or oil, and under raised floors. 2. Liquid-tight flexible metal conduit may be used in place of flexible metal conduit where not otherwise required. Non-Metallic Conduit 1. Schedule 40 shall be used for all power, signal feeders and branch circuits, in earth or enclosed in concrete, unless otherwise noted on the drawings. Conduits must be buried in earth in accordance with the NEC. Conduit Support 1. Fasten conduit supports to building structures and surfaces in accordance with Section 16050 -Basic Electrical Materials and Methods. 2. Support raceway using coated steel or malleable iron straps, lay-in adjustable hangers, clevis hangers, and split hangers. 3. Do not use wire, ceiling support wires or perforated pipe straps to support conduit. Remove any temporary installation support wire. Spacing of Supports 1. All conduit runs shall be rigidly supported, except where buried in concrete,. 2. Each conduit shall be supported within one (1) foot of junction boxes and fittings. 3. Spacers used in duct bank installations shall be placed no more than 6 to 1 0 feet apart. 4. Support spacing along conduit runs shall be as follows. Conduit Size Maximum Distance Between Supports ½ inch through 1-1/4 inch 5 feet 1-1/2 inch and larger 8 feet Ground and bond raceway and boxes in accordance with Section 16050 -Basic Electrical Materials and Methods. 11 of 14 SECTION 16130 Raceway and Boxes 3.4 CABINET AND BOX INSTALLATION A. Install electrical boxes as shown on drawings, and as required for splices, taps, wire pulling, equipment connections and compliance with regulatory requirements. B. Locate boxes and conduit bodies so as to ensure ready accessibility of electrical wiring, maintain headroom and to present neat mechanical appearance. C. Install pull boxes and junction boxes above accessible ceilings and in unfinished areas only. In inaccessible ceiling areas, install outlet and junction boxes no more than 6 inches from ceiling access panel or from removable recessed luminaire. D. Align adjacent wall mounted outlet boxes for switches, thermostats, and similar devices with each other. E. Use flush mounting outlet boxes in finished areas. 1. Do not install flush mounting boxes back-to-back in walls. 2. Provide minimum 6-inch separation between adjacent boxes. 3. Provide minimum 24-inch separation in acoustic rated walls. 4. Use stamped steel bridges to fasten flush mounting outlet box between studs. 5. Secure flush mounting box to interior wall and partition studs. 6. Accurately position to allow for surface finish thickness. 7. Install flush mounting box without damaging wall insulation or reducing its effectiveness. 8. Use adjustable steel channel fasteners for hung ceiling outlet box. F. Support boxes independently of conduits. G. Use code sized gang box where more than one device is mounted together. Do not use sectional box. Use code sized gang box with plaster ring for single device outlets. H. Use cast outlet box in exterior locations where exposed to the weather and wet locations (interior or exterior). I. Coordinate installation of electrical boxes and fittings with cable and raceway installation work. Provide knockout closures to cap unused knockout holes where blanks have been removed. J. Avoid using round boxes where conduit must enter box through side of box, which would result in difficult and insecure connections where fastened with a locknut or bushing on rounded surface. K. Fasten boxes rigidly to substrate or structural surfaces to which they are being mounted, or solidly embed electrical boxes in concrete or masonry as appropriate. MAY2014 12 of 14 SECTION 16130 Raceway and Boxes L Except as prevented by the location of other work, all junction boxes and outlet boxes shall be centered on structures. M. Conduit openings in boxes shall be made with a hole saw or shall be punched. N. Cabinets and boxes shall be rigidly mounted. 1. Mounting on concrete shall be secured by self-drilling anchors. 2. Mounting on steel shall be by drilled and tapped screw holes, or by special support channels welded to the steel, or by both. 3. Cabinets shall be leveled and fastened to the mounting surface with not less than ¼-inch air space between the enclosure and mounting surface. 4. All mounting holes in the enclosure shall be used. 0. Large Pull Boxes -Boxes larger than 100 cubic inches in volume or 12 inches in any dimension. 1. Interior Dry Locations -Use hinged enclosure. 2. Other Locations -Use surface mounted box of appropriate location classification. 3.5 ANCHORS A. Where supports for raceways, boxes, and cabinets are mounted on concrete surfaces, they shall be fastened with self-drilling tubular expansion shell anchors with externally split expansion shells, single-cone expanders, and annular break- off grooved chucking cones. Anchors shall be Phillips "Red Head" or approved equal. 3.6 PULL BOX AND VAULT INSTALLATION A Openings or "knockouts" in precast concrete vaults shall be located as shown on the drawings and shall be sized sufficiently to permit passage of the largest dimension of pipe and/or flange. B. Upon completion of installation, all voids or openings in the vault walls around pipes shall be filled with 3,000 psi non-shrink grout. C. After the structure and all appurtenances are in place and approved, backfill shall be placed to the original ground line or to the limits designated on the plans. D. All joints between precast concrete vault sections shall be made watertight. The plastic joint sealing compound shall be installed according to the manufacturer's recommendations to provide a watertight joint which remains impermeable throughout the design life of the structure. The outside of the entire structure shall be coated with an approved water proofing material. E. Access doors shall be built up such that the hatch is flush with the surrounding surface unless otherwise specified on the drawings or by the District. The Contractor is responsible for placing the cover at the proper elevation where paving is to be installed and shall make all necessary adjustments so that the cover meets these requirements. MAY 2014 13 of 14 SECTION 16130 Raceway and Boxes F. Ladders shall be installed using Type 316 stainless steel capsule anchors. G. Ladders shall be attached a minimum of 3 places to the vault wall. H. Ladder shall be centered under access door opening. 3.7 ADJUSTING A. Install knockout closures in unused openings in boxes. 3.8 CLEANING A. Clean interior of boxes to remove dust, debris, and other material. B. Cliean exposed surfaces and restore manufacturer's finish. END OF SECTION MAY2014 14 of 14 SECTION 16130 Raceway and Boxes SECTION 16191 ELECTRICAL SUPPORTS, ANCHORS AND FASTENERS PART1 GENERAL 1.1 SECTION INCLUDES A. Conduit and equipment supports. B. Equipment Mounting Racks C. Anchors and fasteners. 1.2 REFERENCES NECA National Electrical Contractors Association ANSI/NFPA 70 National Electrical Code 1.3 RELATED SECTIONS A. Special Provisions B. Division 2 Specifications 1.4 SUBMITTAL$ A. Product Data -Provide manufacturer's catalog data for fastening systems. 1.5 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. or other third-party testing firm acceptable to authority having jurisdiction as suitable for purpose specified and shown. PART2 PRODUCTS 2.1 PRODUCT REQUIREMENTS A. Materials and Finishes -Provide products which incorporate corrosion resistance adequate for the conditions in which they are to be installed. B. Provide materials, sizes, and types of anchors, fasteners and supports to carry the loads of equipment and conduit. Consider weight of wire in conduit when selecting products and designing system supports. 2.2 STEEL CHANNEL A. Non-PVC Coated 1. Ductile Iron MAY2014 1 of 6 SECTION 16191 Electrical Supports, Anchors and Fasteners a. Description -Hot dipped galvanized steel channel designed for use with steel fittings, spring backed washers and nuts. b. Manufacturers 1) Kindorf. 2) Uni-Strut. 3) B-Line. 4) Globe. 2. Stainless Steel a. Description -For the purpose of this Section, all stainless steel (S.S.) channel shall be Type 316. b. All fasteners, fittings, clamps, saddles and accessories as shall be Type 304 or 316 stainless steel. c. Manufacturer 1} Uni-Strut. 2) B-Line. 2.3 ALUMINIUM SUPPORTS A. Provide aluminum channels, angles and supports for equipment mounting racks and overhead conduit support systems as detailed on the Contract Drawings. B. Provide aluminum backboards and instrumentation supports as detailed on the Contract Drawings for supporting instrumentation equipment and control panel enclosures. 2.4 FIBERGLASS CHANNEL A. Description -Pultruded materials of glass strands and polyester resins to form rigid, high strength, non-corrosive, non-flammable structural channels, connectors and fasteners. B. Manufacturers 1. Robroy Industries. 2. Endure. 3. Aickinstrut. 4. Strut Tech. C. All strut and hanger rods in corrosive areas shall be fiberglass manufactured in a continuous process whereby linear glass strands, continuous mat laminates, and corrosion resistant polyester resins form a uniform rigid thermoset finished shape. The fiberglass parts shall be self-extinguishing with a V-O classification in the UL 94 test for flammability. Hanger rod washers shall be stamped from protruded flat stock. Hex nuts and strut nuts shall be injection molded. Other hardware shall be PVC coated to a nominal 15 mils. The bond between metal and plastic shall be equal to or greater than the tensile strength of the plastic. Manufacturers: Robroy Industries, OCAL, or equal. 2.5 TWO-PIECE MALLEABLE IRON CLAMPS MAY2014 2 of6 SECTION 16191 Electrical Supports, Anchors and Fasteners A. Cast malleable iron strap clamp sized to match conduit with mating malleable iron clamp backs (spacers). Clamp back shall be thick enough to provide 1/4-inch standoff from conduit to wall. Cadmium plated anchor and washer. Manufacturer -O-Z/Gedney, Thomas & Betts, Appleton, Raco, or equal. B. PVC coated cast malleable iron strap clamp sized to match conduit with mating malleable iron clamp back (spacer). Clamp back shall be thick enough to provide 1/4-inch standoff from conduit to wall. Stainless steel anchor and washer. Manufacturer-Robroy, Thomas & Betts, Ocal, Perma-Cote Industries, Kor Kap, or equal. PART3 EXECUTION 3.1 INSTALLATION A. General MAY2014 1. Refer to Contract Drawings for materials of construction for overhead conduit support racks, equipment mounting racks (EMRs), instrumentation supports, and general mounting configurations. 2. Install products in accordance with manufacturer's instructions. 3. Do not fasten supports to pipes, ducts, mechanical equipment, and conduit. Anchor conduits to or support from structural members only. 4. Fasteners used to anchor any material or equipment weighing 75 lbs or more to concrete or masonry shall be adhesive grouted anchor in accordance with Section 03600, PART 2. All other materials or equipment weighing less than 75 lbs may be supported via drilled anchors. 5. Do not use spring steel clips and clamps. 6. Do not use powder-actuated anchors. 7. Do not drill or cut structural members. 8. Install supports in a manner that does not interfere with or weaken the bolts when attaching to structural steel. Obtain the Engineer's written approval of any drilling or cutting on the structure. 9. Through spaces where surface mounting is not available, install multiple conduits on electrical channel rack, either hung or wall mounted. Provide space on each rack for 25 percent additional conduits. 10. All hung systems with conduits 3-inch or larger shall also have lateral seismic supports at each hanger. 11. Support conduit passing through above-grade floors so that sealing sleeves or mechanical link seals do not carry the weight of the conduit. 12. Secure conduit installed in poured-in-place concrete to reinforcing bars with tie wires. Install suitable brackets secured to forms in the absence of reinforcing bars. 3 of6 SECTION 16191 Electrical Supports, Anchors and Fasteners 13. Install individual surface mounted conduit with two-piece cast malleable ironi clamp assembly. 14. Install surface-mounted cabinets and panelboards with minimum of four or six anchors, depending upon the number of normal anchor points. See table at the end of this section. 15. In wet and damp locations use fiberglass or stainless steel channel supports to stand cabinets, panelboards and mounting panels 1/2-inch (12 mm) off wall. Aluminum components shall be provided as detailed on the Contract Drawings. 16. Finish of all supports shall be compatible with painting system specified previously or with conduit material in corrosive or wet areas, except where stainless steel is used. 17. After thorough investigation of architectural, structural and shop drawings related to work to determine how equipment, fixtures, conduit, panelboards, etc. are to be supported, mounted or suspended, provide: a. Extra steel bolts, inserts, pipe stands, brackets, or any other items required for proper support. b. Supporting accessories where required, whether or not shown on Drawings. 18. Use sheet metal channel to bridge studs above and below cabinets and panelboa1rds recessed in hollow partitions. 19. Refer to details on the Contract Drawings for free standing and railing mounted construction and for any other details of special conditions. 20. Fasteners, brackets and supports shall be fabricated in accordance with Section 05500 and as specified herein. B. In areas where spray insulatfon is to be applied, install steel channel standoffs for electrical conduit, boxes and enclosures prior to installation of insulation. Provide conduit extensions to all boxes and enclosures. Install connecting conduit, boxes and/or enclosures over the installed insulation. C. Support applications. 1. Unclassified Areas -Galvanized steel channel system or ma1lleable iron clamps. 2. Interior Corrosive or Wet Locations -Fiberglass reinforced plastic channel system. Provide aluminum equipment mounting racks and supports where shown or detailed on the Contract Drawings. 3. Exterior Areas -Stainless steel channel system. Provide aluminum where shown on the Contract Drawings. D. Anchor and Fastener Application Schedule -See Schedule at end of this Section .. E. Support Spacing MAY2014 4of6 SECTION 16191 Electrical Supports, Anchors and Fasteners MAY 2014 1. Metallic Conduit -Not more than 8 feet on center. Types A, A-1, B, E, E-1 within 3 feet of each outlet box, junction box, cabinet or fitting. Type C, within 18 inches of box or fitting. Support boxes, fittings, or cabinets independent of conduit system. 2. Non-Metallic Conduit a. Sizes up through 1-1/4-inches diameter-not more than 3 feet on center. b. Sizes 1-1/2-inches diameter and larger-Not more than 4 feet on center. c. Within 18 inches of each outlet box, junction box, cabinet or fitting. 3. Maximum Deflection a. Metallic Conduit -1/100th of span between supports. b. PVC Conduit-11360th of span between supports. (continued} END OF SECTION 5 of6 SECTION 16191 Electrical Supports, Anchors and Fasteners 50180-30 ANCHOR AND FASTENER APPLICATION SCHEDULE .. ·. MOUNTING SURFACES WOOD, PLYWOO WALLBOARD,GYPSUM, ITEM CATEGORY D FRP, COMPOSITION Individual conduit F G Steel/FRP channel F, I D Structures; i.e., conduit rack, cable tray F, I D Devices and equipment less than 75 lbs. I Note 1 (Note 4) Devices and equipment 75 lbs. or more (Note I Note 2 4) Mounting panels (Note 3} I Note 1 Key to Anchor Types: A -Drilled (lead insert in masonry, expansion bolt in concrete) B -Adhesive grouted anchor C -Cast in place insert D -Toggle bolt, hollow wall fastener E -Sheet metal screw F -Wood screw G -Sheet rock screw H -Through bolt I-Lag screw HOLLOW··· SOLID MASONRY MASONRY D A D A D A D A H B,H D B,H ARNOLD ·• ... CAST SHEET CONCRETE METAL A E A E A -- A Note 2 B,C,H Note2 B,C,H Note2 In wet, exterior, or corrosive, all fasteners and anchors shall be stainless steel. In all unclassified areas, cadmium-plated fasteners shall be used. Notes: (1} Support via plywood mounting panel lagged to studs or via electrical channel lagged to studs. (2) Do not mount to these surfaces. (3) Panels mounted to masonry or concrete surfaces shall have 1/2-inch air space between surface and panel via stainless steel spacers. (4) Provide two additional support connections; minimum of four or six, depending on number of normal connection points. This requirement may necessitate fabricating the additional connections. Maintain NEMA rating of enclosure. 6/6/14 16191-6 ELECTRICAL SUPPORTS, ANCHORS AND FASTENERS 161f C SECTION 16196 ELECTRICAL EQUIPMENT IDENTIFICATION PART 1 -GENERAL 1.1 SUMMARY A. The extent of the electrical systems and equipment requiring identification is shown on the drawings, and the extent of identification required is specified herein and in individual sections of work requiring identification. The types of electrical identification specified in this section include the following: 1. Exposed conduit color banding. 2. Buried cable warnings. 3. Cable/conductor identification. 4. Operational instructions and warnings. 5. Danger signs. 6. Equipment/system identification signs. 1.2 REFERENCES -CODES AND STANDARDS A. ANSI Z535.1 -Safety Color Code B. APWA ULCC -Uniform Color Code for Buried Utilities. C. NFPA 70 National Electrical Code (NEC). Latest approved edition. 1.3 SYSTERM DISCRIPTION A. Identify all electrical equipment as stated below: MAY2014 1. All transformers shall be identified by 1-inch high block letters cut in stencil and applied with yellow paint on a flat-black background. The transformer number, primary and secondary voltages, and the kVA shall be shown. 2. All Metal-Clad Switchgear, Metal-Enclosed Switchgear, Switchboards, Distribution Panelboards, Power and Lighting Panels, Motor Control Centers, Local Control Panels, and all electrical equipment enclosure shall be identified using laminated plastic nameplates. The equipment number, voltage rating, current rating, number of phases, connection type, short circuit interrupting rating, and circuit number shall be shown 3. Identify all receptacles and lighting switches, by the circuit number shown on the drawings using ¼-inch high white characters on ½-inch wide black stick-on tape placed on the wall directly above the device if the device is wall mounted. Place the tape on the device enclosure if the device is not wall mounted. 4. All motors, starters, disconnect switches, and control devices shall be identified by circuit number, with ¼-inch high white characters on a ½- inch wide black stick-on tape. 5. All branch circuits in outlet boxes shall be identified with circuit number using wrap-around labels (T&B, BRADY or 3M). 6. All underground raceway or cable shall be marked with buried warning tape along its entire length. 1 of 6 SECTION 16196 Electrical Equipment Identification 7. All exposed raceway longer than 10 feet in length shall be identified. 8. Panelboard Directories: Furnish all panelboards with a complete 8-1/2- inch by 11-inch typewritten directory mounted in the inner door under a clear plastic cover set in a metal frame. 1.4 SUBMITT ALS A. Catalog data for nameplates, labels, and markers. B. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by Product testing agency specified under regulatory requirements. Include instructions for storage, handling, protection, examination, preparation and installation of Product. 1.5 REGULATORY RIEQUIREMENTS A. Conform to requirements of NFPA 70 -National Electrical Code. B. Furnish products listed and classified by Underwriters' Laboratories, Inc. {UL), Electrical Testing Laboratories, Inc. (ETL), or other recognized, approved testing and listing agencies as suitable for the purpose specified and shown. PART 2 PRODUCTS 2.1 NAMEPLATES AND LABELS A. Nameplates 1. Engraved three-layer laminated plastic, white letters on black background for normal power and white letters on red background for emergency power. Communications and control cabinets shall be labeled with white letters on green background. 2. Locations a. Each electrical distribution and control equipment enclosure. b. Communication cabinets. c. Motor control centers, including each combination module. 3. Letter Size a. Use ']/8-inch letters for identifying individual equipment and loads. b. Use ¼-inch letters for identifying grouped equipment, loads, panelboards, and transfer switch. c. Use ½-inch letters for identifying the main switc:hboard, motor control centers, and large distribution switchboards. B. Labels MAY2014 1. Embossed adhesive tape, with 3/16-inch black letters on clear background. Use only for identification of individual wall switches and receptacles, control device stations, and multi-outlet devices. 2. Thickness a. 1/16-inch for units up to 20 square inches or 8-inch length; 1/8- inch for larger units. 2 of6 SECTION 16196 Electrical Equipment Identification 2.2 WIRE MARKERS A. Manufacturers 1. Brady 2. Thomas & Betts 3. 3-M Co. B. Description: Cloth, tape, split sleeve, or tubing type wire markers, self-adhesive. C. Locations: Each conductor at panelboard gutters, pull boxes, outlet and junction boxes, control panels, motor controllers and starters, and each load connection. D. Legend 1. Power and Lighting Circuits: Branch circuit or feeder number indicated on contract drawings. 2. Control Circuits: Control wire number indicated on shop drawings. 3. Neutral Conductors: Clearly indicate the branch circuit or feeder number the neutral serves. In multi-wire circuits where the neutral is shared, mark the neutral with the circuit number of the "A" phase. 2.3 CONDUIT MARKERS A. Provide manufacturer's standard preprinted, flexible or semi-rigid, permanent, plastic-sheet conduit markers, minimum of 3 mils thick and 1-1/2-inch wide extending 360 degrees around conduits; designed for self-adhesive attachment to conduit. Except as otherwise indicated, provide lettering that indicates the voltage of the conductor(s} in the conduit. Provide 8-inch minimum length for 2- inch and smaller conduit, 12-inch minimum length for larger conduit. 8. Identify conduits containing conductors above 600-volts with the following alternating markers 1. DANGER-HIGH VOLTAGE 2. The voltage, as applicable (i.e. -12-kV, 4.16-kV, 480-Volts, 240-Volts, etc.} C. Location: Furnish markers for each conduit longer than 10 feet. D. Spacing: 20 feet on center. Color: Unless otherwise indicated or required by governing regulation, provide orange markers with black letters. 1. Fire Alarm System: Red w/black letters. 2. Telephone System: Green w/yellow letters. 3. Data/Communication. System: White w/black letters. 4. Emergency System: Orange w/black letters. 2.4 FASTENERS A. Secure all labels and nameplates with self-tapping stainless steel screws. Use contact type permanent adhesive where screws cannot or should not penetrate the substrate. MAY2014 3 of 6 SECTION 16196 Electrical Equipment Identification 2.5 LETTERING AND GRAPHICS A Coordinate names, abbreviations and other designations used in the electrical identification work, with the corresponding designations shown, specified or scheduled. Provide numbers, lettering and wording as indicated or, if not otherwise indicated, as recommended by manufacturers or as required for proper identification and operation/maintenance of the electrical systems and equipment. 2.6 UNDERGROUND WARNING TAPE A Three-inch minimum width, 5 mil thickness, foil bonded polyethylene tape, detectable type, with suitable continuous warning legend describing buried electrical lines. Tape color shall conform to APWA uniform color code using ANSI 2535.1 safety colors. Text shall be black, 2-inch minimum letters. PART 3 EXECUTION 3.1 PREPARATION A Degrease and clean surfaces to receive nameplates and labels. B. Coordination: Where identification is to be applied to surfaces that require finish, install identification after completion of painting. C. Regulations: Comply with governing regulations and the requests of governing authorities for the identification of electrical work. 3.2 APPLICATION A. Install nameplate and label parallel to equipment lines. B. Secure nameplate to equipment front using screws, rivets, or adhesive. C. Secure nameplate to outside moveable surface of door on panelboard. D. Conduit Identification: 1. Where electrical conduit is exposed in spaces with exposed mechanical piping, which is identified by a color-coded method, apply color-coded identification on the electrical conduit in a manner similar to the piping identification. Except as otherwise indicated, use orange as the coded color for conduit. 2. Paint red band or provide red tape on each fire alarm conduit longer than 1 O feet, minimum 20 feet on center. E. Cable/Conductor Identification: MAY 2014 1. Apply cable/conductor identification on each cable and conductor in each box/enclosure/cabinet where the wires of more than one circuit or communication/signal system are present, except where another form of identification (such as color-coded conductors) is provided. 4 of6 SECTION 16196 Electrical Equipment Identification 2. Match identification with marking system used in panelboards, shop drawings, contract documents, and similar previously established identification for project electrical work. F. Operational Identification and Warnings 1. Wherever reasonably required to ensure safe and efficient operation and maintenance of the electrical systems, and electrically connected mechanical systems and general systems and equipment, including the prevention of misuse of electrical facilities by unauthorized personnel, install self-adhesive plastic signs or similar equivalent identification, instruction or warnings on switches, outlets and other controls, devices and covers of electrical enclosures. Where detailed instructions or explanations are needed, provide plasticized tags with clearly written messages adequate for the intended purposes. G. Danger Signs 1. In addition to the installation of danger signs required by governing regulations and authorities, install appropriate danger signs at the locations indicated and at locations subsequently identified by the Installer of electrical work as constituting similar dangers for persons in or about the project. 2. High Voltage a. Install danger signs wherever it is possible, under any circumstances, for persons to come into contact with electrical power of voltages higher than 110-120 volts. b. Critical Switches/Controls c. Install danger signs on switches and similar controls, regardless of whether concealed or locked up, where untimely or inadvertent operation (by anyone) could result in significant danger to persons, or damage to or loss of property. H. Equipment/System Identification Signs 1. Install an engraved plastic-laminate sign on each major unit of electrical equipment in the building; including the central or master unit of each electrical system and the communication/signal systems, unless the unit is specified with its own self-explanatory identification or signal system. 2. Except as otherwise indicated or specified, provide single line of test, ½- inch high lettering on 1-1/2-inch high sign (2-inch high where two lines are required), white lettering in black field. 3. Provide text matching terminology and numbering of the contract documents and shop drawings. 4. Provide signs for each unit of the following categories of electrical work a. Major electrical switchboard b. Electrical substation c. Motor control center d. Fire alarm control panel and annunciators. I. Install signs at locations indicated or, where not otherwise indicated, at location for best convenience of viewing without interference with operation and maintenance of equipment. Secure to substrata with fasteners, except use adhesive where fasteners should not or cannot penetrate the substrata. MAY2014 5 of6 SECTION 16196 Electrical Equipment Identification J. Identify underground conduits using underground warning tape. Install one tape per trench at 3 inches below finished grade. END OF SECTION MAY 2014 6of 6 SECTION 16196 Electrical Equipment Identification SECTION 16421 UTILITY SERVICE ENTRANCE PART 1 GENERAL 1.1 SECTION INCLUDES A. Provide new below grade primary service feeder service to existing Cox Creek Maintenance Building. 1.2 RELATED SECTIONS A. Special Provisions B. Division 1 Sections C. Section 16050 -GENERAL ELECTRICAL D. Section 16056-ELECTRICAL DEMOLITION, REMOVALS, AND RELOCATIONS E. Section 16100-GROUNDING F. Section 16196-ELECTRICAL SYSTEM IDENTIFICATION G. Section 16950-TESTING AND INSPECTION 1.3 REFERENCES A. ANSI/NFPA 70 -National Electrical Code. B. San Diego Gas & Electric (SDG&E) -Electric Service Standards and Guide Manual. 1.4 SYSTEM DESCRIPTION A. ELECTRICAL SERVICES -The following electrical services are currently supplied from an existing San Diego Gas & Electric (SDG&E) transformer on site: 1. Service A -480/277 volts, three phase, four-wire, 60 Hertz: Feeds existing motor control center. To be disconnected and reconnected to new meter pedestal. 2. Service B -277 volts, single phase, two-wire, 60 Hertz: Feeds existing service meter for supply of unknown loads on site. To be demolished and fed from the same new meter pedestal as Service A. 3. Service C -480/277 volts, three phase, four-wire, 60 Hertz. Feeds existing cell tower loads and cell tower step down transformer. This is not to be modified. 1.5 SUBMITTAL$ A. Submit utility company prepared drawings. B. Submit any temporary power supply arrangements preferably as a set of utility company prepared drawings or as redline markups on the contract drawings. 1.6 QUALITY ASSURANCE A. Perform Work in accordance with utility company written requirements. B. Maintain one copy of utility company and inspection agency documents on site. 1.7 REGULATORY REQUIREMENTS MAY 2014 1 of 3 SECTION 16421 Utility Service Entrance A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. C. Conform to requirements of the utility. 1.8 UTILITY COORDINATION A. The Contractor shall obtain sign off on proposed arrangement for disconnection and re- connection of power supply from the utility. B. The Contractor is responsible for completing any applications including all required application or inspection fees relative to permanent equipment, cable or devices. C. The Owner will be responsible for all utility company charges associated with the modifications to the utility services upon the site and the normal usage and demand charges only. D. Coordinate with the electric utility for connection of electrical service. Abide by utility requirements. The incoming service shall be inspected and approved by the utility. E. The incoming service shall be inspected by the local electrical insp1~ction agency that is the authority having jurisdiction for this installation. A certificate of inspection form the authority having jurisdiction shall be provided before the re-energization of the final incoming service. F. Any additional temporary arrangements for connections or disconnections of power during construction shall be negotiated and arranged with utility at the Contractors expense. PART 2 PRODUCTS 2.1 ELECTRICAL DUCTS A. Re-use electrical ducts where shown on the Contract Drawings. Should the utility require increased duct sizes or if there is damage to the existing ducts this shall be referred to the owner as soon as this information becomes available. Some additional float shall be allowed in the Contractor schedule to accommodate delay caused by upgrade of these conduits. PART 3 EXECUTION 3.1 EXAMINATION A. Verify conditions under provisions of the Division 1 specifications and the standard specifications. B. Verify that service equipment is ready to be connected and energized. C. Provide inspection certificates. 3.2 PREPARATION MAY2014 2of3 SECTION 16421 Utility Service Entrance A. Make arrangements with utility company to relocate the existing electric service to the new meter pedestal. This timing shall be critical as there are several customers on the site. Refer to section 16050 for coordination requirements with other customers on the site. 3.3 INSTALLATION A. Contractor shall make arrangements with the Owner and SDG&E to obtain electrical service at the project site in accordance with the Contract Documents. The Contractor shall be responsible for scheduling installation of the electrical service. Contractor shall provide the following: 1. Provide material, equipment, and work as outlined in this section and Section 16050, Section 16056 and the drawings. 2. Installation shall follow SDG&E standards and shall be approved by SDG&E upon completion. 3. Before the final power connections are made, the incoming service shall be inspected by the local electrical agency responsible for such inspections. 4. A certificate of inspection shall be obtained and a copy sent to the Engineer. B. SDG&E shall perform the following work: MAY2014 1. Provide incoming feeder cable and terminations for the primary service. 2. Inspect and approve the completed installation prior to connecting the incoming service. END OF SECTION 3 of 3 SECTION 16421 Utility Service Entrance SECTION 16500 LIGHTING PART1 GENERAL 1.1 SECTION INCLUDES A. Site lighting fixtures. B. Lamps. C. Accessories. D. Disconnect plugs. E. Site Lighting Poles 1.2 RELATED SECTIONS A. Special Provisions B. Section 16050-ELECTRICAL-GENERAL C. Section 16130-BOXES & RACEWAY 1.3 REFERENCES ANSI/NFPA 70 National Electrical Code ANSI/NFPA 101 Life Safety Code NEMAWD6 Wiring Devices-Dimensional Requirements 1.4 SUBMITTAL$ A. Submitta!s shall be made in accordance with the Special Provisions and Section 16050. B. Submit shop drawings for all light fixtures and poles specified in this Section and as scheduled on the Contract Drawings. Provide complete descriptive information including fixture accessories, luminaire disconnect plugs and installation instructions. C. Manufacturer's Instructions -Indicate application conditions and limitations of use stipulated by product testing agency specified under regulatory reqllirements. D. Manufacturer's Instructions -Include instructions for storage, handling, protection, examination, preparation, and installation of product. E. Submit warranty information for fixtures, ballasts, and lamps. MAY2014 1 of 4 SECTION 16500 Lighting 1.5 PROJECT RECORD DOCUMENTS A. Submit under provisions of Division 1 Specifications. B. Update record drawings with actual locations of lighting as defined in Section 16050. C. For each type of fixture, provide name of manufacturer, fixture catalog number, operating voltage, lamp type, manufacturer catalog number, and wattage. D. Provide copies of warranties for each type of fixture, ballast, and lamp. 1.6 OPERATION AND MAINTENANCE DATA A. Submit under provisions of Division 1 Specifications. B. Maintenance Data -Include replacement parts list and maintenance instructions. 1.7 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site under provisions of Division 1 Specifications. B. Accept products on site. Inspect for damage. C. Protect poles from finish damage by handling carefully. 1.9 COORDINATION A. Furnish bolt templates and pole mounting accessories to installer of pole foundations. 1.10 EXTRA MATERIALS A. Furnish under provisions of Division 1 Specifications. B. Provide spare parts as listed below; new and in original packaging; prior to final completion of the work to be stored on site at the direction of the Owner. No spare lamps shall be used to equip lighting fixtures for final acceptance. C. Provide a total of two spare lamps to suit new floodlights. PART2 PRODUCTS 2.1 LIGHTING FIXTURES A. Refer to drawings. MAY 2014 2 of 4 SECTION 16500 Lighting 2.2 LIGHT POLES A. Site Lighting Poles 1. Light Pole Shaft: One-piece construction fabricated from hot-rolled commercial quality carbon steel tubing with minimum yield strength of 42,000 psi. 2. Anchor Base Plate: Fabricated from rigid steel plate conforming to ASTM A36. 3. Full Base Cover: Two-piece ABS plastic finished with same color as light pole. 4. Anchor Bolts: Steel rod conforming to ASTM F1554 Grade 55. Provided witlh nuts, bolts and washers suitable for fixing to concrete base. 5. Handhole & Cover: Reinforced and supplied with cover, grounding provision and hardware. 6. Finish: Galvanized or polyester powdercoat finish. The city shall nominate the preferred color prior to construction. 7. Light Fixture Provision: Suitable for mounting brackets and lig1ht fixture nominated. B. Mounting Brackets 8. Mounting bracket for 2 fixture assembly (Site Lighting) shall be used where required in contract drawings. Mounting brackets shall be supplied by fixture manufacturer. Mounting brackets shall be suitable for use on square steel pole. Dissimilar metals shall not be insulated from one another. PART 3 EXECUTION 3.1 INSTALLATION A. Install in accordance with manufacturers' instructions and as indicated in the drawings. B. Install accessories furnished with each luminaire. C. Make wiring connections to branch circuit using building wire with insulation suitable for temperature conditions within luminaire. D. Bond products and metal accessories to branch circuit equipment grounding conductor. E. Install specified lamps in each floodlight. F. Contractor shall provide increased wire and conduit sizes as required to accommodate for voltage drop per schedule in Section 16120. Contractor shall consider overall conductor path from panelboard (power source) through last fixture, including switch travelers. 3.2 FIELD QUALITY CONTROL A. Operate each luminaire after installation and connection. Inspect for improper connections and operation. B. Measure illumination levels for record. C. Take measurements during night sky, without moon or with heavy overcast clouds effectively obscuring moon. MAY 2014 3of 4 SECTION 16500 Lighting D. After new lighting installation is complete, operate each luminaire and inspect for improper connections and operation. While the lights are on, conduct a load test on each 120-volt lighting circuit. Report the circuit number, circuit breaker size, wire size, description of load, and result of the load test for each circuit. Bring to the attention of the field engineer any results which are not in accordance with the NEC. Demonstrate that disconnect plugs are provided for fluorescent fixtures as specified. 3.3 ADJUSTING A. Adjust work under provisions of Division 1 Specifications. B. Aim and adjust luminaires to correct position as directed. C. Relamp luminaires that have failed lamps at Substantial Completion. 3.4 CLEANING A. Clean work under provisions of Division 1 Specifications. B. Clean electrical parts to remove conductive and deleterious materials. C. Remove dirt and debris from enclosure. D. Clean finishes and touch up damage. END OF SECTION MAY2014 4of4 SECTION 16500 Lighting SECTION 16950 TESTING AND INSPECTION PART 1 GENERAL 1.1 SECTION INCLUDES A. Electrical power distribution equipment testing B. Electrical power distribution and control circuit testing. 1.2 RELATED SECTIONS A. Special Provisions B. Section 16050-ELECTRICAL-GENERAL C. Section 16100-GROUNDING D. Section 16120-CONDUCTORS 1.3 SUBMITT ALS A. Submittals shall be made in accordance with the Special Provisions and Section 16050. B. Submit test records and reports for all testing. 1.4 CERTIFICATION OF TESTING A. Perform all tests in the presence of a duly authorized representative of the Owner unless waived in writing by the Engineer. When the presence of such representative is so waived, certified results of the tests made and the results thereof shall be furnished by the Contractor. B. Perform all tests in the presence of the Engineer. Give the Engineer written notice of all tests at least two weeks in advance. 1.5 TEST EQUIPMENT A. Furnish all instruments and a qualified engineer to properly perform all tests required. 1.6 FACTORY-TRAINED SUPERVISION A. Provide necessary factory trained supervision to check over equipment for proper functioning before putting the equipment into operation as may bi:3 required by these specifications. This shall include establishing a simulated fault on checking out the coordination of the protective devices. B. Make necessary adjustments and testing in cooperation with the respective manufacturers and other Contractors when necessary. Perform all tests in accordance with the latest standards of the ANSI, IPCEA, IEEE and NEMA. 1.7 COSTS A. Costs of all tests shall be borne by the Contractor and shall be included in the contract price. MAY2014 1 of7 SECTION 16950 Testing and Inspection 1.8 DAMAGES A. If damage is indicated or observed during testing or from the review of tabulated data, replace defective or damaged materials and retest at no cost to the Owner. PART 2 MATERIALS 2.1 TESTING EQUIPMENT A. Furnish all test equipment required to correctly perform the system tests. 2.2 SPECIAL EQUIPMENT REQUIREMENTS A. 500-volt de Megger -For maximum 300-volt systems, use a hand crank only. B. 1,000-volt de Megger -For maximum 600-volt systems, use a hand crank only. PART 3 EXECUTION 3.1 GENERAL A. After completion of the work, thoroughly test the entire electrical system, including electrical work required for instrumentation, control and power, and adjust electrical system as required. B. Test all electrical circuits to insure circuit continuity, insulation resistance, proper splicing, and freedom from improper grounds, C. System performance test runs are required. Coordinate test runs of electrical systems with test runs of equipment served thereby (i.e., mechanical, heating, air conditioning, process systems and plumbing). 3.2 GENERAL TESTING METHODS A. Panels -Test each panel with mains disconnected from the feeder, branches connected, branch circuit breakers closed, all fixtures in place and permanently connected, lamps removed or omitted from the sockets, and all wall switches closed. B. Feeders -Test with the feeders disconnected from the panels. C. Individual Power Circuits -Test each individual power circuit at the panel or motor control center with the power equipment connected for proper operation. D. Transformers (Low Voltage) -Megohmmeter test all transformers in accordance with the manufacturer's recommendations. E. Lighting and receptacle circuits do not need to be megger tested. MAY2014 2of7 SECTION 16950 Testing and Inspection 3.3 EQUIPMEINT TESTING (600 volts and below) A. Megohmmeter Tests 1. Conduct megohmmeter tests of the insulation resistance of rotating machines and power distribution feeders down to panelboard feeders. The results will be accepted when the megger shows the insulation resistance to be not less than 50 megohms at 20 degrees C using either a 500-volt or 1,000-volt megger. Wait 1 minute between each test for all conductors in the same enclosure and each conductor and ground. 2. Perform megohmmeter testing (Insulation Resistance Test) of all motor power and control wiring after the cables are in place and just prior to final terminations. Record all data as per Exhibit A. Lighting and receptacle panelboard branch circuits are not megohmmeter tested. 3. Any cable which fails the test shall be replaced and retested at the Contractor's cost. B. Voltage and Amperage Testing 1. Check all single and three phase motor amperage while the unit is running at as close to operating load as possible. Record voltage on each line and the amp draw for each leg. Provide results in a typed report format and submit as part of the Contractor's closeout package. 2. Check the load current in each phase of each distribution, lighting and receptacle panelboard feeder and make modifications to the circuit loading to correct load unbalance to within 1 kVA phase to phase for each panelboard. 3.4 GROUNDING SYSTEM A. Test the grounding system to verify a resistance to ground of 5 ohms or less. If the resistance is greater than 5 ohms, modifications shall be made to the system by adding additional ground rods or plates to bring the resistance test value to 5 ohms or less. Perform test a minimum of 90 days after the installation of the ground rods. Submit a record/report to the Engineer. Include the following: MAY2014 1. Time, date, temperature, frost information depth (if applicable), and weather conditions. 2. Location of ground grid under test. 3. Date of ground grid installation. 4. Driven depth of electrodes. 5. Moisture content of earth at time of measurement (wet, dry, etc.). 6. Ground test equipment, model numbers, and last date of calibration. 7. Detailed description of method used. 3 of 7 SECTION 16950 Testing and Inspection 8. Plot of "distance from ground grid versus resistance." Resistances shall range from 0-50 ohms with enough points to produce a smooth curve. 9. Maintenance information and recommendations (if applicable). B. Test all grounding conductors and grounding systems for continuity. Where continuity does not exist, conditions will be corrected by an approved method and the system retested. 3.5 SYSTEM LOAD BALANCING A. Check the load current in each phase of each distribution panel feeder and make modifications to the circuit loading to correct load unbalance to within 1 kVA phase to phase for distribution panels. 3.6 SYSTEM CHECKS A. Preliminary 1. Connect all motors to protective devices and controls to give proper motor acceleration and correct motor rotation. Interconnect the control wiring to all the control devices associated with a machine, a group of machines, or other device to produce the correct operation, timing, and/or sequencing of the equipment. 2. Adjust overload elements in motor starters and check for coordination with the actual installed motor characteristics. Replace any overload element that is inadequate. 3. Check all motor nameplates for verification of proper voltage, horsepower, speed, phase, and power factor. B. Operational 1. Then give the equipment an operational test to determine that all components including motors, controls, protective and switching devices, and auxiliary associated equipment are in operable condition and can function as described and shown on relevant specifications, operating instructions, and drawings. 2. Take motor current reading at full load or as close to full load as the driven machine will develop. If the ammeter reading is over the rated full load current or the proper current for the load at which the machine was operated, determine the reason for the discrepancy and take the necessary corrective action. 3. Remove the cause of any motor operating above full load rating instead of increasing the overload relay trip rating. 3.7 CLOSEOUT PROCEDURES A. General -Sequence closeout procedures so that work will not be endangered or damaged, and so that every required performance will be fully tested and demonstrated. Closeout shall be in accordance with Section 01700, and as required herein. B. Final Operational Check-Make a check of each item in each system to determine that it is set for proper operation. With the Engineer present, operate each system in a test run of MAY2014 4 of 7 SECTION 16950 Testing and Inspection appropriate duration to demonstrate compliance with performance requirements. During the following test runs, make final corrections or adjustments of systems to refine and improve performances where possible, including noise and vibration reductions, elimination of hazards, better response of controls, signals and alarms, and similar system performance improvements. Provide testing or inspection devices to permit observation of actual system performances and shall demonstrate that controls and items requiring service or maintenance are accessible. C. Cleaning and Lubrication -After final performance test run of each electrical system, clean system both ex1ernally and internally, comply with manufacturer's instructions for lubrication of both power and hand operated equipment, and remove excess lubrication, touch up minor damage to factory-painted finishes and other painting specified as electrical work, and refinish work where damage is extensive. D. Operating Instructions-General operating instructions are required. In addition to specific tl'aining of the Owner's operating personnel specified in the individual sections, and in addition to preparation of written operating instructions and compiled maintenance manuals specified elsewhere in these specifications, provide general operating instructions for each operational system and equipment item of electrical work, and coordinate instructions with instructions for mechanical work, and other equipment where associated with electrical systems or equipment. E. System Description and Operation 1. Perform in the presence of the Owner, the Owner's operating personnel and the Engineer. 2. Describe each basic electrical system and explain identification system, displayed diagrams, signals, alarms and audio visual provisions. 3. Describe interfaces with mechanical equipment, including interlocks, sequencing, startup, shutdown, emergency, safety, system failure, security, and similar provisions. 4. In the presence of the Owner's personnel, display and conduct a "thumb-through" explanation of maintenance manuals, record drawings, spare parts inventory, storage and extra materials, meter readings, and similar service items. 5. The Contractor shall videotape these sessions and provide the Owner with two DVD copies. 3.8 CONTINUED SYSTEM OPERATIONS SUPPORT A. Coordinate the Owner's takeover of electrical systems with takeover of mechanical systems, including the provision of skilled electrical operating and maintenance personnel until the time the Owner's personnel take over operation of entire mechanical and electrical plant. Respond promptly with continued consultation and services {beyond takeover date) on electrical systems, matching required continued services on associated mechanical systems and equipment until the end of the warranty period. 3.9 DOCUMENTATION PROCEDURE A. Signed commitments are required. The transfer of electrical systems to the Owner for operation will not proceed until guarantees, warranties, performance certifications, MAY 2014 5of 7 SECTION 16950 Testing and Inspection MAY2014 maintenance agreements and similar commitments to be signed by Contractor and other entities have been executed and transmitted to and accepted by the Engineer for placement in the Owners records. (continued) 6of7 SECTION 16950 Tesling and lnspeclion EXHIBIT A TESTING AND INSPECTION ELECTRICAL INSULATION TEST RECORD INSULATION RESISTANCE TEST TEST EQUIPMENT CONTROL NO. ______ _ REMARKS: PERFORMED BY: _________________ DATE: _____________ _ APPROVED BY: ___________________ DATE: ______________ _ Test Engineer MAY2014 END OF SECTION 7 of7 SECTION 16950 Testing and Inspection Appendices Appendix A Standard Drawings FULL ROAD WIDTH -GUTTER TO GUTTER ASPHALT CONCRETE --FINISH COURSE, LIMIT OF r GRIND (TYP.) SAWCUT LINE TYPICAL NOTES: > 48" SEE GS-28 = ~ = = = = LIMIT OF 2" GRIND \__ (TYP.) EXISTING AC AND BASE ASPHALT CONCRETE BASE COURSE, SEE GS-28 AGGREGATE BASE PIPE BEDDING AND BACKFILL PER PROJECT PLANS, SPECIFICATIONS, AND CITY STANDARDS. 1. THE DETAIL SHOWN ABOVE APPLIES TO TRENCH WIDTHS GREATER THAN 48 INCHES. 2. EXISTING A.C. SHALL BE CUT AND REMOVED IN SUCH A MANNER SO AS NOT TO TEAR, BULGE OR DISPLACE ADJACENT PAVEMENT. EDGES SHALL BE CLEAN AND VERTICAL. ALL CUTS SHALL BE PARALLEL OR PERPENDICULAR TO STREET CENTERLINE, WHEN PRACTICAL. 3. BASE MATERIAL SHALL BE REPLACED TO DEPTH OF EXISTING BASE. A.C. MAY BE SUBSTITUTED FOR BASE MATERIAL AT THE CITY ENGINEER'S DISCRETION. REV. APPROVED DATE CITY OF CARLSBAD ...,_..,;,,;.....,....,.__,,iiiii,,,..,_,,ioi,iiii .... ---------------..... ~D'-"'-1• ~"" 2 10 TRENCH RESURFACING . ASPHALT CONCRETE PAVEMENT CITY ENGIN ER DATE SUPPLEMENTAL GS 27 FOR TRENCH WIDTHS GREATER THAN 48" STANDARD NO. - NOTES: 1. A TACK COAT OF ASPHALTIC EMULSION OR PAVING ASPHALT SHALL BE APPLIED TO EXISTING A.C. OR P.C.C. CONTACT SURFACES PRIOR TO RESURFACING PER SSPWC SECTION 302-5. 2. ASPHALT CONCRETE RESURFACING -BASE COURSE: o. MINIMUM TOTAL A.C. THICKNESS SHALL BE ONE INCH GREATER THAN EXISTING A.C. b. A.C. SHALL BE B-PG64-10 FOR BASE COURSE, PER SECTION 203-6 OF SSPWC. c. BASE COURSE SHALL BE LAID DOWN WITH SELF PROPELLED PAVING MACHINE AND AND COMPACTED PER SSPWC SECTION 302-5. 3. ASPHALT CONCRETE RESURFACING (FINISH COURSE): o. PROVIDE 2 INCH DEEP GRIND AND A.C. FINISH COURSE C2-PG64-10 PER SECTION 203-6 OF SSPWC. b. FINISH COURSE FOR RESURFACING SHALL BE LAID DOWN USING A SELF-PROPELLED PAVING MACHINE AND COMPACTED. c. SMOOTHNESS AND COMPACTION OF RESURFACING SHALL MEET THE REQUIREMENTS OF SEC 302-5 SSPWC EXCEPT THAT THE SMOOTHNESS SHALL BE DETERMINED OVER THE LENGTH AND WIDTH OF PAVED AREAS DISTURBED BY THE CONTRACTOR'S OPERATIONS. 4. SURFACE TREATMENT TO MATCH EXISTING PAVEMENT SURFACE (SLURRY, CHIP SEAL, ETC.) 5. SLOUGHING OF TRENCH UNDER PAVEMENT SHALL BE CAUSE FOR REQUIRING ADDITIONAL PAVEMENT AND BASE. REV. APPROVED DATE CITY OF CARLSBAD ...,. ..... ,.... ............. ..,... ....... ________________ ~.t-;..,. kL~""' . 2110 NOTES FOR ASPHALT CONCRETE CITY ENGINfER \l DATE TRENCH RESURFACING SUPPLEMENTAL GS 28 STANDARD NO. • 0::: ~ 0 u :::E ::i :::e z Si lo I") ITEM 1 w ~ N :::c (.) z if ~ n. LI.I 0 :c: 0 z w ~ " N LI.I is 8 N ~ w 0. a: a: = (0 w,~ 9=< o.m A \ \ \ \ \ \ \ \ \ \ TRENCH WIDTH AT TOP OF TRENCH VARIES \ TOP OF BACKFILL TO BE SAME AS ORIGINAL GROUND AND MATCH ADJACENT UNDISTURBED GROUND I r r .,. r I ,. ,. I'" I ,. I I I '"I ,. ,.. ,., ,.. ,. \ \ ,--~~~' ,.. I~ AXIMUM ALLOWABLE SLOPE OF EXCAVATION PER REQUIREMENTS OF CAL/OSHA : N TOP OF PIPE SPRINGUNE BEDDING I ,. ,. I ,. ,. A PIPE OD A EARTH BACKFILL OR IMPORTED MATERIAL 90:Jr; RELATIVE COMPATION* lRENCH WIDTH IN PIPE ZONE LIMITED DESCRIPTION *IN PAVED AREA, TRENCH ZONE SHALL BE COMPACTED TO 95% MIN. NO SCALE SPEC DWG BEDDING AND BACKFILL MATERIAL SECT 02223 REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT _____ f--------1,----1 TYPICAL TRENCH SEC Tl ON STANDARD 0WG. NO. W-2 A B 8 PLAN 24" DIA. 8 OR@ 8 24" DIA. FINISH GRADE. AC PAVEMENT. "'i" :::I: te,._ ______ _ t-·Vlrr---+-----rs.Vl '---~~ltr-1::'.~--ii~~~~-__, ~ :x <( :::a ":.q. RISER SHALL NOi.-,:::;;....._.., ,-© REST ON BONNET OF VAL VE. (t MIN. CLEARANCE). ~=::t=::::;~ ___ , SECTION A-A DOMESTIC WATER SECTION B-8 RECLAIMED WATER NOTES: 1. IN NON-ROAD AREAS PLACE MARKER POST NEXT TO VALVE BOX ASSEMBLY AS DIRECll£D BY lHE ENGINEER. ( SEE DRAWING NO. 23 ). 2. ALL BURIED NUTS ANO BOLTS SHALL BE WAX TAPE COATED PER SPEC. 09902 3. S[f DRAWING NO. 23 FM CAT£ VALVE EXTENSION. 4. UPPER SIDE Of' LID TO RECIEVE 2 COATS OF PAINT. SEE SPECIFICATIONS FOR PAINTING REQUIREMENTS, ( PAGE 4 ). = (0 ITEM DESCRIPTION SPEC DWG 1 VAL BOX & COVER WITH NON-SKID C.I. COVER AND LIFT HOLE MARKED "WATER. 2 VAL. BOX & COVER FOR NORMALLY CLOSED VALVE. 3 VAL BOX & COVER MARKED RECYCLED WATER • 4 8 C900 PVC OR ASPHALT COATED WELL CASING. REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT VALVE BOX ASSEMBLY STANDARD DWG. NO. W-13 FINISHED PJxPJ NOTES: 1. SIT SPECIFICATIONS FOR BURIED Fl.ANGE AND VAL VE REQUIREMENTS. 2. SEE DRAWING N0.19 FOR lliRUST BLOCK BEARING AREAS. GATE VALVE. 3. All BURIED NUTS AND 801.1S SHALL BE WAX TAPE COATED PER SECT. 09902. ITEM 1 2 3 4 5 TRENCH ELEVATION PVC PIPE 12" TRENCH 12" MIN. WIDTH MIN. TRENCH SECTION (TYPICAL) GATE VALVE REINFORCING STEEL DETAIL DESCRIPTION FITTING O.D. NO. 4 BAR (2 EA. TYP.) TRENCH ELEVATION STEEL PIPE POLYETHYLENE ENCASEMENT NO. 4 REINFORCING STEEL--'--------------------- CONCRETE THRUST ANCHOR BLOCK. 3250 P.S.I. 56O-C-3250 W-·19 VALVE BOX ASSEMBLY. W-13 REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT GATE VALVE INSTALLATION P. V.C., & STEEL PIPE. ST.&.NDARD DWG. NO. W-16 40 m mm 00 I I I -II j ... I I I I I I 30 wt -r.. EEEE --,_ -...... ..... II II' ... ,,. J I 'I ' l J I' . J '" ffi ....., 20 V, ::, L. ... ... ,... F= i ' -0 , 0 J (I.) !I,,.. -.,, < C "i:: tim= ,_ " 0 ,. (I) CD II '" ,, "' ,,, 10 ,_ m w ,_ ,., ii ,_ , -_, "' rm "" 5 ,_ ,_ ,, ~ II - 0 4 6 8 10 12 NO TES: Pipe Diameter in Inches 1. BASED ON 225. PSI lEST PRESSURE AND BEARING VALUES OF DRY SOILS. 2. VALUES FROM CURVES ARE FOR lEES AND DEADENDS, I.E. ; STRAIGHT LINE THRUST. fOR 90" BEND: 1.4 VALUE FROM CURVE. FOR 45• BEND: 0.8 VALUE FROM CURVE. FOR 22 1/2' BEND: 0.4 VALUE FROM CURVE. 3. FOR CONDlllONS NOT COVERED BY CURVES, SPECIAL THRUST WALLS, THRUST BLOCKS AND ANCHORS MUST BE CALCULATED AND APPROVED. 14 16 REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT ,l,al-. r-,--............ .,i--,-----------------;~~~r ~ CllY ENGIN R DA TE : STANDARD DWG. NO. W-19 THRUST BLOCK BEARING AREAS 3 ....... ,__ ... ... 0 1 I ... n FINISHED i GRADE. --ru-1 ·c:::11'.""-:-,_:-;;-=rn;;::;:n r,::;::;:rn;;::;:n 1.,. .I U~lll~lllii . . ,:, II fi.l!.F..ill .. W Tr 'ir II•·,. ., ~ ·:~ .. ·""·· b . I NOTE: .. : -: -11 '.' .. JI~ PIPE SHALL BE PAINTED .. .,=-IN CONFORMANCE WITH ,. DISTRICT SPECIFICATIONS • . . ~A ::: . '• .. _.,, CD • .. •. A I 2 ... ;. -tj-.. '• .. ._., ' .. " ' ,f· . . ' ·' ., 4 ... -----... . . . · ..... ... . '°" CD .d. ·-.. ·. ., A' ~ DIA. ITEM DESCRIPTION SPEC/DWG 1 4" STEEL PIPE. GALVANIZED / PAINTED 2 470-C-2000 CONCRETE FOOTING. 3 FILL PIPE WITH 470-C-2000 CONCRETE ( ROUND OFF TOP ). REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT R~tr,~H\f 1ltolo~ PROTECTION POST CITY ENGINE~ DA TE W-24 STANDARD DWG. NO. 3" TYPE A i----.:--l 6 • HEIGHT 6", 8", OR 9" AS I 6" I INDICATED ON PLANS ~I I-2H + 6" .1 lYPE C R=1" 1' R=1" t J_ t r1. 1'-4" -I • v TYPE E (MOUNTABLE DIKE) Level Line ~ SLOPE END OF DIKE 1,1 · 7 WHEN NOT JOINING OTHER IMPROVEMENTS ALL TYPES -SIDE VIEW NOTES: R=1" 1. DIKES SHALL BE PLACED ON A 2" SECTION OF A.C. SURFACING, EXTENDING THROUGHOUT THE WIDTH OF THE DIKE. 2. PG-70-10 GRADE ASPHALT TO BE USED FOR ALL DIKES. 3. SHAPE AND COMPACT DIKES WITH AN EXTRUSION MACHINE OR OTHER EQUIPMENT CAPABLE OF SHAPING AND COMPACTING THE MATERIAL TO THE REQUIRED CROSS-SECTION. 4" I- M 4• 1-13" -I TYPE B TYPE F (MOUNTABLE DIKE) APPROX. DIKE QUANTITIES TYPE REQD PER Litt FT. A 0.0250 TON B 0.0375 TON C-6" 0.0375 TON C-8" 0.0583 TON C-9" 0.0702 TON D 0.0062 TON E 0.0407 TON F 0.0623 TON LEGEND ON PLANS REVISION BY APPROVED DA TE KERCHEVAL 12/75 SAN! DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ORIGINAL ADD METRIC T. STANTON 03/03 EFORMATTE T. STANTON 04/06 DIKES -ASPHALT CONCRETE UPDATED MR MR/CV 11 /11 DRAWING NUMBER 7/Z6/ZOIZ DATE G-5 Appendix B Definitions APPENDIX 118 11 DEFINITIONS Wherever the following terms or pronouns occur in these Standard Specifications or in related documents, the intent and meaning shall be interpreted as follows: A. "Approved Plans" shall mean the official plans, profiles, typical cross-sections, working drawings, detail drawings, or exact reproductions thereof, approved by the District and other appropriate government agencies, which show the locations, character, dimensions, and details of the work required to construct the specified public improvements. B. "Approved Materials List" shall mean the listing of those materials reviewed, tested, and allowed for use by the District for installation of its facilities (which may include potable water, recycled water, and sewer facilities). C. "Board" shall mean the Board of Directors of the Carlsbad Municipal Water District. D. "Contractor" shall mean the independent person, firm, corporation or partnership with whom the District or Developer contracts for the performance of the work or any part thereof covered by the Approved Plans and these Standard Specifications. Instructions or information given by the District to the Contractor's superintendent or agent on the Project shall be considered as having been given to the Developer. E. "Developer" shall mean the independent person, firm, corporation or partnership whose purpose is the development of property. The Developer shall, at all times be represented on the Project in person or by a duly designated agent (Contractor or Private Engineer}. Instructions or information given by the District to the Contractor's superintendent or agent on the Project shall be considered as having been given to the Developer. F. "District" shall mean Carlsbad Municipal Water District. For the unique purpose of these Standard Specifications, District shall also refer to the District's representative(s) acting within the scope of the particular duties entrusted to them. The District shall resolve any and all issues which may arise with regard to the quality or acceptability of approved materials furnished or work performed, to the manner of performance and rate of progress of the work and shall answer all questions relating to the interpretation of the Standard Drawings, the Approved Plans, the job specifications, if any, and these Standard Specifications as well as the acceptable fulfillment of the Contract on the part of the Developer. G. "Engineer" shall mean the City Engineer, or the Deputy City Engineer, acting either directly or through properly authorized agents, such agents acting severally within the scope of the particiular duties entrusted to them. MARCH2004 Page 1 of2 DEFINITIONS H. "Inspector" shall mean the District's authorized agent whose duties shall include those defined elsewhere within these Standard Specifications, but who shall not direct the work being performed. I. "Engineer of Work" or "Private Engineer" shall mean a Civil Engineer or Structural Engineer registered or licensed in California who is qualified to act as an agent of the Developer in preparing plans for facilities to be approved and accepted by the District and incorporated thereafter into the District's system. J. "Project" or the "Work" shall mean the public improvement to be constructed in whole or part within the boundaries of the District. K. "Standard Drawings" shall mean the standard details issued by the District for construction of District facilities (Volume 3). L. "Specifications" shall mean the directions, provisions, and requirements contained in the General Conditions, the Standard Specifications, and any supplements thereof. M. "Submittal" shall mean drawings, diagrams, illustrations, schedules, performance charts, reports, calculations, manuals, samples, brochures, and other data which are prepared by the Contractor or any subcontractor, manufacturer, supplier, or distributor and which illustrate some portion of the work. N. "Plans" shall mean the drawings which show the character and scope of the work to be performed and which have been prepared or approved by the Engineer and are referred to in the Contract Documents. REFERENCE STANDARDS The reference standards of the organizations form a part of these Specifications to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise stated. MARCH 2004 Page 2 of2 DEFINITIONS Appendix C Approved Materials List APPENDIX "C" CARLSBAD MUNICIPAL WATER DISTRICT'S APPROVED MATERIALS LIST FOR USE ON CONSTRUCTION OF POTABLE AND RECYCLED WATER FACILITIES Item Description Manufacturer/Model AIRNACUUM VALVE ARI D-040 2-INCH (up to 250 psl} AIRNACUUM VALVE Epoxy coated/lined. Stainless steel hardware ARI D-060HF greater than 2" AIRNACUUM VALVE Air-Vaccum Valve Assembly. See Standard Dwg W7 Pipeline Products VCAS 1424 2" ABOVE GRADE See "Valve Box" for below grade components Pipeline Products VCAS 1830 4" ENCLOSURE Pipeline Products VCAS 2436 6"-8" TN -Potable PR -Recycled ANGLE METER STOPS 1" Bronze Angle Meter Stop (Ball Valve) with 90 Degree Lock Ford BA43-444WQ NL 1-INCH Wing, Compression x Outlet Swivel Meter Nut Jones E-1963WSG Compression x Meter Mueller B-24258 N Nut AY McDonald 74602BQ ANGLE METER STOPS 1" Bronze Angle Meter Stop (Ball Valve) with 90 Degree Lock Ford BA23-444W NL 1-INCH Wing, Flare x Outlet Swivel Meter Nut Jones E-1964W Flare x Meter Nut Mueller B-24255 N A Y McDonald 7 4602B ANGLE METER STOPS 2" Bronze Angle Meter Stop {Ball Valve) with 90 Degree Lock Ford BFA43-777WQ NL 2-INCH Wing, Compression x Outlet Meter Flange Jones E-1975WSG Compression x Meter Mueller B-24276 N Nut A Y McDonald 7 4602BQ ANGLE METER STOPS 2" Bronze Angle Meter Stop (Ball Valve) with 90 Degree Lock Ford BFA23-777W NL 2-INCH Wing, Flare x Outlet Meter Flange Jones E-1973W Flare x Meter Nut Mueller B-24277 N AY McDonald 746028 BACKFLOW Reduced Pressure Principal Type Assemblies; Double Check List of Approved Backflow Prevention PREVENTER {R.P.) Valve Detector Assemblies for Fire Sprinkler Systems Assemblies by the State of Galifornia, Department of Health Services most recent version CORPORATION STOP, Bronze Flare x MIP Thread Ball Valve {T-Head only) 1"and 2" Full Ford FB700 NL FLAREX MIP Opening Jones E-1929 Mueller B-25025 N AY McDonald 74704B CORPORATION STOP, Bronze Compression x MIP Thread Ball Valve (T-Head only) Ford FB1100Q NL COMPRESSION X MIP 1"and 2" Full Opening Jones E-1957G Mueller B-25028 N AY McDonald 74704BQ CORPORATION STOP, Bronze MIP x MlP Thread Ball Valve {T-Head only), 1" and 2" Full Ford FB500 NL, MIPXMIP Opening Jones E-1943 Mueller B-2969 N (2") Mueller B-20013 N (1") BOLTS AND NUTS, 304 Hex-Head Machine, ASTM A193, Grade BB Bolts and ASTM ss A 194, Grade 8 Nuts BOLTS AND NUTS, 316 Hex-Head Machine, ASTM A193, Grade BBM Bolts and ASTM ss A194, Grade 8M Nuts BOLTS AND NUTS, Hex-Head Machine, Cadmium/Zinc Plated, ASTM A307, Grade A A307 Bolts and A307 2H Heavy Hex Nuts BONDING AGENT, Epoxy Resin Based Bonding Agent for Bonding New Mortar or Sika Sikadur 32 Hi-Mod EPOXY Concrete to existing concrete BUSHING, INSULATING Nylon, 1-1/4" x 1", Calpico 1-1/2" X 1", 2-1/2" X 2" Corrosion Control Products F.H.Mahoney November, 2013 APPENDIX "C" CARLSBAD MUNICIPAL WATER DISTRICT'S APPROVED MATERIALS LIST FOR USE ON CONSTRUCTION OF POTABLE AND RECYCLED WATER FACILITIES ' I 1Manufacturer/Model Item I I Description I I CASING END SEAL 1/4" Thick Styrene Butadiene Rubber Sheet End Seal. Use 1" Advanced Products & Sys. Wide Stainless Steel Bands. Zippered End Seals with Stainless Cascade Steel Bands may also be used. Calpico Pipeline Seal & Insulator Powerseal Raychem CASING SPACER Stainless Steel Casing Spacer, Center Restrained, Position Type Advanced Products & Sys. with PVC Liner and Non-metallic Anti-friction Runners Cascade Calpico Pipeline Seal & Insulator Powerseal Raychem CATHODIC TEST 25.4 Kg (54 lbs) Concrete Body with 5.4 Kg (12 lb) Ductile Iron Lid Christy G5 STATION BOX and Lid Ring. "CP TEST" shall be cast into the Lid in 25mm (1") Letters. For Cathodic Protection Test Stations, Anode Ground Beds and Insulated Flange Test Stations. CATHODIC WELDING For Welding Cathodic Bond Wires to Steel Pipelines CHLORINE Liquid (Gas) or Sodium Hypochlorite Solution. See Section 15040 COATING, MASTIC Cold applied Coal Tar or Epoxy based single component, self-Carboline Bitumastic 50 priming, heavy-duty protective exterior coating for buried concrete Devoe Devtar 5A Polykem 938 Tnemec HB Tnemecol 46-465, HB Tneme-Tar 46H-413 COATING, Epoxy Resin Based Cemetous Trowel Grade protective Sika Top Seal 107 WATERPROOF waterproofing for concrete STOCR:1'.41 COUPLING, C900 PVC 4" through 12" Solid PVC for obtaining deflection only. Certaintee1d Vinyl Iron HD DEFLECTION COUPLING, C900 PVC 4" through 12" Solid PVC for closure or repair Certainteed Vinyl Iron HD CLOSURE OR REPAIR COUPLING, C905 PVC 16" through 36" Solid PVC for Closure, Deflection or Repair IPEX CLOSURE, Nyloiplast America DEFLECTION OR Septer REPAIR COUPLING,GROOVED Use for Above Ground DI or Steel Pipe 100mm (4") or larger Grinnell #7001 Tyler 500 Vitaulic #44, #77 COUPLING, 4" and Larger Steel or Ductile Iron Construction, Slip x Slip, Epoxy Ford FC1, FC2A, FC2W TRANSITION FLEXIBLE Coated with 304 or 316 Stainless Steel Bolts and Nuts. For use Romac 501, XR 501, Macro HP on AC, PVC, DI, or Steel Pipe Smith-Blair 411,413 CUSTOMER SIDE 3/4" and 1" Bronze Customer Shut-off (Ball Valve), Inlet Swivel Ford B13-:332W w/HT34 SHUT-OFF VALVE Meter Nut x Outlet FIP Thread, Lockable Tabs, with Lever Handle B13-444W w/HT34 Jones J-1908W Mueller B-24351 A Y McDonald 76101 MW w/SHDLB CUSTOMER SIDE 2" Bronze Customer Shut-off (Ball Valve), Inlet Meter Flange x BF13-777W w/HB-67S SHUT-OFF VALVE Outlet FIP Thread, Lockable Tabs, with Lever Handle Jones J-1913W Mueller B-24337 AY McDonald 76101MWw/SHDLB ELL, BURY, DUCTILE 6" Ductile Iron Bury Ells, Long Radius, Fig x MJ/PO Clow IRON (Use of Short Radius Bury Ells with District Engineer Approval South Bay Foundry Only) EPOXY ADHESIVE High-Modulus, Low Vicosity, Epoxy Resin Based Adhesive Sika Sikadur 31, Sikadur 35 suitable for Groutina Bolts or Dowels November, 2013 2 APPENDIX "C" CARLSBAD MUNICIPAL WATER DISTRICT'S APPROVED MATERIALS LIST FOR USE ON CONSTRUCTION OF POTABLE AND RECYCLED WATER FACILITIES Item Description Manufacturer/Model EXPANSION JOINT For Water Pipeline Bridge Crossings APAC703 Dresser 63 Powrseal 3563 Smith-Blair 611, 612 FIRE HYDRANT Ductile or Cast Iron Spool with Integrally Cast Flanges and SPOOL, DUCTILE OR Machined or Cast Exterior Grooves. Spools 12" or longer shall CASTIRON,FLANGED have grooves 3" from each Flange. Spools shorter than 2" shall have one groove centered between the Flanges. Grooves shall be 3/16" deep,± 1/16" and 1/4" wide,± 1/16", 6 Holed FIRE HYDRANT 6" Standard 150 PSI Wet Barrel Bronze Fire Hydrants with Six-Clow 2050,2065 Hole Bolt Pattern. 4" x 2.5" or 4" x 4" x 2.5" Outlets Jones 3700, 3775 FIRE HYDRANT, 200 Project Specification Submittal Required PSI or Higher FITTING, DUCTILE Flanged, Mechanical, Joint or Push-on Tees, Bends, Crosses, Bachman IRON Recucers, Adapters, etc., for Water Lines 4" and larger. Griffin Manufactured per AWWA C100, C111, C153. Double Cement Nappco/Sigma Mortar Lined. Pipeline Components (SSB Fittings will not be permitted on C905 Pipe.) Star Tyler FITTING, GROOVED Grooved ductile Iron Fittings for Grooved end Pipes, 4" through Grinnell 24" TylerG-B Victaulic FITTING, May be used with or in lieu of thrust blocks with approval of District Romac-GripRing PIPE RESTRAINT Engineer Star Pipe-PVC Ring Lock Series 3500 UniFlange -1300-C Eagle LOC 900 GASKET 1/8" Thick Full Face or Ring, Aramid Fiber Bound with Nitrile. No Calpico Asbestos Content Garlock 3000 Johns-Manville Klinger 4401 Tripac 5000 GASKET, JOINT Rubber Ring Type with Stainless Steel Locking Segments US Pipe Field Lok 350 RESTRAINT Vulcanized into the Gasket. Fur use on PVC Carrier and Casing Pipes. GASKET, RUBBER Gasoline Resistant Pipe Gaskets for Water Mains Newby GASOLINE RESIST ANT GASKET.RUBBER 3mm (1/8") Thick, Rubber Ring Type, 1.72 Mpa (250 PSI) Calpico RING Maximum. For 100mm (4") through 900mm (36" Pipe Flanges Johns-Manville US Pipe GREASE For Bolt Corrosion Protection on Buried Bolts, NO-OX-ID Type Sanchem NO-OX-ID Dearborn Chemical GROUT Non-Shrink Cement Based Construction Grout for Crack Repair, Sika Sikagrout 212 Flooring Mortar, Dowel Grouting, Crack Sealing and General STO Epoxy Binder CR633 Binding STO Epoxy Gel CR635 STO N-S Grout CR732 JOINT SEALING For use on Pre-cast Vault and Manhole in Grooved Joints between Quickset Joint Sealing COMPOUND, PLASTIC sections Compound ROPE LUBRICANT, PIPE Rubber Gasket Pipe Lubricant for use on PVC or ductile Iron Pipe Whitlam Blue Lube GASKET Joints, NSF Listing required. METER Supplied bv CMWD November, 2013 3 APPENDIX "C" CARLSBAD MUNICIPAL WATER DISTRICT'S APPROVED MATERIALS LIST FOR USE ON CONSTRUCTION OF POTABLE AND RECYCLED WATER FACILITIES ' Item I Description Manufacturer/Mfdel METER BOX 12" x 20" x 12"Polymer Meter Box and Cover for 1" Water Amorcast A6000485 1" SERVICE Services with meters 1" or smaller. Cover A6000484 Cover color: Lid, Drop In A6000487 Gray for Potable Water Use Purple Lids and Boxes for Recycled Water Use METER BOX 17" x 30" x 12" Polymer Meter box with 2-Piece Lid for 2" Water Amorcast A6001640PC-12 2" SERVICE Services with meter larger than 1" and Blowoff Assemblies Cover A6001643 Cover Color: Lid, Drop In A6000482 Gray for Potable Water Use Purple Lids and Boxes for Recycled Water Use METER BOX Gray for Potable Water Use Brooks Model No.37 with Traffic Rated 1" SERVICE Purple Lids for Recycled Water Use Lid ( Exposed to Traffic Loads) METER BOX Gray for Potable Water Use Brooks Model No.66 with Traffic Rated 2" SERVICE Purple Lids for Recycled Water Use Lid (Exposed to Traffic Loads & for Combination Air Release, Std Dwg W7) METER FLANGE Bronze Meter Flanges for 1-1/2" and 2" Meters with Slotted Holes Ford CF Series Jones J129 A.Y.McDonald 610F MORTAR, REPAIR Two Component, Low Shrinkage, Cement Based with High Sika Sika Top 122, 123 Compressive and Bondino Strenoth STO CR 735, CR 740 PAINT Valve Box Lids Frazee Traffic Line and Marking Paint Prime Coat required on all above ground metal surfaces Yellow #5020301 (2 coats) PAINT Fire Hydrants Frazee Arothane, SG1360407, Safety Prime Coat required on all above ground metal surfaces Yellow (2 coats} PAINT Backflow Assys & Vent Pipes, Meters, Regulators, Vault Piping, Frazee Arothane, SG1360407, Dunes Air Valves. Prime Coat required on all above ground metal Tan (2 coats) surfaces PAINT Backflow Assys & Vent Pipes, Meters, Regulators, Vault Piping, Tnemec Series 1029 Enduratone, Purple Air Valves. Prime Coat required on all above ground metal Rain/Safety 14SF (2 coats) surfaces (use Tnemec primer) PAINT, PRIME COAT Prime Coat, Prime Coat required on all above ground metal Frazee C309 Ultratech Universal WB surfaces Metal Primer PIPE, COPPER TUBING 1" Type K Soft Seamless rolled Tubing Cerro Halstead 2" Type K Soft Seamless Straight Lengths Lee Mueller ,1" and 2" Type K Rigid Seamless Straight Lengths Phelps-Dodge PIPE, DUCTILE IRON :For Water Lines 100mm (4") and larger manufactured per AWWA American Pipe C111 C115, C150, C151. Griffin Double Cement Mortar Lined Pacific States U.S. Pipe PIPE, PVC C900 For Water Lines 4" through 12" and a• Gate Wells. AWINA C900 Certainteed DR18 and DR14 Diamond Plastics IPEX JM Eagle North American Pipe Pacific Western VinylTech November, 2013 4 APPENDIX "C" CARLSBAD MUNICIPAL WATER DISTRICT'S APPROVED MATERIALS LIST FOR USE ON CONSTRUCTION OF POTABLE AND RECYCLED WATER FACILITIES Item Description Manufacturer/Model PIPE, PVC C905 For Water Lines 16" and 20" through 36". AWWA C905 DR21 and Certainteed DRJ18 Diamond Plastics IPEX JM Eagle North American Pipe Pacific Western Vinyltech PIPE, STEEL CEMENT Steel Cylinder (CMUC), Per AWWA M11 and Section 15061. 1/4" MORTAR LINED AND Minimum Wall Thickness. COATED (CML+C) Steel Pipes Used for Recycled Water Installation are to be identified per District requirements. Submittal required. PLASTIC 12-mil Thick Polyethylene Encasement Sleeve for Ductile Iron ENCASEMENT Pipe (DIP) per AWWA C105 and Recycled PVC, CMC/L, or DIP Non-Purple Water Pipe. Clear Sleeve for Potable Water Purple Color for Recycled Water PLASTIC WRAP 8-mil Thick Polyethylene Encasement for Buried Fittings and Valves -Double Wrap Clear Sleeve for Potable Water Purple Color for Recycled Water PRIMER, WAX TAPE Surface Primer for Underground Application of Petrolatum Wax Carboline Denso Paste Tape Trenton Tern-Coat PROTECTOR POST, 4" Diameter, 0.250" Wall Galvanized A-120 Steel Pipe, Concrete STEEL Filled SEALANT Chemical Grout for Joint Sealina 3M Scotch Seal SERVICE SADDLE FOR Cast Brass ASTM B62 Body with Silicone Bronze Double Straps, Ford 202B ACP AND DI PIPE IP Outlet Sizes 25mm (1") and 50mm (2") Jones J-979 Smith-Blair 323 Romac202B MuellerBR2B AY McDonald 3826 SERVICE SADDLE FOR Bronze or Brass Saddle with Stainless Steel Four Bolt Strap(s), IP Ford 202BS PVC C900 PIPE Thread Outlet for Sizes 1" and 2" for Pipe Sizes 4" through 12" JonesJ-969 Smith-Blair 393 Romac202BS MuellerBR2S AV McDonald 3846 SERVICE SADDLE FOR Bronze or Brass Saddle with Stainless Steel Four Bolt Strap(s), IP Ford 2026S PVC C905 PIPE Thread Outlet for Sizes 1" and 2" for Pipe Sizes 16" and Larger. Jones J-969 Romac202B MuellerBR2S AV McDonald 3846 TAG,BRASS 1" Diameter, 18 Gauge Brass with 3/16" Die Stamped Letters and Ford 202BS IDENTIFICATION Numbers, Suitable for Attachment to Cathodic Protection Wires by Jones J-969 means of a Nylon Zip Tie. Romac202N TAPE, OUTER WRAP Adhesive Plastic Outer Wrap for Wax Petrolatum Tape in Polyken 960 Underground Applications Trenton Polyply TAPE, UTILITY 10 to 50 Mil x 2" Wide General Utility Tape for Corrosion Calpico Protection of Above and Below Ground Pipes and Fittings Northtown Polyken 900 Scotchwrap 3M 50, 51 November, 2013 5 APPENDIX "C" CARLSBAD MUNICIPAL WATER DISTRICT'S APPROVED MATERIALS LIST FOR USE ON CONSTRUCTION OF POTABLE AND !RECYCLED WATER FACILITIES ' Manufacturer/M I del Item Description I I TAPE, WARNING/ 6" Wide, Warning/Identification (Non-Metallic) Marking Tape for Calpico, Type 1 IDENTIFICATION Buried Facilities with Continuous Warning "Caution Water Main Line-Tee, Type B Buried Below" or "Caution Recycled Water Main Buried Below" T.Christy Eng., Type 1 Tape for Recycled Water shall be Purple Terra Tap,e, Stendard 250 Thor, Elast T ec Northtown TAPE WARNING/ 3" Wide, Warning/Identification (Non-Metellic) Marking Tape for Calpico, Type 1 IDENTIFICATION FOR Buried Irrigation Pipelines. Purple Color with Continuous warning Line-Tee, Type B RECYCLED "Caution Reclaimed Water Main Buried Below• T.Christy Eng., Type 1 IRRIGATION Terra Tape, Stendard 250 Thor, Elast Tee Northtown TAPE, WAX Petrolatum Saturated Synthetic Fabric Tape for use on Trenton #'I Wax-Tape ABOVEGROUND Abovearound Couplinos, Flanoes, Fittinos, etc. TAPE, WAX Petrolatum Saturated Synthetic Fabric Tape for use on Carboline Densyl Tape UNDERGROUND Underground Couplings, Flanges, Fittings, etc. Primer and Outer Trenton #2 Wax-Tape Wrap Required. TAPPING SLEEVE FOR Use on 6" -12" wet taps. All SS flange and construction. No size-Ford Style Fast ACP, DIP, and C-900 on-size taps. Romac SST/SST3 Smith Blair 663 VALVE STEM . Three Part Fiberglass Valve Extension Kit. Use when extension 8 Pipeline Products FPU-210, EXTENSION, foot or shorter. FPT-200, FPL-220 FIBERGLASS VALVE STEM · Round or Square 1-1/2w Diameter SS Rod, Welded Construction, Pipeline Products SX-908 EXTENSION SS with Top Centering Ring and AWWA 2" Operating Nuts Top and bottom. Use when extension longer than 8 foot. VALVE, BALL WITH 3/4"Bronze, Straight, FIP x Meter Swivel with Locking Tabs and 1" Ford B13-444w LOCKING TABS Purple Handle 1" Jones J1908 2" Ford BF13-777W 2" Jones J1913 AY McDonald 76101W VALVE.BUTTERFLY 18" and Larger, AWWA C504, Class B. Thermosetting or Fusion M&H 1450, 4500 150 PSI Bonded Epoxy coated and Lined. Class D or E Flange x Flange Mueller Lineseal Ill Ends Pratt Groundhog VALVE, BUTTERFLY 18" and Larger, AWWA C504, Class B. Thermosetting or Fusion M&H 1450, 4500 (Class 250) 250 PSI Bonded Epoxy coated and Lined. Class D or E Flange x Flange Mueller Lineseal XP 250 Ends Pratt Triton HP-250 VALVE, GATE, 4" through 16", non-rising Low Zinc Bronze or Stainless Steel American FC, Series 2500 RESILIENT WEDGE Stem, Ductile Body and Bonnet, encapsulated Wedge per AWWA AVK45 (RWGV) C509 or C515 with Epoxy Coated Interior. Manufactured to Clow F6100, F6100 Ductile AWWA C509 or C515, with 250 PSI Rating Kennedy Ken-Seal ii, KRSR Mueller 23151 *Ductile Iron Bodies and Bonnets are required M&H 4067, 7067, A2361 'Holiday Free per CMWD Standards Sec. 15100-1.8 U.S. Pipe Metroseal & Metroseal 250 VALVE, PRESSURE Epoxy coated in/out. Stainless trim. Model specified for each job. Cla-Val RELIEF AND SUSTAINING November, 2013 6 APPENDIX "C" CARLSBAD MUNICIPAL WATER DISTRICT'S APPROVED MATERIALS LIST FOR USE ON CONSTRUCTION OF POTABLE AND RECYCLED WATER FACILITIES Item Description Manufacturer/Model VALVE, HANDLE BALL, 3/4" Through 2", Used as part of meter assembly and provided by Jones 3/4" J-1098 150 PSI CMWD Jones 1" J-1908, 2" J-1913 Ford 3/4" B13-332W Ford 1" B13-444W Ford 2" B13-777W AY McDonald 76101MWw/SHDLB VALVE BOX Lid to be marked "Recycled Water", See Standard Dwg W13 South Bay Foundary SBF 1208-N RECYCLED WATER VALVES VALVE BOX For Gate Valves & Butterfly Valves, See Standard Dwg W13, Lids Brooks Service 4TT J&R 4T shall be marked "Water" VALVE BOX Normallv Close Valve, Lids shall be marked "Water" Brooks Service 3RT VALVE BOX 1" Blow Off or Manual Air Releases. See Standard Dwg W5, Brooks Service 4TT J&R 4T Lids shall be marked "Water" VALVE BOX 2" Blow Off or Manual Air Release. See Standard Dwg W6 South Bay Foundary SBF 1243 Lids shall be marked "Water" VALVE BOX 4" Blow Off Assembly. See Standard Dwg W11 South Bay Foundary SBF 1243 (for 4" Pipe OuUet) and Brooks 4TT or J&R 4T (for Valve) VALVE BOX Air-Vaccum Valve Assembly. See Standard Dwg W7 Amorcast A600 1640 PC-12 Valve Boxes Located in traffic shall use approved manufacturer's w/#60001643*Service 5 Cover Traffic Rated Lids Brooks 66 (2-piece lid) J&R No W6B (2-pice lid) WIRE, TRACER #14 AWG Solid Copper UF Type Wire, with Cross Linked Baron Polyethylene insulation. White or Yellow in Color Cosberg Industries Paige Reoencv Wire WIRE, TRACER Direct Bury Silicone-Filled Capsule Tube with Standard Wire Nut 3M DBR-6 CONNECTOR or Silicone-Filled Wire Nut Connectors for Tracer Wire King 4 Connections. King5 King6 November, 2013 7 APPENDIX D SDG&E Work Order §,IJ.,.li[ ELECTRIC UNDERGROUND l\r ~ER & SERVICE LOCATION A ~ Sempra Energy utlllty" Custom~-Copy I Wanted Date: On Inspection Service Type: UG Rewire (no trenching) Project No: 459955 I Job No: 020 Project Title: CITY OF CARLSBAD WTR DEPT SERVICE ORDER Project Address: 2237 JANIS WY Project City: CARLSBAD I Customer Phone #: Contact: TOM PAGAKIS I Contact Phone#: 760-802-4647 D Traffic Control Permit Required. Excavation/Encroachment Permits Required By Service Attachment Point and/or Meter Location: Install new 200 amp meter pedestal at existing location over existing conduit. Joint meet required prior to start up construction. SDG&E will remove wire and existing meters and CT. When old equipment is removed, new mtr ped in place & City inspection recieved SDG&E crews will return to pull in new wire, energize and set meter. D SDG&E Application Required --Call: 1-800-411-7343 Municipal Inspection Required By City of Carlsbad Meter height -4'0" min. (3'0" min. for multiple meter installation) -6'3" max. From finish grade to centerline of meter base. Meters are required to be readily accessible 24 hours per day. Meters must be located in a safe area free of any potentially hazardous or dangerous condition. Provide 3-ft. X 3-ft. Minimum clear and level working space in front of meter. Where meter room is proposed, contact the planner at the nearest SDG&E office. Meter bases and meter service disconnects must be located at or immediately adjacent to each other an·d be identified with address and unit number it serves. PROCEDURE FOR INSTALLATION 1. PHONE DIG ALERT 1-800-227-2600 AT LEAST TWO DAYS PRIOR TO TRENCHING FOR LOCATION OF UNDERGROUND UTILITIES. 2. Phone SDG&E at 760-480-7754 for the following: . 3 working days prior to trenching t_o arrange pre-meet with inspector and initiate trenching process . • After excavation of trench, installation of conduit and service entrance equipment at meter location, CALL FOR INSPECTION. Do not cover conduit without inspector's written approval to backfill. • When trench is backfilled and compacted, CALL FOR INSPECTION . • If service entrance equipment is installed after backfill, CALL FOR INSPECTION OF THE EQUIPMENT . 3. Meter cannot. be set until inspector has approved installation, including service equipment, and receipt of city/county/state inspection clearance. Power Source: 783-396 I Structure Number: D3647767158 Joint Trench with: 0 Handhole Installed by: Standards Page#: Handhole Lid Shall Read: Ladder Arms: I Stop Trench: from pole I Riser Quad: Bend Installed by: Type: Conduit Installed by: Conduit Size: Service Panel Rating: 200 Number/Size of Main Switch: 1@200amp Voltage: 277/480 #of Wires: 4 Phase: Three Utilities Maximum Contribution to Fault Current 30000 Amps Metering: Self-Contained, Test Bypass Facilities Rqrd Meter Clips: 7 Temp Service Charge Due on First Bill$ T.8. 1106-H4 CustomerType: Commercial Date Prepared: 11/.14/2014 JANIS WAY ----=~=p=~-~-~-=--=~-~-~-=--=-~-=--====--::::~-= REMOVE CT & REMOVE - MTR#6561894 2-#3/0 & 1-#1/0, 21'"" REM'OVE OLD INS'rALL ; 400A GEAR 2-#3/0 & 1-#1/0 23' & BLOCK / ' I G ENCLOSURE COX(SRINT/NEXTEL) 1 ATE MTR#6484970 TO 1 REMOVE MTR----._..,.. ,--_ ~REMAIN I #52~-~}-~g_R_E_M-~~1~~~~~~~ ~~~i~f ~ 3[~ 6 1 I 150 HXP 1 t 2#2&1#4, D3647767158 I ! I I I I I I I I NEW MTR PED 200A, 3~. 4W 277/480V MTR PED W/STEP OWN XFMR TO 120/208V NORTH r~, I J ... _ _, I I ,,_., WITHIN ELLERY RESERVOIR /H3646767154 I 3314, 3-3 I I I I I I I ! 2237 JANIS Additional Information: D Right-of-way Required Assessor's Parcel Number: WAY Please call your Project Planner Carole Cowley at 760-480-7754 with questions about application, inspection, construction installation and lo schedule a crew. '\ If SDG&~ encounters hazardous or toxic material while performing construction of your project, SDG&E will hall work immediatefy and it will be your responsibility to remove and/or clean up all hazardous or-toxic material prior to SDG&E continuinQ construction. SDG&E shall have no liability or obligation whatsoever to clean up, remove or remediate any hazardous or toxic materials discovered during the course of construction unless it is through negligence of SDG&E. Customer-owned facilities lei receive electrical service are subject to all applicable local and state of California inspection authority requirements. Building address and/or meter base must be posted prior to meter sel Information on this sheet is void alter six (6) months from date. Keep this notice with building permil All installations performed under this order must meet SDG&E standards unless a written deviation has been approved. Planner: CAROLE COWLEY Telephone: 760-480-7754 SAN DIEGO GAS AND ELECTRIC PAGE NO 2 DP017DPS-REMOTE50-001 11/17/14 07:55 DPSS -UG CONSTRUCTION ORDER FACE SHEET ------------------------------------------------------------------------------------------------------------------------------------WORK ORDER: 2415380 LOCATION: PROJECT: 459955 JOB: 01 DISTRICT: NC ADDRESS: 5016 CARLSBAD BLVD DESIGNED BY: CAROLE COWLEY REV:0 'TYPE: UD NAME: CITY OF CARLSBAD WATER DEPT ADDRESS: 2237 JANIS WY CARLSBAD 92008 PH: 760-432-5822 PH: 760-480-7754 DATE ISSUED: CITY: CB COST CENTER: STATUS: ACT THOMAS BROTHERS: 1106-H4 SLO: SIO: JOB COORD: CAROLE COWLEY PH: 760-480-7754 PROJECT MGR: CAROLE COWLEY PH: 760-480-7754 :::OVED_BY,~:UDGITT ___ D:::~ ~jLE ________ DEPREC ______ NET ________ TOTAL ___ BILLABLE_COMBO_JOB,N __ NET REQ# RULE OPT CODE TYPE QTY BUDGET % CAPITAL CAPITAL % CREDIT CAPITAL O&M O&M % O&M 001 A X SCHED START DATE: 5584.20000 JOINT CONSTRUCTION UG ELECT: Y GAS: N TELCO: N TELCO ENG: MPOE: N CATV: N CATV ENG: COMMENTS: 67 I I 0 14225.6 0.0 SCHED COMP DATE: RIGHT-OF-WAY REQUIRED: N INFO: PERMITS REQUIRED: N AGENCY: I I COMPLETED/APPROVED BY: REQUIRED ACCOUNTS PHONE: PHONE: 124 CONTRACTOR DESIGN: 124 100.0 DATE: APPLICANT DESIGN: TRAFFIC CONTROL REQ: N PLAN NO: STREET RESURFACE MORATORIUM: N, CUSTOMER OUTAGE REQUIRED: Y COMMENTS: EXISTING FACILITIES INSTALLED ON: WO# RELATED CONSTRUCTION JOBS PROJ JOB REV TYPE NO RELATED CONSTRUCTION JOBS FOUND NAME TYPE EF UG SOM PLANS/ REFERENCE MAPS NUMBER 15412-120395 783 PLOT 20 783 PLOT 3 DESCRIPTION ELECTRIC FACILITY MP UG OPERATING MAP SUM OPER MAP 0 DP017DPS-JTE50-001 SAN DIEGO GAS . ELECTRIC 11/17/14 01:55 DPSS -UG CONSTRUCTION ORDER FACE SHEET WORK ORDER: 2415380 PROJECT: 459955 JOB: 01 REV:0 TYPE: UD STANDARD CONSTRUCTION NOTES STAKED BY __ __QAE;tJ-~a~t.pp.~~&yA...~--------- UNLESS OTHERWISE NOTED, ALL TERMINATIONS OF PRIMARY CONDUIT RUNS AND SECONDARY CONDUIT RUNS OTHER THAN 2" IN ABOVE GROUND PADS WILL BE MADE WITH 36" RADIUS 90 DEGREE BENDS. TERMINATIONS OF 2" SECONDARY CONDUIT RUNS IN ABOVE GROUND PADS WILL BE MADE WITH 24" RADIUS 90 DEGREE BENDS. ALL HORIZONTAL BENDS WILL BE MADE WITH 25' RADIUS SWEEPS, UNLESS OTHERWISE NOTED. STANDARD CONDUIT BENDS TO BE USED. THE MINIMUM TERMINATION FOR ANY SERVICE CONDUIT IS A 24" RADIUS 90 DEGREE BEND. UNLESS OTHERWISE NOTED, IF SERVICES ARE NOT INSTALLED WITH THE MAIN SYSTEM, INSTALL CONDUIT STUBS FROM PADS AND HANDHOLES TO P/L. ALL STUBS REQUIRE CONDUIT STUB AND BALL MARKERS PER UG STANDARD 3377. SERVICE STUBS TO BE ___ _ APPLICANT NOTES IN THE EVENT OF CONFLICT BETWEEN THIS DRAWING AND THE GENERAL CONDITIONS, THE GENERAL CONDITIONS SHALL TAKE PRECEDENCE. A COMPLETE SET OF UTILITY CONSTRUCTION SPECIFICATIONS IS AVAILABLE ON REQUEST. CHECK CONFLICTS IN AREA PRIOR TO ANY EXCAVATION. CALL 'USA' AT 1-800-422-4133 48 HOURS IN ADVANCE OF ANY GRADING OR EXCAVATION IN THE VICINITY OF SDGE FACILITIES. IT IS NECESSARY TO OBTAIN AN EXCAVATION PERMIT FROM THE LOCAL AUTHORITY. AFTER NOTIFICATION THAT CONSTRUCTION CAN PROCEED, PHONE NOTIFICATION 48 HOURS PRIOR TO THE START OF CONSTRUCTION MUST BE MADE TO THE CONSTRUCTION DEPARTMENT AT THE DISTRICT PHONE NUMBER INDICATED ON THE PREVIOUS PAGE. FOR INSPECTION OF YOUR INSTALLATION AND ANY FIELD CHANGES PHONE SDGE INSPECTOR AT THE DISTRICT OPERATING CENTER. )(. PRECONSTRUCTION CONFERENCE WITH DISTRICT OPERATING -DEPARTMENT REQUIRED. ~ TRENCH FOOTAGE -APPLICANT: SDGE: GAS WORK ORDER IS APPLICANT INSTALLATION. WO# NAME: CITY OF CARLSBAD WATER DEPT SPECIFIC CONSTRUCTION NOTES NO CONSTRUCTION NOTES FOUND PAGE 3 STATUS: ACT R.EARRANGEMENT/REMOVAL OF ELECTRIC FACILITIES 2237 JANIS WAY, CARLSBAD JANIS WAY ------------- REMOVE OLD 400A GEAR I & BLOCK 1 ENCLOSURE / GATE ~ JiJ7~J-J/t ,~ ,----/4 REMOVE 783-376 / / .. ~------''t ·· · sas!-:?,-J:~ D364776/1ls° i REMOVE MTR ~ I PED COX(SRINT /NEXTEL) \ / MTR#6484970 TO , I REMAIN '\ ; \ q ', ',-a \. I NORTH /H3646767154. NEW MTR PED TO BE ', i 3314, 3-3 INSTALLED ON 459955-020 \ i ~~~}4i!v ~1R PED , I W/STEP DWN XFMR ' I TO 120/208V WITHIN \' : I ~1 / 1. ELLERY RESERVOIR / I 2237 JANIS WAY I / \ : ( \ / \,, \"' / \ •••••••----•, --~ --,,<C_H.✓ / \ '---,.~,~ · ___ J:s:;-----·-J '\__ _--------------:-····-·--· .,,,.,,,..,,..,.1 ----------_/,, I t--:--:-c-:--==~c:c------,---.....,,,..,...,.....--,, -----.../' ,I ~btof2:; ~9°:9~ W:~rmi::~rd ~ v~der'"e. NOTES CUSTOMER IS RESPONSIBLE FOR: *REMOVAL OF ALL OLD EQUIPMENT & BLOCK ENCLOSURE *INSTALLATION OF NEW METER PEDESTAL SEE SERVICE ORDER 459955-020, W0#5005446 NEW SERVICE PANEL IS A 200 AMP PANEL & REQUIRES 1-3" DB CONDUIT CUSTOMER CAN REUSE THE EXISTING 2-3" CONDUIT SDG&E TO REMOVE XFMR 783-376 3XD CUSTOMER REP: TOM PAGAKIS COMPANY: CITY OF CARLSBAD WATER DEPARTMENT PHONE: (760) 802-4647 SDG&E CUSTOMER PROJECT PLANNER: CAROLE COWLEY PHONE: (760) 480-7754 4 NORTH VICINITY MAP TB:1106-H4 . (l(') <~ . <'.)..,. 01) DP017DPs ... ; rES0-003 SAN DIEGO GAS ELECTRIC 11/19/14 ~-:28 DPSS -UNIT SUMMARY BY L01..=fION WORK ORDER: 2415380 PROJECT: 459955 JOB: 01 REV: 0 TYPE: UD DISTRICT: NC DESIGNED BY: CAROLE COWLEY NAME: CITY OF CARLSBAD WATER DEPT PHONE: 480-7754 LOCATIONl~IMU ID !Au ID I DESCRIPTION I QTY I I WORK I MATL I STANDARD RQD UM RESP RESP PAGE -------+--+----+------+--------------+---+--+----+----+-----------------+---+----+------+---------------------+---+--+----+----+------ PAG 2 STATUS: ACT DP017DPS-REMOTE50-003 11/19/14 15:28. SAN DIEGO GAS AND ELECTRIC DPSS -CONSTRUCTION ORDER MATERIAL LIST WORK ORDER: 2415380 PROJECT: 459955 JOB: 01 REV: 0 TYPE: UD NAME: CITY OF CARLSBAD WATER DEPT DISTRICT: NC ADDRESS: 5016 CARLSBAD BLVD DESIGNED BY: CAROLE COWLEY CARLSBAD 92008 PHONE: 480-7754 PHONE: 432-5822 COST CENTER: LOCATIONS: MATERIAL TO BE PROVIDED BY UTILITY AND INSTALLED BY CUSTOMER STOCK NUMBER I DESCRIPTION I ~~i~ I ACCOUNT I fu:°Wr~ I UM I ISSUED CREDIT ------------+---------------------------------+---+--------+------------+--+-----------+-------jNO MATERIAL ITEMS FOUND 1 l I I I I PAGE NO 3 STATUS: ACT THROUGH: SHEET: 1 SAN DIEGO GAE ELECTRIC PAC 4 DP017DPS 11/19/14 OTES0-001 :41 DPSS -CONSTRUCTION ORD.t.__ -CUSTOMER COPY WORK ORDER: 2415380 LOCATION: PROJECT: 459955 JOB:01 DISTRICT: NC ADDRESS: 5016 CARLSBAD BLVD DESIGNED BY: CAROLE COWLEY JOB COORD: CAROLE COWLEY ONE-WAY TRAVEL HOURS: 0. 5 YARD TIME: 1.2 REV:O TYPE: UD NAME: CITY OF CARLSBAD WATER DEPT STATUS: ACT ADDRESS: 2237 JANIS WY CARLSBAD 920 08 PHONE: 432-5822 PHONE: 480-7754 DATE ISSUED: PHONE: 480-7754 PROJECT MGR: CAROLE COWLEY TRAVEL YARD FACTOR: 0.3793 CITY: CB THOMAS BROTHERS: 1106-H4 COST CENTER: PHONE: 480-7754 DP017DPS-REMOTE50-001 11/19/14 15:41 SAN DIEGO GAS AND ELECTRIC DPSS -CONSTRUCTION ORDER -CUSTOMER COPY PAGE NO 5 WORK ORDER: 2415380 PROJECT: 459955 JOB:01 REV:0 TYPE: DD NAME: CITY OF CARLSBAD WATER DEPT LOCATION: 001 SHEET: 01 DISTRICT: NC DESIGNED BY: CAROLE COWLEY PHONE: 480-7754 STATUS: ACT LOCATION 001 OF 001 · ~-TIMU ID !Au ID lsTOCK#I I QTY I I ACT ,WRK,MATI ISTNDRD IINST/APPI DESCRIPTION/CONSTRUCTION NOTES RQD UM QTY RSP RSP ACCOUNT PAGE BY DATE -----+------+------+----+------------------------------------+-----+--+-----+---+---+---------+------+------+-----I I I I NO DESIGN UNITS FOR THIS LOCATION I I I I I I I I I WORK FAC FUNC CODE DESC EXIST TAG NEW TAG CONSTRUCTION NOTES R TO 1 PHASE XFRMER 783-376 D3647767158 NO LOCATION CONSTRUCTION NOTES FOUND LOC 001 SHEET 01 AS-BUILT RECORDED BY: I=! COMPLETED l=I PARTIALLY COMPLETED DATE: 1:1 ENERGIZED MATERIP.L CHECK BY: DATE: