Loading...
HomeMy WebLinkAboutDon Hubbard Contracting Co; 2004-06-24; 3479DOC # 2005-01 83377 I llllllll1111111111lll IIIII Ill11 Ill11 Ill11 11111 IIIII IIIII 11111 Ill1 Ill1 Recording requested by: MAR 04,2005 452 PM CITY OF CARLSBAD When recorded mail to: City Clerk City of Carlsbad OFFICIAL RECORDS GREGORY J SMITH, COUNTY RECORDER '!AN CllEGO COUCITY RECORDER'S OFFICE j IO FEES. 0.00 ) \P PAGES: 1 I111111 11111 11111 11111lllll11111111111111111ll111111 IIIII 11111 11111 11111 1111 Ill1 1200 Carlsbad Village Dr. Carlsbad, CA 92008 ) Space above this line for Recorder's Use NOTICE OF COMPLETION Notice is hereby given that: 1. 2. 3. 4. 5. 6. 7. The undersigned is owner of the interest or estate stated below in the property hereinafter described. The full name of the undersigned is City of Carlsbad, a municipal corporation. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. The nature of the title of the undersigned is: In fee. A work of improvement on the property hereinafter described was completed on October 14,2004. The name of the contractor for such work of improvement is Don Hubbard Contracting. The property on which the work of improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as the construction of the Palomar Airport 12-inch Water Pipeline, Project No. 3479. CITY OF CARLSBAD - A?.? d2.A GLENN PRUlM Deputy Public Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, ,2005, accepted the above California, 92008. The City Council of said City on described work as completed and ordered that a Notice of Completion be filed. March 1 I declare under penalty of perjury that the foregoing is true and correct. Executed on March 2 ,2005, at Carlsbad, California. CITY OF CARLSBAD 3/1/05 Item No. 16 AB 18,003 LORRAINE M. WOOD v City Clerk DOC # 2005-01 83374 Recording requested by: 1 ) CITY OF CARLSBAD ) When recorded mail to: ;B City Clerk ) IP City of Carlsbad ; NF 1200 Carlsbad Village Dr. ) \con Carlsbad. CA 92008 1 isllllll111 lllll IIIII Ill11 lllllllll1 IIIII lllllllll1 IIIII Ill11 Ill1 1111 MAR 04,2005 452 PM OFFICIAL RECORDS SAN DIEGO COUNTY RECORDER'S OFFICE GREGURY J. SMITH, COUNTY RECORDER FEES. 0.00 PAGES: 1 i ~lllll11lIl1111111111111111111111111 lllll lllll11111 IIIII 11111 11111 11111 1111 Ill1 Space above this line for Recorder's Use NOTICE OF COMPLETION Notice is hereby given that: 1. 2. 3. 4. 5. 6. 7. The undersigned is owner of the interest or estate stated below in the property hereinafter described. The full name of the undersigned is Carlsbad Municipal Water District (CMWD), a municipal corporation. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. The nature of the title of the undersigned is: In fee. A work of improvement on the property hereinafter described was completed on October 14, 2004. The name of the contractor for such work of improvement is Don Hubbard Contracting. The property on which the work of improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as the construction of the Palomar Airport 12-inch Water Pipeline, Project No. 3479. CITY OF CARLSBAD GLENN PRUlM Deputy Public Works Director VERIFICATION OF SECRETARY I, the undersigned, say: I am the Secretary of the Carlsbad Water Municipal District, 1200 Carlsbad Village Drive, Carlsbad, California, 92008. The Board of Directors of said District on March 1 I 2005, accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on March 2 , 2005, at Carlsbad, California. CARLSBAD MUNICIPAL WATER DISTRICT LORRAINE !A. WOOD 3/1/05 Item No. 16 AB 18,003 W Secretary CITY OF CARLSBAD PROJECT: 3479-1, Palomar Airport 12" Water Pipeline CONTRACT CHANGE ORDER NO. 1 CONTRACT NO. 3479 ACCOUNT NO. 50670009060/34791921 CONTRACTOR: .Don Hubbard Contracting ADDRESS: 1015-A Linda Vista Drive San Marcos, Ca 92069 P.O. NO. P114549 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 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. Pursuant to Subsection 3-2.2.3 Agreed Prices, SSPWC 2003, and the Provisions of this Contract, perform the following: Item 1: Remove existing MJ fitting at Sta. 1 +00, install one 12"X 12" X 8" flange tee, one eight-inch (8") flange gate valve, and connect to existing eight-inch (8") and twelve-inch (12") water lines. Installation shall include a concrete thrust block at the tee/valve, backfill and compaction of the area for the lump sum price of $6,775.00. Increase to contract cost.. ................................................................... $ 6,775.00 TOTAL INCREASE TO CONTRACT COST ............................................. $ 6,775.00 . ' Project# 3479-1, Palomar Airport 12" Water Pipeline Change Order No. 1 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE ORDER. RECOMMENDED BY: JS?J»~ CONSTRlJCTION MANAGER 11/z4/04- 1(DATE) D (D:!IY CITY ENGINEER (DATE) ~.,;__ ~ IJ-/U/61f FINNCEDIRECTOR (DATE) . v~ l)t, DISTRIBUTION: INSPECTION FILE (ORIGINAL) PURCHASING CONTRACTOR DEPUTY CITY ENGINEER, DESIGN APPROVED BY: l~\S-Ot (DATE) (DATE) -. . .. . ... .. . . __ .. .~ . WATER DISTRICT San Diego County California CONTRACT DOCUMENTS AND SPECIAL P ROVlSl ONS FOR PALOMAR AIRPORT 124NCH WATER PIPELINE CMWD PROJECT NO. 99404 CONTRACT NO. 3479 PW S04-2 3 EN G CARLSBAD MUNICIPAL WATER DISTRICT 5950 EL CAMINO REAL CARLSBAD, CALIFORNIA 92008 Pano I nf 84 Panes . Item ("' TABLE OF CONTENTS Pane Notice Inviting Bids ...................................................................................................................... 6 .. Contractor's Proposal ............................................................................................................... 10 Equipment Material Source Information .................................................................................... 15 Bid Security Form ...................................................................................................................... 3.6 Bidder's Bond to Accompany Proposal ..................................................................................... 17 Guide for Completing The "Designation Of Subcontractors" Form ............................................. 39 Designation Of Subcontractor & Amount Of Subcontractor's Bid .............................................. 21 Bidder's Statement Of Financial Responsibility ......................................................................... 22 Bidder's Statement Of Technical Ability And Experience ........................................................... 23 Bidder's Certificate Of Insurance For General Liability. Employers' Liability Automotive Liability And Workers' Compensation ........................................................................................ 24 Bidder's Statement Of Re-Debarment ....................................................................................... 25 Bidder's Disclosure Of Discipline Record .................................................................................. 26 Non-Collusion Affidavit To Be Executed By Bidder And Submitted With Bid ............................. 28 Contract Public Works .............................................................................................................. 29 Labor And Materials Bond ........................................................................................................ 35 Faithful PerformanceNVarranty Bond ........................................................................................ 37 Escrow Agreement For Surety Deposits In Lieu Of Retention (Optional) ................................... 39 4- \@Revised: 10/08/03 Contract No . 3479 Page 2 of 89 Pages .. SUPPLEMENTAL PROVISIONS General Provisions Terms Definitions. Abbreviations And Symbols Terms ................................................................................................................ 42 Definitions ......................................................................................................... A2 Abbreviations .................................................................................................... 43 Subcontracts ..................................................................................................... 44 Contract ............................................................................................................. 44 Plans And Specifications ................................................................................... 45 .. Scope And Control Of The Work Surveying .......................................................................................................... 4j! Authority Of Board And Engineer ........................................................................ ~ Changes In Work Extra Work ........................................................................................................ A8 Changed Conditions .......................................................................................... 49 Disputed Work .................................................................................................. 5D Control Of Materials Materials And Workmanship .............................................................................. 52 Materials Transportation, Handling And Storage ............................................... 53 .. Utilities ............................................................................................................... 54 Location ............................................................................................................. 54 Relocation ......................................................................................................... 54 Prosecution, Progress And Acceptance Of The Work ........................................ 54 Construction Schedule And Commencement Of Work ....................................... 54 Prosecution of Work .............................................................................. 54 Delays And Extensions Of Time ........................................................................ 55 Time of Completion ............................................................................................ 55 Completion And Acceptance ............................................................................. 55 Liquidated Damages .......................................................................................... 55 Responsibilities Of The Contractor ..................................................................... 56 Liability Insurance .............................................................................................. 56 Workers' Compensation Insurance ................................................................... 56 Permits ............................................................................................................. 56 Cooperation and Collateral Work ...................................................................... 5.6 Project Site Maintenance ................................................................................... 56 Public Convenience And Safety ........................................................................ 57 Laws To Be Observed ....................................................................................... 60 Measurement & Payment Measurement Of Quantities For Unit Price Work ............................................... 81 Payment ............................................................................................................ 61 Construction Materials Rock Materials Untreated Base Materials .................................................................................. 64 Concrete, Mortar And Related Materials ............................................................ 65 Portland Cement Concrete ................................................................................ 65 . . Part 1 Section 1 1-1 1-2 1-3 Section 2 2-3 2-4 2-5 2-9 2-1 0 Section 3 3-3 3-4 3-5 Section 4 4-1 4-2 Section 5 5-1 5-4 Section 6 6-1 6-2 6-6 6-7 6-8 6-9 Section 7 7-3 7-4' 7-5 7-7 7-8 7-10 7-1 3 Section 9 9-1 9-3 Part 2 Section 200 200-2 Section 201 201-1 GRevised: 10/08/03 Contract No . 3479 Page 3 of 89 Pages Section 203 203-6 203-1 1 Section 206 206-7 206-8 Section 207 207-10 207-25 Section 212 212-1 Section 21 3 21 3-2 213-3 Section 214 214-5 Part 3 Section 300 300-1 300-2 300-3 300-9 Section 301 Section 303 301-1 303-1 303-2 303-5 Section 304 304-3 Section 306 306-1 Section 308 308-4 308-2 308-8 Section 31 0 310-5 310-7 Section 31 3 Bituminous Materials Asphalt Concrete ............................................................................................... 6.6 Asphalt Pavement And Crack Sealants .............................................................. 67 Miscellaneous Metal Items Traffic Signs ....................................................................................................... 69 Light Gage Steel Tubing And Connectors .......................................................... ZO Pipe Steel Pipe ............................................................................................. ............. ZI Underground Utility Marking Tape ...................................................................... 72 Landscape & Irrigation Material Landscape Material ....,... ..... .... ... ... .. .... ........ ... ... .... ... .. ... . .... .... ... . .. ... ...... 73 Engineering Fabrics Geotextiles ... ...................................................................................................... 73 Erosion Control Specialties ................................... ............................................. 74 Pavement Markers Reflective Pavement Markers ............................................................................. 7.4 Construction Methods Earthwork Clearing And Grubbing ........................................................................................ Z6 Unclassified Excavation ..................................................................................... Z6 Structure Excavation And Backfill 78 Geotextiles For Erosion Control And Water Pollution Control ............................ 78 Treated Soil, Subgrade Preparation and Placement of Base Materials Subgrade Preparation ................................................. ......................................... Z9 Concrete and Masonry Construction Concrete Structures .................................................. .......................................... Z9 Air-Placed Concrete .......................................................................................... 80 Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, And Drivewa ........................................................................... 8D Metal Fabrication And Construction Chain Link Fence ................................................................................................ 80 Underground Conduit Construction Open Trench Operations .................................................................................... 80 Landscape And Irrigation Installation Earthwork And Topsoil Placement ...................................................................... 84 Planting ............................................................................................................. 84 Measurement And Payment .............................................................................. 84 .. Painting Painting Various Surfaces ................................................................................. 85 Permanent Signing ............................................................................................ 86 Temporary Traffic Control Devices e- \#Revised: 10/08/03 Contract No. 3479 Page 4 of 89 Pages ~ ._. 313-1 31 3-3 Temporary Traffic Pavement Markers ................................................................... 86 - 31 3-2 Temporary Traffic Signing ..................................................................................... 87 Temporary Railing (Type K) and Crash Cushions ................................................. 87 TECHNICAL SPECIFICATIONS Section 09870 Tape Coating System with Mortar Shield for the Exterior of Steel Water Pipelines .......................................................................................... 1-8 Section 09900 Painting and Coating .......................................................................................... 1-9 Section 09902 Petrolatum Wax Tape Coating .......................................................................... 1-2 Section 15000 General Piping System and Appurtenances ..................................................... 1-15 Section 15041 Disinfection of Piping ........................................................................................... 1-6 Section 15044 Hydrostatic Testing of Pressure Pipelines ......................................................... 1-4 Section 15056 Ductile Iron Pipe and Fittings ............................................................................... 1-8 Section 15061 Cement Mortar Lined and Coated Steel Pipe and Specials ............................ 1-17 Section 15064 Polyvinyl Chloride (PVC) Pressure Pipe and Fittings (AWWA C900) ............... 1-5 Section 15074 Blow-Off Assemblies ........................................................................................ 1-5 Section 15100 Resilient Wedge Gate Valves (RWGV's) ........................................................... 1-5 Section 15108 Air Release Valve, Air and Vacuum Valve, and Combination Air Valve Assembly ............................................................................................. 1-4 Section 151 12 Backflow Preventers ................................................ 1-4 Attachments A. Proposer's Questionnaire for Airport Permit B. McClellan-Palomar Airport Rules & Regulations Construction Safety & Security Requirements C. Geotechnical Investigation D. Draft Template for Storm Water Pollution Prevention Plan (SWPPP) E. San Diego Regional Standard Drawing No. G-24 INFORMATION FOR CONTRACTOR A. TO OBTAIN A COPY OF CURRENT PLAN HOLDERS LIST PHONE (760) 602-2460 B. QUESTIONS PERTAINING TO PLANS AND CONTRACT DOCUMENTS ASSOCIATE ENGINEER, CHRISTOPHER MUEHLBACHER PHONE (760) 602-2736 eR,evised: 10/08/03 Contract NO. 3479 Page 5 of 89 Pages CARLSBAD MUNICIPAL WATER DISTRICT NOTICE INVITING BIDS Sealed bids will be deposited in the Bid Box located in the first floor lobby of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California, 92008-7314, until 4:OO p.m. on the 6th day of April, 2004, at which time they will be opened and read, for performing the work as follows: Construction of a 12-inch water pipeline between the existing main in Airport Road and the main stubbed from Owens Avenue, known as the Palomar Airport 12-Inch Water Pipeline. PALOMAR AIRPORT 12-INCH WATER PIPELINE CONTRACT NO. 3479 The work shall be performed in strict conformity with the specifications as approved by the Board of Directors of the Carlsbad Municipal Water District on file with the Engineering Department. The specifications for the work include the Standard Specifications for Public Works Construction 2003 Edition, and the apdicable suDDlements thereto, all hereinafter designated “SSPWC” as issued by the Southern California Chapter of the American Public Works Association and as amended by the special provisions sections of this contract. Reference is hereby made to the plans and specifications for full particulars and description of the work. 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. 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. 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 (IO) 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 $1 00,000 per contract. The documents which comprise the Bidder‘s proposal and that must be completed and properly executed, including notarization where indicated are: QRevised: 10/08/03 Contract No. 3479 Page 6 of 89 Pages - 1. 2. 3. 4. 5. 6. 7. Contractor’s Proposal Bidder‘s Bond Non-Collusion Affidavit Design at ion of Subcontractors and Amount of Subcontractor Bid Bidder‘s Statement of Financial Responsibility Bidder’s Statement of Technical Ability and Experience Acknowledgment of Addendum@) 8. 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 9. Bidder‘s Statement Re Debarment IO. Bidder‘s Disclosure Of Discipline Record 11. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) 12. EquipmenffMaterial Source Information *Pursuant to California Public Contracts Code section 41 04(a)(2)(A) portions of the information required on document number four above, may be submitted by the Bidder up to twenty-four (24) hours after the deadline for submitting bids contained in this “Notice Inviting to Bid”. All bids will be compared on the basis of the Engineer’s Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer’s Estimate is $1 05,000. Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered non-responsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases ihe 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 following classifications are acceptable for this contract: “A’. - If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% 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. Sets of plans, special provisions, and Contract documents may be obtained at the Cashier’s Counter on the first floor lobby at the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of $20.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit lo 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 award of the contract neither addition to, modification of nor interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad=nor may any bidder rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. - 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. GRevised: 10/08/03 Contract No. 3479 Page 7 of 89 Pages - 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 Subcontracting Fair Practices Act." The District Engineer is the District's "duly authorized officer" for the purposes of section 41 07 and 41 07.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A pre-bid meeting and tour of the project site will not be held. 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. 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. 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. 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 will be required for work on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to: 1) One hundred percent (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000). 2) Fifty percent (50%) of the total amount payable by the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($1 0,000,000). 3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract exceeds ten million dollars ($1 0,000,000). 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 Supplemental 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: I) 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. rc- GRevised: 10/08/03 Contract No. 3479 Page 8 of 89 Pages .- - 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-:V 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. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The District does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the Board of Director's 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. I The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad, California, by Resolution No. 1 176, adopted on the 1 8'h day of February, 2003. DeputySecretary v Februarv 17,2004 Date /- aRevised: 10/08/03 Contract No. 3479 Page 9 of 89 Pages b- . *- 4.- -. City of Carlsbad March 31,2004 ADDENDUM NO. 1 RE: PALOMAR AIRPORT 12-INCH WATER PIPELINE, CONTRACT NO. 3479 Please include the attached addendum in the Notice to BiddedRequest 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. KEVIN DAVIS Buyer KD:dli Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 1635 Faraday Avenue Carlsbad, CA 92008-731 4 - (760) 602-2430 - FAX (760) 602-8553 www.ci.carlsbad.ca.us Business License (760) 602-2495 Utility Billing (760) 602-2420 - @ Purchasing (760) 602-2460 - FAX (760) 602-8556 - Bid Line (760) 602-2464 CARLSBAD MUNICIPAL WATER DISTRICT Component Virgin Wood Cellulose Fiber Mulch Binder (1) Fertilizer (16-20-0) Ammonium Phosphate Sulfate, Plus 15% Soil Sulfur Wetting Agent Green Colorai?t ,- Application Rate grams per sq. meter (pounds per acre) 225 (2000) 7 (60) 35 (300) Per Mfg. Recommendation Per Mfg. Recommendation From: PALOMAR AIRPORT 12-INCH WATER PIPELINE Project No. 3479 Addendum No. 1 Christopher Muehlbacher, Project Manager Phone: (760) 602-2736 Fax: (760) 602-8562 No. of Pages: 4 Date: March 31, 2004 Bid Opening Date: April 6, 2004 at 4:OO pm REVISIONS TO BID DOCUMENTS: SPECIFICATIONS: A. Add the following section: 212-1.2.5.1 Disturbed Area Mulch Fertilizer and Additives. In addition to the seed mix shown in the table for Disturbed Areas the slurry mixture shall be applied at the rates shown in Table 21 2-1.2.5.1 (A) 6. Add the following section: 21 2-1.2.7 Stabilizing Emulsion. Stabilizing emulsion shall be a concentrated liquid chemical that forms a plastic film upon drying and allows water and air to penetrate. The film shall be nonflammable and shall have an effective life of at least one year. Stabilizing emulsion shall be nontoxic to plant and animal life and nonthinking to concrete or painted surfaces. In the cured state the stabilizing emulsion shall not be re- emulsifiable. The material shall be registered with, and licensed by the California, Department of Food and Agriculture, as an "auxiliary soil chemical". Stabilizing emulsion shall be miscible with water at time of mixing and application. Palomar Airport 12-Inch Water Pipeline Project No. 3479 Addendum No. 1 page 1 of 4 pages C. Add the following section: 212-1.3 Seed. Add following: The quantity of pure live seed supplied shall meet or exceed the quantity shown in the specified mixes. Seed shall not contain more than 0.5 percent weed seed by volume Seed types shall be as specified on the plans and planting legends, and shall be applied at the rates indicated. All brand-name, patented seed must be received by Contractor in original manufacturer's bag. Seed shall be received by Contractor in separate containers specifying kind, quantity, purity, and germination. Contractor shall provide the Engineer with each seed bag label used in the Work. D. Add the following section: 21 2-1.3.1 Seed for Disturbed Areas. consist of no less than the seed varieties shown in Table 21 2-1.3.1 (A). Hydroseeding mix for Disturbed Areas shall Table 212-1.3.1 (A) SEED FOR DISTURBED AREAS (1) Rose Clover shall be inoculated with a nitrogen fixing bacteria and be applied dry either by drilling or broadcasting immediately before hydraulic application of the remaining seed mix and mulch. E. Add the following section: 308-4.8.2(b) Method B. add the following: The Contractor shall prepare hydroseeding slurry on the job site. Slurry additives shall arrive at the site in bags sealed and properly identified by the manufacturer. All specified additives and water shall be added on the job site at the rates specified and shall be thoroughly mixed at the job site. The Contractor shall add seed to the slurry after the fiber mulch has been thoroughly incorporated. The Contractor shall spray all areas with a uniform, visible coat using the green color of the mulch as a guide. The Contractor shall apply the slurry in a sweeping motion, in an arched stream so as to fall like rain allowing the mulch fibers to built on each other until a good coat is achieved and the material is spread, evenly, at the required rate per area. The Contractor shall use care not to drag spray hoses over container planted material and shall attempt to spray from the edges of the planting areas wherever possible. Any slurry mixture which has not been applied to the planting areas within four (4) hours after mixing is be rejected and removed from the project at the Contractor's expense. Any slurry spilled into areas outside the limits of work shall be cleaned up at the Contractor's expense to the satisfaction of the Engineer. 308-4 PLANTING. Palomar Airport 12-Inch Water Pipeline Project No. 3479 Addendum No. 1 page 2 of 4 pages The Contractor shall assure that the site is properly prepared. The Contractor shall repair all tire ruts created by the equipment. Areas needing grading repair prior to hydroseeding shall be blended and floated to match surrounding grades. Areas having less than 80% plant coverage within thirty (30) days after the initial application shall be reseeded every twenty (20) days until 80% of the ground surface is evenly covered by hydroseeded or subsequently reseeded growth. F. Add the following section: 308-4.8.3.1 Weed Eradication. The Contractor shall water all irrigated areas to be hydroseeded for three (3) weeks prior to hydroseeding to allow for germination of the weed seeds. The Contractor shall spray all weeds with a post emergent herbicide immediately after the completion of the three week irrigation period. After two (2) weeks, the Contractor shall again eradicate the weeds and complete the preparation of the soil prior to the application of the hydroseed mixes. G. Add the following section: 308-6 MAINTENANCE AND PLANT ESTABLISHMENT. Add the following: For hydroseeded areas, median planting and mitigation area, The Contractor shall maintain said areas for period of no less than 60 days or until final acceptance of the project, whichever is the greater. Mowing is not required for hydroseeded areas. The Contractor shall provide complete landscape maintenance of all planted areas. The work shall include, but not be limited to, watering, litter control, weed control, stake repair, cultivating, supplementary fertilization, repair of irrigation systems, and control of diseases and pests. The Contractor shall submit a written plan to control weeds; disease, and pest infestations in the planting areas. The submittal shall conform to the requirements for shop drawings as specified in section 2-5.3 et seq. of the specifications. The Engineer shall approve all methods and materials for such control. Upon approval, the Contractor shall implement the control measures, exercising extreme caution in using pesticides and taking all steps to ensure the safety of the public. Only licensed personnel will be permitted to perform toxic spraying work. During the plant establishment period, the Contractor shall furnish sufficient workers and equipment on a daily basis to perform the work required by this section. Any day when the Contractor fails to adequately carry out specified maintenance work, as determined necessary by the Engineer, will not be credited as one of the plant establishment days. All planting areas which are damaged by construction shall be repaired by the Contractor within twenty (20) days following completion of construction in such. The Contractor shall repair such damaged areas. The repair shall consist of bringing the damaged area back to final grade, preparing the soil, replanting the area with the same vegetation as originally specified, and maintaining the area to achieve acceptable plant establishment. The Contractor shall provide temporary irrigation for hydroseeded areas for a minimum of 60days to ensure adequate plant establishment. Towards the end of the maintenance period, the Contractor shall gradually reduce the amount of irrigation to allow plant adaptation to non-irrigated conditions. Upon the approval of the engineer, the temporary irrigation system shall be shut off at the end of the maintenance period. The hydroseeded - Palomar Airport 12-Inch Water Pipeline Project No. 3479 Addendum No. 1 page 3 of 4 pages areas must have their growth of 80% established and the coverage must be evenly successful over the entire hydroseeded area and adequate to prevent erosion no less than 30 days before the end of the maintenance period. Should the coverage not be achieved the maintenance period shall be extended until thE required coverage is achieved plus an additional 30 day period. The Contractor shall call for a final inspection 30 days before the end of the maintenance period and zt the end of the maintenance period. Failure to pass inspection will result in an extension of the maintenance period. Thecontractor shall continue to provide maintenance for such time necessary to obtain conformance to the specifications. PLANS: A. Reference Sheet No. 2 of 2 of Drawing No. 389-07. The approximate limits of the erosion control mating and hydroseeding is the relative construction area width from approximate station 5 + 35 to approximate station 6t-02. B. scale. Contractor shall utilize the plan stationing and shall not rely upon the drawing Palomar Airport 12-Inch Water Pipeline Project No. 3479 Addendum No. I page 4 of 4 pages CARLSBAD MUNICIPAL WATER DISTRICT PALOMAR AIRPORT 12-INCH WATER PIPELINE CONTRACT NO. 3479 CONTRACTOR'S PROPOSAL Board of Directors Carlsbad Municipal Water District 5950 El Camino Real Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, Special Provisions and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 3479 in accordance with the Plans, Specifications, Supplemental Provisions and addenda thereto and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: Item - No. DescriDtion Approximate Quantity Unit and Unit Total 1 Mobilization and Preparatory Work at a LS 14m.m L*. L I. Lump Sum Amount Not-to-Exceed Five Thousand Dollars $5,000 Not-to-Exceed 2 Prepare Storm Water Pollution Prevention LS 150. go L5o.W Plan (SWPPP) for a Lump Sum Amount Not-to-Exceed Five Hundred Dollars $500 Not-to-Exceed 3 Remove and Dispose of 12-inch 45 LF 5b.00 Lm.00 Waterline at ?W I Dollars per Linear FoGt 4 Remove and DisDose of 12-Inch AC I Dollars Each _- 5 Remove and Dispose of Air Release 1 EA 256.00 23.b r?&Mt@ WFU Valve at - Dollars Each 6 12-Inch PVC Water Main CL-150 including 429 LF 33w.m -- excavation, backfill, compacting, aggregate base and asphalt paving, testing and disinfection at i wm El6Jq - - Dollars per Linear Foot - e= tSRevised: 1 0/08/03 Contract No. 3479 Page 10 of 89 Pages - Approximate Quantity and Unit I tern - No. Unit Price DescriDtion 130 LF 232.00 30 160.0 7 12-Inch 1 O-Gage Steel Water Main CMLand tape wrap with mortar shield including excavation, backfill, compacting, aggregate base and asphalt paving, testing Dollars per Linear Foot 1Zlnch FLG x PJ Adapter at h< WdbRGD Dollars Each 8 9 10 11 2 EA -- Dollars Each c 1 EA Dollars Each 1 EA Furnish and Install 12-Inch FLG x WO 90 Dollars Each I I 12 Thrust Block per CMWD Std. Dwgs. W-I 5 and W-19 at 1 EA > Dollars Each 13 14 15 16 2 EA ode Hum - Dollars Each I 1 EA Dollars Each -- 1 €A 2-Inch Air Vacuum Valve Assembly at TJOh\w* EKUT WbR! Dollars Each 1350.00 1350. a, 1 EA 2-Inch Blow-Off Assembl at fqde WR~ Dollars Each \ 4- \#Revised: 10/08/03 Contract No. 3479 Page 11 of 89 Pages Item - No. DescriDtion 17 Furnish and install sheeting, shoring, and bracing for the protection of trench and workers in excavation at blww Dollars (Lump Sum) 18 Furnish and Install Temporary Traffic CI SK WbrZsa Dollars (Lump Sum) C -3, WiTNESSED AND RECORDED: Approximate Quantity and Unit LS LS SUBTOTAL g53n.m Addition (+) or Deduction (-) TOTAL BID rtl we WQIW DAi E NATURE Total amount of bid in words (including the Addition/Deduction Item) E\w - Total amount of bid in numbers (including the AdditiodDeduction Item)$ 5 322.00 Price(s) given above are firm for 90 days after date of bid opening. * Provision is made here for the Bidder to include an addition or deduction in his bid, if he wishes, to reflect any last minute adjustments in prices. The addition or deduction, if made, will be proportionately applied to item(s) (fill in), and reflected in the unit prices for payment purposes. If the addition, or deduction, affects more than one (1) bid item, the proportionate application of the addition, or deduction, shall be mutually agreed upon by the Contractor and the District at the preconstruction meeting. Addendum(a) No(s). hadhave been received and idare included in this proposal. 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 of the City of Carlsbad, 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 California, validly licensed under license number \7 B , classification which expires on J\aeJ ar-nu a' ": and that this statement is true andyorrect and has the legal effect of an affidavit. - 4- \#Revised: 10/08/03 Contract No. 3479 Page 12 of 89 Pages License Detail California Hame ,-- Page 1 of 3 Tuesdav. ADrilO6.2004 License Detail Contractor License # 172638 CALIFORNIA CONTRACTORS STATE LICENSE BOARD DISCLAIMER A license status check provides information taken from the CSLB license data base. Before relying on this information, you should be aware of the following limitations: CSLB complaint disclosure is restricted by law (B&P 7124.6). If 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 7071.1 7, only construction related civil judgments known 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 data base. Extract Date: 04/06/2 004 * * * Business Information * * * DON HUBBARD CONTRACTING CO SAN MARCOS, CA 92069 Business Phone Number: (760) 736-3241 101 5-A LINDA VISTA DRIVE Entity: Corporation Issue Date: 01/13/1958 Expire Date: 06/30/2004 * * * License Status * * * This license is current and active. All information below should be reviewed. - * * * Classifications * * * httn-//www2.cslh.ca.~o~/CSLB LIBRARY/License+Detail.asp 4/6/2004 License Detail pzl FI Page 2 of 3 Description GENERAL ENGINEERING CONTRACTOR *** * * * Bonding Information CONTRACTOR'S BOND: This license filed Contractor's Bond number 1483999 in the amount of $10,000 with the bonding company INSURANCE COMPANY OF THE WEST. Effective Date: 01/01/2004 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) DONALD PRESCOTT HUBBARD certified that he/she owns 10 percent or more of the voting stocWequity of the corporation. A bond of qualifying individual is not required. Effective Date: 01/01/1980 * * * Workers Compensation Information * * * This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number: 046-0008604 Effective Date: 01/01/2004 Expire Date: 01 /01/2005 Workers compensation History Personnel listed on this license (current or disassociated) are listed on other licenses. Personnel List Other Licenses License Number Contractor Name Personnel Name Request Request Request SalesDerson Name Re Salesperson Request 4/6/2004 Personnel List Page 1 of 1 Personnel List CALIFORNIA CONTRACTORS STATE LICENSE BOARD Contractor License # 172638 Click on the person's name to see a more detailed page of information on that person. Association Disassociation Class More Name Title Date Date Class DONALD PRESCOTT JR v/s 07/19/1977 HUBBARD DOROTHY VICE I MAXINE HUBBARD DONALD HUBBARD JACK A RUGAR TREASURER 07/19/1977 06/22/1994 JOANNA VETTRAINO TREASURER 06/22/1994 MEEKER 01 /13/1958 PRESIDENT PRESCOTT RMO/P 01 /13/1958 A License Number Contractor Name Personnel Name Request Request Request Salesperson Name Re Sales person Request 0 2003 State of California. Conditions of Use Privacy Policy htt~://www2.cslb.ca. gov/CSLB~LIBRARY/Personne1+List.asp?LicNum= 172638 4/6/2004 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 City § 7028.1 5(e). 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. However, at the time the contract is awarded, the contractor shall be properly licensed. Public Contract Code § 10164. The Undersigned bidder hereby represents as follows: 1. That no Board of Directors member, officer, agent, or employee of the Carlsbad Municipal Water District 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 bd (Cash, Certified Check, Bond or Cashier's Check) for ten percent (1 0%) of the amount bid. I 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 commencing 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 _- _c - 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) City and State (4) Zip Code Telephone No. IF A PARTNERSHIP, SIGN HERE: (I) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be made by general partner) - a 4- QSRevised: 10/08/03 Contract No. 3479 Page 13 of 89 Pages (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. IF A CORPORATION, SIGN HERE (1) Narpe under which business is conducted hl\~~bb LS-A Cnnkcs kfl, .- e Impress Corporate Seal here < (3) Incorporated under the laws of the State of Pf?! \ \ (4) Place of Business \,,nhCc\ \Act of- -- City and State kn WGWY, ea (5) Zip Code qQb\& 9 Telephone No. "1 [ On 131 Q -3a4 (Street and Number) NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED 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: 4- \#Revised: 10/08/03 Contract No. 3479 Page 14 of 89 Pages *b CALIFORNIA ALL=PURPOSE ACKNOWLEDGMENT 1 _- e State of California I personally appeared Name@) of Lgner(s) personally known to me ?!!!proved to me on the basis of satisfactory evidence to be the person(s) whose name@) islare 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@) on the instrument the person(s), or the entity upon behalf of which the person@) acted, executed the instrument. Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer@) Other Than Named Above: Capacity(ies) Claimed by Signer Signer’s Name: 0 individual 0 Corporate Officer - Title@): 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Trustee 0 Guardian or Conservator Other: Signer Is Representing: 0 1999 National Notafy Association * 9350 De Soto Ave.. P.O. Box 2402 Chatsworlh. CA 91313-2402 - www.nationalnotary.org Prod No. 5907 Reorder: Call Toll-Free 1-800-876-6827 EQUIPMENT/MATERIAL SOURCE INFORMATION TO ACCOMPANY PROPOSAL PALOMAR AIRPORT 12-INCH WATER PIPELINE CONTRACT NO. 3479 - The bidder shall indicate opposite each item of equipment or material listed below, the name of the one supplier and manufacturer of each item or equipment or material proposed to be furnished under the bid. Awarding of a contract under this bid will not imply approval by District or the manufacturers listed by the Bidder. ”.- c EquipmenVMaterial Manufacturer e 1. 12-Inch PVC Watermain CL-150 L TFW - PA(IfiC9rR (Manufacturer) 43 - 2. 12-Inch 10 gage Steel CML&C k.)aw TIE I -dCl6& 71 Qt’ - 3. Air Release Valves - 4. 12-Inch Gate Valve (Manufacturer) e\s?d - ’is/icrkt?& (Manufacturer) Umd - hw AP (Manufacturer) c c ..- e= %#Revised: 10/08/03 Contract No. 3479 Page 15 of 89 Pages ~~ ~ .- BID SECURITY FORM (Check to Accompany Bid) PALOMAR AIRPORT 12-INCH WATER PIPELINE CONTRACT NO. 3479 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CARLSBAD MUNICIPAL WATER DISTRICT, in the sum of dollars ($ 1 this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the District provided this proposal shall be accepted by the District through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the District if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding 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.) 4ii %#Revised: 10/08/03 Contract No. 3479 Page 16 of 89 Pages '-~ c BIDDER'S BOND TO ACCOMPANY PROPOSAL PALOMAR AIRPORT 12-INCH WATER PIPELINE CONTRACT NO. 3479 KNOW ALL PERSONS BYTHESE PRESENTS: That we, WEI RUBBARD axmAcm~ 0.. IIPC. , as Princlpal, and ~SKIRANCE COMPANY OF TIE WEST , as Surety are held and firmly bound unto the Carisbad Municipal Water District, Carisbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) ll~w p'mcmm OF rn mmm 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 CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Principal fw: PALOMAR AIRPORT 124NCH WATER PIPELINE CONTRACT NO. 3479 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 required 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 of the City of Cadsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount speclfied herein shall be forfeited to the said District. ..I. .... .... ... I -... ..I. .. . . .... .... ..,. Cnnfract Nn 247Q Dgno 4 7 nf e0 Dinac . -- A _- In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. PRINCIPAL rn BWBARD - co., m. (nave of Principal) I tion of signatory) Executed by SURETY this 1s~ day of APRIL __ ,2004 . SURETY IIWJRANCE oowlum OF 3aE WEST (name of Surety) 33-455 EL GbEIINo REAL, W DIECO. CA 92130-2045 (address of Surety) AMERICA SAN -TIN (printed name of Attomey-in-Fact) {Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledge of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretaty or assistant secretary must sign for corporations. If only one ofticer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal ernpowerlng that officer to bind the corporation.) (If signed by an individual partner, the partnership must attach a statement of partnership authorlzing the partner to execute thk instrument.) APPROVED AS TO FORM: RONALD R. BALL General Counsel By: Deputy General Counsel 1 IR &#Revised: 10/08/03 Contract No. 3479 - CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California I On personally appeared ersonally known to me . Fproved to me on the basis of satisfactory evidence to be the person@) whose name@) is/are subscribed to the within instrument and acknowledged to me that hejshelthey executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person@), or the entity upon behalf of which the person(s) acted, executed the instrument. W OPTIONAL Though the information below is not required by law. it may prove valuable to persons reking on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer’s Name: 0 Individual 0 Corporate Officer - Title@): 0 Partner - 0 Limited 0 General Attorney-in-Fact 0 Trustee Guardian or Conservator 0 Other: Signer Is Representing: Pmd. No. 5907 Rsorder: CallToll-Free 1-800-876-6327 Q 1999 National Notaly Association * 9350 De Soto Ave.. P.O. Box 2402 - Chatsworth. CA 91 31 3-2402 - wwwnationalnotaly org - CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT } ss. State of California Countyof SAN DIEGO On 4-1-04 before me, MARIA V. DRIPPS, NOTARY PWLIC , Date Name and Vtle of Onicer (e.g.. “Jane Doe. Notary Public”) personally appeared AMERICA SAN MARTIN Name(s) of Sir(s) M personally known to me 0 proved to me on the basis of satisfactory evidence to be the person($ whose name@ is/= subscribed to the within instrument and acknowledged to me thatwshet-executed the same in lWherAWE authorized capacity(ies), and that by Wher/lE6E signaturem on the instrument the person($, or the entity upon behalf of which the person@ acted, executed the instrument. WITNESS my hand and official seal. \I OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer@) Other Than Named Above: Capacity(ies) Claimed by Signer Signer’s Name: 0 Individual 0 Corporate Officer - Title@): 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: u 0 1999 National Notary Asmiation 9350 De Soto Ave., P.O. Box 2402 * Chatsworth. CA 91313-2402 - www.nationalnotary.org Prod. No. 5907 Reorder: Call Toll-Free 1-8CC-87&61327 No. 0001363 ICW GROUP Power of Attorney Insurance Company of the West The Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, The Explorer Insurance Company, a Corporation duly organized under the laws of the State of Arizona, and Independence Casualty and Surety Company, a Corporation duly organized under the laws ofthe State of Texas, (collectively referred to as the “Companies”), do hereby appoint DAVID L. WALKER, LAWRENCE F. MCMABON. LETICIA SAN MARTIN, CHRISTINE A. PATERSON VALERIE M. PEARCE, BART B. STEWART, JACK T. WARNOCK, AMERICA SAN MARTIN their true and lawful Attorney(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies. fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 16th day of January, 2001 INSURANCE COMPANY OF THE WEST THE EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY John H. Craig, Assistant Secretary John L. Hannum, Executive Vice President State of California County of San Diego ] ss. On December 5,2003, before me, Mary Cobb, Notary Public, personally appeared John L. Hannum and John H. Craig, personally known to me to be the persons whose names are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instniment. Witness my hand and official seal LJ Mary Cobb, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under autlioity of the following resolutions adopted by the respective Boards of Directors of each of the Companies: “RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorizd to execute Powers of Attorney appointing the person( s) named as Attorney(s)-in-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appoinrment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying.” CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, The Explorer Insurance Company, and Independence Casualty ana Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly aeopted by the respective Boards of Directors ofthe Companies, and are now in full force. IN WITNESS WHEREOF, I have set my hand this 1st day of APRIL , 2004 . John H. Craig, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1 1 I 1 and ask for the Surety Division. Please refer to the Power ofAttomey Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92130-2045 or call (858) 350-2400. I.C.W. GROUP Insurance Company of The West The Explorer Insurance Company Independence Casualty and Surety Company 11355 El Camir~o Real. San Diego. CA 92130-2045 P.O. BOX 85563. San Diego. CA 92186-5563 nww.icwgmtp.com (858) 350-2400 FAX (858) 350-2707 Terrorism Risk Rider This rider addresses the requirements of the Terrorism Risk Insurance Act of 2002. In accordance with the above Act, we are providing this disclosure notice for all bonds on which one or more of the above identified companies is a surety. Coverage for certified acts of terrorism is included in the attached bond and will be partially reimbursed by the United States under a formula established by the Act. The United States will pay 90% of covered terrorism losses in excess of a statutory established deductible to the insurance company issuing the bond. In no way will the payment for loss on this bond exceed the limit of liability under this bond. This rider does not provide coverage for any loss that would otherwise be excluded by the terms of this bond. The portion of the premium, for this bond, attributable to coverage for certified acts of terrorism under the Act is One Dollar ($1 .OO). Important Notice: The cost of terrorism coverage is subject to change on any bond that premium is charged annually. ,- Conipany Profile Page 1 of 2 Company Profile n INSURANCE COMPANY OF THE WEST PO BOX 85563 SAN DIEGO, CA 92186-5563 800-877- 1 1 1 1 Agent for Service of Process Unable to Locate the Agent for Service of Process? JAMES I11 W. AUSTIN, 11455 EL CAMINO REAL SAN DIEGO, CA 92130-2045 Reference Information NAIC #: 27847 NAIC Group #: 0922 California Company ID #: 207 1-9 Date authorized in California: License Status: May 17,1972 UNLIMITED- NORMAL Company Type: Property & Casualty State of Domicile: CALIFORNIA Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT httt,://cdinswww.insurance.ca.gov/pls/wu_co_prof/idb~co_prof~utl.get_co~prof?p~EID=5809 4/6/2004 Company Profile Page 2 of 2 DISABILITY FIRE LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Company Complaint Information Company Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies Want More? Help Me Find a Company Representative in MY Area Financial Rating Organizations Last Revised - February 18,2004 03:13 PM Copyright 0 California Department of Insurance Disclaimer 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 SSPWC (“Greenbook) and in the Supplemental Provisions to this Contract, especially, “Bid”, “Bidder“, “Contract”, “Contractor“, “Contract Price”, “Contract Unit Price”, “Engineer“, ‘Subcontractor“ and “Work” and the definitions in section 1-2 of the Supplemental Provisions especially “Own Organization.” Bidders are further urged to review sections 2-3 SUBCONTRACTS of the Greenbook and section 2-3.1 of these Supplemental 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 othenvise to be preformed by forces other than the Bidder‘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 percentage 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 ($1 0,000) 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- res Dons ive . 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 explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. 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 Supplemental Provisions. The decision of the Board of Directors shall be final. - em \#Revised: 10/08/03 Contract No. 3479 Page 19 of 89 Pages 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 .I or 1777.7. .. I - 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. I *% Revised: 10/08/03 Contract No. 3479 Page 20 of 89 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS PALOMAR AIRPORT 12-INCH WATER PIPELINE CONTRACT NO. 3479 I 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 ($lO,OOO), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS I I Subcontractor's License No.* 347933 Page of pages of this Subcontractor Designation form * Pursuant to section 41 04 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the 'Notice Inviting Bids." 4- tSRevised: 1 0/08/03 Contract No. 3479 Page 21 of 89 Pages f Portion of Work* , r Subcontractor Name and Amount of Location of Business Work by Subcontractor in Dollars* i2m Lluy, NRVeJ 1h.L 1020.6t) UP DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS PALOMAR AIRPORT 12-INCH WATER PIPELINE CONTRACT NO. 3479 1 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 ($lO,OOO), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. Subcontractor's License NO.* 69 65' Page of pages of this Subcontractor Designation form * Pursuant to section 41 04 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the 'Notice Inviting Bids." f.SRevised: 10108103 Contract No. 3479 Page 21 of 89 Pages t , I c .. .- BIDDER'S STATEMENT OF FINANCIAL (To Accompany Proposal) RESPONSIBILITY PALOMAR AIRPORT 12-INCH WATER PIPELINE CONTRACT NO. 3479 Copies of the latest Annual Report, audited financial statements or Balance Sheets may be submitted under separate cover marked CONFIDENTIAL. b Revised: 10/08/03 Contract No. 3479 Page 22 of 89 Pages - DON HUBBARD CONTRACTING COMPANY BALANCE SHEETS December 31,2002 and 2001 2002 200 1 ASSETS CURRENT ASSETS Cash and cash equivalents $ 392,838 $ 843,044 402,102 270,932 Contract receivables Other receivables 8,253 10,303 177,616 Due from officer Costs and estimated earnings in excess of billings on uncompleted contracts 80,913 15,767 prep aid^ expenses 19,833 21,309 TOTAL CURRENT ASSETS 1,081,555 1,161,355 PROPERTY, PLANT AND EQUIPMENT, net 682,941 833,743 OTHER ASSETS Cash value of officers' life insurance, net of policy loans of $373,707 in 2002 and $380,540 in 2001. 44,065 60,959 Cash value of deferred compensation insurance, net of policy loans of $241,563 in 2002 and $235,969 in 2001. 242,387 21 1,245 286,452 272,204 $ .2,050,948 $ 2,267,302 LIABILITIES AND STOCKHOLDERS' EQUIP/ CURRENT LIABILITIES Accounts payable Accrued salaries and wages Accrued expenses Due to officer Current portion of long-term debt Union benefits payable Billings in excess of costs and estimated earnings on uncompleted contracts 64,796 16,069 26,279 20,235 9,497 1,500 25,650 26,594 35,379 28,964 $ 65,814 $ - 1 96 TOTAL CURRENT LIABILITIES 163,147 157,826 LONG-TERM DEBT, net of current portion STOCKHOLDERS' EQUITY Common stock, no par value, 1,000 shares authorized, Retained earnings issued and outstanding 5,881 32,278 169,028 190,104 1 ,I 95,709 1 ,I 95,709 68621 1 881,489 1,881,920 2,077,198 $ 2,050,948 $ 2,267,302 P BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) PALOMAR AIRPORT 124NCH WATER PIPELINE CONTRACT NO. 3479 The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the District to judge hidher responsibility, experience and skill. An attachment can be used. Date Contract ComDleted e= %#Revised: 10/08/03 Contract No. 3479 Page 23 of 89 Pages Date Completed Contract Amounts Type of Work Performed Agency Name Address 4% Phone $300,000 1. March 2001 San Diego Gas & Electric Attn:George Antoniades 101 Ash Street San Diego, CA 92101 (61 9) 696-2620 San Luis Rey Substation waterline replacement 2. May2001 Vallecitos Sewer Interceptor Phase One $890,000 Vallecitos Water District Attn: Ken Gerdes 201 Vallecitos De Or0 San Marcos, CA 92069 (760) 744-0460 $475,000 3. October 2001 City of Oceanside Attn: Gary Bodman 300 N. Coast Highway Oceanside, CA 92008 (760) 435-5908 San Luis Rey Road Sewer replacement Darwin Village Residential subdivision Sewer, water and storm drain installations $500,000 KB Home Coastal, Inc Attn: Mike Cindemuth 12235 El Camino Real San Diego, CA 92130 (61 9) 259-6000 4. June 2002 I San Elijo Hills Attn: Leon Hayden 1903 Wright Place, Ste 220 Carlsbad, CA 92008 (760) 91 8-8200 San Elijo Park Outfall sewer $400,000 5. October 2002 $55,000 6. August 2003 North County Transit District Attn: Derrick Anderson 31 0 Tremont Ave. Oceanside, CA 92054 (760) 966-6516 Oceanside Steel casing extensions for existing sewer & water in NCTD right of way 7. October 2003 $490,000 J. C. Baldwin Construction Attn: Jim Baldwin 2469 Impala Dr Carlsbad, CA 92008 (760) 438-9275 Del Mar Storm drain improvements for bluff stabilization in NCTD right of way $1,726,000 8. In progress 1 Morrow Development Attn: Kevin Sullivan 1903 Wright Place, Ste 180 Carlsbad, CA 92008 (760) 929-2701 Carlsbad Sewer, storm drain and potable & recycled water - BIDDER’S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS’ LIABILITY, AUTOMOTIVE - LIABILITY AND WORKERS’ COMPENSATION (To Accompany Proposal) PALOMAR AIRPORT 12-INCH WATER PIPELINE CONTRACT NO. 3479 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: Comprehensive General Liability Workers Compensation Automobile Liability 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, Employer‘s Liability, Automobile Liability and Workers Compensation in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. I- -- 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, the Standard Specifications for Public Works Construction and the Supplemental 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. The auto insurance certificate must state the cowage is for “any auto” and cannot be limited in any manner. e= kSRevised: 10/08/03 Contract No. 3479 Page 24 of 89 Pages N0.545 D002 06/87/2004 14 : 28 WESTLFlND INS. BROKERS + 17606028556 I DATE (MWDDNWY) 1 mmu CERTIFICATE OF LIABILITY INSURANCE 1 06/07/2004 I I, *PRODUCER (619) 584-6400 FAX (619) 584-6425 THIS CERTIFICATE IS ISSUED AS A MAlTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR f West1 and Insurance Brokers ,,3838 Camino Del Rio North 8315 ).O. Box 85481 San Diego, CA 92186-5481 INSURERS AFFORDING COVERAGE NAlC I 1015-A Linda Vista Drive INSURER B: Peerless Insurance Coupany 24198 San Marcos, CA 92069 INSURER C: INSURER D; WSURWE INSURED Don Hubbard Contracting Co. IWRERA; Interstate Fire 8 Casualty Co/BROWN&RIDING ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. I ! ECT TO WHICH T ALL THE TERMS, MERCLAL GavERAL UABlLilY I 9 OnRAGE UABlUrY AUTO ONLY - EA ACCIDENT S PROPERN 0AMAe.E (Per accl4enl) - i U I I I ~ EXCESs/UMERILU LIABIUTT v\Cn OCCURRENCE s 3 OCCUR CLAIMS MADE AGGREGATE s U ANYAUTO RETENTION 5 VORKERS COMPEWATlON *N) iMPLO-RS’ LlABlUTY \NY PROPRI~OFUPARTNERUTWE FFICWMEMBER EXCLUDED? r 85 desdbeundor ;&;BAL movistoF(s beiw imm AU OWNED AUTOS SCHEDULED AUTOS I E.L. ELW ACCIDEM s E.L DISEASE - E/r EMPLOYEE 5 E.L. DISEASE- POLICY LIMIT S 5 BOOlLY INJURY (Per XCdW) - *lo DAY NOTICE IN THE EVENT OF CANCELLATION FOR NONPAYMEW .CERTIFICATE HO LDER CANCELLATION WOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE mrwnoN DATETHEREOF.ME ISSUING INSURER WILL^ MAIL H Cm OF CARLSBAD 1635 FARADAY AVENUE CARLSBAD, CA 92009-1576 I OTHERTW I ‘ AUTO ONLY; AGG I $ I -#--xx pmmmmxxx -+ AVTHWZED F(EPRESEMATIVE Robert Kenga/JOYR b DEDUCTIBE I I I 1s 1 I I* I I I I IPTlON OF OPERATlONS I LOCATIOE I VEHICLES / EXCLUSIONS ADDED BY ENDC)RSEMEWT I SPKIAL PROWWNS ’ALOMR AIRPORT 12-INCH WATER PIPLINE, PROJECT NO. 3479 I RESPEtTS GENERAL LIABILITY AND AUTO ME CITY OF CARLSBAD, ITS OFFICIALS, EMPLOYEES AND ARE ADDITIONAL INSURED WITH PRIMARY WORDING PER AllACHU) FORMS. ._. 06/07/2004 14 : 28 WESTLQND INS. BROKERS 3 17606828556 N0.545 D!ZEi IMPORTANT If the cerlificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsernent(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy. certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement($). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not CanstiMe a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alterthe coverage afforded by the policies listed thereon. 1 ACORD 25 (2001l08) 06/07/2004 14: 28 WESTLQND INS. BROKERS + 17606028556 N0.545 O004 *- POLICY NUMBER GLI 1 I1 1339 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - FORM 8 This endorsement modifies insurance coverages under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any Person or organization that the insured is required by contract to name as an additional insured It is further agreed that such insurance as is afforded by this policy for the benefit of the above Additional In- sured(s) shall be primary insurance as respects any claim, loss or liability arising out of the Named Insured(s) operations, and any other insurance maintained by the Additional lnsured(s) shall be excess and noncontributory with the insurance provided hereunder .- (If no entry appears above, information required to complete this endorsement will be shown in the Declaration as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only as respect to liability arising out of "your work" for that insured by or for you. CL 246 (1 I 185) CG 20 10 11 85 elec.aps Copyright. Insurance Services Office, Inc., 1984 - Page I of 1 0 06/07/2004 14 : 28 WESTLQND INS. BROKERS + 17606028556 P.O. Box 85481 San Diego, CA 92 186 (619)584-6400 FAX (6 19)584-6425 Lic. 0727828 June 7,2004 Re: Insured Don Hubbard Contracting Co Policy No : GI 1111339 Term : January I, 2004 to January 1,2005 To Whom it May Concern: - Certificate holders for certain jobs performed by the above captioned insured require the cancellation wording fox their certificate of insurance be amended to exclude the "endeavor to.. , .but failure to.. .."wording contained in the cancellation clause. It is agreed and understood, that in the event of cancellation or non-rencwal Westland Insurance Brokers will advise Certificate Holder of said changes and will not be the responsibility of Brown & kding Insurance Services, Inc. or Interstate Fire & Casualty company. Sincerely, _- Cc: Don Hubbard Contacting Co. 06/07/2004 14: 23 WESTLQND INS. BROKERS + 17606023556 NO.545 DBQ6 1- B. Owned Autos You Acquire After The Policy Begins 1. If Symbols 1, 2, 3,4, 5 or 6 are entered next to a coverage in Item Two of the Declarations, then you have coverage for "autos" that you acquire of the type described for the remainder of the policy period. 2. But, if Symbol 7 is entered next to a coverage in Item Two of the Declarations, an "auto" you acquire will be a covered "auto" for that cover- age only if: a. We already cover all "autos" that you own for that coverage or it replaces an "auto" you previously owned that had that cover- age: and b. You tell us within 30 days after you acquire it that you want us to cover it for that cover- age. C. Certain Trailers, Mobile Equipment And TemDorarv Substitute Autos We have the right and duty to defend any "insured" against a "suit" asking for such damages or a "covered pollution cost or expense". However, we have no duty to defend any "insured" against a "suit" seeking damages for "bodily injury" or ''prop- erty damage" or a "covered pollution cost or ex- pense'' to which this insurance does not apply. We may investigate and settle any claim of "suit" as we consider appropriate. Our duty to defend or settle ends when the Liability Coverage Limit of Insur- ance has been exhausted by payment of judg- ments or settlements. a. You for any covered "auto". b. Anyone else while using with your permis- sion a covered "auto' you own, hire or bor- row except: (1) The owner or anyone else from whom you hire or borrow a covered "auto". This If Liability Coverage is provided by this Coverage Form, the following types of vehicles are also cov- ered "autos" for Liability Coverage: 1. "Trailers" with a load capacity of 2,000 pounds or less designed primarily for travel on public roads. exception does not apply if the covered "auto" is a "trailef connected to a cov- ered "auto" you own. (2) Your "employee" if the covered "auto" is owned by that "employee" or a member of his or her household. - 2. "Mobile equipmen? while being carried or towed by a covered "auto". 3. Any "auto" you do not own while used with the permission of its owner as a temporary substi- tute for a covered "auto" you own that is out of service because of its: a. Breakdown: b. Repair; c. Servicing: d. "Loss"; or e. Destruction. SECTION II - LIABILITY COVERAGE A Coverage We will pay all sums an 'insured" legally must pay as damages because of "bodily injury" or 'property damage" to which this insurance applies, caused by an "accident" and resulting from the ownership, maintenance or use of a covered "auto". We will also pay all sums an "insured" legally must pay as a "covered pollution cost or expense" to which this insurance applies, caused by an "acci- dent" and resulting from the ownership, mainte. nance 'or use of covered 'autos". However, we will only pay for the "covered pollution cost or ex- pense" if there is either "bodily injuv or "property damage" to which this insurance applies that is caused by the same "accident". .- (3) Someone using a covered "auto" while he or she is working in a business of selling, servicing, repairing, parking or storing "autos" unless that business is yours. (4) Anyone other than your "employees", partners (i you are a partnership), members (if you are a limited liability company), or a lessee or borrower or any of their "employees', while moving property to or from a covered "auto". (5) A partner (if you are a partnership), or a member (if you are a limited liability company) for a covered 'auto" owned by him or her or a member of his or her household. 2. Coverage Extensions a. Supplementary Payments In addition to the Limit of Insurance, we will pay for the "insured": (I) All expenses we incur. Page 2 of 10 Copyright, Insurance Services Office, Inc.. 1996 06/07/2004 14 : 28 WESTLRND INS. BROKERS 17606028556 N0.545 D087 ..- 6. General Conditions 1. 2. 3. 4. .- Bankruptcy Bankruptcy or insolvency of the ninsured" or the "insured's" estate will not relieve us of any obli- gations under this Coverage Form. Concealment, Misrepresentation Or Fraud This Coverage Form is void in any case of fraud by pu at any time as it relates to this Coverage Form. It is also void if you or any other "insured", at any time, intentionally con- ceal or misrepresent a material fact concern- ing: a. This Coverage Form; 6. The covered "auto"; c. Your interest in the covered "auto"; or d. A claim under this Coverage Form. Liberalization If we revise this Coverage Form to provide more coverage without additional premium charge. your policy will automatically provide the additional coverage as of the day the revi- sion is effective in your state. No Benefit To Bailee - Physical Damage Coverages We will not recognize any assignment or grant any coverage for the benefd of any person or organization holding, storing or transporting property for a fee regardless of any other provi- sion of this Coverage Form. a. For any covered "auto" you own, this Cov- erage Form provides primary insurance. For any covered "auto" you don't OWP, the in- surance provided by this Coverage Form is excess over any other collectible insurance. However, while a covered "auto" which is a "trailer" is connected to another vehide, the Liability Coverage this Coverage Form pro- vides for the "trailer" is: (I) Excess while it is connected to a motor (2) Primary while it is connected to a COV- b. Far Hired Auto Physical Damage Coverage, any covered "auto" you lease, hire, rent or borrow is deemed to be a covered "auto" you own. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". vehicle you do not own. ered "auto" you own. 6. 7. 8. d. When this Coverage Form and any other Coverage Form or policy covers on the same basis, either excess or primary, we will pay only our share, Our share is the proportion that the Limit of Insurance of our Coverage Form bears to the total of the lim- its of all the Coverage Forms and policies covering on the same basis. Premium Audit a. b. The estimated premium for this Coverage Form is based on the exposures you told us you would have when this policy began. We will compute the final premium due when we determine your actual exposures. The estimated total premium will be credited against the final premium due and the first Named Insured will be billed for the bal- ance, if any. If the estimated total premium exceeds the final premium due, the first Named Insured will get a refund. If this policy is issued for more than one year, the premium for this Coverage Form will be computed annually based on our rates or premiums in effect at the beginning of each year of the policy. Policy Period, Coverage Territory Under this Coverage Form, we cover "acci- dents* and "losses" occurring: a. During the policy period shown in the Decla- b. Within the coverage territory. The coverage territory is: a. The United States of America; b. The territories and possessions of the United States of America; c. Puerto Rico; and d. Canada. We also cover 'loss" to, or "accidents" involv- ing, a covered "auto" while being transported between any of these places. Two Or More Coverage forms Or Policies Issued By Us If this Coverage Form and any other Coverage Form or policy issued to you by us or any com- pany affiliated with us apply to the same "acci- dent", the aggregate maximum Limit of Insur- ance under all the Coverage Forms or policies shall not exceed the highest applicable Limit of Insurance under any one Coverage Form or policy. This condition does not apply to any Coverage Form or policy issued by us or an af- filiated company specifically to apply as excess insurance over this Coverage Form. rations; and Page 8 of 10 Copyright, Insurance Services Office, Inc., 1996 CA00010797 0 .- 06/07/2004 14:28 WESTLQND INS. BROKERS 3 17606028556 CERTHOLDER COPY STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142-0807 Fu N I> CERTIFICATE OF WORKERS' COMPENSATION INSURANCE CO M PE N SAT1 0 N INSURANCE N0.545 D008 ISSUE DATE; 06-07-2004 GROUP 000046 POLICY NUMBER 8604-2004 CERTIFICATE ID: 221 CERTIFICATE EXPIRES: 0 I- 0 1-2 0 05 a1-o1-2004/01-01-2005 CITY OF CARLSBAD 1635 FARADAY AVENUE CARSLBAD CA 92009-1576 JOB: PALOMAR AIRPORT 12-INCH WATER PTPELINE, PROJECT NO. 3479 This is to cerbfy that we have issued a valid Worker's Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below forthe policy period indicated. This policy is not subject to cancellation by the Fund except upon 30 days advance written notice to the employer. We will also give you 30 days advance notice should this policy be cancelled prior to its normal expidon. This certiicate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate of insurance may be issued or may pertain. the insurance afforded by the policies described herein is subject to all the terms, exclusions, and conditions, of such policies. PRESlDENl EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. ENDORSEMENT #1600 - DONALD PF3SCOTT HUBBARD, PRESIDENT - EXCLUDED. ENDORSEMENT #1600 - DOROTHY MAXINE HUBBARD, V.P. - EXCLUDED. ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 01-61-2001 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. EMPLOYER DON HUEBARD CONTRACTING CO (A CORP] 1015-A LINDA VISTA DR SAN MARCOS CA 92069 SClF 10262E Accep( mk ca17M GIly N YOU SBD a bin1 waleman VI1 mads WFFICW STATE FUND OQCUMEKT $R%Q 0807-2004 PAGE 1 OF1 C.. BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) PALOMAR AIRPORT IZINCH WATER PIPELINE CONTRACT NO. 3479 1. Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? 2. If yes, what wadwere the name(s) of the agency(ies) and what wadwere the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred party debarred agency agency period of debarment period of debarment I BY CONTRACTOR: G!)mPcn)/ Page of \ of \ pages of the Re Debarment form e= tSRevised: 10/08/03 Contract No. 3479 Page 25 of 89 Pages ~~ I .- BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) PALOMAR AIRPORT 12-INCH WATER PIPELINE CONTRACT NO. 3479 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? \A Yes no - 2) Has the suspension or revocation of your contractors license ever been stayed? nl& 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? - 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? r\ 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 therefor. -- - _. (If needed attach additional sheets to pmvide full disclosure.) Page \ of 3 pages of this Disclosure of Discipline form 4- tSRevised: 10/08/03 Contract No. 3479 Page 26 of 89 Pages ..- BIDDER’S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) PALOMAR AIRPORT 12-INCH WATER PIPELINE CONTRACT NO. 3479 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: Page 9 of 2 pages of this Disclosure of Discipline form e= %#Revised: 10/08/03 Contract No. 3479 Page 27 of 89 Pages NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 PALOMAR AIRPORT 12-INCH WATER PIPELINE CONTRACT NO. 3479 State of California 1 Countyof SCA n‘\~y ) ss. n M*A& \r , being first duly sworn, deposes (Nahe of Bidder) and says that he or she is of bn Hi the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the 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, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. and correct and that this affidavit was - ’ GxDf ..- I Subscribed and sworn to me on the ,; day of 0 ( \ \ dw 4-h (NOTARY SEAL) 4- tSRevised: 10/08/03 Contract No. 3479 Page 28 of 89 Pages .- CONTRACT PUBLIC WORKS aa4 This agreement is made this Act.% day of 3L( d 6 , h, by and between the Carlsbad Municipal Water District of Carlsbad, California, a municipal corporation, (hereinafter called "District"), and DON HUBBARD CONTRACTING COMPANY whose principal place of business is 1015-A LINDA VISTA DRIVE, SAN MARCOS. CA 92069 (hereinafter called "Contractor"). District and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: PALOMAR AIRPORT 12-INCH WATER PIPELINE CONTRACT NO. 3479 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, 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, Designation of Subcontractors, Designation of Owner Operator/Lessors, Bidder's Statements of Financial Responsibility, Technical Ability and Experience, Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the Supplemental Provisions, addendum(s) to said Plans and Specifications and Supplemental 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 indicated, 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 suppliers 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 Standard Specifications for Public Works Construction (SSPWC) 2003 Edition, and the applicable supplements thereto, hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Supplemental 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. w %#Revised: 10/08/03 Contract No. 3479 Page 29 of 89 Pages I 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 information 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 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 251 17 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 procedures 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 California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. .- e= $#Revised: 10/08/03 Contract No. 3479 Page 30 of 89 Pages 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the District and the City of Carlsbad, 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 connection 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 or City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City and District against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City and District. Defense costs include the cost of separate counsel for City and District, if City or District request separate counsel. IO. 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 District's policy for insurance as stated in Resolution No. 772. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Comprehensive 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 and City, or its agents, officers or employees are additional insured. 8 b. 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. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) 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 and City, 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 contractor. The coverage shall contain no special limitations on the scope of protection afforded to the District or City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability and employers' liability. - e= %#Revised: 10/08/03 Contract No. 3479 Page 31 of 89 Pages /- b. The Contractor's insurance coverage shall be primary insurance as respects the District and City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the District or City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. to the District and City, its officials, employees or volunteers. Any failure to comply with reporting provisions of the policies shall not affect coverage provided d. 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. (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 thirty (30) days' prior written notice has been given to the District by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the District, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the District and City, 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 City 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-:V. Insurers must also be authorized to transact the business of insurance' 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 the Board of Directors in Resolution No. 772. (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. 4- ESRevised: 10/08/03 Contract No. 3479 Page 32 of 89 Pages 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 201 04) which are incorporated by reference. A copy of Article 1.5 is included in the Supplemental Provisions I section. The contractor shall initially submit all claims over $375,000 to the District using the informal dispute resolution process described in Public Contract Code subsections 201 04.2(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 Government 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. (6) False Claims. Contractor acknowledges that if 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. (D) Penalty Recovery. If the Carlsbad Municipal Water District seeks to recover penalties pursuant to the False Claims Act, it is entitled to ecover 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 another jurisdiction is grounds for the Carlsbad Municipal Water District to disqualify the Contractor or subcontractor from participating in future contract bidding. (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. I have read and understand all provisions of Section 1 I above. 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, 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. & nitia ) 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. kSRevised: 10/08/03 Contract.No. 3479 Page 33 of 89 Pages - 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 established 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. 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 included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 16. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE '. ATTACHED , >',> 4 e ,. 1 (CORPORATE SEAL) CONTRACTOR: 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. If signed by an individual partner, the partnership must attach a statement of partnership authorizing the partner to execute this instrument. APPROVED AS TO FORM: RONALD R. BALL General Counsel By: -_ Dephy General c'oun&l $@Revised: 10/08/03 Contract No. 3479 Page 34 of 89 Pages - CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT I- - } ss. State of California 0 personally appear NarneQof Signer@) ersonally known to me F 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare 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. WITNESS m hand and o I al seal. fi,. AX - TY Signature Q- of Nolary Public OPTIONA\LJ I Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer’s Name: ci Individual 0 Corporate Officer - Title(s): 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: Prod No 5907 Reorder Call Toll-Free 1-800-876-6827 0 1999 National Notary Associatwn 9350 De Soto Ave PO Box 2402 * Chatsworth, CA 91313-2402 * www natwnalnotary org * . .- .- BOND NO- 212 74 65 PlUMIm INCLUDED LABOR AND MATERIALS BOND WHEREAS, the Board of Dlfectors of the Clty of Carlsbad, State of California, by Resolution No. 1?r)7 , adopted F 1; 7 04 , has swarded to DON HWBABD COBITRA~I%N CO. $NC. (hereinafter deslgnated as the 'Principal"), a Contract for: PALOMAR AIRPORT 12-INCH WATER PIPELINE CONTRACT NO. 3479 in the Clty of Carlsbad. in strict conformity with the drawings and specifications, and other Contract Documents now on file In the Office of the Secretary of the Board of Directors (City Clerk of the City of Carlsbad) and all of which are incorporated herein by thls reference. WHEREAS, Principal has executed or Is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or Other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on thls bond MI1 pay the same to the exlent hereinafter set forth. NOW, THEREFORE, WE, ~ DON "URD , as Principal, (hereinafter designated as the "Contractor"). and as Surety, are held firmly bound unto the Carlsbad Municipal the sum of being an amount e3 Oneeta! amount payable under the terms of the contract by the Carlsbad Municipal Water Dlstrict. and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. FTGHTY-FTVF TH TH - Dollars ($ R5 ~ 00 ), said sum THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or hlslher subcontractors fail to pay for any materials, provislons, 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, conslstent with California Civil Code section 3181, or for amounts due under the Unemployment insurance Code with respect to the work of labor performed 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 Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be flxed by the court consistent with California Civil Code section 3248. This bond shall inure to the benefit of any of the persons named in California Civil Code section 3181, so as to give a right of actlon to those persans or their assigns in any suit brought upon the bond. Surety stlpulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be pelformed thereunder 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 addltion to the terms of the contract or to the work or to the specifications. Contraor No. 3479 Page 35 of 89 Pages ___~~ - In the event that Contractor is an Indivldual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. .kh Executed by CONTRACTOR this \b CONTRACTOR: 1 (print name here) Executed by SURETY this, 9th day of JUNE ,20x. SURETY': INSURANCE COMPANY OF TEE WEST 11455 EL CAMINO REAL SAN DIEGO, CA 92130-2045 (name of Surety) (address of Surety) By: / '(slfjn here) AMERICA SAN MARTIN, ATTORNEY-IN-FACT (printed name of Attorney-ln%ct) (attach corporate resolution showing current power of attorney) Wd (print name hen) XPkXU (title and organization of signato (Proper notarial acknowledge 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 secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL General Counsel BY Deputy General Counse) c Contrect No. 3479 Page 36 of 89 Pages _*. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California 'I County of on?^^^ \ beforeme,dq C&&h WAU personally appeared Namels) of Sianerls) I .. ersonally known to me %proved to me on the basis of satisfactory evidence to be the person@) whose name@) idare subscribed to the within instrument and acknowledged to me that heJshelthey executed the same in his/her/their authorized capacity(ies), and that by hislherltheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and officia1,seal. OPTIONAL ~ Though the information below is not required by law, if may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer@) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: 0 Individual Corporate Officer - Title@): Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Trustee Guardian or Conservator 0 Other: Signer Is Representing: - 0 1999 National Notary Association * 9350 De Solo Ave.. P.O. Box 2402 Chatsworlh. CA 91313-2402 - www.nationalnotary org Prod. No. 5907 Reorder Call Toll-Free 1-800-876-6827 - CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT } SS. State of California County of SAN DIEGO On 6-9-04 before me, MARIA V. DRIPPS, NOTARY PUBLIC , Date Name and Title of Ofllcer (e g , “Jane Doe, Notary Public”) personally appeared AMERICA SAN MARTIN Name@) of Signer@) M personally known to me 0 proved to me on the basis of satisfactory evidence to be the person($ whose name0 is/- subscribed to the within instrument and acknowledged to me thatmshe- executed the same in lWher/EW€ authorized capacity(ies), and that by XE/her/LB[e& signatureo on the instrument the person($; or the entity upon behalf of which the person(@ acted, executed the instrument. WITNESS my hand and official seal. Notary Public - CallfOfnlO OPTIONAL Though the information below is not required by law, it may prove valuable to persons re/ying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document ntle or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer’s Name: 0 Individual 0 Corporate Officer - Title(s): 0 Partner - 12 Limited 0 General Cl Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: 0 1999 National Notary Association - 9350 De Sal0 Ave., P.O. Box 2402 - Chatswcflh. CA 9131 3-2402 * www.nationalnotary.org Pmd. No. 5907 Reorder: Call Toll-Free 1-800-876-6827 No. 0001363 ICW GROUP Power of Attorney Insurance Company of the West KNOW ALL MEN BY THESE PRESENTS. That Insurance Company of the West, a Corporation duly organlzed under the laws of the State of California, The Explorer Insurance Company, a Corporation duly organued under the laws of the State of hzona, and Independence Casualty and Surety Company, a Corporation duly organized under the laws ofthe State of Texas, (collectively referred to as the “Conipanles”), do hereby appoint The Explorer Insurance Company Independence Casualty and Surety Company DAVID L. WALKER, LAWRENCE F. MCMAHON, LETICIA SAN MARTIN, CHRISTINE A. PATERSON VALERIE M. PEARCE, BART B. STEWAKT, JACK T. WARNOCY, AMERICA SAN MARTIN their true and lawful Attomey(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalfofthe Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Conipanies have caused these presents to be executed by its duly authorized officers this 16th day of January, 2001 INSURANCE COMPANY OF THE WEST TIE EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY John H. Craig. Assistant Cecretary John L. Hannum. Executive Vice President State of California County of San Diego ss. On December 5.2003, before me, Mary Cobb, Notary Public, personally appeared John L. Hannum and John H. Craig, personally known to me to be the persons whose names are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. Witness my hand and official seal i/ Mary Cobb, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: “RESOLVED That the President, an Executive or Senior Vice President of Ihe Company, together with the Secretary or any Assistant Secretary. are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attorney( s)-in-Fact to date. execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds. undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the si,gnatures of the offcers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying.” CERTIFICATE & the undersigned, Assistant Secretary of hisurance Company of the West, The Explorer lnsurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duiy adopted by the respective Boards of Directors ofthe Companies, and are now in full force. 2004 . IN WlTNESS WHEREOF, I have set my hand this 9th day of JUNE ---.> John H. Craig. Assistant Secretary To verify the authenticity ofthis Power of Attorney you may call I-800-877-1 11 1 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92130-2045 or call (855) 350-2400, LCW. GROUP Insurance Company of The West The Explorer Insurance Company Independence Casualty and Surety Company 11455 El Camiuo Real, San Diego. CA 92130-204s P.O. BOX 85563. San Diego, CA 92186-5563 nww.icwgroup.com (858) 350-2400 FAX (858) 350-2707 BondNumber: 212 74 65 Terrorism Risk Rider This rider addresses the requirements of the Terrorism Risk Insurance Act of 2002. In accordance with the above Act, we are providing this disclosure notice for all bonds on which one or more of the above identified companies is a surety. Coverage for certified acts of terrorism is included in the attached bond and will be partially reimbursed by the United States under a formula established by the Act. The United States will pay 90% of covered terrorism losses in excess of a statutory established deductible to the insurance company issuing the bond. In no way will the payment for loss on this bond exceed the limit of liability under this bond. This rider does not provide coverage for any loss that would otherwise be excluded by the terms of this bond, The portion of the premium, for this bond, attributable to coverage for certified acts of terrorism under the Act is One Dollar ($1.00). Important Notice: The cost of terrorism coverage is subject to change on any bond that premium is charged annually. BOND NO. 212 74 65 PmIJM: $939.00 Premlum is for Contract Term and Subject to Adjustment Based on Final Contract Price FAITHFUL PERFORMANCENARRANTY BOND WHEREAS, the Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad, State of California, by Resolutlon N0.&07 , adopted 1. 7004 , has awarded to DON HUBBARD CONTRACTING Coo. INC. , (hereinafter designated as the “Principal”), a Contract for: PALOMAR AIRPORT IZINCH WATER PIPELINE CONTRACT NO. 3479 In the Carlsbad Municipal Water District, 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 Board of Directors (City Clerk of the City of Carlsbad), 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, DON HWBARD CONTRACTING C0.s INC- (hereinafter designated as the “Contractor“), and , as Prtncipal, INSURANCE COMPANY OF THE WEST , as Surety, are held and firmly bound unto the Carlsbad Municipal Water District, in the sum Of EIGHTY-FIVF Tm. TWF HUURFD TwFNTY - TWO ------------ ------1-----1-___ --__--I - --z __ Dollars -hundred (3 percent (100%) of the estimated amount of the Contract, to be paid to District or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIQATION IS SUCH that if the above bounden Contractor, their helrs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meanin , and shall agents, as therein sti uiated, then this obligation shall become null and void; othewise it shall remain in full force an 8 effect. As a part of the obligation secured hereby and In addition to the $ce amount spscMcd therefor, there shall be included costs and reasonable expenses and fees, including reasonable attorney’s fees, incurred by the District in successfully enforcing such obligation, all to be taEd as costs and included in any judgment rendered, Surety stipulates and agrees that no change, extension of time. alteration or addltlon to the terms of the Contract, or to the work to be performed thereunder or the specifications accompanying the same shall affect Its obligations on thls bond, and It does hereby waive notfce of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the speciflcations. indemnify and save harmless the Carlsbad Municipal Water District, Its officers, ernp B oyees and @Revised: 10/08/03 Contract No. 3479 Page 37 of 8Q Pages _- -- - - ~- ~___ In the event that Contractor Is an indlvidual, 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 \o* day of A~P~ ,200v . CONTRACTOR: 0.. INC. - (name of Contractor) By: (print name here) v td\AP! (Title and Organization of Signatory) ' (sign here) - 6, uthbAcA (print name here) Executed by SURETY this 9th day of JUNE ,2004_. SURETY: COMPANY OF THE WEST (name of Surety) 11455 EL CAMINO BEAI. SAN DIEGO. CA 92130-2045 (address of Surety) (858) 350-2900 AHERICA SAN MAR!I'IN, AITORN'EX-IN-FACT (printed name of Attorney-in-fact) (Attach corporate resolution showing current power of attorney.) .MAP* (Title and Organization of si&toty) (Proper notarial acknowledge of execution by CONTRACTOR and SURElY must be attached.) (President or vice-presldent 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 corporate seal ernpowerfng that ~~cer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL Qsneral Counsel By: Deputy Gbneral Cound6l Contract No. 3479 Page 38 of 8Q Pages - -- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California personally appeared to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that helshelthey 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. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer 3 Corporate Officer - Title(s): 3 Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Guardian or Conservator Signer Is Representing: 0 1999 National Notary ASSOciation * 9350 De Sot0 Ave.. P.O. Box 2402 - Chatswodh. CA 91 31 3-2402 * www.nationalnotary.org Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827 No. 0001363 ICW GROUP Power of Attorney Insurance Company of the West The Explorer lnsiirance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, The Explorer Insurance Company, a Corporation duly organized under the laws of the State of Arizona, and Independence Chualty and Surety Company, a Corporation duly organized under the laws ofthe State of Texas, (collectively referred to as the “Companies”), do hereby appoint DAVID L. WALKER, LAWRENCE F. MCMAHON. LETICM SAN MARTIN, CHRLSTINE A. PATERSON VALERIE M. PEARCE, BART B. STEWART, JACK T. WARNOCK, AMERICA SAN MARTIN their true and lawful Attorney(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 16th day of January, 2001 John H. Craig, Assistant Secretary INSURANCE COMPANY OF THE WEST THE EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY L, John 1.. Hannum, Executive Vice President State of California County of San Diego On December 5,2003, before me, Mary Cobb, Notary Public, personally appeared John L. Hannuni and John H. Craig, personally known to me to be the persons whose names are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted. executed the instrument. ] ss. Witness my hand and official seal. L, Mary Cohb, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed. sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: “RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attorney(s)-in-Fact to date, execute, sign, seal. and deliver on behalf of the Company. fidelity and snrety bonds. undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FLIRTHER: That the signatures of the oflicers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying.” CERTIFICATE L the undersigned, Assistant Secretary of Insurance Company of the West, The Explorer Insiirance Company, and Independence Casualty md Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors oftlie Companies, and are now in full force. IN WITNESS WHEREOF, I have set my hand this 9th day of .= , 2004. John H. Craig, Assistant Secretary To verify the authenticity of this Power ofAtlorney you may call 1 -X00-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s) arid details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Canlino Real, San Diego. CA 92130-2045 or call (85s) 350-2400. ,- I.C.W. GROUP Insurance Cornpany of The West The Explorer Insurance Company Independence Casualty and Surety Company 11455 El Camho Real. San Diego. CA 92 130-2045 P.O. BOX 85563. San Diego. CA 92186-5563 nww.im7group. corn (858) 350-2400 FAX (858) 350-2707 BondNumber: 212 74 65 Terrorism Risk Rider This rider addresses the requirements of the Terrorism Risk Insurance Act of 2002. In accordance with the above Act, we are providing this disclosure notice for all bonds on which one or more of the above identified companies is a surety. ,- Coverage for certified acts of terrorism is included in the attached bond and wiU be partially reimbursed by the United States under a formula established by the Act. The United States will pay 90% of covered terrorism losses in excess of a statutory established deductible to the insurance company issuing the bond. In no way will the payment for loss on this bond exceed the limit of liability under this bond. This rider does not provide coverage for any loss that would otherwise be excluded by the terms of this bond. The portion of the premium, for this bond, attributable to coverage for certified acts of terrorism under the Act is One Dollar (% 1.00). i ' Important Notice: The cost of terrorism coverage is subject to change on any bond that premium is charged annually. OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the Carlsbad Municipal Water District whose address is 5950 El Camino Real, Carlsbad, California, 92008, hereinafter called "District" and whose address is hereinafter called 'Contractor" and whose address is he re in after ca I led "Escrow Agent .I' For the consideration hereinafter set forth, the District, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the District pursuant to the Construction Contract entered into between the District and Contractor for the Palomar Airport 12-Inch Water Pipeline, Contract No. 3479 in the amount of dated (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the District shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the District within 10 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the Escrow Agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the District and Contractor. Securities shall be held in the name of the District and shall designate the Contractor as the beneficial owner. - 2. The District shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the District makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the District pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred 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 Athout notice to the District. - e- tSRevised: 10/08/03 Contract No. 3479 Page 39 of 89 Pages 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 City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifymg that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. IO. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City ..- For Contractor: For Escrow Agent: Title FINANCE DIRECTOR Name Signature Address Title Name Signature Address Title Name Signature Address At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. 4- QSRevised: 10/08/03 Contract No. 3479 Page 40 of 89 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City For Con tractor: For Escrow Agent: Title MAYOR Name Signature Address Title Name Signature Address Name Signature Address e= %#Revised: 10/08/03 Contract No. 3479 Page 41 of 89 Pages SUPPLEMENTAL PROVISIONS FOR CONTRACT NO. 3479 PALOMAR AIRPORT 12-INCH WATER PIPELINE SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 1, GENERAL PROVISIONS SECTION I -- TERMS, DEFINITIONS'ABBREVIATIONS AND SYMBOLS 1-1 TERMS Add the following section: 1-1 .I 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 accompanying these provisions, unless stated otherwise. Add the following section: 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. Add the following section: 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", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. Add the following section: 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 installing 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. 1-2 DEFINITIONS. Modify as follows: The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Agency -the Carlsbad Municipal Water District of Carlsbad, California. Board of Directors - the Board of Directors of the Carlsbad Municipal District of the City of Carls bad. em tSRevised: 10/08/03 Contract No. 3479 Page 42 of 89 Pages Executive Manager - the Executive Manager of the Carlsbad Municipal Water District or hidher approved representative. Dispute Board - persons designated by the Executive Manager to hear and advise the Executive Manager on claims submitted by the Contractor. The Executive Manager is the last appeal level for informal dispute resolution. Engineer - the District Engineer of the Carlsbad Municipal Water District or hidher approved representative. The District Engineer is the third level of appeal for informal dispute resolution. Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired, directed, 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 ”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 of the Standard Specifications and these Supplemental Provisions. Owner Operator/Lessor - Any person who provides equipment or tools with an operator provided who is employed by neither the Contractor nor a subcontractor and is neither an agent or employee of the Agency or a public utility Principal Inspector - The Senior Inspector’s immediate supervisor and second level of appeal for informal dispute resolution. Project Inspector - the Engineer’s designated representative for inspection, contract administration and first level for informal dispute resolution. Project Manager - the District Engineer of the Carlsbad Municipal Water District or hidher approved representative. Senior Inspector - the Project Inspector’s immediate supervisor and first level of appeal for informal dispute resolution. 1-3 ABBREVIATIONS 1-3.2 Common Usage, add the following: Abbreviation Apts Bldg CMWD CSSD cfs Comm DR E G gal em %#Revised: 10/08/03 Word or Words Apartment and Apartments Building band Buildings Carlsbad Municipal Water District Carlsbad Supplemental Standard Drawings Cubic Feet per Second Commercial Dimension Ratio Electric Gas Gallon and Gallons Contract No. 3479 Page 43 of 89 Pages Gar GNV gpm IE LCWD MSL MTBM NCTD OHE OMWD ROW S SDNR SDRSD SFM T UE W VWD FLG PJ CML&C Garage and Garages Ground Not Visible gallons per minute Invert Elevation Leucadia County Water District Mean Sea Level (see Regional Standard Drawing M-12) Microtunneling Boring Machine North County Transit District Overhead Electric Olivenhain Municipal Water District Right-of-way Sewer or Slope, as applicable San Diego Northem Railway San Diego Regional Standard Drawings Sewer Force Main Telephone Underground Electric Water, Wider or Width, as applicable Vallecitos Water District Flanged Push Joint Cement Mortar Lined & Coated SECTION 2 -- SCOPE AND CONTROL OF THE WORK 2-3 SUBCONTRACTS. 2-3.1 General, add the following: 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 to deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The Board of Directors 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 of Directors and shall be notified ten (IO) days in advance of the time and location of said hearing. The determination of the Board of Directors shall be final. 2-4 CONTRACT BONDS, modify the second sentence of paragraph one as follows: Delete, "who is listed ,in the latest Rrsion of U.S. Department of Treasury Circular 570." Modify Paragraphs three and four to read: The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performancelwarranty bond shall be in the amount of 100 percent of the contract price . The Contractor shall provide bonds to secure payment of laborers and material suppliers, in an amount equal to: 1 ) One hundred percent (1 00%) of the total amount payable bu the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000). 2) Fifty percent (50%) of the total amount payable, by the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($1 0,000,000). 3) Twenty-five percent (25%) of the total amount payable be the terms of the contract if the contract exceeds ten million dollars ($1 0,000,000). e %#Revised: 1 0/08/03 Contract No. 3479 Page 44 of 89 Pages 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 all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payrnent of laborers and material suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. Add the following: All bonds are to be placed with a surety insurance carrier admitted and authorized 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 unrevoked appointment, power of attorney, by laws, or other 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. instrument entitling or authorizing the person who executed the bond to do so. 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. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General, add the following: The specifications for the work include the Standard Specifications for Public Works Construction, (SSPWC), 2003 Edition, and the applicable supplements thereto, hereinafter designated "SSPWC", as written and promulgated by the Joint Cooperative Committee of the Southern California Chapter American Public Works Association and Southern California Districts Associated General Contractors of California, and as amended by the Supplemental Provisions section of this contract. The construction plans consist of one (1) set. The set is designated as City of Carlsbad Drawing No. 389-07 and consists of two (2) sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRS, as issued by the San Diego County Department of Public Works, together with the most recent edition of the Carlsbad Municipal Water District Supplemental Standard Drawings. Copies of some of the pertinent standard drawings are enclosed as an appendix to these Supplemental Provisions. 2-52 Precedence of Contract Documents, modify as follows: 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) Addenda issued during the bidding process. 3) Supplemental Provisions. 4) Special Conditions. 5) Plans. em %#Revised: 10/08/03 Contract No. 3479 Page 45 of 89 Pages 6) Standard Plans. a) City of Carlsbad Supplemental 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) State of California Department of Transportation Standard Plans. 7) Standard Specifications for Public Works Construction. 9) Manufacturer's Installation Recommendations. . 8) Reference Specifications. Change Orders, Supplemental Agreements and approve revisions to Plans and Specifications will take precedence over items 2) through 9) above. Detailed plans and plan views shall have precedence over general plans. 2-5.3.3 Submittals, add the following: Furnish six (6) copies of each submittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.9. The label '4-C' would indicate the third instance that the fourth submittal has been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of Transmittal shall contain the following: I) 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 6) Description of the contents of the submittals. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that he has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "1 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 allocated spaces, and is submitted for approval. By: Title: Date: Company Name: Except as may otherwise be provided herein, the Engineer will return prints of each submittal to the Contractor, with his comments noted thereon, within 30 calendar days following their receipt by the Engineer. It is considered reasonable that the Contractor shall make a complete and acceptable submittal to the Engineer by the second submission of a submittal item. The Owner reserves the right to withhold monies due the Contractor to cover additional costs of the Engineer's review beyond the second submission. If 3 copies of a submittal are returned to the Contractor marked "NO EXCEPTIONS TAKEN" formal revision and resubmission of said Submittal will not be required. 4- %#Revised: 10/08/03 Contract No. 3479 Page 46 of 89 Pages If 3 copies of a submittal are returned to the Contractor marked "MAKE CORRECTIONS NOTED", formal revision and resubmission of said submittal will not be required. If 1 copy of the submittal is returned to the Contractor marked "AMEND AND RESUBMIT", the Contractor shall revise said submittal and shall resubmit required number of copies of said revised submittal to the Engineer. If 1 copy of the submittal is returned to the Contractor marked "REJECTED-RESUBMIT", the . Contractor shall revise said submittal and shall resubmit required number of copies of said revised submittal to the Engineer. Add the following: 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 upon completion of the work. Payment for performing the work required by section 2-5.4 shall be included in various bid items and no additional payment will be made therefor. 2-9 SURVEYING 2-9.1 Permanent Survey Markers, Delete sections 2-9.1 and replace with the following: 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 surveying within the State of California, hereinafter surveyor, to establish the location of the monument before 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 permanent 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. 2-9.2 Survey Service, Delete sections 2-9.2 and replace with the following: The Contractor shall hire and pay for the services of a 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 requirements 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. Add the following section: 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 a %@Revised: 10/08/03 Contract No. 3479 Page 47 of 89 Pages form on 215mm by 280 mm (8’/*” by 11”) paper. The field notes, calculations and data shall be clear and complete with name of the Surveyor, the party chief, field crew members, preparer 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 CALTRANS “Surveys Manual”. The Contractor 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-IO 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 accessory to, property corners and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments 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 unadjusted 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 to the County Recorder. Add the following section: 2-9.2.2 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.2.1 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 therefor. Payment for the replacement of disturbed monuments and the filing of comer records shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made therefor. 2-10 AUTHORITY OF BOARD AND ENGINEER Add the following section: 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. Add the following section: 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 subcontractor‘s performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection ofpremises, reports, contracts, subcontracts and interviews of Contractor’s staff and the staff of all subcontractors to the 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, payrolls, 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 Contractor‘s ongoing business operations. Contractor and all of its subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. em %SRevised: 10/08/03 Contract No. 3479 Page 48 of 89 Pages 3-3 EXTRA WORK. 3-3.2.1 Contract Unit prices, add the following: In the case of an increase or decrease in quantity of a minor bid item in excess of 25 percent of the original quantity bid adjustment of contract unit price for such items will be limited to that portion of the change in excess of 25 percent of the original quantity listed in the Contractor‘s bid proposal for this contract. Adjustments in excess of 25 percent may, at the option of the Engineer, be paid pursuant to section 3-3, Extra Work. 3-3.2.2 ( c ) Tool and Equipment Rental, 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 & Equipment Rental Rates” published by CALTRANS, 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 rates published therein are not a part of this contract. second paragraph, modify as follows: 3-3.2.3 Markup, replace with the following: Delete section 3-3.2.3 from the 1995 and 1996 Supplements to the SSPWC and (a) and shall constitute the markup for all overhead and profits: Work by Contractor. The following percentages shall be added to the Contractor‘s costs 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, 1 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 Subcontractor, the markup established in 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, add the following after the second sentence: 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. 3-4 CHANGED CONDITIONS. delete the second sentence of paragraph three, delete paragraph five (5), and add the following: 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 Engineer 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 Contractor 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. %#Revised: 10/08/03 Contract No. 3479 Page 49 of 89 Pages The Contractor shall provide the District with a written document containing a description of the particular 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 12650-1 2655. “The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code sections 12650-1 2655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City’s proposed final estimate in order for it to be further considered.” By: Title: Date: Company Name: 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. Add the following: 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. Delete second sentence of paragraph one and add the following: Prior to proceeding with dispute resolution pursuant to Public Contract Code (PCC) provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Senior Inspector 3. Principal Inspector 4. Public Works Director 5. Executive 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 Executive Manager after which 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 Executive Manager. Actual approval of the claim is subject to the change order provisions in the contract. e= kpRevised: 10/08/03 Contract No. 3479 Page 50 of 89 Pages 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)(l) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less 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 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(l) "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. (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)(l) 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 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 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)(l) 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 conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a e* %#Revised: 10/08/03 Contract No. 3479 Page 51 of 89 Pages 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 claimant may file a claim as provided in 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. 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: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to nonbinding 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 1 Sday period, any party may petition the court to appoint the mediator. (b)(l) 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 the 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 .lo) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo 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. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.3.1 General, add the following: 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 em %#Revised: 10/08/03 Contract No. 3479 Page 52 of 89 Pages 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 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. 4-1.4 Test of Materials, sentence of the first paragraph. delete the phrase, “and a reasonable amount of retesting”, from the third add the following: Except as specified in these Supplemental 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 and the 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 him before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after 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 product 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 requirements 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. 4-1.6 Trade names or Equals, add the following: The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion 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 theAgency. Add the following section: 4-2 MATERIALS TRANSPORTATION, HANDLING & STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quality 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 on 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. emf %#Revised: 10/08/03 Contract No. 3479 Page 53 of 89 Pages The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. SECTION 5 -- UTILITIES 5-1 LOCATION. Add the following: 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. 5-4 RELOCATION. Delete the first paragraph and substitute the following: In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon request to the Engineer, may be permitted to temporarily omit the portion of work affected by the utility. Such omission shall be for the Contractor’s convenience and no additional compensation will be allowed therefor. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. SECTION 6 -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete subsection 6-1 and substitute the following: 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 fourteen (1 4) calendar days after receipt of the “Notice to Proceed”. Add the following section: 6-1 .I 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 Contractor’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. Add the following section: 6-1.2 Measurement And Payment Of Construction Schedule. The Contractor’s preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefor. 6-2 PROSECUTION OF WORK Add the following section: 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. The work includes approximately 560 feet of 12- inch pipe and related appurtenances. The proposed pipeline alignment is located west of an existing Landfill Unit IB. 4- \#Revised: 10/08/03 Contract No. 3479 Page 54 of 89 Pages 6-6 DELAYS AND EXTENSIONS OF IIME. 6-6.4 Written Notice and Report. The Contractor shall provide 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 supervisor 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@) required by this section the Contractor agrees that no delay has occurred and that it will not submit anyclaim(s) therefor. Modify as follows: 6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the work to completion within forty (40) working days after the starting date specified in the Notice to Pmceed. 6-7.2 Working Day. Add the following: Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:OO a.m. and 4:OO 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 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 hidher 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. 6-8 COMPLETION AND ACCEPTANCE. Delete the second paragraph and add the following: 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 requirements 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 offtce of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. Add the following: Where not otherwise specified in these provisions, the completed Work will leave the site in a condition similar to the condition that eisted prior to starting the Work. Delete the first sentence of the third paragraph and substitute the following two sentences: 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. 6-9 LIQUIDATED DAMAGES. Modify the last sentence of the first paragraph and the first sentence of the second paragraph and add the following: For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum offive hundred dollars ($500.00). Execution of the Contract shall constitute agreement by the Agency and Contractor that five hundred 4i- %#Revised: 10/08/03 Contract No. 3479 Page 55 of 89 Pages dollars ($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 Maiver of this paragraph or of any damages. SECTION 7 -- RESPONSIBILITIES OF THE CONTRACTOR 7-3 LIABILITY INSURANCE. Add the following: All insurance is to be placed with insurers that . have a rating in Best's Key Rating Guide of at least A-:V and 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. 7-4 WORKERS' COMPENSATION INSURANCE. Add the following: 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 agency will obtain, at no cost to the Contractor, all encroachment, right-of-way, grading, resource agency and building permits necessary to perform work for this contract on Agency property, in streets, highways (except State highway right-of-way), railways 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 Contractor shall obtain and pay for an Airport Use Permit (619) 956-4829. The cost of said permit(s) shall be included in the price bid for the underground conduit construction and no additional compensation will be allowed therefor. County staff has indicated that $500 is a prudent budget allowance for the Airport Use Permit, though final cost may vary. Delete the first sentence and add the following five sentences: 7-7 COOPERATION AND COLLATERAL WORK. Add the following section: 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-7.1.1 Airport Permit 8, Coordination. The Contractor shall obey the McClellan-Palomar Airport Rules & Regulations Construction Safety & Security Requirements and shall coordinate and cooperate with the Airport Manager and the Project Inspector as required. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Add the following: Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in hidher sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. 7-8.5 Temporary Light, Power and Water. Add the following: The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the e= %$Revised: 10/08/03 Contract No. 3479 Page 56 of 89 Pages 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 therefor. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made the ref0 r. 7-8.6 Storm Water Pollution Prevention Requirements, Add the following: Prior to commencing construction activities, Contractor shall prepare a Storm Water Pollution Prevention Plan (SWPPP) for this project in accordance with the California State Water Resources Control Board Order No. 2001 -01 -DWQ, NPDES General Permit No. CAS01 08758 the “Water Discharge Requirements for Discharges of Storm Water Runoff Associated with Construction Activity”. The SW PPP, including Storm Water Monitoring and Reporting Program, shall fully satisfy all applicable requirements of the General Permit and City of Carlsbad Requirements. The SWPPP shall include the Notice of Intent issued by the State Water Resources Control Board. Contractor shall submit a copy of the SWPPP to the Engineer for filing, and shall maintain a copy of the SWPPP on the job site at all times for review and inspection by the Regional Water Quality Control Board. Contractor shall implement the SWPPP, including training of personnel and implementation of all applicable Best Management Practices (BMPs). Contractor shall also perform the Monitoring and Reporting Program in accordance with the General Permit, maintain a copy of all inspection reports onsite, and submit copies of same to Engineer for filing within seven (7) days after each storm event. Add the following section: 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. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. add the following: The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall schedule work in accordance with the Airport Management‘s requirements. 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 929-941 7. Upon completion of trench backfill, the surface of the roadway shall be resurfaced with asphalt concrete pavement. Seventy two hours prior to the start of any construction that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending 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 coordinated with the Project Inspector and the Airport Management and 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 construction. The Contractor 4- ’GSRevised: 10/08/03 Contract No. 3479 Page 57 of 89 Pages shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. 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 Contractor 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. 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. 7-10.3 Street Closures, Detours, Barricades. Modify the second paragraph as follows: At least 5 working days prior to closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 3) Carlsbad Fire Department Dispatch .................................................. (760) 931 -21 97 4) Carlsbad Police Department Dispatch .............................................. (769) 931-21 97 1) The Engineer ...................................................................................... (760) 602-2780 2) Palomar McClellan Airport Manager .................................................. (760) 431-4646 #5 5) Carlsbad Traffic Signals Maintenance ............................................... (760) 438-2980 X-2937 6) Carlsbad Traffic Signals Operations .................................................. (760) 438-1161 X-4500 7) North County Transit District.. ............................................................ (760) 743-9346 8) Coast Waste Management ................................................................ (760) 929-9400 7-10.3 Street Closures, Detours, Barricades. Add the following: Traffic controls shall be in accordance with the plans, Chapter 5 of the California Department of Transportation "Manual of Traffic Controls," 1996 edition and these Supplemental Provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function 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 hidher sole option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($20.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. Add the following section: 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of section 21 4-5.1 .et seq. All temporary reflective channelizers shall conform to the provisions of section 21 4- 5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to section 210-1.6 for materials and section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during emf %$Revised: 10/08/03 Contract No. 3479 Page 58 of 89 Pages . 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 reflective cone sleeves as specified in CALTRANS "Standard Specifications", except the sleeves shall be 180 mm (7") long. Personal vehicles 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 1.8 m (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 7.6 m (25') intervals to a point not less than 7.6 m (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 C23 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a sign post or telescoping flag tree with flags. The sign post or flag tree shall be placed where directed by the Engineer. Add the following section: 7-10.3.2 Maintaining Traffic. The Contractor's personnel shall not work closer than 1.8 m (S'), nor operate equipment within 0.6 m (2') from any traffic lane occupied by traffic. For equipment the 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 location 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. During the entire construction, a minimum of two paved traffic lanes, not less than 3.6m (12') wide, shall be open for use by public traffic in each direction of travel. Add the following section: 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, CALTRANS "Manual of Traffic Control", 1996 edition and provisions under "Maintaining Traffic" elsewhere in these Supplemental Provisions. The provisions in this section 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. 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 components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. Add the following section: 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, 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 10/08/03 Contract No. 3479 Page 59 of 89 Pages proposed by the Contractor and approved by the Engineer.. The Contractor shall not start traffic striping operations using an alternative plan until he has submitted its plan to the Engineer and has received the Engineer‘s written approval of said plan. Add the following section: 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 Chapter 5 of the “Traffic Manual”, 1996 edition published by CALTRANS. 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 temporary 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 temporary 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 pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. Add the following section: 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the travelled 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 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 travelled surface differs from the finished pavement elevation vertical curves must also be shown. The level of detail, format, and graphics shall be of quality and size no less than those on “Standard Specifications Reference Traffic Control Plan” Drawing Number 368-5. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and of the “MANUAL OF TRAFFIC CONTROLS, 1996 Edition as published by the State of California Department of Transportation. Such modification, addition, supplement, 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 professional engineer retained by the Contractor will be beneficial to the e= P’SRevised: 10/08/03 Contract No. 3479 Page 60 of 89 Pages best interests 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 presuppose 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. Add the following section: 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 special 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 therefor. 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 for 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 therefor. Progress payments for "Traffic Control" will be based on the percentage of the improvement work completed. Add the following section: 7-10.4.4 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 necessary 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. 7-13 LAWS TO BE OBSERVED. Add the following: 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. SECTION 9 -- MEASUREMENT & PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK 9-1.4 Units of Measurement, modify as follows: The system of measure for this contract shall be the U.S. Standard Measures. - 9-3 PAYMENT. 9-3.1 General. Delete the eighth paragraph and substitute the following: Guarantee periods, shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion." 4- ESRevised: 10/08/03 Contract No. 3479 Page 61 of 89 Pages 9-3.2 Partial and Final Payment. Delete the second paragraph and substitute the following: Each month, the Engineer will make an approximate measurement of the work performed to the closure 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 the . Standard Specifications (SSPWC). 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 progress pay estimate and submit it to the Contractor for the Contractor’s information. Should the Contractor assert that additional payment is due, the . Contractor shall within ten (IO) 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 receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment 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 document 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 (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. Add paragraph 6 et seq. as follows: After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. The 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 payments 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 Engineer 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 subsection 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. Add the following: Except for those final payment items disputed in the written statement required in subsection 9-3.2 all claims of any dollar amount shatl 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 subsection 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. b Revised: 10/08/03 Contract No. 3479 Page 62 of 89 Pages 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. 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 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 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 subsection 3-5, Disputed Work, for those claims remaining in dispute. Add the following section: 9-3.3.1 Delivered Materials. into the work will not be included in the progress estimate. The cost of materials and equipment delivered but not incorporated Add the following section: 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be made at the stipulated lump-sum price bid therefor in the bid schedule. The Contract lump-sum price paid for mobilization shall not exceed five thousand dollars ($5,000.00), and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, 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 necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work 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 stipulated 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 Notice 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 allowed therefor. em &#Revised: 10/08/03 Contract No. 3479 Page 63 of 89 Pages SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS 200-1 ROCK PRODUCTS 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Add the following: Aggregate base shall be Class 2 Aggregate Base per Caltrans Standard Specification, July 1999, Section 26: Aggregate Bases, Subsection 26-1.02A Class 2 Aggregate Base and as specified herein. Add the following section: 200-2.7 Class 2 Aggregate Base. Aggregate for Class 2 aggregate base shall be free from organic matter and other deleterious substances, and shall be of such nature that it can be compacted readily under watering and rolling to form a firm, stable base. Aggregate may include material processed from reclaimed asphalt concrete, portland cement concrete, lean concrete base, cement treated base or a combination of any of these materials. Aggregate shall conform to the grading and quality requirements shown in the following tables. At the option of the Contractor, the grading for either the 11/2inch maximum or 3/4 inch maxjmum shall be used, except that once a grading is selected it shall not be changed vlithout the Engineer's written approval. AGGREGATE GRADING REQUIREMENTS Percentage Passing I V2/2" Maximum 3/4" Maximum Operating Operating Sieve Sizes Range Range - 2" ................................... 100 1112" .............................. 90-1 00 1" ................................... - 100 314" ................................ 50-85 90-1 00 No. 4 ............................. 25-45 3560 No. 30 ............................ 10-25 10-30 No. 200 ......................... 2-9 2-9 - QUALIlY REQUIREMENTS Operating Tests Range Resistance (R-value) 78 Min. Sand Equivalent 25 Min. Durability Index 35 Min. The aggregate shall not be treated with lime, cement or other chemical material before the Durability Index test is performed. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Operating Range" but meet the "Contract Compliance" requirements, placement of the aggregate base may be continued for the remainder of that day. However, another day's work may not be started until tests, or other information, indicate to the satisfaction e tSRevised: 10/08/03 Contract No. 3479 Page 64 of 89 Pages of the Engineer that the next material to be used in the work will comply with the requirements specified for “Operating Range.” Type of Construction Concrete Class (560-C-3250) (I) All Concrete Used Within the Right-of-way 330-C-23 Trench Backfill Sluny 1 15-E-3 (1 90-E-400) Street Light Foundations and Survey Monuments 330-C-23 If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for “Contract Compliance,” the aggregate base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the Engineer, the aggregate base may remain in place and the Contractor shall pay to the City $2.25 per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. If both the aggregate grading and Sand Equivalent do not conform to the “Contract Compliance” requirements, only one adjustment shall apply. Maximum Slump mm (Inches) (2) 200 (8”) 100 (4”) No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day‘s production, whichever is smaller. - Traffic Signal Foundations Concreted-Rock Erosion Protection SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS .. (560-(2-3250) (590-C-3750) 350-C-27 100 (4”) 3 10-C-17 Der Table 300-1 1.3.1 I (520-C-25OOP) I ’ (1) Except that concrete required to be of higher strength by Table 201-1.1.2(A) SSPWC shall be as per Table 201 -1.1.2(A) SSPWC. (2) As per Table 201-1.1.2(A) SSPWC. (3) Portions of Table 201 -1.1.2(A) of the Standard Specifications for Public Works Construction not shown herein as changed are not affected by this table. 201 -1 2.4 Chemical Admixtures. (e) Air-entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-1/2 percentage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504. e= &#Revised: 10/08/03 Contract No. 3479 ~ Page 65 of 89 Pages ~ ~ SECTION 203 - BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. DELETE sections 203-6.2 and 203-6.3.2 and ADD the following: 203-6.1 General. Add the following: The Contractor shall submit a design mix report and verification ' data for review by the Engineer for each source of supply and type of mixture specified. The design mix report shall indicate the results of all testing requirements identified in sections 203-1.2 and 203- 6.3 of the standard specifications for public works construction and these special provisions. 203-6.2 Materials. Add the following: Asphalt concrete shall be class C2-AR-4000 for surface course, and B-AR-4000 for base course. Asphalt concrete shall be class D2-AR-8000 for dikes and class E-AR-8000 ditches. 203-6.3.2 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be determined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant inspection that confirms the production of a particular mix design and verifies using samples of aggregate taken before the addition of asphalt and mineral filler (Bin). All samples shall be taken in accordance with Calif. Test 125. When Wet Mix or Core samples of asphalt concrete are to be used for evaluation, sufficient size samples shall be taken to ensm representative and adequate quantity of material for: 1. Asphalt Content and Gradation of Extraction using Calif. Test 382 or ASTM 21 72, and Calif. Test 202. 2. Stability' using: a. Stabilometer Value2 using Calif. Test 366 and shall be the average of three individual Stabilometer Values And/or Marshall Stability in accordance with the Asphalt Institute's MS-2 fabricated and tested for traffic volume and shall be the awage of three specimens. b. Stability will be waived provided the extracted asphalt concrete is within +/-.5 of mix design and the extracted gradation complies with Table 203-6.3.2 (A). 'Use Marshall Stability when the deviation between individual Stabilometer Values are greater than +/-4. 1 When using core sample analysis, the samples must be properly prepared to safeguard against influx of outside contaminates and so that the cut surfaces do not influence the test results. The amount of asphalt binder used in asphalt concrete placed in dikes, gutters, gutter flares, overside drains and aprons at the ends of drainage structures shall be increased one percent by mass of the aggregate over the amount of asphalt binder determined for use in asphalt concrete placed on the traveled way. 203-6.3.3 Acceptance. Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the asphalt content is within +/-.5 of the design mix and the gradation conforms to the grading as shown in Table 203-6.3.2 (A). Deviations in gradation may be tSRevised: 10/08/03 Contract No. 3479 Page 66 of 89 Pages considered in conformance with the mix design provided the stability of the completed mix complies . with the requirements for Stabilometer Value per Table 203-6.3.2 (A) Marshall Stability using Asphalt Institute MS-2. Plant inspected asphalt concrete will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the grading as shown in Table 203-6.3.2 (A). . 203-6.6.2, Batch Plant Method, modify as follows: Third paragraph, last sentence, delete "and from the Engineer's field laboratory". Last paragraph, add after D 21 72: "method A or B." 203-6.7 Asphalt Concrete Storage. add the following: Open graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 18 hours, shall not be used in the work.203-6.2 Materials. Asphalt concrete shall be class C2-AR 4000 for surface course, and B-AR 4000 for base course. Add the following: Add the following section: 203-11.3 Composition and Grading. ' 203-1 1 ASPHALT RUBBER HOT MIX (ARHM) WET PROCESS ARHM-GG-C. Add the following: Asphalt Rubber Hot Mix shall be class Add the following section: 203-13 ASPHALT PAVEMENT CRACK SEALANTS 203-13.1 Elastomeric Sealant. Elastomeric sealant shall be a polyurethane material of a composition that will, within its stated shelf life, cure only in the presence of moisture. No elastomeric sealant shall be incorporated into any portion of the work that is beyond the shelf life recommended by its manufacturer. No elastomeric sealant shall be incorporated into any portion of the work that has been stored under conditions not recommended by its manufacturer. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. The cured sealant shall have the performance characteristics in Table 203-1 3(A). a \#Revised: 1 0/08/03 Contract No. 3479 Page 67 of 89 Pages TABLE 203-13.1(A) -- Hardness ELASTOMERIC SEALANT CHARACTERISTICS Property I Measuring Standard I Results I Conditions (ASTM Designation) ASTM D 2240 Rex. 65 - 85 25°C @ 50% relative (indentation) Tensile Type A, Model 1700 humidity ASTM D 412 Die C, 3.45 MPa, minimum pulled at 508 mm (20") per Strength Elongation Flex at -40°C Weathering Resistance Salt-Spray Resistance Dielectric Constant 203-13.2 Asphaltic Emulsion Sealant. Asphaltic emulsion sealant shall conform to the State of California Specification 8040-41A-15 and shall be used only for filling slots in asphalt concrete pavement. This material shall not be used in slots which exceed 16 mm (5/8") in width or where the slope causes the material to run from the slot. The material shall not be thinned in excess of the manufacturer's recommendations and shall not be placed when the air temperature is less than 7°C (45°F). minute pulled at 508 mm (20) per minute over 13 mm ('/;) Mandrel Cured 7 days at 25°C @ 50% relative humidity 5% NaCI, Die C, pulled at ASTM D 412 Die C, 0.6 mm (25 mil) Free Film Bend (180") ASTM D 822 Slight chalking Weatherometer 350 h ASTM B 11 7 28 days at 38°C tensile; 400% minimum 508 mm (20") per minute ASTM D 150 400%, minimum No cracks 3.45 MPa, minimum Elongation Less than 25% change over a temperature range of -30-C to 50wC 203-1 3.3 Hot-Melt Rubberized Asphalt Sealant. Hot-melt rubberized asphalt shall be in solid form at room temperature and fluid at an application temperature of 190°C (375°F) to 205°C (400°F). Fumes from the material shall be non-toxic. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. Performance characteristics of the cured hot- melt rubberized asphalt shall be as per Table 203-1 3.3(A). Cone Penetration Flow, 60°C Resilience Softening Point, Ductility, Flash Point, COC, "C Viscosity, Brookfield Thermosel, TABLE 203-1 3.3(A) Designation) ASTM D 3407, Sec. 5 ASTM D 3407, Sec. 6 ,ASTM D 3407, Sec. 8 25%, min. 25°C ASTM D 36 ASTM D 11 3 300 mm, min. 25"C, 50 mm/min ASTM D 92 ASTM D 4402 2.5-3.5 Paas No. 27 Spindle, 20 3.5 mm, max 5 mm, max 82 "C, min. 288 "C, min. 25"C, 150 g, 5 s ,. rpm, 19O"C, CURED HOT-MELT RUBBERIZED ASPHALT Property I Measuring Standard (ASTM I Results I Conditions e= %#Revised: 10/08/03 Contract No. 3479 - _lll__- Page 68 of 89 Pages SECTION 206 - MISCELLANEOUS METAL ITEMS Add the following section: 206-7.2 Temporary Traffic Signs. Temporary traffic signs shall consist of all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic during the Contractor’s performance of the Work. Temporary traffic signs include both stationary and portable signs. Add the following section: 206-7.2.1 General. Materials, legend, proportion, size, and fabrication of all temporary traffic signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall conform to the requirements of “Specifications For Reflective Sheeting Signs, October 1993”, Sheets 1 through 5 that accompany “Specifications For Reflective Sheeting Signs, October 1993” of dimensions and details, dated April 1987, and “OPAQUE COLOR CHART”, dated February 1980, all published by the State of California, Department of Transportation, Division of Procurement Services, Office of Material Operations, 1900 Royal Oaks Drive, Sacramento, CA 95819 and as modified herein. Where The “Specification For Reflective Sheeting Signs, October 1993” require the Contractor or supplier to notify the Department of Transportation or to certify compliance to said “Specifications For Reflective Sheeting Signs, October 1993”, to provide a quality control program or to allow testing, approval, observation of manufacturing or assembly operations by the State of California, Department of Transportation and/or its employees or officials, such rights shall be vested in the Engineer. Add the following section: 206-7.2.2 Drawings. Modify the “Specifications For Reflective Sheeting Signs, October 1993” as follows: Standard temporary traffic signs shall be as per the most recently approved “Approved Sign Specification Sheets” of the State of California, Department of Transportation. The date of approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the “Notice to Proceed” of this contract, whichever is most recent. Add the following section: 206-7.2.3 Reflective Sheeting. Modify the ”Specifications For Reflective Sheeting Signs, October 1993” as follows: All advisory signs, warning signs and all regulatory signs shall be fabricated with Type Ill encapsulated lens sheeting conforming to the requirements of this specification. Add the following section: 206-7.2.4 Substrate. Modify the “Specifications For Reflective Sheeting Signs, October 1993” as follows: Excepting only construction warning signs used at a single location during daylight hours for not more than five (5) consecutive days, all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall be stationary mounted and shall use aluminum substrate. Add the following section: 206-7.2.5 Stationary Mounted Temporary Traffic Signs. Stationary mounted temporary traffic signs shall be installed on 1 O-gage and 12-gage cold-rolled steel perforated tubing posts in the same manner shown on the State of California, Department of Transportation “Standard Plans” 1995 edition standard plans numbers RS1, RS2, RS3 and RS4 for installation of roadside signs, except as follows: . a) Wood posts shall not be used. b) Back braces and blocks for sign panels will not be required. c) The height to the bottom of the sign panel above the edge of traveled way shall be at least 2.1 m (7’). e= %#Revised: 10/08/03 Contract No. 3479 Page 69 of 89 Pages Unless otherwise shown on the plans traffic sign posts shall conform in materials and installation to SDRS drawing M-45 and shall have one post provided for each 0.48 m2 (5 ft2)of sign area, or the signs may be installed on existing lighting standards when approved by the Engineer. Sign panels mounted on temporary traffic sign posts shall conform to the requirements specified for aluminum signs in the “Specifications For Reflective Sheeting Signs, October 1993”. Add the following section: 206-7.2.6 Temporary Traffic Sign Posts. Posts shall be 10-gage or 12-gage cold-rolled steel perforated tubing used for the support and stabilization of stationary mounted temporary signs. Post size and number of posts shall be as shown on the plans, except that when stationary mounted signs are installed and the type of sign installation is not shown on the plans, post size and the number of posts will be determined by the Engineer. Sign panels for stationary mounted signs shall consist of reflective sheeting applied to a sign substrate. Add the following section: 206-7.2.7 Portable Temporary Traffic Signs. Each portable temporary traffic sign shall consist of a base, standard or framework and a sign panel. The units shall be capable of being delivered to the site of use and placed in immediate operation. Sign panels for portable signs shall conform to the requirements of sign panels for Stationary mounted signs in the “Specifications For Reflective Sheeting Signs, October 1993, or shall be cotton drill fabric, flexible industrial nylon fabric, or other approved fabric. Fabric signs shall not be used during the hours of darkness. Size, color, and leg- end requirements for portable signs shall be as described for stationary mounted sign panels in section 206-7.2 of these Supplemental Provisions. The height to the bottom of the sign panel above the edge of traveled way shall be at least 0.3-m (12”). All parts of the sign standard or framework shall be finished with 2 applications of an orange enamel which will match the color of the sign panel background. Testing of paint will not be required. Add the following section: 206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS. 1 Add the following section: 206-8.1 General. This Section pertains to 1 O-gage and 12-gage cold-rolled steel perforated tubing used for the support and stabilization of signs. All shapes shall have a galvanized finish and shall’be cold-roll-formed steel conforming to ASTM Designation A-446, Grade A. Galvanizing shall conform to ASTM A-525, Designation G-90. Galvanizing shall be performed after all forming and punching operations have been completed. Cold-rolled steel perforated tubing shall be perforated on all four faces with 1 1 mm (7/16”) holes on 25 mm (1 ”) centers. Add the following section: 206-8.2 Tolerances. Wall thickness tolerance shall not exceed +0.28 mm, 4.13 mm (+0.01 l”, -0.005”). Convexity and concavity measured in the center of the flat side shall not exceed a tolerance of +0.25 rnm (+0.010”) applied to the specific size determined at the comer. Straightness tolerance variation shall not exceed 1.6 mm in 1 m (VI6 “ in 3’). Tolerance for corner radius is 4.0mm (5/32”), plus or minus 0.40 mm (1/64). Weld flash on comer-welded square tubing shall permit 3.60 mm (9164”) radius gage to be placed in the corner. Using 1 O-gage or 12-gage square tube, consecutive size tubes shall telescope freely for 3.lm (IO’). Tolerance on hole size is plus or minus 0.40 mm (1/64) on a size. Tolerance on hole spacing is plus or minus 3.2 mm in 6.1 m (1/8” in 20’). In addition, for the following specific sizes of light gage steel tubing, dimensional tolerances shall not exceed those listed in tables 2068.2 (A) and 206-8.2(B). TABLE 206-8.2(A) , e3 tSRevised: 10/08/03 Contract No. 3479 Page 70 of 89 Pages LIGHT GAGE STEEL TUBING SIZE TOLERANCE Nominal Outside Dimensions I Outside Tolerance for All Sides at Comers Mm (inches) (1 x 1) (1 I14 x 1 ‘/4) (172 x 1’12) (1 ?4 x 1 V4) 25 x 25 32 x 32 38 x 38 44 x 44 51 x51 (2 x 2) 56 x 56 57 x 57 64 x 64 51 x76 (2 x 3) (23/16 x 2%) (21/4 x 21/4) (2?/2 x 2’/2) mm (inches) 0.13 0.005 0.15 0.006 0.15 0.006 0.20 0.008 0.20 0.008 0.25 0.01 0 0.25 0.01 0 0.25 0.01 0 0.25 0.01 0 TABLE 206-8.2(B) Nominal Outside Dimension Squareness(’) mm (Inches) mm (Inches) 25 x 25 (1 x 1) 0.15 0.006 32 x 32 (I-’/~ x I-’/~) 0.18 0.007 38 x 38 (1 -72 x l-%) 0.20 0.009 44 x 44 (1 -3/4 x 1 -”4) 0.25 0.01 0 51 x51 (2 x 2) 0.30 0.01 2 56 x 56 (2-3/16 x 2-3/16) 0.36 0.01 4 57 x 57 (2-’/4 X 2-’/4) 0.36 1.014 64 x 64 (232 x 232) 0.38 0.01 5 51 x76 (2 x 3) 0.46 0.01 8 Twist Permissible in 900 mm 3” 1.3 0.050 1.3 0.050 1.3 0.050 1.6 0.062 1.6 0.062 1.6 0.062 1.6 0.062 1.9 0.075 1.9 0.075 1) m d2) (Inches)( Tubing may have its sides failing to be 90 degrees to each other by the tolerance listed. (2) Twist is measured by holding down the edge of one end of a square tube on a surface plate with the bottom side of the tube parallel to the surface plate, and noting the height that either corner on the opposite end of the bottom side is abow the surface plate. Add the following section: 206-8.3 Fasteners. Fasteners used to assemble cold-rolled steel perforated tubing shall be steel “pull-through” electrogalvanized rivets with 9.5 mm (3/8”) diameter shank, 22 mm (7/8”) diameter head, and a grip range of from 5 mm (0.200”) to 0.90 mm (0.356”). The fasteners shall conform to ASTM 8-633, Type Ill SECTION 207 - PIPE 207-10 STEEL PIPE add the following: 207-10.1 General Fabricated Steel Pipe and Fittings shall conform in all respects Special Provision Section 15061 and to Carlsbad Municipal Water District Rules and Regulations for Construction of (Potable or Reclaimed) Water Mains, latest edition. . 207-10.1.2 Submittals. The Contractor shall furnish submittals in accordance with Section 2-5.3, Submittals Shop Drawings. Submittals are required for the following: Shop Drawings Layout Drawings 4- %#Revised: 10/08/03 Contract No. 3479 Page 71 of 89 Pages Manufacturer's tests Fabrication Details Dimensional Checks Protective Coatings Mill Reports or Plant Test Reports Welding Procedures/Certification for Field Welding Property Method Thickness ASTM D2103 Tensile strength ASTM D882 Elongation ASTM D882-88 Printability ASTM D2578 Flexibilitv ASTM D671-81 Shop Drawings shall be submitted and approved prior to manufacture of pipe. Value 01 14 mm (0.0056") 4500g/cm (25 Ibdinch) (5,500 PSI) e50 percent at break >50 dynedsquare centimeter Pliable hand 207-10.1.3 Quality Assurance. 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 submit a copy of their certification to the District prior to performing any field welding. Certifications shall be dated within three (3) years of the job to be performed. Inks Message repeat Foil Top layer The top of all pipe and specials shall be clearly identified by marking the top with "T.O.P." for easy identifications in the field. Plainly mark each length of pipe at the bell end to identify the proper location of the pipe item by reference to the laput schedule. Manufacturing specifications Heat-set Mylex Manufacturing specifications Every 500 mm(20") Manufacturing specifications Dead sowannealed Manufacturing specifications Virgin PET 207-10.1.4 Protective Coatings and Linings. All steel pipe and fittings exposed within a vault or above ground shall be cement-mortar lined in accordance with AWWA C205 and C602 and painted in accordance with CMWD Approved Materials List. Bottom layer Adhesives Bond strength Colors 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 unless otherwise specified on the Drawings. ~~ Manufacturing specifications Virgin LDPE Manufacturing specifications Boiling H20 at 100 degrees Celsius APWA Code >30 percent, solid 1.5#/R Five hours without peel See Table 207-25.1 (B) Add the following section: 207-25 UNDERGROUND umiw MARKING TAPE. Add the following section: 207-25.1 Detectable Underground Utility Marking Tape: Detectable Underground Utility Marking Tape shall have a minimum 0.13 mm (0.005") overall thickness, with no less than a 35 gauge (AWG), 0.14 mm aluminum foil core. The foil must be visible from both sides. The layers shall be laminated together with the extrusion lamination process, not adhesives. No inks or printing shall extend to the edges of the tape. All printing shall be encased to avoid ink rub-off. Detectable Underground Utility Marking Tape shall conform to the properties listed in Tables 207-25(A) and 207- 25 (B). 4- t9Revised: 10/08/03 Contract No. 3479 Page 72 of 89 Pages Color Red Yellow Orange Blue Green Brown Purple Add the following section: 207-25.2 Materials Approvals. requirements of each of the following agency/association publications. Detectable Underground Utility Marking Tape shall meet the A. Department of Transportation, Materials Transportation Bureau, Office of Pipeline Safety. USAS code for pressure piping 831.8, paragraph 192.321(e). B. National Transportation Safety Board, Washington, DC, Special Study Prevention of Damage to Pipelines. Adopted June 7, 1974. Report NTSB-PSS-73-1. C. American Petroleum Institute (API). Recommended practice for marking buried liquid petroleum pipelines - APR RP 1 109. D. General Services Administration, Washington, DC, Public Buildings Service Guide Specification for Mechanical and Electrical Equipment - PBS 4-1 501, Amendment 2, Page 501 -1 4, Paragraph 18, Subparagraph 18.1, Clause 18.1.1. E. Rural Electrification Authority (REA), U.S. Department of Agriculture, Washington, DC, National Electrical Safety Code for Underground Construction for remote and immediate hazards . Utility Marked Electric power, distribution, transmission, and municipal electric systems. Gas and oil distribution and transmission, dangerous materials, product and steam. Telephone and telegraph systems, police and fire communications, and cable teleision. Water systems. Sanitary and storm sewer systems, nonpotable. Force mains. Reclaimed water lines. SECTION 212 - LANDSCAPE AND IRRIGATION MATERIALS 212-1 LANDSCAPE MATERIALS. Add the following section: 212-1.6 Erosion Control Matting. Erosion control matting shall be made of 1 OO-percent- biodegradable, weed-free wheat straw of thickness and density yielding 270 grams per square meter (0.50 Ib./sy) with photodegradable polypropylene netting with a density of 0.89 grams per square meter (1.64 lbll000 sy) having an approximate mesh interval of 50 mm x 50 mm (2“ x 2“) on each face of the straw mat. The straw mat shall be sewn together with unidirectional lines of cotton or polypropylene thread spaced approximately 50 mm (2”) apart. Erosion control matting shall be “North American Green, DS150”, “BonTerra S2”, or approved equal. Add the following section: 212-1.7 Erosion Control Mat Staples. Erosion control mat staples shall be 25 mm x 150 mm (1 x 6”), U-shaped I 1 -gauge mild steel staples. SECTION 213 - ENGINEERING FABRICS 2 1 3-2 G EOTEXTI LES. 213-2.1 General. Add the following: Geotextile types shall be used for the applications listed in Table 21 3-2.1 (A) e= GSRevised: 10/08/03 Contract No. 3479 Page 73 of 89 Pages Table 213=2.?(A) and 3 m (10') Post Spacing Erosion Control Fence with 1.8 m (6') Post Spacing and No Wire GEOTEXTILE APPLICATIONS 200w s Plant Protection Covering I 90N Erosion Control Fence with 14 AWG - 150 mm x 150 mm (6"x6") Wire I 9ows Type Stimsonite Chip SeaVTemporary Overlay Marker (Models 300 and 301) TFPM Manufacturer of Distributor John C. Henberger Co., Traffic Safety and Control, San Diego, California, Telephone (619) 292-5772 DAPCO Davidson Plastics Company, 18726 East Valley Highway, Kent, Washington 98032, TelePhone (206) 251 -81 40. I Fencing I I Add the following section: 213-3 EROSION CONTROL SPECIALTIES. Add the following section: 213-3 Gravel bags. Gravel bags for the use of temporary erosion control shall be burlap type, filled with no less than 23kg (50 Ibs) of 19 mm (3/4") crushed rock and securely tied closed. Plastic bags are not acceptable. SECTION 214 PAVEMENT MARKERS 214-5 REFLECTIVE PAVEMENT MARKERS Add the following section: 21 4-5.1 Temporary Reflective Pavement Markers. Temporary pavement markers shown on the plans and required in the specifications shall be one of the types shown in Table 214-5.1(A), or equal thereto. Add the following section: 214-5.2 Permanent Reflective Channeliter. Reflective Channelizer shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Reflective channelizer posts shall be orange in color. Reflective channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm in size. The reflective sheeting shall be visible at 300 m at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. Reflective channelizer shall be one of the types shown in Table 214-5.2(A), or equal thereto. 10/08/03 Contract No. 3479 Page 74 of 89 Pages Type Safe-Hit SH236MA Manufacturer of Distributor Safe-Hit Corporation 1930 West Winton Avenue, Building #I 1 Hayward, CA 94545 2900 Lockheed Way I Carson City, NV 89701 Carsonite “Super Duck“ SDF-436 Telephone (41 5) 783-6550 Carsonite International Corporation P.O. Box 7 Stanton, CA 90680 Telephone (800) 422-4420 The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of Section 2-5.3.3 “Submittals”. Said certificate shall certify that the permanent reflective channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the engineer and were manufactured in accordance with the approved quality control program. Rep0 ‘The Replaceable Post“ e= %#Revised: 10/08/03 Telephone-(702) 883-51 04 Western Highway Products Contract No. 3479 Page 75 of 89 Pages SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING. 300-1.1 General. add the following to the third paragraph: During surface clearing operations, the Contractor shall not cover or bury any plant growth or other objectionable materials. If the Contractor cannot successfully separate the plant growth from the surface soil and advertently or inadvertently mixes organic or other objectionable materials with the soil, the soil so contaminated shall be removed from the site by the Contractor. All costs, if any, associated with removing the soil mixed with organic or other objectionable materials and importing soil to replace said contaminated soil shall be borne by the Contractor and no additional payment therefor shall be made to the Contractor. 300-1.2 Removal and Disposal of Materials. add the following: Also included in clearing and grubbing shall be removal and disposal of existing street poles and lights, metal guard rail, fences, asphalt concrete and aggregate base, concrete curb and gutter, concrete sidewalk, existing gate, existing headwalls, rip-rap, traffic signs, and other existing features which interfere with the work. Whether or not such items are shown on the plans they shall be removed as a part of clearing and grubbing. Existing underground pipes and conduits that are shown on the plans and designated to be removed shall be removed by the Contractor as a part of clearing and grubbing. 300-1.3 Payment. modify as follows: Payment for clearing and grubbing shall be included in the contract bid price for Mobilization and Preparatory Work within the project limits and at stockpile locations and no other payments will be made. Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump-sum bid for Mobilization and Preparatory Work, and no additional payment will be made. 300-2 UNC LASSlFl ED EXCAVATION. 300-2.1 General. add the following: Unclassified excavation shall include removal and stockpile of suitable material, recompaction, mixing, grading for mitigation work, trenching and backfilling of storm drains, sewers, other utilities, disposal of unsuitable materials not included in the bid item for clearing and grubbing, all cut and fill including filling areas to the required grades and cross section. Unclassified excavation shall be utilized onsite to make all fills shown on the plans. Unclassified excavation shall also include scarification and moisture adjustment and compaction of the top 300 mm (1’) of the subgrade in the roadway prism in cut areas to 95 percent relative compaction, wetland mitigation grading and attendant work, export of remaining excess material to a disposal site or spoil area acquired by the Contractor and pumping and disposal of storm and ground water. ew $#Revised: 10/08/03 Contract No. 3479 Page 76 of 89 Pages 300-2.2.1 General. add the following: Alluvial and colluvial removal and recompaction shall consist of excavating, blending and recompacting loose soils in areas that are designated to receive fills. The existing loose soils shall be removed by the Contractor until a firm unyielding surface is exposed or to a depth determined by the Engineer. If the excavated material contains 4%, or more, water than the optimum moisture content the Contractor shall blend the wet soil with soils having a lower moisture content and/or spread the excavated material in a manner that enables the material to dry to optimum moisture content. The cost of spreading and/or drying shall be included in the contract unit price for removal and recompaction. The excavated material shall be placed and .compacted in accordance with section 300-4 of the specifications except that section 300-4.9, Measurement and Payment, shall not apply. 300-2.2.1 General. add the following to the first paragraph: Such direction may include, but is not limited to, directing the Contractor to blend, adjust moisture content of, rework, and place unsuitable soils at specific locations or elevations on the site. Add the following section: 300-2.2.3 Compressible Soil. Compressible soils such as existing uncontrolled or unacceptable fill, alluvium, and colluvium may exist within portions of the Project site. Where required by the Engineer, the Contractor shall remove such compressible soils from areas to receive fill or from areas upon which surface improvements are to be placed. The removal and disposal of such compressible soils shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered otherwise unsuitable by the Engineer in which case it may be paid for in accordance with section 300-2.2.1. 300-2.2.4 Instability of Cuts. Add the following: The Contractor shall remove additional material as directed by the Engineer to improve the stability of excavated cuts. The removal of such excavated material shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered otherwise unsuitable by the Engineer, in which case it will be paid for in accordance with Subsection 300-2.2.1. 300-2.5 Slopes. add the following: The hinge points (the top and bottom) of slopes shall be located within 75 mm (0.25’) of the locations shown on the plans. 300-2.5 Slopes. add the following: after the first sentence of the first paragraph: A slope shall be defined as any area steeper than three horizontal to one vertical. 300-2.6 Surplus Material. add the following: The Contractor shall haul and dispose of all surplus material from the project. The Contractor shall utilize highway legal haul trucks for this export of material from the project site and to a site secured by the Contractor. No earth moving equipment or special construction equipment, as defined in section 565 of the California Vehicle Code, will be allowed for hauling material on public streets. 300-2.9 Payment. add the following: Payment for work performed under sections 300-2.2.1 , 300- 2.2.2, 300-2.2.3 and 300-2.2.4, when the Engineer determines that the soils are unsuitable, shall be made for the actual labor, materials and equipment used to accomplish the work as per section 3-3 EXTRA WORK of the specifications. Payment for Unclassified Excavation shall include costs of surveying, staking, preparation of earthwork quantity reports, placement, compaction, soil remediation, moisture adjustment and water therefor, rework of compressible soils, slope rounding, grading, stockpiling, access road, temporary detour roads, earthen swales and drainage channels as shown on the drawings or required by the contract documents. kSRevised: 10/08/03 Contract No. 3479 Page 77 of 89 Pages Add the following section: 300-2.10 Grading Tolerance. The Contractor shall finish excavated areas other than slopes and subgrade below structures, within the roadway and sidewalk areas within 30 mm (0.1’) of the grades shown on the plans. Subgrade tolerances shall conform to the requirements of section 301-1.4 SSPWC. 300-3 STRUCTURE EXCAVATION AND BACKFILL 300-3.1 General. add the following: The Contractor shall excavate to the lines and levels required and/or shown on the Drawings. The Contractor shall provide all shoring, bracing, cribbing, pumping, and planking required. The Contractor shall excavate and maintain the bottom of all trenches in a condition that is level, firm, clean and free from all debris or foreign matter. Excavations shall be kept free from water at all times. The Contractor shall remove any unsuitable material encountered below grade as directed by the Engineer 300-3.6 Payment. Add the following: Dewatering shall be paid for as an incidental to structure excavation and backfill, and no additional compensation will be made therefor. Except for unsuitable materials removed as part of the clearing and grubbing item unsuitable material encountered below grade will be paid for based on the actual labor, materials and equipment used to accomplish the work as per section 3-3 EXTRA WORK of the specifications. 300-9 GEOTEXTILES FOR EROSION CONTROL. Modify as follows: 300-9 GEOTEXTILES FOR EROSION CONTROL AND WATER POLLUTION CONTROL. Add the following section: 300-9.2 General. The Contractor shall provide erosion control and water pollution control conforming to the requirements shown on the plans, as specified herein, and as elsewhere required by the Contract Documents. Erosion control and water pollution control shall include the work specified herein, and such additional measures, as may be directed by the Engineer, to meet Best Management Practices, as defined herein, and to properly control erosion and storm water damage to the limits of work and construction impacts upon areas receiving drainage flows from within the limits of work. Add the following section: 300-9.2.1 Grading Controls. The Contractor shall protect all areas that have been graded and/or cleared and grubbed as well as areas that have not been graded and/or cleared and grubbed within the limits of work from erosion. The Contractor shall provide temporary earth berms, gravel bags, silt fences, stabilized construction entrances and similar measures, coordinated with its construction procedures, as necessary and as shown on the plans to control on site and off site erosion during the construction period. The Contractor will be required to protect areas which have been cleared and grubbed prior to excavation or embankment operations, and which are subject to runoff during the duration of the contract. The criteria used to determine the appropriate erosion control measures shall be the “Best Management Practices”, hereinafter BMP, defined and described in the, “California Storm Water Best Management Handbook, Construction Activity”, March 1993 edition as published by the Storm Water Quality Task Force. The Contractor shall maintain a copy of the “California Storm Water Best Management Handbook, Construction Activiy, March 1993 edition on the project site and shall conduct its operations in conformity to said Handbook. - 4- tSRevised: 10/08/03 Contract No. 3479 Page 78 of 89 Pages Temporary erosion control measures provided by the Contractor shall include, but not be limited to, the following: a) Embankment areas, while being brought up to grade and during periods of completion prior to final roadbed construction, shall be graded so as to direct runoff into impoundment areas within the limits of work where such runoff shall have pollutants removed by BMP methods . b) The Contractor shall provide protection by BMP measures to eliminate erosion and the siltation of downstream facilities and adjacent areas. These measures shall include, but shall not be limited to: temporary down drains, either in the form of pipes or paved ditches with protected outfall berms; graded berms around areas to eliminate erosion of embankment slopes by surface runoff; confined ponding areas to desilt runoff; and to desilt runoff. c) Excavation areas, while being brought to grade, shall be protected from erosion and the resulting siltation of downstream facilities and adjacent areas by the use of BMP measures . These measures shall include, but shall not be limited to, methods shown on the plans and described herein. Add the following section: 300-9.2.2 Payment. Full compensation for performing erosion control and water pollution control, conforming to the operational requirements herein, of the BMP and conforming to the requirements of the Federal Water Pollution Control Act, including the latest amendments thereto, which is not a part, of the planned permanent work or included as a separate bid item shall be considered as included in the contract price bid for underground conduit construction, and no additional compensation will be allowed therefor. SECTION 301 - TREATED SOIL, SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION. 301-1.2 Preparation of Subgrade. Modify the second and third paragraphs as follows: each instance reading “150mm (6 inches)” to “300 mm (12”)”. Change 301-1.3 Relative Compaction. Delete the first paragraph and substitute the following: The Contractor shall compact the upper 300 mm (12”) of subgrade beneath areas to be paved, have base or subbase material placed on them, or curb, gutter, curb and gutter, alley pavement, driveway or sidewalk constructed over them to no less than 95 percent maximum dry density as determined by ASTM test D-I 557-91. 301-1.7 Payment. Modify the first paragraph as follows: Payment for subgrade preparation shall be included in the contract bid price for underground conduit construction and shall include all labor, materials; including water, operations and equipment to scarify, adjust moisture, compact or recompact the subgrade, both in cut areas and in fill areas, and no further compensation will be allowed. SECTION 303 CONCRETE AND MASONRY CONSTRUCTION. ’ 303-1 CONCRETE STRUCTURES 303-1.6.2 Falsework Design. add the following: The Contractor shall provide all temporary bracing necessary to withstand all imposed loads during erection, construction, and removal of any falsework. The Contractor shall provide falsework drawings and calculations prepared by a 4- %#Revised: 10/08/03 Contract No. 3479 Page 79 of 89 Pages registered professional engineer, civil or structural, that show provisions for resolution of all loads that may be imposed upon the falsework. Such plans and calculations shall include: 1. Resolution of all live, dead, wind, construction and impact loads that may be imposed on the __ Type of underground facilities . Water Service Lateral Sewer Service Lateral Irrigation Water Lateral or Sleeve falsework. falsework. 2. Temporary bracing or methods to be used during each phase of erection 3. Concrete placement sequence. 4. Erection and removal sequence. 5. Deflection values for the falsework that include recommended methods falsework deflections, vertical alignment, and anticipated falsework deflection. Marking W S RW 303-2 AIR-PLACED CONCRETE. and removal of the to compensate for 303-2.1 .I General. add the following: stucco netting with 150mm x 150mm (6” x 6”) by No. 10 by No. 10 welded wire mesh. Add the following section: Modify Regional Standard Drawing D-75 as follows: replace 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS. 303-5.5.2 Curb. add the following: The Contractor shall stamp the curb face with 75 mm (3”) high block letters directly above the point that it is crossed by Underground facilities with the marking specified in Table 303-5.5.2(A) 303-5.9 Measurement and Payment. add the following: Curb and gutter, and curb, shall be considered as continuing across driveways and access ramps when constructed adjacent thereto. Neither curb and gutter nor curb will be paid for across the length of local depressions, except that which occurs in gutter transitions at each side of an inlet. Payment shall be included in the contract bid price for underground conduit construction and shall include all labor and materials. SECTION 304 - METAL FABRICATION AND CONSTRUCTION 304-3 CHAIN LINK FENCE. 304-3.2 Fence Construction. add the following: fence located at the airport perimeter. Fence shall match height of existing chain link 304-3.4 Measurement and Payment. replace with the following. Repair and/or replacement of fence destroyed in the course of underground conduit construction shall be included in the bid item for underground conduit construction, and no additional compensation Will be made therefor. SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS - tSRevised: 10/08/03 Contract No. 3479 Page 80 of 89 Pages 306-1.1.3 Maximum and Minimum Width of Trench. Delete the first paragraph and Replace with the following: For pipe, the minimum and maximum width of trench permitted shall be the sum of the outer pipe diameter added to 16-inches or 24-inches respectively. . Add the following section: 306-1.1.7 Steel Plate Bridging - With a Non-Skid Surface. This section covers the use of steel plate bridging. The Contractor shall not employ the use or use steel plate bridging or trench plate that does not meet the requirements of this section both in application and circumstance of use. Add the following section: 306-1.1.7.1 Requirements for Use. Alternate construction methods that avoid the use of steel plate bridging shall be used by the Contractor unless otherwise approved by the Engineer. It is recognized that to accommodate excavation work, steel plate bridging may be necessary. All conditions for use of steel plate bridging set forth in the following requirements must be fulfilled as conditions of approval of the use of steel plate bridging. Consideration of steel plate bridging in the review process will take into account the following factors: 1. Traffic volume and composition. 2. Duration of use of the steel plate bridging. 3. size of the proposed excavation. 3. Weather conditions. The following formula shall be used to score the permitted use of steel plate bridging: PS = [ ADT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (kmh) + SLOPE X IOO] X LANES 1000 8 PS = [ ADT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (rnDh) + SLOPE X 1001 X LANES 1000 5 where: PS ADT EWL DAYS - - - - - - - - WEEKEND = NIGHTS = WEATHER = SPEED - - - SLOPE - - LANES - plate score. average daily traffic as defined in the CALTRANS Traffic Manual. equivalent wheel loads as defined in the CALTRANS Traffic Manual. total number of 24 hour periods during which the plates will be utilized at the site being considered. total number of Saturdays, Sundays and holidays that the plates All be utilized at the site being considered. total number of overnight periods that the plates will be in place, exclusive of Saturday, Sunday and holiday nights. total number of 24-hour periods that the plates will be utilized at the site being considered when the possibility of rain exceeds 40 percent. the design speed in kilometers per hour or miles per hour, as applicable in the formulae above, of the street where the plates are to be installed. This number shall not be reduced for construction zone speed reductions. the quotient of the vertical differential divided by the horizontal distance. The vertical and horizontal dimensions shall be measured at the locations spanning a distance of 15 m (50’) up and downstream of the position of the proposed steel plate bridging. the number of lanes where plates will be used. When the computed value of the plate score exceeds 50, steel plate bridging shall not be used unless, and at the sole discretion of the Engineer, the Engineer determines that no alternative . method of construction is possible in lieu of using steel plate bridging or that other overriding considerations make the use of steel plate bridging acceptable. Alternatives considered to bridging e= \&Revised: 10/08/03 Contract No. 3479 Page 81 of 89 Pages shall include, but not be limited to, detouring traffic, construction detour routes, tunneling, boring and other methods of trenchless construction. Unless specifically noted in the provisions of the Engineer‘s approval, the use of steel plate bridging at each location so approved shall not exceed four (4) consecutive working days in any given week. Add the following section: 306-1.1.7.2 Additional Requirements. In all cases when the depth of the trench exceeds the width of the steel plate bridging resting on each side of the pavement adjacent to the trench, safety regulations require or the Engineer determines that shoring is necessary to protect the health or safety of workers or the public the Contractor shall install shoring conforming to Section 7-10.4.1 of the Standard Specifications. The trench shoring shall be designed and installed to support the steel plate bridging and traffic loads. All approvals for design, substitution of materials or methods shall be submitted by the Contractor in accordance with all provisions of section 2-5.3 Shop Drawings and Submittals. The Contractor shall backfill and resurface excavations in accordance with section 306-1.5. Add the following section: 306-1 .I .7.3 Installation. When backfilling operations of an excavation in the traveled way, whether transverse or longitudinal cannot be properly completed within a work day, steel plate bridging with a non-skid surface and shoring may be required to preserve unobstructed trafftc flow. In such cases, the following conditions shall apply a) Steel plate bridging when the plate score exceeds 50 is not allowed except when, at the b) Steel plates used for bridging must extend a minimum of 610 mm (2’) beyond the edges of c) Steel plate bridging shall be installed to operate with minimum noise. sole discretion of the Engineer, it is approved as specified hereinbefore. the trench. When the use of steel plate bridging and shoring is approved by the Engineer, the Contractor shall install using either Method (1) or (2) depending on the design speed of the portion of street where the steel plate bridging is proposed for use. Method 1 [For speeds more than 70 Km/hr (45 MPH)]: The pavement shall be cold planed to a depth equal to the thickness of the plate and to a width and length equal to the dimensions of the plate. The cold milling shall produce a flat surface that the plate shall rest on with no horizontal or vertical movement. Horizontal gaps between the unmilled pavement and the plate shall not exceed 25 mm (1”) and shall be filled with elastomeric sealant material which may, at the contractor‘s option, be mixed with no more that 50%, by volume, of Type I aggregate conforming to the requirements of tables 203-5.2(B) and 203-5.3(A) . Method 2 [For speeds 70 Km/hr (45 MPH) or less]: Approach plate(s) and ending plate (if longitudinal placement) shall be attached to the roadway and shall be secured against displacement by using two adjustable cleats that are no less than 50 mm (2”) shorter than the width of the trench bolted to the underside of each plate and located within 150 mm (6”) of the beginning and end of the trench for plates at the beginning and end of the trench, a minimum of two 300 mm long by 19 mm diameter (12” x W) steel bolts placed through the plate and driven into holes drilled 300 mm (12”) into the pavement section, or other devices approved by the Engineer. Subsequent plates shall be butted to each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum slope 8.5% with a minimum 300 mm (12”) taper to cover all edges of the steel plates. When steel plates are removed, the dowel holes in the pavement section shall be completely filled with elastomeric sealant material. At the Contractor‘s option, the methods required for Method 1 may be used. If the Contractor so elects, all requirements of Method 1 shall be used. The Contractor shall maintain the steel plates, shoring, and asphalt concrete ramps and maintain and restore the street surface during and after their use. - 4- %#Revised: 10/08/03 Contract No. 3479 Page 82 of 89 Pages Add the following section: 306-1.1.7.4 Materials. The minimal thickness of steel plate bridging shall be as shown in Table 306-1.1.7.4(A) TABLE 306-1 .1.7.4(A) REQUIRED PLATE THICKNESS FOR A GIVEN TRENCH WIDTH Maximum Trench Width (I) I Minimum Plate Thickness 0.3 m (10”) 0.6 m (23”) 0.8 m (31”) 13 mm (‘/;I 19 mm (3/4n) 22 mm ~ ~ 1.0 m (41”) 25 mm (1”) Steel plate bridging shall be steel plate designed to support the HS20-44 truck loading per CALTRANS Bridge Design Specifications Manual. The Contractor shall maintain a non-skid surface on the steel plate with no less than a coefficient of friction of 0.35 as determined by California Test Method 342. If a different test method is used, the Contractor may utilize standard test plates with known coefficients of friction available from the CALTRANS District 11 Materials Engineer to correlate skid resistance results to California Test Method 342. In addition to all other required construction signing, the Contractor shall install Rough Road (W33) sign with black lettering on an orange background in advance of steel plate bridging. 1.6 m (63”) Add the following section: 306-1 .I .7.5 Measurement and Payment. Steel plate bridge materials including, but not limited to: steel plates, anchoring devices, cold milling, elastomeric sealant material, asphalt ramping and padding, signage, placing, installation, removal, relocation, preparation and processing of shop drawings and submittals to support the use of steel plate bridging and all other materials, labor, supervision, overhead of any type or description will be paid for as an incidental to the work that the bridging is installed to facilitate. No separate payment for steel plate bridging will be made. No extension to contract time will be allowed for, or because of, the use of steel plate bridging. 32mm (1 W) 306-1.2 Bedding. Add the following: Bedding material in the pipe zone shall be sand. Sand shall be free from foreign materials such as dirt, rocks, sticks, vegetation, ect., and shall be so graded that not more than ten percent (10%) by weight shall pass a No. 200 sieve ASTM D1140 and S.E.4 30 min. Select native material may be substituted for sand when the native materials are of uniform granular nature and free from stones, clods, and other deleterious materials and meet the above specifications. 306-1.3.1 General. add the following: The Contractor shall install detectable underground utility marking tape 230 mm x 75 mm (9” x 3”) above each or, in the case of bundled underground conduit of the same type, the upper underground conduit being installed by the open trench method. The type and color of detectable underground utility marking tape shall conform to the requirements of section 207-25 et seq. delete the following section: 306-1.3.3 Jetted Backfill. Water densification of the backfill shall not be utilized for this Project. 306-1.3.4 Compaction Requirements. delete Section 306-1.3.4 and replace with the following: The Contractor shall densify trench backfill to a minimum of 90 percent relative compaction except that in the top 300 mm (1 2”) of the street right-of-way, compaction shall be 95 percent. e= %@Revised: 10/08/03 Contract No. 3479 Page 83 of 89 Pages 306-1.5 Trench Resurfacing. 306-1 5.1 Temporary Resurfacing. Delete the fourth and fifth paragraphs and substitute the following: Temporary bituminous resurfacing materials which are placed by the Contractor are for its convenience and shall be at no cost to the Agency. Temporary bituminous resurfacing materials shall be used in lieu of permanent resurfacing only when approved by the Engineer. When temporary bituminous resurfacing materials are used in lieu of permanent resurfacing it shall be removed and replaced with permanent resurfacing within 7 days of placement. No additional payment will be made for temporary bituminous resurfacing materials. The price bid for the associated conduit or structure shall include full compensation for furnishing, placing, maintaining, removing, and disposing of such temporary resurfacing materials. 306-1 S.2 Permanent Resurfacing. Add the following: Except as provided in section 306-1.5.1, “Temporary Resurfacing,” the Contractor shall perform permanent trench resurfacing within 24 hours after the completion of backfill and densification of backfill and aggregate base materials. Trench resurfacing shall be Type A, Drawing No. G-24 of the San Diego Regional Standard Drawing. SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION 308-2 EARTHWORK AND TOPSOIL PLACEMENT 308-2.4 Finish Grading.. add following: The Contractor shall prepare the finish grade in hydroseed slope areas with a moderately rough texture to provide a suitable surface for adherence of the hydroseed mix. 308-4 PLANTING. Add the following section, 308-4.10 Erosion Control Matting Installation Add the following section, 308-4.1 0.1 General. Before installation of erosion control matting the Contractor shall complete all soil preparation, fine grading, and hydroseeding of the areas to receive erosion control matting. Add the following section: 308-4.10.2 Coordination with Hydroseeding. Erosion control matting shall be installed by the Contractor immediately after the first application of hydroseed materials. In all cases the Contractor shall place the erosion control matting within three days after the first hydroseed material application. Should any seed in the hydroseed materials begin to germinate within the three-day period after application or before the installation of the erosion control matting, the installation of the erosion control matting shall be considered as late and the Contractor shall disc the hydroseed materials into the top 100m (4”) of the underlying soil, condition the soil for hydroseeding, apply hydroseeding materials at the rates and of the type specified and then install the erosion control matting. No additional payment will be made for second or subsequent hydroseed applications resulting from late installation of erosion control matting. Add the following section: 308-4.10.3 Installation. The Contractor shall install erosion control matting using the following techniques: 1. Begin at the top of the slope by placing the erosion control matting into a 150 mm (6“) wide by 150 mm (6”) deep trench with the end of the matting laid flat in the bottom of the trench 2. Anchor the end of the erosion control matting with erosion control mat staples spaced no more than 300 mm (12”) on centers placed at the intersection of the bottom and the downhill vertical face of the trench. 4% GSRevised: 10/08/03 Contract No. 3479 Page 84 of 89 Pages 3. Roll the erosion control matting down the slope. 4. Staple the erosion control matting on an alternating grid consisting of three across and two across 5. Erosion control mat so stapled shall be spaced such that no less than 1 % staples per square 6: Start the adjacent erosion control mat as in Item 1. of this section, overlapping the previously 7. Staple placement may be such as to use the staples used to secure the adjacent mat to secure lines of staples in horizontal lines spaced 900mm (3’) on centers. meter (1 % staples per square yard) are provided to anchor the erosion control matting. placed mat by no less than 50 mm (2”). both mats along their edges. 308-8 Payment. Replace with the following: Erosion control shall be included in the bid item for underground conduit construction, and no additional compensation will be made therefor. SECTION 310 - PAINTING 310-5 PAINTING VARIOUS SURFACES. 310-5.6 Painting Traffic Striping, Pavement Markings and Curb Markings. Modify the fifth paragraph as follows: The Contractor shall furnish all equipment, materials, labor, and supervision necessary for painting traffic lanes, directional arrows, guidelines, curbs, parking lines, crosswalks, and other designated markings in accordance with the Plans, or for approved temporary detours essential for safe control of traffic through and around the construction site. The Contractor shall remove by wet grinding all existing or temporary traffic markings and lines that may confuse the public. When temporary detour striping or markings are no longer required, they shall be removed prior to painting the new traffic stripes or markings. 310-5.6.3 Equipment. Delete the ninth paragraph and substitute the following: The Contractor shall provide a wet grinding machine with sufficient capacity to completely remove all existing or temporary traffic striping or markings that conflict with the striping plan, or are contrary to the Traffic Manual, or that may be confusing to the public. The surface produced by grinding the existing or temporary traffic striping or markings on pavement shall not exceed variations from a uniform plane more than 3 mm (’/;) in 3 m (IO’) when measured parallel to the centerline of the street or more than 6 mm (’/4”) in 3 m (IO’) when measured perpendicular to the centerline of the street. The use of any equipment that leaves ridges, indentations or other objectionable marks in the pavement shall be discontinued, and equipment capable of providing acceptable surface shall be furnished by the Contractor. This equipment shall meet all requirements of the air pollution control district having jurisdiction. 31 0-5.6.6 Preparation of Existing Surfaces. Modify the first paragraph as follows: The Contractor shall remove all existing markings and striping, either permanent or temporary, which are to be abandoned, obliterated or that conflict with the plans by wet grinding methods. Remoml of striping by high velocity water jet may be permitted when there is neither potential of the water and detritus from the high velocity water jetting to damage vehicles or private property nor to flow from the street into any storm drain or water course and when approved by the Engineer. The Contractor shall vacuum all water and detritus resulting from high velocity water jet striping removal from the pavement immediately after the water jetting and shall not allow such materials to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitations for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. Alternate methods of paint removal require prior approval of the Engineer. Obliteration of traffic striping with black paint, light emulsion oil or any other masking method other than a minimum 30mm (0.10’) thick asphalt concrete overlay is not permitted. 310-5.6.7 Layout, Alignment, and Spotting. Modify the first paragraph as follows: The Contractor shall establish the necessary control points for all required pavement striping and markings by e= %$Revised: 1 0/08/03 Contract No. 3479 Page 85 of 89 Pages surveying methods. No layout of traffic striping shall be performed by the Contractor before establishment of the necessary control points. The Contractor shall establish all traffic striping between these points by string line or other method to provide striping that will vary less than 80mm per 100m (1/2 inch in 50 feet) from the specified alignment. The Contractor shall obliterate straight stripes deviating more than 80mm per 1OOmm (I/ 2 inch in 50 feet) by wet grinding, and then correcting the markings. The Contractor shall lay out (cat track) immediately behind installation of surface course asphalt and as the work progresses. 310-5.6.8 Application of Paint. Modify the second paragraph as follows: The Contractor shall apply . the first coat of paint immediately upon approval of striping layout by the Engineer. The Contractor shall paint the ends of each median nose yellow. Add the following to the eighth paragraph: The Contractor shall apply temporary traffic stripes in one coat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are clearly visible both day and night. 310-5.6.10 Measurement and Payment. Modify the first paragraph as follows: Final and temporary traffic striping, curb markings and pavement markings as shown on the plans and required by the specifications shall be included in the bid item for construction of underground conduits, and no additional compensation will be allowed therefor. Reapplication of temporary stripes and markings shall be repainted at the Contractor's expense, and no additional compensation will be allowed therefor. The lump sum prices bid shall include all labor, tools, equipment, materials, and incidentals for doing all work in installing the final and temporary traffic striping. Add the following Section: 31 0-7 PERMANENT SIGNING Add the following Section: 310-7.1 General. Add the following section: The Contractor shall provide and install all permanent traffic control signs at locations shown on plans and as specified herein. Add the following section: 31 0-7.2 Measurement And Payment. Permanent signing and appurtenances thereto shown on the plans or required in the specifications are a part of the lump-sum item for construction of underground conduits and payment therefor shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in supplying and installing permanent signing and appurtenances, complete in place, as shown on the plans, as specifed in the Standard Specification and these special provisions, and as directed by the Engineer. SECTION 31 3 - TEMPORARY TRAFFIC CONTROL DEVICES Add the following section: Add the following section: 313-1.1 General. The Contractor shall supply and install temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances at the locations shown on the plans and as required in the specifications, complete in place prior to opening the traveled way served by said final and temporary traffic pavement markers, signing, railing (type K) and appurtenances to public traffic. 313-1 TEMPORARY TRAFFIC PAVEMENT MARKERS. - 31 3-1.2 Temporary Pavement Markers. Temporary reflective raised pavement markers shall be placed in accordance with the manufacturer's instructions. Temporary reflective raised pavement markers shall be cemented to the surfacing with the adhesive recommended by the manufacturer, e- t4Revised: 10/08/03 Contract No. 3479 Page 86 of 89 Pages except epoxy adhesive shall not be used to place temporary reflective raised pavement markers in areas where removal of the markers will be required. Pavement striping, legends and markers which conflict with any traffic pattern shall be removed by grinding as determined by the Engineer. The Contractor shall use temporary reflective raised pavement markers for temporary pavement marking, except when the temporary pavement markers are used to replace patterns of temporary traffic stripe that will be in place for less than 30 days. Reflective pavement markers used in place of the removable-type pavement markers shall conform to the section 312 “Pavement Marker Placement and Removal”, except the 14-day waiting period before placing the pavement markers on . new asphalt concrete surfacing as specified in section 312-1 “Placement”, shall not apply; and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Add the following section: 313-1.3 Channelizers. Channelizers shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Channelizer posts shall be orange in color. Channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm (3” x 12”) in size. The reflective sheeting shall be visible at 300 m (1000’) at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. The channelizer bases shall be cemented to the pavement in the same manner as provided for cementing pavement markers to pavement in section 312-1, “Placement.” Channelizers shall be applied only on a clean, dry surface. Channelizers shall be placed on the alignment and location shown on the plans and as directed by the Engineer. The channelizers shall be placed uniformly, straight on tangent alignment and on a true arc on curved alignment. All layout work necessary to place the channelizers to the proper alignment shall be performed by the Contractor. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of section 4-1.5, “Certification”. Said certificate shall certify that the channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the Engineer and were manufactured in accordance with a quality control program approved by the Engineer. Add the following section: 313-2 TEMPORARY TRAFFIC SIGNING. Add the following section: 313-2.1 General. The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on plans and specified herein. Add the following section: 313-2.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original approved locations. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and readable condition. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 .hours of such marking being discovered during non-working hours or, when the marking is discovered during working hours, within 2 hours of such discovery of marking. Add the following section: 313-3 TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS. Add the following section: 313-3.1 Temporary Railing and Crash Cushions. Temporary railing (Type K) shall consist of em %#Revised: 10/08/03 Contract No. 3479 Page 87 of 89 Pages interconnected new or undamaged used precast concrete barrier units as shown on the plans. Temporary sand-filled crash cushions shall consist of new or undamaged used temporary sand-filled crash cushions units as shown on the plans. 313-3.1.1 Appearance. Exposed surfaces of new and used units of Temporary railing (Type K) shall be freshly coated with a white color paint prior to their first use on the project. The paint shall conform to the provisions in sections 21 0-1.5 “Paint Systems” and 31 0 “Painting”. Contractor shall be responsible for the removal and cleanup or painting overthe graffiti from the K-Rails within 48 hours. The Contractor Shall replace or repaint units of Temporary railing (Type K) or shall remove graffiti, tire or vehicle marks, dirt or any and all materials such that said marks or discoloration mar the appearance of said units when ordered by the Engineer after the units are in place. Add the following section. 313-3.1.2 Manufacture of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be manufactured per CALTRANS Standard Drawing T3. Concrete used to manufacture Temporary railing (Type K) shall conform to the provisions in sections 201-1, “Portland Cement Concrete” and 303-1 “Concrete Structures”.” Load tickets and a Certificate of Compliance will not be required. Reinforcing steel shall conform to the provisions sections 201-1, “Portland Cement Concrete” and 303-1 “Concrete Structures”. Steel bars to receive bolts at ends of concrete panels shall conform to ASTM Designation: A 36/A 36M. The bolts shall conform to ASTM Designation: A 307. A round bar of the same diameter may be substituted for the end-connecting bolt shown on the plans. The bar shall conform to ASTM Designation: A 36/A 36M, shall have a minimum length of 660 mm and shall have a 75 mm (3”) diameter by 9 mm (3/8”) thick plate welded on the upper end with a 5-mm (3/q6”) fillet weld. The final surface finish of temporary railings (Type K) shall conform to the provisions in section 303-1.9.2 “Ordinary Surface Finish.” Exposed surfaces of concrete elements shall be cured by the water method, the forms-in-place method, or the pigmented curing compound method. The pigmented curing compound shall be type 2 curing compound. Temporary railing (Type K) may have the Contractor‘s name or logo on each panel. The name or logo shall not be more than 100 mm in height and shall be located not more than 300 mm above the bottom of the rail panel. Add the following section. 313-3.1.3 Installation of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be installed per CALTRANS Standard Drawing T3. Temporary railing (Type K) shall be set on firm, stable foundation. The foundation shall be graded to provide a uniform bearing throughout the entire length of the railing. Abutting ends of precast concrete units shall be placed and maintained in alignment without substantial offset to each other. The precast concrete units shall be positioned straight on tangent alignment and on a true arc on curved alignment. Each rail unit placed within 3 m (IO’) of a traffic lane shall have a reflector installed on top of the rail as directed by the Engineer. Reflectors and adhesive will be furnished by the Contractor. A Type P marker panel conforming to the requirements of the CALTRANS Traffic Manual shall also be installed at each end of railing installed adjacent to a two-lane, two-way highway and at themd facing traffic of railing installed adjacent to a one-way roadbed. If the railing is placed on a skew, the marker shall be installed at the end of the skew nearest the traveled way. Type P marker panels shall conform to the provisions of section 206-7.2, “Temporary Traffic Signs”. Where shown on the plans, threaded rods or dowels shall be bonded in holes drilled in existing concrete. When temporary railings (Type K) are removed, any area where temporary excavation or embankment was used to accommodate the temporary railing shall be restored to its previous condition, or constructed to its planned condition. - Add the following section: 313-3.2 Temporary Sand-Filled Crash Cushions. Temporary sand-filled crash cushion units shall be “Energite II I” manufactured by Energy Absorption Systems, “Fitch Inertial Barrier System Modules” manufactured by Roadway Safety Service, or equal. Features required to determine equivalence of any other temporary sand-filled crash cushion units shall be approval of the system by CALTRANS e= %#Revised: 10/08/03 Contract No. 3479 Page 88 of 89 Pages and that the temporary sand-filled crash cushion units meet NCHRP 350 standards. Other features will be suitability to application, operational characteristics, durability and other such characteristics that the Engineer shall determine. Temporary sand-filled crash cushions (TSFCC) shall be of the type and array configurations shown on plans, and installed at every end of, or gap in, the temporary railing (Type K) whenever the closest point of approach of traffic, regardless of direction, is 4.6 m (15’) or less to the end of the temporary railing (Type K) being considered. The TSFCC shall be installed per CALTRANS Standard DrawingsTl and T2 for approach speeds no less than the posted speed of the street prior to construction or 55 kilometers per hour (35 mph), whichever is the greater. The TSFCC array shall be appropriate to the application as shown on said standard drawings. A Type J and/or P marker panel conforming to the requirements of the CALTRANS Traffic Manual shall also be installed at each TSFCC array as shown in CALTRANS Standard Drawings T1 and T2. Particular care shall be taken to assure that crash cushions are installed with the soil supporting them and the adjacent soil leveled to match the elevation of the bottom of the temporary railing immediately adjacent to the crash cushion. All routes of approach to the TSCFF array shall be graded such that any vehicle diverging from the travelled way to strike the TSCFF will travel on a vertical alignment parallel to the segment of the travel lane that it departed from. Add the following section: 313-4 MEASUREMENT AND PAYMENT. Temporary traffic pavement markers, temporary channelizers, temporary signing, temporary railing (type K), temporary crash cushions and temporary appurtenances thereto shown on the plans or required in the specifications are a part of the lump- sum item for traffic control and payment therefor shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in applying, installing, maintaining, and removing temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer. Payment for temporary crash cushions, concrete barriers and the signs and reflectors marking them shall include the installation, grading for installation, grading for the approach path, maintenance, painting and re-painting, replacement of damaged units and removal and shall also be included in the lump-sum price bid for traffic control. Payment for relocation of K-rails and crash cushions when not shown on the plans and requested by the Engineer shall be made per section 3-3, Extra Work, SSPWC. 4- tSRevised: 10/08/03 Contract No. 3479 Page 89 of 89 Pages TECHNICAL SPECIFICATIONS SECTION 09870 - TAPE COATING SYSTEM WITH MORTAR SHIELD FOR THE EXTERIOR OF STEEL WATER PIPELINES PART 1 - GENERAL 1.1 1.2 1.3 1.4 1.5 DESCRIPTION A. The steel pipe shall be coated with polyethylene tapes in accordance with AWWA (2214. 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. RELATED WORK ELSEWHERE The Contractor shall refer to the following specification section(s) for additional requirements: A. Painting and Coating: 09900 B. C. QUALIFICATIONS OF MANUFACTURERS A. Petrolatum Wax Tape Coating: 09902 Cement Mortar Lined Steel Pipe: 15061 Manufacturer to demonstrate a minimum of five years’ successful application of tape coating system on similar diameter steel water pipelines as specified herein. SUBMllTALS 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. 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. PART 2 - 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 1 Of 8 Section #09870 Tape Wrap and Concrete Mortar Coating Palomar Airport 12-Inch Water Pipeline 2.2 2.3 2.4 2.5 SECTION 09870 -TAPE COATING SYSTEM WITH MORTAR SHIELD FOR THE EXTERIOR OF STEEL WATER PIPELINES 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". 6. 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. 3. Plant cold-applied tape for special sections, connections and fittings, and plant repairs of cold-applied tape Field joint, field coated fittings and repair of field cold-applied tape. LIQUID ADHESIVE A. Liquid adhesive shall consist of a mixture of suitable rubber and synthetic compounds and a solvent in accordance with AWA C214. The liquid adhesive shall be Polyken #lo39 primer or equivalent. STORAGE PRIMER A. Storage primer on the exposed steel at the tape cutbacks shall be Polyken #924 or equivalent. PLANT APPLIED POLYETHYLENE TAPE SYSTEM, POLYKEN YGIII, or equivalent (80 mil) A. Liquid adhesive shall be Polyken #lo39 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. PLANT COLD-APPLIED TAPE COATINGS FOR SPECIAL SECTIONS, CONNECTIONS AND FImNGS, AND PLANT REPAIR COLD-APPLIED POLYETHYLENE TAPE MATERIAL A. Liquid adhesive shall be Polyken #lo39 primer. 6. 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. 20f 8 Section #09870 Tape Wrap and Concrete Mortar Coating Palomar Airport 12-Inch Water Pipeline SECTION 09870 -TAPE COATING SYSTEM WITH MORTAR SHIELD FOR THE EXTERIOR OF STEEL WATER PIPELINES 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. 6. 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. PART 3 - 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. B. 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) B. Perform the entire coating operation as a one station operation by experienced workers skilled in the application of polyethylene tapes and cement mortar coating under qualified supervisors. Do not allow additional handling following initial set up of pipe section, from application of primer to motar coating. 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 30f 8 Section #09870 Tape Wrap and Concrete Mortar Coating Palornar Airport 12-Inch Water Pipeline SECTION 09870 - TAPE COATING SYSTEM WITH MORTAR SHIELD FOR THE EXTERIOR OF STEEL WATER PIPELINES 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 AWA 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 .O 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 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 for 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. 40f 8 Section #09870 Tape Wrap and Concrete Mortar Coating Palomar Airport 12-Inch Water Pipeline SECTION 09870 -TAPE COATING SYSTEM WITH MORTAR SHIELD FOR THE EXTERIOR OF STEEL WATER PIPELINES 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 reprimed. 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. 3. The application of tension shall be such that the width of tape will be reduced between 1% 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. Apply inner layer tape at a minimum roll temperature of 70°F. 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 during application. Sections where the 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 50f 8 Section #09870 Tape Wrap and Concrete Mortar Coating Palomar Airport 12-Inch Water Pipeline SECTION 09870 - TAPE COATING SYSTEM WITH MORTAR SHIELD FOR THE EXTERIOR OF STEEL WATER PIPELINES 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. 2. 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. 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 3/4" thick. 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. 2. Apply primer only to a dry pipe surface. Whenever the ambient air temperatures are cold enough to cause gelling of the primer, the use of 6of 8 Section #09870 Tape Wrap and Concrete Mortar Coating Palomar Airport 12-Inch Water Pipeline SECTION 09870 - TAPE COATING SYSTEM WITH MORTAR SHIELD FOR THE EXTERIOR OF STEEL WATER PIPELINES 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 FllTlNGS 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. Apply 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 11 0 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, over the tape- coated fittings after completion of tape coating, testing and inspections. 3.4 TAPE APPLICATION TO FITTINGS, SPECIALS AND 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 field joints, 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. 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. C. 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 mioll coater adjacent tape wrap. Maintain 55 percent overlap on all field joint tape to produce a minimum thickness of 100 mils. 70f 8 Section #09870 _. Palomar Airport 12-inch Water Pipeline Tape Wrap and Concrete Mortar Coating SECTION 09870 - TAPE COATING SYSTEM 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 final applied tape coating in the presence of the engineer with an electrical flan detector. Repair all halidays and physical damage. 3.6 MORTAR SHIELD 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 80f 8 Section #09870 Tape Wrap and Concrete Mortar Coating Palomar Airport 12-Inch Water Pipeline SECTION 09900 - PANTING AND COATING PART 1 - GENERAL 1 .I 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. 1.2 RELATED WORK DESCRIBED ELSEWHERE The Contractor shall refer to the following Specification section(s) for additional requirements: A. General Piping System & Appaftenaces: 015000 1.3 SUBMITTALS Contractor shall furnish submittals in accordance with the requirements of Section 2-5.3. 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 verifymg 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 District rules and regulations for products and application. 1 of9 Palomar Airport 12-Inch Water Pipeline Section #IO9900 Painting and Coating SECTION 09900 - PAINTING 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 sptem refers to products of the following manufacturers and distributors: Ameron Corrosion Control Division, Brea, CAE. I. DuPont de Nemours & Company, Los I.C. Devoe, Louisville, KY Engard Coating Corporation, Long Beach, CA 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 guide 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 piping 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. 2of9 Palomar Airport 12-Inch Water Pipeline Section #09900 Painting and Coating 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 2241-1 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 2331-1 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 sandblasting and painting operations. If any rusting or discoloration of 3of9 Palomar Airport 12-Inch Water Pipeline Section #to9900 Painting and Coating SECTION 09900 - PAINTING AND COATING 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 noted 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 dryfilm thickness of 4 to 6 mils each coat. Total try- film thickness of the complete sptem 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). B. 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 224H 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. 4of9 Palomar Airport 12-Inch Water Pipeline Section #09900 Painting and Coating SECTION 09900 - PAINTING AND COATING 2.7 2.8 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 304VZinc to a dry-film thickness of 2 to 4 mils. METAL, GALVANIZED, ALUMINUM, COPPER, OR BRASS A. Surface Preparation: Surfaces shall be solvent cleaned in accordance with SSPC-SP-1 (solvent cleaning) and SSPCSP-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 0 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. 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 stotage reservoirs. B. Surface Preparation: Sandblast to SSPCSP-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 IO 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 notied 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. 5of9 Palomar Airport 12-Inch Water Pipeline Section #09900 Painting and Coating SECTION 09900 - PANTING 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 painting 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 consistencyas 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. Particular care shall be taken to obtain a uniform unbroken coating over all bolts, threads, nuts, welds, edges and comers. 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 Grease fittings Nameplates on Aluminum surfaces Hard ware machinery Bearings Lighting fixtures Machined Pipe interior* Brass and copper tubing, submerged* Metal letters Stainless steel Buried pipe Mortar-coated pipe and fittings Switch plates Couplings * unless specifically required on the Plans or elsewhere in the Specifications surfaces Shafts 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 materials from falling on or marring adjacent surfaces. Working parts of 6of9 Palomar Airport 12-Inch Water Pipeline Section #lo9900 Painting and Coating SECTION 09900 - PAINTING AND COATING 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 9O"F, or the temperature of metal to be painted is abow 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 AI 59.1) Specifications listed below SP-1 Solvent Cleaning SP-6 Commercial Blast Cleaning SP-2 Hand Tool Cleaning SP-7 Brush-off Blast Cleaning SP-3 Power Tool Cleaning SP-8 Pickling SP-5 White Metal Blast Cleaning SP-10 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 solwnts. 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 solm-it. C. Abrasive Blast Cleaning: Dry abrasive blast cleaning shall be used for metal surfaces. Do not recycle or reuse contaminated blast particles. 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 7of9 Palomar Airport 12-Inch Water Pipeline Section #09900 Painting and Coating SECTION 09900 - PAINTING AND COATING 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 time, 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 brudh 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. Multiplecomponent 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 shall 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: Surfaces 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. 8of9 Palomar Airport 12-Inch Water Pipeline Section #lo9900 Painting and Coating SECTION 09900 - PAINTING AND COATING 3.6 DRY-FILM THICKNESS TESTING AND REPAIR 3.7 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. 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 9of9 Palomar Airport 12-Inch Water Pipeline Section #09900 Painting and Coating SECTION 09902 - PETROLATUM WAX TAPE COATING PART 1 - GENERAL 1.1 1.2 1.3 SCOPE This section covers the work necessary to furnish and install petrolatum wax tape coating on pipe, pipe flanges, fittings or other buried pipeline appurtenances, complete, as indicated on the drawings and specified 'herein,. SUBMllTALS DURING CONSTRUCTION Submit manufacturer's technical product data, details, installation instructions and general product recommendations. 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. PART 2 - 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 not be wrapped with this product. 2.3 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 400-1 00" F Flash Point 350" F minimum Approximate Coverage Color Brown 1 gal/l00 square feet The primer shall be Trenton Wax-Tape Primer or equivalent. 2.3 WAX TAPE Two types of petrolatum wax tape shall be available from the manufacturer: one type for buried installations and another type for above-ground installations. 1 of2 Palornar Airport 12-Inch Water Pipeline Section 09902 Petrolatum Wax Tape Coating SECTION 09902 - PETROLATUM WAX TAPE COATING 2.3.1 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: Brown Thickness 70-90 mils Dielectric Strength 170 volts/mil Tape Width 6 inches Saturant Pour Point 115"- 125°F ' 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 6 inches 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. PART 3 - EXECUTION 3.1 GENERAL The petrolatum wax tape system shall be installed in conformance with the manufacturer's recommendations. END OF SECTION 2 of 2 Palomar Airport 12-Inch Water Pipeline Section 09902 Petrolatum Wax Tape Coating SECTION 15000 - GENERAL PIPING SYSTEM AND APPURTENANCES PART I GENERAL I .I 1.2 1.3 I .4 1.5 1.6 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. 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) RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings SUBMITTALS All submittals shall be in accordance with the General Provisions, Section 2-5.3. Submit manufacturers’ catalog data showing dimensions, materials of construction by ASTM reference and grade and coatings.. 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. TEMPORARY ABOVEGROUND PIPE (HIGH LINE) High line piping, where shown on the Approved Plans or required by the District 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 Certiied testing laboratory. The Contractor shall provide a submittal to the District 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. 1 of 15 Section 15000 General Piping System and Appurtenances Palomar Airport 12-Inch Water Pipeline SECTION 15000 - GENERAL PIPING SYSTEM AND APPURTENANCES I .7 I .8 1.9 1.10 1.11 1.12 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 District. The Contractor shall provide materials and labor to excavate, pour thrust block, backfill, compact, and repair pavement as indicated in this Section. JOINT RESTRAINT SYSTEM Joint Restraint Systems may be used for PVC or ductile-iron pipe only with prior approval of the District Engineer. Joint restraint systems shall be used in the place of, or in conjunction with, concrete thrust blocks as directed. 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. POLYETHYLENE ENCASEMENT Polyethylene encasement shall be used for all ferrous metal materials not otherwise protectively coated. A. Polyethylene wrap shall be used for the protection of buried ductile-iron fittings and valves. B. Polyethylene sleeves shall be used for the protection of buried ductile iron pipe. C. Polyethylene wrap or sleeves may also be installed around buried PVC pipe for recycled water identification. WARNlNGllDENTlFlCATlON TAPE Waming/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. WamingAdentification tape shall also be used on cathodic protection wiring systems and tracer wire brought into and out of access ports. GATE WELLS Gate Wells shall be used for buried valves 50mm (4“) and larger, unless otherwise indicated on the Standard Drawings. Gate well box and lid shall be used on all gate wells. VALVE STEM EXTENSION Valve Stem Extensions shall be installed when the valve operating nut is more than 1.5m (5’) below grade. Stem extensions shall be of sufficient length to bring the operating nut to a point between 300mm (12”) and 450mm (18”) below the gate well lid. 2 of 15 Section 15000 General Piping System and Appurtenances Palomar Airport 12-Inch Water Pipeline SECTION 15000 - GENERAL PIPING SYSTEM AND APPURTENANCES 1.13 METER BOXES A. Meter boxes shall be used for 25mm (I") and 50mm (2") 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 50mm (2") high letters as described below: A. Potable water laterals shall be stamped with a letter W. B. C. Recycled water laterals shall be stamped with a letter "RW". Sewer laterals be stamped with a letter "S". PART 2 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 175 mm (7") for pipe sized 150 mm (6") through 600 mm (24"). B. Sleeve bolts shall be made of stainless steel per ASTM A193 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. 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: 3 of 15 Section 15000 General Piping System and Appurtenances Palornar Airport 12-Inch Water Pipeline SECTION 15000 - GENERAL PIPING SYSTEM AND APPURTENANCES 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 A 536. 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 TOUCH4.JP 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 500rnm (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.l, Class A coarse threads. Nuts shall be standard ANSI B1 .I, Class 2H coarse threads. B. Stainless steel bolts and nuts shall be used for the installation of pipelines 600mm (24") diameter and larger and for submerged flanges. Bolts and nuts shall be Type 316 stainless steel conforming to ASTM A193, Grade B8M for bolts, and Grade 8M for nuts. Use lubricant for stainless steel belts and nuts. Lubricant shall be Husky Lube "0" Seal by Husk-In 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 6.4mm (1/4") or more than 12.7mm (1/2") shall project past the nut in tightened position. D. Provide a washer under each nut and under each bolthead. Use washers of the same materials as the nuts. 4of 15 Section 15000 General Piping System and Appurtenances Palomar Airport 12-Inch Water Pipeline SECTION 15000 - GENERAL PIPING SYSTEM AND APPURTENANCES 2.7 2.8 , 2.9 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 0.305mm (0.012" or 12 mil) thick polyethylene plastic in accordance with AWWA C105. B. Polyethylene wrap shall be a minimum 0.203mm (0.008" or 8 mil) 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 50mm (2") wide or plastic tie straps shall be used to secure polyethylene encasement. WARN1 NGADENTI FlCATl ON TAPE WamingAdentification 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 Tape Color Caution: Waterline Buried Below Blue Caution: Recycled Waterline Buried Below Purple Caution: Cathodic Protection Cable Buried Below Red Caution: Electric Line Buried Below 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 0.102mm (0.004'' or 4 mil) thick x 150mm (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 75mm (3") wide. INSULATING UNIONS & COUPLINGS A. For insulating unions, use a molded nylong sealing sleeve mounted in a three- piece makable-iron body (ASTM A47 or Al97). Use thread ends when Section 15000 General Piping System and Appurtenances 5of 15 Palomar Airport 12-Inch Water Pipeline SECTION 15000 - GENERAL PIPING SYSTEM AND APPURTENANCES speed limit is 56 km/h (35 mph) or greater connecting to steel piping, and copper solder joint when connecting to copper piping. Minimum working pressure shall be 150 psi. 200mm (8") lid with 150mm (6") long skirt 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: 1 c-900 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 box lids shall be as indicated below in accordance with the Approved Materials List. 1. Gate well 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 use on potable water systems, and recycled water for recycled water systems. Lids shall be Brooks 41T for potable water and Brooks 3RT for recycled water with long skirt, or approved equal. 2. 3. Normally closed potable water valves and recycled water valves shall use box lids by Brooks 3RT with long skirt or approved equal. Lid sizes shall be as follows: 4. 2.1 1 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. 6of 15 Section 15000 General Piping System and Appurtenances Palomar Airport 12-inch Water Pipeline SECTION 15000 - GENERAL PIPING SYSTEM AND APPURTENANCES 250mm x 500mm (1 2" x 20") 425mm x 750mm (1 7" x 30") 2.12 25mm (1") water services 50mm (2") water services A. Stem extensions shall be square fiberglass tubing glued together to make a continuous one-piece unit used to a maximum length of 2.4m, eight feet (8'). 6. Steel stem extensions shall be used where the maximum length of the extension exceeds 2.4m (8') or at the request of the District Engineer. Steel stem extensions may be round or square hot-dipped galvanized steel tubing of solid design (no pinned couplings permitted) with guides. 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: B. C. Meter box lids for use in potable water system applications shall be gray. Meter box lids for use in recycled water system applications shall be purple. 2.13 RECYCLED WATER IDENTIFICATION Materials used to identrfy pipe and appurtenances used for recycled water, not manufactured in purple color, shall be as described in Carlsbad Reclamation Rules & Regulation for Construction of Reclaimed Water Mains. PART 3 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 District 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 District 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 60m (200') intervals or as directed by the District Engineer. The use of pressure reducing valves (PRV) may be required as directed by the District Engineer. E. The Contractor shall be responsible for disinfecting all high lines, connections, and flushing. 7of15 Section 15000 General Piping System and Appurtenances Palomar Airport 12-Inch Water Pipeline SECTION 15000 - GENERAL PIPING SYSTEM AND APPURTENANCES 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. 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 District Engineer, may order necessary corrective measures. Corrective measures may consist of directing District 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 District in alleviating any hardship incurred during a shutdown for connections. Emergency standby equipment or materials may be required of the Contractor by the District Engineer. 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 District shall inspect the pothole prior to Contractor's repair of trench. Refer to the Greenbook for protection of existing facilities. 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. Potential conflicts with existing utilities. 6. B. To facilitate the proposed connection and allow for slight adjustments in alignment, the Contractor shall leave a minimum 3.0m (IO') gap between the new pipe installation and the proposed connection point at the existing water main. The Contractor shall leave a gap longer than 3.0m (lo') if conditions warrant, or if directed by the Engineer. 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. C. Section 15000 General Piping System and Appurtenances 8 of 15 Palomar Airport 12-Inch Water Pipeline SECTION 15000 - GENERAL PIPING SYSTEM AND APPURTENANCES D. After the City Engineer has given approval to proceed with the connection, the Contractor shall schedule with the District for the wet tap or cut-in installation. 1. Shutdowns will be scheduled at the convenience of the District. Shutdowns may be scheduled for nights or weekends if required. 2. The Contractor shall give the District 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 District Engineer. 3. The District may postpone or reschedule any shutdown operation if, fur any reason, the District 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 District may order necessary corrective measures. Corrective measures may consist of District personnel or another contractor completing 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 approval of a 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 in the presence of the Engineer and in accordance with Section 15041. Only District personnel are authorized to operate existing valves. The Contractor shall be responsible for any and all damage resulting from unauthorized operation of existing District 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. 9uf15 Section 15000 General Piping System and Appurtenances Palomar Airport 12-Inch Water Pipeline SECTION 15000 - GENERAL PIPING SYSTEM AND APPURTENANCES 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: a. Disinfecting and installing the pipe section(s) necessary to make the closure to the new system. b. Installing and setting the valve gate well(s) in accordance with the Standard Drawings. C. Installing thrust and anchor blocks in accordance with CMWD Standard Drawing W15 and W19. d. Completing all backfill and compaction of the trench in accordance with CMWD Reclamation Rules & Regulations. 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 MI1 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 couplings 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. 10 of 15 Section 15000 General Piping System and Appurtenances Palomar Airport 12-Inch Water Pipeline SECTION 15000 - GENERAL PIPING SYSTEM AND APPURTENANCES 3.5 3.6 3.7 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. 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. D. JOINT RESTRAINT SYSTEM Joint Restraint Systems shall be installed in accordance with the manufacturers recommendations and as described below: 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. 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. Restraint devices can be installed prior to lowering pipe into the trench. Splined gaskets, also known as joint restraint gaskets, shall be installed in accordance with the manufacturer's recommendations. B. C. D. BOLTS AND NUTS A. B. All bolts and nuts shall be new and unused. Bolts and nuts shall be cleaned, if needed, by wire brushing and lubricated prior to assembly. Tighten nuts uniformly and progressively. Buried bolts and nuts shall receive a heavy coat of protective non-oxide grease coating selected from the Approved Materials List prior to being wrapped with polyethylene. All stainless steel bolts shall be coated with an anti-seize compound selected from the Approved Materials List. Bolts and nuts shall not be reused once tightened. Used bolts and nuts shall be discarded and removed from the job. C. D. E. F. POLYETHYLENE ENCASEMENT A. Polyethylene encasement shall completely encase and cover all metal surfaces. 11 of 15 Section 15000 General Piping System and Appurtenances Palomar Airport 12-Inch Water Pipeline SECTION 15000 - GENERAL PIPING SYSTEM AND APPURTENANCES Pipe: All ductile-iron pipe shall be encased with polyethylene sleeves in accordance with Method A described in AWWA C105, or with polyethylene wrap in accordance with Method C described in AWWA C105. Fittings: Fittings such as tees, bends and reducers shall be encased with polyethylene wrap in accordance with AWWA C105. Valves: 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. 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. 3.8 WARN1 NG/I DENTlFlCATlO N TAP E Waming/ldentification 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 300mm (12") above and centered over the utility intended for identification. Tape used with onsite potable and recycled water irrigation systems shall be installed at 150mm (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 600mm (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 CMWD Reclamation Rules & Regulations. C. Valve Stem Extensions shall be installed when the valve operating nut is more than 1.5m (5') below grade. Stem extensions shall be of sufficient length to bring the operating nut to a point between 300mm (12") and 450mm (18") below the gate well lid. Valve stem extensions shall be installed in accordance with the Standard Drawings. Section 15000 General Piping System and Appurtenances 12 of 15 Palornar Airport 1 2-Inch Water Pipeline SECTION 15000 - GENERAL PIPING SYSTEM AND APPURTENANCES 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 District. 3.1 I 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 District Engineer. Abandonment or removal from service of existing mains, appurtenances or water services shown on the Approved Plans or as called for by the District Engineer shall be as directed by the District Engineer. Abandonment or removal from service of existing mains, appurtenances or water services shown on the Approved Plans or as called for by the District Engineer shall be as indicated below and in accordance with the Standard Drawings: A. Abandonment in place: 1. 2. 3. 4. 5. 6. 7. 8. 9. Existing pipe 1OOmm (4") and smaller shall have a short section of pipe removed and pipe ends encased in concrete. Existing pipe 150mm (6") through 350mm (14") shall be cut and plugged with concrete or shall be pressure-grouted at intervals of 60m (200') as recommended by the Engineer. Existing pipe 400mm (16") and larger shall be entirely filled by pressure- grouting or by blown sand as determined by the Engineer. Existing pipe ends shall be.filled with concrete in accordance with the Standard Drawings. All valves shall be removed and remaining fitting blind flanged. Gate wells shall be removed and replaced with compacted backfill. Water service corporation stops shall be closed. Meter boxes and curb stops shall be removed. Service lateral to be cut back a minimum of 24" below the finished grade. Water services to be abandoned that are connected to pipelines that will remain in service shall be abandoned in-place. Sewer laterals shall be cut and plugged with concrete or capped at the main as directed by the Engineer for the specific circumstance and material type identified. 13 of 15 Section 15000 General Piping System and Appurtenances Palomar Airport 12-Inch Water Pipeline SECTION 15000 - GENERAL PIPING SYSTEM AND APPURTENANCES 3.12 3.13 IO. Sewer access holes shall have the cover and frame, concrete ring, grade rings and cone section removed. Inlet and outlet piping shall be plugged with concrete, manhole void shall be filled with sand, and a 300mm (12”) thick, reinforced concrete slab shall be poured over the top of remaining manhole. The Contractor shall backfill hole to ground surface with compacted select fill. 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 District 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, the Standard Specifications, and the Standard Drawings. 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 District. 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 District‘s Field Operations Yard as directed by the District 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. 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 not be connected to the new pipeline shall be abandoned as described in section 3.1 1. 14 of 15 Section 15000 General Piping System and Appurtenances Palomar Airport 12-Inch Water Pipeline SECTION 15000 - GENERAL PIPING SYSTEM AND APPURTENANCES B. Existing service laterals or appurtenances to be connected to new pipelines shall be as shown on the Approved Plans or as directed by the District Engineer in accordance with the Standard Drawings. END OF SECTION t- 15 of 15 Section 15000 General Piping System and Appurtenances Palomar Airport 12-Inch Water Pipeline SECTION 15041 - DISINFECTION OF PIPING PART 1 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 8301 Standard for Liquid Chlorine C651 Disinfecting Water Mains 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Specifications 15000, 15044, 15056, 15061 , and 15064 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 District's existing system. C. All components incorporated into a connection to the District's existing system shall be disinfected prior to installation. 1.5 SUBMllTALS All submittals shall be in accordance with the General Provisions, Section 2-5.3. 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. Palomar Airport 12-Inch Water Pipeline 1 of6 Section 15041 . Disinfection of Piping SECTION 15041 - DISINFECTION OF PIPING D. Emergency Response Plan. I. 6 1.7 I .8 2.1 2.2 . 2.3 DELIVERY, STORAGE AND HANDLING Chlorination and dechlorination shall be performed by competent individuals knowledgeable and experienced in the 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) 191 0.120 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. 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. CONNECTION TO EXISTING MAINS Prior to connection to existing mains, disinfection and bacteriological testing shall be performed in accordance with this specification, and hydrostatic testing shall be performed per Section 15044. A District Connection Permit is required authorizing connection to an existing system and 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. PART 2 MATERIALS Palomar Airport 12-inch Water Pipeline 20f6 - ----_I-- -- CHLORINE (GAS) A. Liquid chlorine contains 100-percent available chlorine and is packaged in steel containers in net weights of 68.1 kg (150 Ib.) or 907.2kg (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. SODIUM HYPOCHLORITE (LIQUID) Sodium hypochlorite is available in liquid form in glass or plastic containers, ranging in size from 0.95 L (1 at.) to 18.93 L (5 Gal.). The solution contains approximately 10%'to 15% available chlorine. TABLET OR GRANULAR HYPOCHLORITE Tablet or granular hypochlorite may be used if a solution container is utilized to provide a continuous feed method. Section 15041 Disinfection of Piping SECTION 15041 - DISINFECTION OF PIPING _- PART 3 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 Ca lifomia . 6. 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 District'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 Palomar Airport 12-Inch Water Pipeline 3 of 6 Section 15041 Disinfection of Piping SECTION 15041 - DISINFECTION OF PIPING 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. 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 present 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 1,135 liters per minute (300 GPM) or a velocity of 0.3m per second (1 foot per second), whichever is less. B. Disinfection shall result in a total chlorine concentration of not less than 25-mgA. 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 shall 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 District 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 Palomar Airport 12-Inch Water Pipeline 4 of 6 Section 15041 Disinfection of Piping SECTION 15041 - DISINFECTION OF PIPING 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 District 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 District Engineer. The minimum water velocity during flushing shall be 0.9 meters per second (3 feet 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 verified by the District. (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. All discharge of chlorinated water shall require the neutralizing of the chlorine residual by means of a reducing agent in accord with AWWA C651 and the requirements of this specification. The reducing agent shall be applied to the water as it exits the piping system. The Contractor 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: C. Total Residual Chlorine Effluent Limitations 30-Day Average - 0.002 mg/l Average Daily Maximum - 0.008 mg/l Instantaneous Maximum - 0.02 mg/l The various methods of dechlorination available can remove residual chlorine to concentrations below standard analytical methods of detection, 0.02 mg/l, which will assure compliance with the effluent limit. The Developer will perform all necessary tests and keep records to ensure that the total residual chlorine effluent limitations listed above are met. D. 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. Palomar Airport 12-Inch Water Pipeline 5 of 6 Section 15041 Disinfection of Piping SECTION 15041 - DISINFECTION OF PIPING 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 District 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 District 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. 3.06 REDISINFECTION 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. 3.07 DISINFECTING TIE-INS AND CONNECTIONS Pipes, fittings, valves and all other components incorporated into connections with the District's existing system shall be spray disinfected or swabbed with a liquid chlorine solution in accordance with AWA C651 and as specified herein. Upon connection to the main, the line shall be flushed as directed by the District Engineer. Disinfection by this method is generally limited to assemblies of 6m (20') or less in length. Alternate methods such as "predisinfection" prior to installation in accordance with AWWA C651 may be required at the discretion of the District Engineer. END OF SECTION Palomar Airport 12-Inch Water Pipeline 6of6 Section 15041 Disinfection of Piping SECTION 15044 - HYDROSTATIC TESTING OF PRESSURE PIPELINES PART 1 GENERAL 1 .I I .2 I .3 1.4 1.5 DESCRIPTION This section describes the requirements and procedures for pressure and leakage testing of all pressure mains. RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 15000, 15041, 15056, 15061, and 15064 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 0.76m (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 13.79 MPa (2,000 psi) 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. 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 District may require additional disinfection in accordance with Section 15041. CONNECTION TO EXISTING MAINS Hydrostatic testing shall be performed prior to connections to existing mains. A District 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. Palomar Airport 12-Inch Water Pipeline 1 of 4 Section 15044 Hydrostatic Testing of Pressure Pipelines SECTION 15044 - HYDROSTATIC TESTING OF PRESSURE PIPELINES PART 2 MATERIALS 2.1 2.2 WATER A. Potable water shall be used for hydrostatic testing of potable and recycled water mains. B. Potable water shall be supplied by a District-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 testing water. 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. PART 3 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 District 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 District. 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 District'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. Palomar Airport 12-Inch Water Pipeline 2 of 4 Section 15044 Hydrostatic Testing of Pressure Pipelines SECTION 15044 - HYDROSTATIC TESTING OF PRESSURE PIPELINES G. For pipe with porous lining, such as cement mortar, the pipe shall be filled with water and placed under a slight pressure for a minimum of forty-eight (48) hours prior to the actual hydrostatic test. H. Testing shall be made before connecting the new line with the existing District 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 a 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 18 and less 4 20 to 36 8 Greater than 36 24 (inches) Hours 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 and DIP with rubber gaskets are shown in the following table: TYPE OF PIPE: CLASSES: 150 & 200 P.V.C. & D.I.P. Pipe Sizes (inches) 6" 8" Io" 12" 14" 16" 18" Allowable Leakage Gal44 hrs/lOOO' of pipe .50 Gals .66 Gals .83 Gals. .99 Gals. 1.16 Gals. 1.32 Gals. 1.53 Gals. Section 15044 Hydrostatic Testing of Pressure Pipelines Palomar Airport 12-Inch Water Pipeline 3 of 4 SECTION 15044 - HYDROSTATIC TESTING OF PRESSURE PIPELINES 3.3 F. The allowable leakage for welded steel pipe shall be zero gallons. 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. TEST PRESSURE Pipe sizes in excess of 16" diameter shall be tested at a pressure based on hydraulic gradient elevation (H.G.L) as shown on the drawings. If no test H.G.L. is shown, the pipeline at the low point in test section shall be pumped to a hydrostatic test pressure of 75 p.s.i. in excess of the working pressure. 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 Carisbad 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 Palomar Airport 12-Inch Water Pipeline 4 of 4 Section 15044 Hydrostatic Testing of Pressure Pipelines SECTION 15056 - DUCTILE-IRON PIPE AND FllTlNGS PART 1 GENERAL I .I DESCRIPTION This section includes materials and installation of ductile-iron pipe and fittings for potable water systems. 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. ANSI B16.42 Ductil iron pipe flanges and flanged fittings, classes 150 and 300. ASTM A536 Specification for ductile iron castings. AWA C104 Cement mortar lining for ductile iron pipe and fittings for water AWA C105 Polyethylene encasement for ductile iron pipe systems AWWA C1 1 1 Rubber-gasket joints for ductile iron pipe AWA C600 Installation of ductile iron water mains and their appurtencences I .3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 09900, 15000, 15044, 15061, 15064, 15108, and 151 12 1.4 SERVICE APPLICATION Ductile-iron pipe shall be used only in specific areas, locations, and uses allowed by the District. 1.5 DESIGN REQUIREMENTS A. General: 1. Ductile-iron pipe and fittings shall be manufactured per AWWA C110, C111, C115, C150, C151 , and C153. Gray-iron and cast-iron fittings or flanges shall not be used. 2. Ductile-iron fittings manufactured per AWA C153 shall be installed on .. mains 300mm (12”) and smaller only. 3. Joints for ductile-iron pipe and fittings shall be mechanical, flanged, or push-on in accordance with AWWA C110, C1 1 1 , and C153. 4. Except as amended herein, or otherwise shown on the Approved Plans, joints for ductile-iron pipe and ductile-iron fittings shall have a pressure rating equal to or greater than the adjacent piping. 5. Joints in buried piping may be of the push-on, flanged or mechanical-joint type per AWWA Clll except where particularly specified on the Approved Drawings. Section 15056 Ducile-Iron Pipe and Fittings Palomar Airport 12-Inch Water Pipeline 1 of 8 SECTION 15056 - DUCTILE-IRON PIPE AND FllTlNGS 6. Joints that are aboveground, within structures, or submerged shall be flanged unless otherwise shown on the Approved Plans. B. Unless otherwise specified, ductile-iron flanges shall be in accordance with AWA C115, rated at a working pressure of 1,724 KPa (250 psi). Where required in order to connect to the flanges of 1,724 KPa (250 psi) butterfly valves, or as otherwise shown on the approved plans, ductile-iron flanges shall be compatible with AWWA C207, Class "F". Maximum working pressure of flanges shall be as specified in AWWA or ASMUANSI. Flanges shall be integrally cast per AWA Cl 10 or shop-threaded per AWWA C115. Flanges shall be solid. Hollow-back flanges are not permitted. Gray-iron or cast-iron flanges are not permitted. Threading of flanges in the field is not permitted. Where threaded flanges are used, the pipe or spool piece to which they are connected will be hydrostatically tested in the presence of the Engineer prior to installation. The pipe section or spool piece shall be hydrostatically tested for 15 minutes at the pressure rating of the flanges. No leaks shall be permitted. C. Plain ends shall conform to the requirement of AWA C151 and to the dimensions included within AWWA C110 to accept a mechanical joint, push-on joint, flanged coupling adaptor, flexible coupling, or grooved coupling. Refer to Section 15000 for coupling descriptions. D. The exterior surfaces of all pipe and fittings shall be factory coated with a minimum one-(I) mil thick petroleum asphaltic material per AWA C110 and C151. E. All pipe and fittings shall be cement-mortar lined in accordance with AWWA C104, using the double thickness requirements indicated in said standard. Type II or Type V Portland cement per ASTM C 150 shall be used. 1.6 QUALITY ASSURANCE A. The manufacturer of each shipment of pipe shall be required to supply a statement certifying that each lot or load of pipe and fittings has been subjected to and met the tests specified for ductile-iron pipe and fittings per AWA C1 IO, C111, C115, C150, C151 , and C153, as applicable. B. All pipe shall have a home mark on the spigot end to indicate proper penetration when the joint is made. C. Ductile-iron pipe shall bear indelible identification markings as required by AWWA C151. 1.7 SUBMITTALS The following items shall be submitted and reviewed by the District prior to shipping of ductile-iron pipe and fittings: Section 15056 Ducile-Iron Pipe and Fittings Palomar Airport 12-Inch Water Pipeline 2of 8 SECTION 15056 - DUCTILE-IRON PIPE AND FITTINGS A. An affidavit of compliance with AWWA C104, C110, C111, C115, C150, C151, C153, and the requirements of this specification. B. Typical joint details. C. Typical details and description of lining and coating. D. Calculations supporting selected wall thickness. E. Calculations demonstrating that each proposed restrained joint arrangement can resist the applied forces. F. Cathodic protection materials. 1.8 DELIVERY, STORAGE, AND HANDLING Delivery, storage, and handling of ductile-iron pipe and fittings shall follow the recommendations of AWA C600 and as specified herein: A. Handling of pipe shall be performed with lifts, cranes, or other suitable equipment and devices. Slings, hooks, or pipe tongs shall be padded and used in such a manner as to prevent damage to the pipe, linings, and coatings. The pipes shall not be dropped or dragged. B. During transport, the pipe shall be supported and secured against movement using padded devices in such a manner to prevent damage. C. Stored pipe shall be protected from damage and kept free from dirt and foreign materials by closing the ends of the pipe. Other pipeline materials shall be protected by appropriate packaging or wrapping. Gaskets shall be stored in a cool location out of direct sunlight. Bolts, nuts, and washers shall be handled and stored in a dry location in a manner that will ensure proper use with respect to types and sizes. D. Pipe laid out for installation shall be placed on earth berms or timber cradles adjacent to the trench in the numerical order of installation. E. Maintain plastic end caps on all pipe and fittings in good condition until the pipe is ready to be installed in the trench. Periodically open the plastic end caps and spray clean potable water inside the pipe for moisture control. F. Under no circumstances shall ropes or other devices be attached through the fitting's interior for handling. 1.9 RECYCLED WATER IDENTIFICATION Ductile-iron pipe and fittings for recycled water shall be identified with purple-colored coating, purple polyethylene sleeves, identification labels or signs in accordance with Section 151 51. Palomar Airport 12-Inch Water Pipeline 30f 8 Section 15056 Ducile-Iron Pipe and Fittings SECTION 15056 - DUCTILE-IRON PIPE AND FllTlNGS 1.10 1.11 1.12 POLYETHYLENE ENCASEMENT Polyethylene encasement shall be installed for buried ductile-iron pipe and fittings in accordance with Section 15000. TRACER WIRE Tracer wire shall be installed for ductile-iron pipe and fittings in accordance with Section 15000. WARN IN GI1 DE NTI FIC ATlON TAP E WarningAdentification tape shall be installed for ductile-iron pipe and fittings in accordance with Section 15000. PART 2 MATERIALS 2.1 2.2 2.9 2.10 D UCTl LE-IRON Ductile-iron pipe and appurtenant components and materials shall be selected from the Approved Materials List in accord with the Standard Drawings. GASKETS A. Mechanical joint rubber gasket configuration and materials shall comply with AWA C111, and according to the applicable joint type and pressure rating of the piping system. B. Flange gaskets shall be 3.2mm (118) thick acrylic or aramid fibers bound with nitrile for all sizes of pipe. Gaskets shall be full-face type with pre-punched holes. Ring gaskets extending to the inner edge of the bolt circumference may be used only upon approval of the District Engineer. C. Push-on joint rubber gaskets shall be per AWA C11 I. D. If organic solvents or petroleum products are encountered during the course of the work, alternate gasket materials or joint treatment may be required by the Engineer. BOLTS AND NUTS FOR FLANGES Bolts and nuts shall be in accordance with Section 15000 and shall be selected from the Approved Materials List. WARNlNGllDENTlFlCATlON TAPE Warninglldentification tape materials shall be in accordance with Section 15000 and selected from the Approved Materials List. Palomar Airport 1 2-Inch Water Pipeline 40f 8 Section 15056 Ducile-Iron Pipe and Fittings SECTION 15056 - DUCTILE-IRON PIPE AND FllTlNGS PART 3 EXECUTION 3.1 3.2 3.3 3.4 GENERAL At all times when the work of installing pipe is not in progress, including worker break times, 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. TRENCHING, BACKFILLING AND COMPACTING Trenching, backfilling and compacting shall be performed in accordance with SSPWC. 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. Any damage caused by flooding of the trench shall be the Contractor's responsibility. 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 or trench materials shall be repaired or replaced as directed by the Engineer. 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 191 0.146, 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. 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. Install pipe in the trench as follows: A. Inspect each pipe and fitting before lowering the pipe or fitting into the trench. Inspect the interior and exterior protective coatings. Patch damaged areas in the field with material recommended by the protective coating manufacturer. Thoroughly clean the ends of the pipe. Remove foreign matter and dirt from inside of the pipe and keep pipe clean during and after installation. B. Install pipe according to the manufacturer's approved order of installation. Install pipes uphill if the grade exceeds 10%. Lower the pipe onto the bedding at the proper lines and grades. Palomar Airport 12-Inch Water Pipeline 50f 8 Section 15056 Ducile-Iron Pipe and Fittings SECTION 15056 - DUCTILE-IRON PIPE AND FllTlNGS C. The manufacturer's printed installation guide outlining the radius of curvature that can be negotiated with pipe sections of various lengths shall be followed, except they shall not exceed the deflections allowed in AWA C600 according to joint type. Combined deflections at rubber gasket or flexible coupling joints shall not exceed that recommended by the manufacturer. The pipe shall have firm bearing along its full length, and bell holes shall be provided at each joint to permit visual inspection of the joint and prevent the pipe from being supported by the bell end or coupling. D. E. Pipe Assembly: 1. Push-On Type: Assemble the pipe joint using a lubricant selected from the Approved Materials List. Insert the spigot end into the bell or coupling to the proper insertion mark. Check that the elastomeric ring has not left the groove during assembly by passing a feeler gauge around the completed joint. Drive spigot ends of the pipe into bell ends in accordance with the manufacturer's recommendations. Stabbing shall not be permitted. 2. Mechanical Joint Type: Assembly of mechanical joint fittings shall be in accordance with the manufacturer's recommendations regarding installation. F. During installation operations, do not place tools, clothing, or other materials in the pipe. G. When pipe installation is not in progress, including worker break times, ends of the pipe shall be closed with a vermin-proof and child-proof cap or plug. Do not permit trench water, animals, or foreign material to enter the pipe. 3.5 POLYETHYLENE ENCASEMENT Polyethylene encasement shall be used for the buried installation of ductile iron pipe and fittings and shall be installed in accordance with Section 15000. 3.6 FLANGED PIPE AND FITTINGS Flanged connections shall be installed where indicated on the Approved Drawings. A. B. Bolt holes shall straddle the horizontal and vertical centerlines. 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 District-approved anti-seize compound. D. Nuts shall be tightened in an alternating "star" pattern to the manufacturer's recommended torque. E. Coat the exterior of exposed flanges, bolts and nuts located aboveground or within vaults in accordance with Section 09910. Section 15056 Ducile-Iron Pipe and Fittings Palomar Airport 12-Inch Water Pipeline 60f 8 SECTION 15056 - DUCTILE-IRON PIPE AND FllTlNGS 3.7 MECHANICAL JOINT CONNECTIONS A. Install mechanical joint connections per AWWA C600 and the manufacturer's recommendations. B. Prior to installation of the mechanical joint, clean the socket and plain end of the pipe. Lubricate both the gasket and plain end of the pipe with an approved lubricant per AWWA C11 I immediately prior to slipping the gasket onto the plain end of the pipe. C. tighten the bolts to the normal range of bolt torque per the manufacturer's recommendations and AWWA C600k, Table 3, as follows: PiDe Diameter Bolt Size Ranqe of Torque 75 mm (3") 16 mm (5/8) 61-81 N-M (45-60 ft.-lb.) 100-600 mm (4-24") 750-900 mm (30-36") 25 mm(1") 136-163 N-M (100-120 ft.-lb.) 19 mm (3/4") 102-1 22 N-M (75-90 ft.-lb.) 3.8 CROSSES A. Each flanged ductile-iron cross shall be installed with flanged ductile-iron pipe spools between the cross and the valves. The spools are included to position the valves a sufficient distance from the cross to allow installation of the thrust blocks without conflicting with the valve actuators. B. The spools shall be 450mm (18) long for pipe sizes 200mm (8") through 300mm (1 2'7, and 600mm (24") long for pipe sizes 400mm (1 6") and larger. C. The spools shall be equal in class to the adjacent pipe. 3.9 JOINT BONDING AND CATHODIC PROTECTION 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 and Section 131 IO. 3.10 COUPLINGS FOR DUCTILE-IRON PIPE Mechanical type flexible joints shall be installed where shown on the Approved Drawings. Grooved couplings shall be used in vaults and above ground. Flexible couplings may be used, where indicated ,on the drawings, below ground, but may also be used above ground with restrained joints. Flanged coupling adapters shall be used for buried pipelines, where allowed by the District. A. Grooved joint couplings shall be installed per AWWA C606 and as indicated in Section 15000. B. Flanged coupling adapters, where allowed by the District, shall be installed per the manufacturer's recommendations. Section 15056 Ducile-Iron Pipe and Fittings Palomar Airport 12-Inch Water Pipeline 70f 8 SECTION 15056 - DUCTILE-IRON PIPE AND FllTlNGS 3.1 1 C. Flexible couplings shall be installed per Section 15000 and the manufacturer’s recommendations. D. All couplings for ductile-iron pipe shall be shop-coated in accordance with Section 15000. CONCRETE Concrete thrust and anchor blocks shall be installed in accordance with SSPWC and the Standards Drawings. 3,12 WARN I NG/I D E NTI FI CAT1 ON TAPE Warning/ldentification tape shall be installed in accordance with Section 15000 and the Standard Drawings. 3.13 DISINFECTION AND BACTERIOLOGICAL TESTING Disinfection, bacteriological testing, and flushing shall be performed in accordance with Section 15041. 3.14 HYDROSTATIC TESTING Field hydrostatic testing shall be performed in accordance with Section 15044. END OF SECTION Palomar Airport 12-Inch Water Pipeline 8of a - ~- ~ Section 15056 Ducile-Iron Pipe and Fittings SECTION 15061 - CEMENT- MORTAR LINED AND COATED STEEL PIPE AND SPECIALS PART 1 GENERAL 1.1 1.2 1.3 1.4 1.5 1.6 DESCRIPTION This section includes materials, design, fabrication, and installation of cement-mortar lined and coated steel pipe and specials. 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. AWWA C200 AWWA C205 AWWA C206 AWWA C207 AWWA C208 AWWA C209 AWWA C210 AWWA C213 AWS ASME AWWA C214 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 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 09900,15000,15041 , 15044,15074,151 00, 151 08, and 15112. 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 of 24" or larger. 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, sections with outlets, beveled sections and access holes. SUBMITTALS The Contractor shall furnish submittals in accordance with Section 2-5.3, Submittals Shop Drawing. Submittals are required for the following: Section 15061 Cement-Mortar Lined and Coated Steel Pipes and Specials Palomar Airport 12-Inch Water Pipeline 1 Of 17 SECTION 15061 - CEMENT- MORTAR LINED AND COATED STEEL PIPE AND SPECIALS I .7 I .8 A. B. C. Submit Shop Drawings, material lists, manufacturer's literature and catalog cuts of, but not limited to, the following: Shop Drawings Fabrication Details Layout Schedule Dimensional Checks Manufacturer's tests Protective Coatings Mill Reports or Plant Test Reports Welding Rods for Field Welding Shop Drawings shall be submitted and approved prior to manufacture 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. Submit data used by the Contractor in manufacture and quality control. Test reports showing the physical properties of the rubber used in the gaskets shall be submitted. 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. QUALITY ASSURANCE A. Cement-mortar lined and coated steel pipe shall be inspected at the supplier's manufacturing plant by the District Engineer. Developer shall be responsible for District 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 District Engineer's office. B. In addition to the shop hydrostatic testing performed on pipe cylinders required per AWWA C200, all welds of specials and attachments (Le., joint rings and nozzles) shall be tested by a dye-penetrant process. Certification of such testing shall be submitted to the District. 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 District prior to performing any field welding. Certifications shall be dated within three (3) years of the job to be performed. 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. D. 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. Section 15061 Cement-Mortar Lined and Coated Steel Pipes and Specials Palomar Airport 12-inch Water Pipeline 2 of 17 SECTION 15061 - CEMENT- MORTAR LINED AND COATED STEEL PIPE AND SPECIALS 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 600mm (24") and larger prior to shipment to the job site. Temporary internal bracing shall be 1OOmm x 1OOmm (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 300mm (12") in from each end of the pipe section for all pipe, and additionally at the mid-point for piping 800mm (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 6m (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. PART 2 MATERIALS 2.1 PIPE DESIGN REQUIREMENTS Pipe lining and coating shall be the product of one company in the business of designing and manufacturing cement-mortar lined, tape wrapped and mortar coated steel pipe. Use of subcontractors or subcontracts to apply the lining and coating of the steel pipe is not allowed. The pipe shall consist of the following components: Section 15061 ,, Palomar Airport 12-Inch Water Pipeline 3of 17 Cement-Mortar Lined and Coated Steel Pipes and Specials SECTION 15061 - CEMENT- MORTAR LINED AND COATED STEEL PIPE AND SPECIALS 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 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 P = Design pressure, in psi plus 50 psi minimum 2s S = Steel stress at design pressure, Le., 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. 2.3 CEMENT Cement for mortar lining and coating shall be Portland Cement Type I1 and conform to ASTM 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 Al85, "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 Section 15061 Cement-Mortar Lined and Coated Steel Pipes and Specials Palomar Airport 12-Inch Water Pipeline 4of 17 SECTION 15061 - CEMENT- MORTAR LINED AND COATED STEEL PIPE AND SPECIALS 2.5 2.6 2.7 2.8 2.9 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." 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. 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. 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. 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 arid 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. Palomar Airport 12-Inch Water Pipeline 5 of 17 Section 15061 Cement-Mortar Lined and Coated Steel Pipes and Specials SECTION 15061 - CEMENT- MORTAR LINED AND COATED STEEL PIPE AND SPECIALS 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. For the following nominal inside diameters, the lining thickness and minimum cement-mortar coating thickness shall be as follows: LINING COATING Nominal Pipe Size Thickness Tolerance Thickness Tolerance (inches) (inches) (inches) (inches) (inches) 4-10 1 i4 -1/32+1/32 1 /2 +118 12-18 318 - 1 I1 6+1/8 518 +118 20 - 44 1 I2 -1/16+1/8 314 +1/8 45 - 58 314 -1/16+1/8 1 +1/8 60 and over 314 -1/16+1/8 1 114 +1/8 2.1 0 STEEL PIPE AND SPECIALS Steel pipe and specials shall conform 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 2831 A 283M, Grade D, or ASTM A 570/A 570M, Grade 36. Other steel grades may be used only upon approval of the District 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 1-112 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 for 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 District Engineer. Calcium chloride shall not be used in the mix. 2.1 1 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 09900 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 threaded outlets and blind flanges shall be in accordance with Section 15000 and selected from the Approved Materials List. Palomar Airport 12-Inch Water Pipeline 6of 17 Section 15061 Cement-Mortar Lined and Coated Steel Pipes and Specials SECTION 15061 -CEMENT- MORTAR LINED AND COATED STEEL PIPE AND SPECIALS 2.12 BOLTS AND NUTS FOR FLANGES Bolts and nuts shall be in accordance with Section 15000 and the Approved Materials List. 2.13 GASKETS A. Rubber-ring gaskets shall comply with AWWA (2200 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 District 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. Palomar Airport 12-Inch Water Pipeline 7of 17 Section 15061 Cement-Mortar Lined and Coated Steel Pipes and Specials 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 22-112 degrees. Pipe Size (Inches) Minimum Centerline Radius 30 - 48 51 - 60 1 0-feet Over 60 2 times ID . 2-112 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: Fittinq Diameter Ranqe [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 1 14" 511 6" 318" 711 6" 112" 518" 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 '7" as determined by: Pw x ID cvl. x ID outlet T= 36,000 x W 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 corners. 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 AWA M-I 1. 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. Palomar Airport 12-Inch Water Pipeline 8 of 17 Section 15061 Cement-Mortar Lined and Coated Steel Pipes and Specials 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. PART 3 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. 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 600mm (24") and larger. Note that for pipe less than 600mm (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. Palomar Airport 12-inch Water Pipeline 9of 17 Section 15061 Cement-Mortar Lined and Coated Steel Pipes and Specials 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 District 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: I. Each section of pipe having a nominal diameter less than 1200mm (48") shall be laid not to vary more than 0.3 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 1200mm (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 vertical I y. 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 District 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 Section 15061 Cement-Mortar Lined and Coated Steel Pipes and Specials Palomar Airport 12-Inch Water Pipeline 10 Of 17 SECTION 15061 - CEMENT- MORTAR LINED AND COATED STEEL PIPE AND SPECIALS 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 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 600mm (24") until pipe zone compaction has been completed. Bracing in pipe smaller than 600mm (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. Palomar Airport 12-Inch Water Pipeline 11 of 17 Section 15061 Cement-Mortar Lined and Coated Steel Pipes and Specials SECTION 15061 - CEMENT- MORTAR LINED AND COATED STEEL PIPE AND SPECIALS 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 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 and 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 filled 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 1%-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 9 pigot 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 Section 15061 Cement-Mortar Lined and Coated Steel Pipes and Specials Palomar Airport 12-Inch Water Pipeline 12 of 17 SECTION 15061 - CEMENT- MORTAR LINED AND COATED STEEL PIPE AND SPECIALS B. C. D. E. F. G. H. I. J. K. 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 AWA C206 and AWS D1.1, except as modified herein. Welders assigned to the Work shall be qualified under the AWS standard qualification procedure, within the past three (3) years. 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 passes shall be 2. Preheat the joints to be welded where required in accordance with Table 1 of AWWA C206. All joints shall be visually inspected and shall undergo dye testing and hydrostatic testing in accordance with AWWA C-206. After the joints have been welded, the interior joint shall be grouted with cement mortar. Welded joints shall be completed in the trench per AWA C206. Both the bell and spigot ends shall be cleaned of foreign matter prior to welding. Welding electrodes shall be as recommended by the pipe manufacturer. Typically, electrodes shall be E6010 for root passes and E7018 for additional passes. Do not deposit more than 3.2mm (1/8") of throat thickness per pass. 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. The minimum number of passes in the completed weld shall be as follows: Steel Cylinder Thickness mm (inches) Number of Passes Field Weld Minimum 6.35 or less (0.2500 or W) 2 Greater than 6.35 (0.2500 or W) 3 To minimize longitudinal stresses due to temperature variations, it is necessary to leave unwelded one joint per each 120m (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 District Engineer shall decide if and when this procedure is warranted. 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 District Engineer may require hand holes. Palomar Airport 12-Inch Water Pipeline 13 of 17 Section 15061 Cement-Mortar Lined and Coated Steel Pipes and Specials SECTION 15061 - CEMENT- MORTAR LINED AND COATED STEEL PIPE AND SPECIALS L. Field welders shall be certified in accordance with ASME Section 9 (pipe welders) or AWS D1.l (plate welders). Welders shall present a copy of their certification to the District 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 1.59mm (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. 0. Inspection of Field Welded Joints: 1. The District 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 pipe. 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 600mm (24") Complete interior mortar joints for pipe sizes less than 600mm (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 600mm (24") AND LARGER A. Complete interior mortar joints for pipe sizes 600mm (24") and larger by the trowel method. Prior to applying interior mortar at the joints all backfill in the area Section 15061 Cement-Mortar Lined and Coated Steel Pipes and Specials Palomar Airport 12-Inch Water Pipeline 14 of 17 SECTION 15061 - CEMENT- MORTAR LINED AND COATED STEEL PIPE AND SPECIALS 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 IOOmm (4") joint strip of mortar is required, place galvanized welded wire mesh reinforcement in 50mm x 1OOmm (2" x 4") pattern of No. 13 gauge over the exposed steel. Install the mesh so that the wires on the 50mm (2") spacing direction run circumferentially around the pipe. Crimp the wires on the 1OOmm (4") spacing to support the mesh 9.5mm (318") from the metal surface. Steel-trowel finish the interior mortar to match adjoining mortar-lined pipe sections. 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 ofsufficient 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 224mm (9") wide strips with slots for the steel strapping on the outer edges. The polyethylene foam shall be cut into strips 150rnm (6) wide and slit to a thickness of 6.35mm (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 200mm (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. Section 15061 Cement-Mortar Lined and Coated Steel Pipes and Specials Palomar Airport 12-Inch Water Pipeline 15 of 17 SECTION 15061 - CEMENT- MORTAR LINED AND COATED STEEL PIPE AND SPECIALS C. Following grouting, the joint shall then be wrapped with two layers of polyethylene encasement in accordance with Section 1 5000. .3.12 BUlT 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. The interior of the joints shall be filled with a rapid-set mortar and finished off smoothly to match the pipe interior diameter. Clean the butt strap with a wire brush and apply a cement and water wash coat prior to applying cement mortar. Galvanized wire mesh, 50mm x 1OOmm (2" x 4") x No. 13 gauge shall be installed to the exterior of the joint prior to applying the mortar coating. Coat the exterior of the closure assemblies with mortar to cover all steel with a minimum of 32mm (1-1/4"). Seal weld the steel plug to the hand hole after the interior of the joint has been inspected and approved by the District Engineer. G. Following grouting, the joint shall then be wrapped with two layers of polyethylene encasement in accordance with Section 15000. B. C. D. E. F. 3.1 3 FLANGED CONNECTIONS Flanged connections shall be installed where indicated on the Approved Plans. A. B. C. D. E. F. Bolt holes shall straddle the horizontal and vertical centerlines. The bolts, nuts and flange faces shall be thoroughly cleaned by wire brush prior to assembly. Bolts and nuts shall be lubricated with a District-approved anti-seize compound. Nuts shall be tightened in an alternating "star" pattern to the manufacturer's recommended torque. Slip-on type flanges intended for field fit-up and welding shall be welded inside and outside in accordance with AWA C207. Coat the exterior of exposed flanges, bolts and nuts in accordance with Section 09900. Palomar Airport 12-Inch Water Pipeline Section 15061 Cement-Mortar Lined and Coated Steel Pipes and Specials 160f 17 SECTION 15061 - CEMENT- MORTAR LINED AND COATED STEEL PIPE AND SPECIALS 3.14 3.1 5 3.1 6 3.17 3.18 3.19 3.20 3.21 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 presence of the District Engineer to the toque recommended by the manufacturer. JOINT BONDINGKATHODIC 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 and Section 16640. WAX TAPE Wax tape shall be installed as shown on the Approved Plans or as directed by the District Engineer in accordance with Section 09902 and the Standard Drawings. CONCRETE Where required, concrete thrust and anchor blocks shall be installed in accordance with CMWD Reclamation Rules & Regulations and as shown on the Approved Plans. Prior to filling the pipeline with water, refer to CMWD Reclamation Rules & Regulations for the minimum concrete curing time required. WARNlNGllDENTlFlCATlON TAPE Waming/ldentification Tape shall be installed in accordance with Section 15000 and' the Standard Drawings. DISINFECTION AND BACTERIOLOGICAL TESTING Disinfection, bacteriological testing, and flushing shall be performed in accordance with Section 15041. HYDROSTATIC TESTING Field hydrostatic testing shall be performed in accordance with Section 15044. 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 Palomar Airport 12-Inch Water Pipeline 17 of 17 Section 15061 Cement-Mortar Lined and Coated Steel Pipes and Specials SECTION 15064 - POLYVINYL CHLORIDE (PVC) PRESSURE PIPE AND FITTINGS (AWA C900) PART 1 GENERAL I .l I .2 I .3 1.4 DESCRIPTION This section designates the requirements for the manufacture and installation of polyvinyl chloride, abbreviated PVC, pressure pipe, to be furnished and installed by the Contractor, at the location and to the lines and grades shown on the Plans as herein specified. Specifications for related Work are as follows: AWA C900 PVC Pressure Pipe ANSI A21.10 Ductile Iron and Gray-Iron Fittings AWWA C110 Ductile Iron and Gray-Iron Fittings AWWA C153 Ductile Iron Compact Fittings AWWA Manual M23 Pipe Design and Installation RELATED WORK DESCRIBED ELSEWHERE The Contractor shall refer to the following Specification section(s) for additional requirements: A. Disinfection of Piping: 15041 B. Hydrostatic Testing of Pressure Pipeline: 15044 SUBMllTALS 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, manufacturerk literature and catalog cuts and other information. B. Submit an affidavit from the pipe manufacturer that all delivered materials comply with the requirements of AWA C900, the Plans and Specifications. 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. PART 2 - MATERIALS 2.1 GENERAL Material used to produce the pipe shall be made from Class 12454-A or B rigid polyvinyl chloride compounds in accordance with AWWA C900 Section 2.1 (Basic Materials), with Section 15064 Palomar Airport 12-Inch Water Pipeline 1 of 4 PVC Pressure Pipe and Fittings (AWWA C900) SECTION 15064 - POLYVINYL CHLORIDE (PVC) PRESSURE PIPE AND FITTINGS (AWA CSOO) an established hydrostatic design basis (HDB) equal to or greater than 4000 psi for water at 73.4 degrees F (23 C). Elastomeric gaskets shall comply with the requirements of AWWA C900 Sections 2.1.5 and 2.1.5.1 (Gaskets and Lubricants). 2.2 PIPE PVC pressure pipe, 4-inch through 12-inchI shall be manufactured in accordance with AWA C900, and shall be of the sizes and pressure classes shown on the Plans. The pipe shall have integral bell and spigot joints with elastomeric gaskets in accordance with AWWA C900 Section 2.2 (Pipe Requirements). The pipe shall conform with the outside diameter of cast-iron pipe unless otherwise specified and shall conform with the wall thickness of DR series 14, 18, or 25. The pipe shall be manufactured by J.M. Manufacturing Company, Certainteed Corporation, Pacific Western Extruded Plastics Company or approved equal. 2.3 FITTINGS All fittings for PVC pressure pipe shall be manufactured in accordance with ANSI A21 .IO, AWA C110 or C153. All fittings shall be made of ductile iron and the letters "DI" or "DUCTILE shall be cast on them, unless otherwise specified. Bell size shall be for Class 150 and Class 200 cast-iron equivalent PVC pressure pipe, including the rubber-ring retaining groove. 2.4 SERVICES SADDLES Service saddles for PVC pressure pipe shall be made of silicone bronze or brass and shall be double banded or wide single band style. The band(s) and nuts shall be type 304 stainless steel and designed specifically for use with AWWA C900 PVC pipe. Each saddle shall accurately fit the contour of the pipe O.D. without causing distortion of the pipe. The saddle shall be securely held in place with stainless steel bolts and nuts. The service saddle shall have a published working pressure at least equal to the pressure class of the pipe on which it is installed. All saddles shall be provided with torque information and installation instructions. Saddles shall be in accordance with Carlsbad Rules and Regulations for the Construction of Potable Water Mains. PART 3 - EXECUTION 3.1 PIPE LENGTHS Laying lengths shall be 20-feet with the manufacturer's option to supply up to 15% random (minimum length 1 0-feet) sections. No deflections at bells, fittings or of the pipe will be allowed. The use of deflection collars shall be required. Section 15064 Palomar Airport 12-Inch Water Pipeline 2 of 4 PVC Pressure Pipe and Fittings (AWWA C900) SECTION 15064 - POLYVINYL CHLORIDE (PVC) PRESSURE PIPE AND FITTINGS (AWA CSOO) 3.2 MARKING Each pipe length shall be marked showing the nominal pipe size, O.D. base, the AWWA pressure class, and AWWA specification designation in accordance with AWWA C900 Section 2.6 (Marking Requirements). For potable water application, the pipe shall be white or blue in color and the seal of the testing agency that verified the suitability of the material for such service shall be included. 3.3 EARTHWORK Excavation and backfill, including the pipe bedding, shall conform to the provisions of SSPWC. 3.4 GENERAL INSTALLATIONS PROCEDURES AND WORKMANSHIP PVC pressure pipe and fittings shall be installed per AWWA Manual M23 "PVC Pipe-Design and Installation", and as herein specified. Proper care shall be used to prevent damage in handling, moving, and placing the pipe. Hoist pipe with fork lift or other handling equipment to prevent major damage or shorten its service life. A cloth belt sling or a continuous fiber rope shall be used to prevent scratching the pipe. The pipe shall be lowered and not dropped from the truck. Dropped pipe will be rejected. Prior to laying the pipe, the bottom of the trench shall be graded and prepared to provide uniform bearing throughout the entire length of each joint of pipe. Bell holes of ample dimension shall be dug in the bottom of the trench at the locations of each joint to facilitate the joining. The trench shall have a flat or semi-circular bottom conforming to the grade to which the pipe is to be laid. The pipe shall be accurately placed in the trench to the lines and grades on the Plans. Fittings shall be supported independently of the pipe. 3.5 LONGITUDINAL BENDING No longitudinal bending shall be allowed in the installation of PVC pressure pipe. All deflections shall be accomplished by the use of deflection collars or couplings specifically designed for use with PVC C900 pipe and the deflections as installed shall not exceed the manufacturers written recommendations. 3.6 PIPE JOINT ASSEMBLY The spigot and bell shall slide together without displacement of the rubber gasket. The joint shall be dirt free. The best laying practice is with the bell facing in the direction of laying . Section 15064 Palomar Airport 12-Inch Water Pipeline 3 of 4 PVC Pressure Pipe and Fittings (AWWA C900) 3.7 3.8 3.9 3.10 3.1 I SECTION 15064 - POLYVINYL CHLORIDE (PVC) PRESSURE PIPE AND FITTINGS (AWA CSOO) Insert the rubber ring into the groove making sure the ring is completely seated. Lubrication of the spigot and instruction of use shall be supplied by the pipe manufacturer. The spigot shall be inserted into the bell and forced slowly into position by use of a large bar lever and a wood block across the pipe end. For large pipe, a come-along (with padding that will not scratch the pipe) may be used. CONCRETE THRUST BLOCKS Concrete thrust blocks shall be placed as shown on the Plans and shall consist of Class B portland cement concrete containing not less than five sacks of portland cement per cubic yard and shall conform to SSPWC. Concrete blocks shall be placed between the undisturbed ground and the fittings to be anchored. Quantity of concrete and the bearing area of the pipe and undisturbed soil shall be as shown on the Plans, unless otherwise determined by the Owner's Representative. The concrete shall be placed, unless specifically shown otherwise on the Plans, so that the pipe joints and fittings will be accessible to repairs. MECHANICAL THRUST RESTRAINT No mechanical thrust restraint devices which transfer forces from fittings to the PVC pipe wall shall be permitted. 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 pipe. 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. LEAKAGE TEST General: All pipelines shall be tested in accordance with Section 15044, Hydrostatic Testing of Pressure Pipe. DISINFECTION Disinfection shall be in accordance with Section 15041, Testing, Flushing and Disinfection of Piping. END OF SECTION Section 15064 Palomar Airport 12-Inch Water Pipeline 4 of 4 PVC Pressure Pipe and Fittings (AWWA C900) SECTION 15074 - BLOW-OFF ASSEMBLIES PART 1 GENERAL 1.1 DESCRIPTION This section includes materials, testing, and installation of blowoff assemblies. 1.2 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 09900,15000,15041,15044, 15056,15061 , 15064, and 151 00 1.3 SERVICE APPLICATION A. Blowoff assemblies shall be installed on potable and recycled water mains. B. Blowoff assemblies shall be sized and located as shown on the Approved Plans. In general, blowoff assemblies will be installed at low points of pipelines as shown below: 1. 50mm (2) blowoff assemblies or multiple 50 mm (2”) blowoff assemblies will be required on pipelines 1OOmm (47, thru 300mm (12”). 2. 1OOmm (4”) blowoff assemblies will be required on pipeline sizes 300mm (12”) thru 400mm (16”). 3. 150mm (6”) blowoff assembly will be required on pipeline sizes 450mm (1 8“) and larger. 1.4 WARNING/IDENTIFlCATlONTAPE Warning/ldentification Tape shall be installed for blowoff assemblies in accordance with Section 15000. PART 2 MATERIALS 2.1 GENERAL Blowoff assemblies and appurtenant components and materials shall be selected from the Approved Materials List. 2.2 CONCRETE Concrete used for thrust or anchor blocks shall be in accordance with SSPWC. 2.3 W ARNINGA DENTI Fl CAT10 N TAPE Waming/ldentification tape materials shall be in accordance with Section 15000 and the Approved Materials List. Palomar Airport 12-Inch Water Pipeline 1 of 2 Section 15074 Blow-off Assemblies SECTION 15074 - BLOW-OFF ASSEMBLIES 2.4 FIELD PAINTING AND COATING Field painting and coating materials shall be in accordance with Section 09900 and the Approved Materials List. PART 3 EXECUTION 3.1 3.2 3.3 3.4 3.5 INSTALLATION A. Blowoff assemblies shall be installed at locations shown on the Approved Plans or as directed by the District Engineer in accordance with the Standard Drawings. Blowoff assemblies shall be connected to water mains no closer than 600mm (24") to a bell, coupling, joint or fitting. C. Locations of blowoff assembly shall be in accordance with the Standard Drawings. t B. CONCRETE Concrete thrust and anchor blocks shall be installed in accordance with the Standard Drawings. WARNINGADENTIFICATION TAPE WamingAdentification Tape shall be installed in accordance with Section 15000 and the Standard Drawings. DISINFECTION OF BLOWOFF ASSEMBLIES Blowoff assemblies shall be disinfected in accordance with Section 15041 in conjunction with disinfecting the main to which it is connected. Blowoff assembly valves shall be operated and the assembly shall be flushed to completely disinfect all internal parts. HYDROSTATIC TESTING Blowoff assemblies shall be hydrostatically tested in accordance with Section 15044 in conjunction with hydrostatically testing the pipeline to which it is connected. END OF SECTION Palomar Airport 12-Inch Water Pipeline 2 of 2 Section 15074 Blow-off Assemblies SECTION 15100 - RESILIENT WEDGE GATE VALVES (RWGV'S) PART 1 GENERAL 1.1 1.2 1.3 1.4 1.5 1.6 DESCRIPTION This section includes materials, testing, and installation of manually operated resilient wedge gate valves (RWGV's). 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. RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 09900, 15000, 15041 , 15044, 15056, 15061, 15064, 15074, 15108 and 151 12 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. Resilient wedge gate valves shall be used for opedclosed operations, throttling service and frequent operation after long periods of non-actuation. In general, resilient wedge gate valves shall be used when valves are required on pipelines and appurtenances 1 OOm (4") through 400mm (1 6"). Valves for pipelines sized 450rnrn (18") and larger generally require the use of butterfly valves (BFV) in accordance with Section 151 02. B. C. D. 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. 6. The valve manufacturer's catalog data showing the size to be used, valve dimensions, pressure rating and materials of construction. C. Manufacturer's catalog data and proof of NSF certification for the lining materials to be used. SIZING OF VALVES Valves shall be the same size as the line in which they are installed unless otherwise noted on the Approved Plans. Section 151 00 Resilient Wedge Gate Valves (RWGV's) Palomar Airport 12-Inch Water Pipeline 1 of 5 SECTION 15100 - RESILIENT WEDGE GATE VALVES (RWGV'S) I .7 1.8 1.9 1.10 1.11 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 District Engineer. Ductile-iron flanges shall be in accordance with Section 15056. 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. DELIVERY, STORAGE AND HANDLING Valves shall be delivered and stored in accordance with AWWA 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. "NOT USED" POLYETHYLENE WRAP Polyethylene wrap shall be used for the buried installation of resilient wedge gate valves in accordance with Section 15000. PART 2 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 RWGVs shall be leak-tight at their rated pressure. E. RWGVs shall have a nowrising low-zinc bronze or stainless steel stem, opened by turning left (counterclockwise). F. Stem seals shall be the O-ring type incorporating a minimum of two rings as required by AWWA C509. Section 151 00 Resilient Wedge Gate Valves (RWGV's) Palomar Airport 12-Inch Water Pipeline 2 of 5 SECTION 15100 - RESILIENT WEDGE GATE VALVES (RWGV's) 2.2 2.3 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 6.35mm (I/@). I. Valves for buried applications shall be provided with a 50mm (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 RWGVs shall be Type 316 stainless steel. EPOXY LINING AND COATING Epoxy linings and coatings for valves shall be provided in accordance with AWWA 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 0.203mm (0.008" or 8 mils). Liquid epoxy lining shall be applied in two (2) coats in accordance AWWA (2210. F. Powder epoxy coating materials shall contain one hundred percent (1 00%) solids, in accordance with AWWA (3213. 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. Section 151 00 Resilient Wedge Gate Valves (RWGV's) Palomar Airport 12-Inch Water Pipeline 3 of 5 SECTION 15100 - RESILIENT WEDGE GATE VALVES (RWGV'S) 2.4 CONCRETE Concrete used for anchor or thrust blocks shall be Class 500-C-3250. 2.5 POLYETHYLENE WRAP Polyethylene wrap shall be in accordance with Section 15000 and selected from the Approved Materials List. PART 3 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 POLYETHYLENE WRAP Installation of polyethylene wrap for buried valves shall be in accordance with Section 15000. 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 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 which they are installed in accordance with Section 15044. Section 151 00 Resilient Wedge Gate Valves (RWGV's) Palomar Airport 12-Inch Water Pipeline 4 of 5 SECTION 15100 - RESILIENT WEDGE GATE VALVES (RWGV'S) 3.7 3 FIELD PAINTING AND COATING The exterior of valves installed above ground or exposed in vaults or enclosures shall be field painted in accordance with Section 09900. END OF SECTION Section 151 00 Resilient Wedge Gate Valves (RWGVs) Palomar Airport 12-inch Water Pipeline 5 of 5 _- II- - - __ __ SECTION 15108 - AIR RELEASE VALVE, AIR AND VACUUM VALVE, AND COMBINATION AIR VALVE ASSEMBLY PART 1 GENERAL 1.1 1.2 1.3 1.4 DESCRIPTION This section includes the materials and installation instructions for above ground air release valve, air and vacuum valve, and combination air valve assemblies. The term "air valve" is used generically in this specification to refer to requirements common to all of the specified air release valves, air and vacuum valves, and combination air valves. Otherwise, the various types of air valves are addressed by the individual designations commonly used in AWWA and industry standards. 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. American Water Works Association (AWWA) C512 Standards for Combination Air Valve Assemblies RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 09900, 15000, 15041, 15044, 15056, 15061, 15064, 151 00. SERVICE APPLICATION A. Combination air valves are generally installed on all potable and recycled water mains at high points and where shown on the Approved Plans and in accordance with the Standard Drawings. B. Unless otherwise directed by the District Engineer, combination air valves will be required as indicated below: 1. 25mm (1 ") combination air valve assemblies shall be installed on pipeline sizes 150mm (6") and 200mm (8"). 2. 50mm (2") combination air valve assemblies shall be installed on pipeline sizes 250mm (1 0") and 300m (1 2"). 3. Multiple (2") 50mm (4") combination air valve assemblies shall be installed on pipeline sizes 400mm (1 6") and 500mm (20). 4. 150mm (6) combination air valve assemblies shall be installed on pipeline sizes 600mm (24") through 900mm (36"). C. Air release valves and air and vacuum valves shall be installed in accordance with the Approved Plans or as directed by the District Engineer. Palomar Airport 12-Inch Water Pipeline 1 of4 Section 151 08 Air Release Valve, Air & Vacuum Valve, &Combination Air Valve Assemblies 1.5 '1.6 1.7 SECTION 15108 - AIR RELEASE VALVE, AIR AND VACUUM VALVE, AND COMBINATION AIR VALVE ASSEMBLY DELIVERY, STORAGE, AND HANDLING Valves shall be delivered and stored in accordance with AWWA 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 the valve is ready to be installed. Valves shall not be stored in contact with bare ground. Valves shall not be stacked. "NOT USED" WARNlNG/IDENTIFICATION TAPE WarningAdentification tape shall be installed for air valve assemblies in accordance with Section 15000. PART 2 MATERIALS 2.1 COMBINATION AIR VALVES A. Combination air valves and appurtenant components and materials suitable for the system pressure shall be selected from the Approved Materials List. B. Combination air valves shall comply with AWWA C512 except as modified herein. C. 25m (1") and 50mm (2") combination air valves shall be the single-body type incorporating stainless steel internal components and National Pipe Threaded (NPT) inlet and outlet configurations. D. 1OOmm (4") and 150mm (6") Combination Air Valves shall be the single-body type. Valves shall incorporate stainless steel internal components, protective hood and flanged inlet. E. internal protective epoxy coatings shall be provided in accordance with AWWA (2550. 1. 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. 2. The minimum dry film thickness for epoxy linings shall be 0.203m (0.008" or 8 mils). Liquid epoxy lining shall be applied in two (2) coats in accordance with AWWA C210. 2.3 ENCLOSURES Air Valve Enclosures shall be selected from the Approved Materials List. Palomar Airport 12-Inch Water Pipeline 2 of 4 Section 151 08 Air Release Valve, Air & Vacuum Valve, &Combination Air Valve Assemblies 2.4 2.5 2.6 2.7 SECTION 15108 - AIR RELEASE VALVE, AIR AND VACUUM VALVE, AND COMBINATION AIR VALVE ASSEMBLY CONCRETE Concrete used for anchor or thrust blocks and equipment pads shall be in accordance with Greenbook Section 201 and as modified by CMWDs Supplemental Provisions.. BREAK-AWAY BOLTS Combination air valves, air release valves and air and vacuum valves located above ground sized 1OOmm (4") and larger shall be installed with break-away bolts in accordance with the Standard Drawings and selected from the Approved Materials List. WARNING/IDENTIFICATION TAPE WarningAdentification Tape shall be in accordance with Section 1 5000 and selected from the Approved Materials List. FIELD PAINTING AND COATING Field painting and coating materials shall be in accordance with Section 09900 and selected from the Approved Materials List. PART 3 EXECUTION 3.1 3.2 3.3 3.4 INSTALLATION A. Air valve assemblies shall be provided as shown on the Approved Plans. Additional air valve assemblies may be required in areas of potential air entrapment, at the discretion of the District Engineer. B. Air valve assemblies shall be installed relative to street improvements in accordance with the Standard Drawings. C. Connections for the air valve assemblies shall be made within a section of the main line no closer than 600mm (24") to a bell, coupling, joint or fitting. CONCRETE Concrete thrust or anchor blocks and equipment pads shall be installed in accordance with the Standard Drawings. WARNINGADENTIFICATION TAPE WarningAdentification Tape shall be installed in accordance with Section 15000 and the Standard Drawings. DISINFECTION Air valve assemblies shall be disinfected in accordance with Section 15041 in conjunction with disinfecting the main to which it is connected. The assembly valves shall be operated and the assembly flushed to completely disinfect all internal parts. Section 151 08 Palomar Airport 12-Inch Water Pipeline 3 of 4 Air Release Valve, Air & Vacuum Valve, &Combination Air Valve Assemblies SECTION 15108 - AIR RELEASE VALVE, AIR AND VACUUM VALVE, AND COMBINATION AIR VALVE ASSEMBLY 3.5 HYDROSTATIC TESTING Air valve assemblies shall be hydrostatically tested in accordance with Section 15044 in conjunction with the pipeline to which they are connected. 3.6 FIELD PAINTING AND COATINGS A. Field repairs to the enclosure shall not be permitted. Enclosures requiring repairs to the coating shall be returned to the supplier or coating vendor for repairs or recoating in accordance with Section 09900. END OF SECTION Palomar Airport 12-Inch Water Pipeline 4 of 4 Section 151 08 Air Release Valve, Air & Vacuum Valve, &Combination Air Valve Assemblies SECTION 151 12 - BACKFLOW PREVENTERS PART 1 GENERAL 1.01 1.02 1.3 1.4 1.5 DESCRIPTION This section includes materials, installation, and testing of reduced-pressure backflow prevention devices and check valve and double check valve assemblies. 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. State of California Department of Health Services Division of Drinking Water and Environmental Management, Approved Backflow Prevention Assemblies for Service Isolation. RELATED WORK SPECIFIED ELSEWHERE Agencies of Jurisdiction Rules and regulations regarding ‘Cross Connection Control and Backflow Prevention” CMWD Standard Drawings CMWD Standard Specifications 09900, 15000,15041, 15044, 15056,15061, 15064 and 151 00 SERVICE APPLICATION A. Reduced-pressure backflow prevention assemblies shall be provided on all commercial, industrial irrigation and multi-family water services. B. Reduced-pressure backflow prevention assemblies shall be provided on all irrigation services by potable and recycled water. C. Reduced-pressure backflow prevention assemblies shall be provided on potable I water services where recycled water, well water or any other water supply is served to the same property. D. Reduce pressure backflow preventers assemblies shall be provided at all points of connections to District sources at construction sites. E. Double check detector ,assemblies shall be provided on all fire services. F. The District shall be the final authority as to the location, installation, and type of backflow prevention device required. GENERAL DESIGN CONSIDERATIONS A. The Design and construction of the backflow prevention assembly shall meet the requirements called for in this specification except that any modifications specifically shown on the Approved Plans shall take precedence over these general standards. Section 151 12 Palomar Airport 12-Inch Water Pipeline 1 of 4 Backf low P reven ters SECTION 15112 - BACKFLOW PREVENTERS 1.6 I .7 I .8 2.1 2.2 2.3 B. The nominal size of the backflow prevention device shall be equal to or greater than the size of the purchased meter. For example, a 25mm (1") meter shall have a 25mm (1") or larger backflow device. C. The assembly shall include same size valves located on either side of the backflow prevention assemblies. Four test cocks shall be appropriately located on the assembly for testing and certification. D. The nominal size of double check detector assemblies shall be as shown on the Approved Plans or as directed by the Fire Department. E. Enclosures and concrete slabs shall be provided only as shown on the Approved Plans. DELIVERY, STORAGE AND HANDLING Backflow prevention assemblies shall be delivered and stored in accordance with AWWA C210, AWWA C213, and AWWA 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 the backflow assembly is ready to be installed. Backflow assemblies shall not be stored in contact with bare ground. Backflow assemblies shall not be stacked. RECYCLED WATER IDENTIFICATION Backflow prevention assemblies and enclosures for recycled water shall be identified with purple-colored coating, identification labels, or signs in accordance with Section 15151. WARNINGADENTI Fl CAT1 ON TAPE Warning/ldentification Tape shall be installed for backflow prevention assemblies in accordance with Section 15000. PART 2 MATERIALS BACKFLOW PREVENTION ASSEMBLIES Backflow prevention assemblies shall be among those listed on the list of "Approved Backflow Prevention Assemblies for Service Isolation" as issued by the State of California Department of Health Services, Division of Drinking Water and Environmental Management. CONCRETE Concrete used for slabs and anchor or thrust blocks shall be in accordance with Standard specifications for Public Works Construction. WARN IN G/I DENTI FI CAT10 N TAPE Palomar Airport 12-Inch Water Pipeline 2 of 4 Section 151 12 Backflow Preventers SECTION 15112 - BACKFLOW PREVENTERS Waming/ldentification Tape shall be in accordance with Section 15000 and the Approved Materials List. PART 3 EXECUTION 3.1 3.2 3.3 3.4 3.5 3.6 3.7 INSTALLATION A. Installation shall comply with the latest edition of the Uniform Plumbing Code, applicable local agency and District requirements. Standard Drawings. Water service and fire service shut-off valves will be secured closed during installation until an approved backflow prevention device is installed and tested in compliance with this specification. When static pressure exceeds 1.03MPa (1 5Opsi), or when recommended by the backflow device manufacturer, a pressure-reducing valve shall be installed as shown on the Standard Drawings. 6. Backflow prevention assemblies shall be installed in accordance with the C. D. WARN IN G/I D ENTl FlCATlO N TAP E Waming/ldentification Tape shall be installed in accordance with Section 15000 and the Standard Drawings. CONCRETE Concrete thrust or anchor blocks and slabs shall be installed in accordance with standard Drawings. ENCLOSURES Enclosures shall be installed where shown on the Approved Plans in accordance with the Standard Drawings. DI SI N F ECTl ON Disinfection and flushing shall be performed in accordance with Section 15041, as part of the process of disinfecting the main pipeline. The backflow assemblies shall be operated during the disinfection period to completely disinfect all internal parts. HYDROSTATIC TESTING Backflow assemblies shall be hydrostatically tested in conjunction with the pipeline to which they are connected in accordance with Section 15044. TESTING The District will inspect and initially test each backflow prevention assembly after inspection of its proper installation is complete. Section 151 12 Palomar Airport 12-Inch Water Pipeline 3 of 4 Backflow Preventers SECTION 15112 - BACKFLOW PREVENTERS Required maintenance of the backflow prevention device and appurtenances and annual testing of the device shall be the owner's responsibility. END OF SECTION Palomar Airport 12-Inch Water Pipeline 4 of 4 Section 15i I 2 Backflow Preventers ATTACHMENT “A” Proposer’s Questionnaire for Airport Permit 11/05/29;?2 17: 27 6199564801 fi IRPORTS PAE 81/03 PROP( tSER'S OUESTIONNAIRE {Permit} Completion of this Proposer's Questisnnain is necessary to pmvidc County staff with sufficient infomation about the Proposer to mike a considered recommendation to Airport Management. . A Pennit shaU not be proceawd until all the information quested in this Questionnaire is received. Statements must be complete arid accurate. Omission, inaccuracy, or rnisstatcmnc shall be cause for rejection. 1. Name of Business exactly as it will appear on the Wt: 2. Contact Person for Permit: - Phone: 3. Puli Name and Other Names 01 Aliases of Proposer 4. Businmu Address: 5. Bwincss Tckphonc FAX 6. Residence Address: -- How long? 7. Pmt Position or Title: 8. Date of Birth: Pl3ce of Birth: 9. Sociai Secunty Number: - 10. 1 I State and Nmkr of Driver's L. cense: County Airports at which the I errnittee will be operating: Fallbrmk Ocotillo Weus McC leUan-Paloinar Borngo Valley Agua Caliente Gillespje Field arncna Jacumba -. . /a, . lliB4/20B2 17: 27 6199564881 bIRPORIS REFERENCES List two persons or fim;s with whom he Rroposer has conducted business transactions during the past rbxee years. Ar least one of the IE 1 erences named are to have knowledge of the Propo: ser's debt payment history. At least one reference must be a bank ,or lending insritution with whom the Proposer is presently conducting busi! less. Tj !le: Adchss: Nature and magnitude of purchase. sa e. loan, business association, etc.: REFERENCE NO. 2 Name: Telephone: " Rm: - Title: ______ - __.- I_ Address: ~~~~ Xmre and magnitutie of purchase, sa e, loan, business association, etc.: - Proposer may #ittach additiond sheets as necesswy. 11/84/'2082 17: 27 6199564801 PAE 53/03 PROPOSE 3mOD 0 F OPERATION Describe the operatiom of the business to be covered by this pennit. 2 =!3RIENCE STATEMENT Enumerate in detail the duration ant extent of the Proposer's business experience with speccia1 emphasis upon experience wjt n business of the type to which this proposal relates. - (Y~'HER INFORMAT ION Please provide any other informatioil which the Pmpw feels will be helpful in evaluating the Proposer s abiiivtto successfully operate. P The Proposer achowledges and agrees that the County has the right to make any inquiry or investigation it dmm appropriate ttr substankate or supplement infomation contained in this Questionmiire, and authorizes thc dei se to County of any and dl infomiation sought xn such inquiry ~l: investigation. Date: .- Signed Title: . ATTACHMENT “B McClellan-Palomar Airport Rules & Regulations Construction Safety & Security Requirements JOHN L. SNYDER (868) LB4-22Sa FAX: (858) 268-04Sl .OtATlON CODE SLO .. 20 October 1999 County of San Diego DEPARTMENT OF PUBLIC WORKS COUNTY ENGINEERINQ COUNTY AIRPORT8 COUNTY ROAD COYYISSIONER TRANSIT SERVICES COUNTY SURVEYOR FLOOD CONTROL WASTEWATER YANAGEYEWt McCLELLAN-PALOMAR AIRPORT RULES & REGULATIONS CONSTRUCTION SAFETY & SECURITY REQUIREMENTS ' 1 .O INTRODUCTION 1.1 Purposes: The County of San Diego Airports Rules & Regulations [Appendix 6: McClellan- Palomar Airport Rules & Regulations]: > Defines standards and specifies procedures for compliance with Federal Aviation Regulations (FAR) governing the operational safety on the Airport during construction. Said regulations, may include, but are not limited to applicable provisions of FAR Parts 77, 107, 139, construction safety measures described in Federal Aviation Administration (FAA) Advisory Circular (AC) 150/5370-2C (as amended) Operational Safety on Airports During Construction, the McClellan-Palomar Airport Certification Manual (CRQ ACM) and the McClellan Palomar Airport Security Program (CRQ ASP): P Provides contractors, construction project sponsors, construction administrators and inspectors, and other persons associated with any construction activities at CRQ with guidelines by which the applicable regulatory requirements may be met; and, P Support and facilitate construction activities while continuing to maintain the level of safety and security required for airportlaircraft operations. , 1.2 Applicabilitv: The requirements, standards, procedures described herein pertain to all construction (as well as maintenance) projects occurring within the Air Operations Area (AOA), its restricted areas, to consultants, contractors, 1.3 1.4 1.4.1 1.4.2 1.4.3 2.0 subcontractors, suppliers and all other person under their control who conduct any activities within these areas. Additional Information: Additional information or clarification regarding standards and procedures may be obtained via the Airport Manager or hidher designated representative. I Enforcement: By requesting and being'granted the authorization to enter the CRQ AOA or other restricted area, the recipient of this document shall have assured Airport Management that he/she has: > Read, understood, and voluntarily consented to comply with all applicable provisions of this document; and, > Assumed the responsibility to inform all persons associated with the recipient's activities at CRQ of all provisions and necessary compliance with this document. ! Unless expressly exempted in advance by the Airport Manager or hisher designated representative, failure by any person to comply with any of these requirements may result in the denial of access of said person to the AOA (such as removal of the person, permit, or vehicle from the AOA) and other corrective measures (training, temporary suspension of construction activities, documented warning, cites, fines, etc.). The Airport Manager or hidher designated representative (as listed in Section 2.0) and/or any other credentialed employees of the County, such as Project Management, Construction Administration, law enforcement or other personnel, are authorized when applicable to enforce the requirements stated herein. DEFl NITIONS: As stated herein, the following definitions apply: Air Operations Area (AOA): any area designated for the landing, take-off, surface movement, parking, loading and unloading of aircraft (in other words, most areas within the Airport perimeter fence). Aircraft Movement Area (AMA): refers exclusively to all runways and taxiways. Use of the AMA by aircraft and/or vehicles requires clearance from the Air Traffic Control Tower (ATCT) or escort by Airport Management. SafetyArea: Any area abutting the edges or ends of a movement area which has no sudden or excessive change in grade, is capable of supporting the weight and ground movement of any aircraft without damage to said aircraft and is free of any hazardous obstructions (which could include personnel, natural or man-made objects, stockpiled materials, equipment, vehicles, terrain depressions, and/or open excavations in excess of 4” deep). Specifically, a Runway Safety Area includes any point within 350 feet of the runway centerline or the extended centerline. A‘ Taxiway Safety Area includes any point within 125 feet of the taxiway centerline. > Restricted Area: The area of McClellm-Palornar Airport where access is restricted to commercial airline personnel and their screened passengers, and/or designated government authorized personnel for commercial operations only. In general, any tenant leasehold within the controlled perimeter of the Airport otherwise designated for a tenant’s exclusive use or any area not normally open to the general public access. Access to any of ’ these areas requires prior approval from the Airport Manager and tenant. > Critical Area: the area of McClellan-Palomar Airport where access is restricted to protect the Airport’s navigationalhisual aids. Any transition or access into any critical area requires the prior arrangement with and approval from the Airport Manager and positive clearance from ATCT. > Airport Manager: The person (or hisher designated representative) with ultimate authority and responsibility over the operation and management of each particular County of San Diego Airport as entrusted to himher by the County of San Diego Airports > Contractor. includes the project consultant(s), general or prime contractor, subcontractors, their suppliers and any firms, agencies or persons employed by, or, associated with them to perform any construction activities at the Airport. The Contractor shall provide Airport Management with a list of key personnel, with decision authority in case of emergency. The list shall contain names, positions, business phone numbers and other 24-hour numbers (such as pagers, cell phones, answering services, etc.) for immediate contact on site as well as off site, under normal conditions or in case of emergency at the work site. > Badge: Airport Management maintains and distributes numbered ID badges. for the purposes of identifying personnel and controlling access within certain specific areas on CRQ. > Vehicle Permit Airport Management maintains and distributes numbered vehicle permits for the purposes of identifying contract vehicles and controlling access within certain specific areas on CRQ. WSS11044M00rm6-A-A.DOCUSNOV-BB\ SDG 3 3.0 3.1 All personnel authorized access onto the CRQ AOA or any restricted area may be required to be in company uniform or be in possession of a valid compahy identification and or any ID Badge acceptable to Airport Management; and shall visibly display, when entering and while in the AOA on hisher outmost clothing, said badge. e 4.0 VEHICLE IDENTIFICATION. MARKINGS. LIGHTING AND EQUIPMENT 4.1 All vehicles licensed to operate on a public street or highway when used within the AOA shall meet all State requirements with regard to registration, insurance, safety and other mechanical equipment, including equipment required for night operations or operations in the rain. With exception for certain special purpose equipment as approved by Airport Management on a case-by-case basis prior to start of operations: 4.2 All vehicles entering and while operating within the AOA shall display: A Z'x3' orange and white checkered flag (daytime operations only) or a rotating I or 360 degree flashing amber light (daytime and nighttime operations) for enhanced visibility of the vehicle; A company name/logo on both sides of the vehicle legible from a distance of at least 50 feet; and, Airport Management may exempt an appropriate vehicle permit except as. 4.3 Depending upon its location relative to an aircraft movement area or safety area, a vehicle or equipment of certain height may be required to be equipped with an obstruction flag and/or light as determined by Airport Management. 5.0 VEHICLE OPERATIONAL REQUIREMENTS 5.1 5.2 The Contractor shall make available to Airport Operations personnel a description of the work area@), vehicle and equipment access route@) between the airport access gate@), various work sites on the airport, and vehicle and equipment staging/parking/storage area@) within the AOA, and times and/or duration of these vehicular activities for the whole duration of the project. A drawing, such as a site plan, appropriately annotated may be used to provide said description. The Contractor shall ensure all vehicle/equipment-marshalling areas have been approved by Airport Management personnel before any construction-related vehicle andlor equipment shall be allowed access onto the AOA. ,.3 Access > All authorized vehicles and persons shall enter and exit the AOA through designated gates only. While in the AOA, vehicle/equipment movements shall only be via designated routes and remain with all accompanying personnel within designated areas. Deviation from the designated routes or areas shall be coordinated with Airport Management prior to any such activity unless necessitated by immediate emergency conditions. All ground vehicles/equipment and personnel shall adhere to escort rules and procedures as stipulated in the Airport Security Plan. The Contractor is responsible for controlling all contract ground vehicles, equipment, and personnel operating on the AOA or other Airport areas as authorized by project plans and/or Airport Management. P Designated gates shall be secured at all times when not in use unless p h ys ica Ily guarded; > Contractor-provided guard service shall ensure only property authorized or escorted persons and vehicles are allowed access; PARKING AND OPERATIONS No Contractor shall operate a ground vehicle on the AOA without possession of a valid State license to operate such a vehicle, a valid, permitted Contractor ID, a CRQ-issued vehicle permit, and shall adhere to the County of San Diego Airports Rules & Regulations regarding Ground Vehicle Operations on fhe AOA. Aircraft, emergency vehicles, Airport Management vehicles, passengersblight crews in the process of enplaning or deplaning aircraft, and aircraft ground support equipment (GSE) including aircraft servicing vehicles such as fuel trucks, tow tugs, baggage carts, etc. have the right of way over all construction vehicles. No vehicle shall be operated or parked so as to interfere with the safe movements of aircraft, vehicles, or passengers/crews. Construction vehicles may not exceed: 5 MPH while in the immediate vicinity of an aircraft; 15 MPH while on the AOA; 25 MPH while on the Airport; and, No faster at any time than is safe and prudent as dictated by the conditions. J vehicle or equipment shall be left unattended on any designated aircraft parking area. No vehicle or equipment shall be left unattended on the AOA, unless it is properly parked in a designated area, has its engine turned off, and its parking brake positively set. No metal-track vehicle shall be operated on any paved surface, unless authorized'in advance by Airport Management or by the master tenant when within an exclusivb leasehold area. Operator(s) of any vehicle or equipment exceeding a safe height as shall be determined by Airport Management may be required to relocate, light and/or mark such vehicle or equipment. Crane operations supporting activity on or around the Airport shall be coordinated with Airport Management and the ATCT well prior to commencement. 6.0 6.1 6.2 INTERRUPTION TO UTILITIES & SERVICES Utilities Interruption and Restoration > All intentional interruptions or restorations of utilities (e.g. power, telephone, be approved by and coordinated with Airport Management in advance. data,. water, sewer, storm drain, etc.) whether surface or underground, must \ > All unintentional interruptions of utilities must be immediately reported to the Airport Manager or his designated representative and, when applicable, to the tenant project's manager or inspector. Utilities Repair and Restoration 9 It is the responsibility of the Contractor to promptly effect repairs to utilities interrupted by his activities or within an area under his control, 9 Certain utilities identified by Airport Management as critical to the safe, efficient, or economical operation of the Airport must be functionally restored immediately following any interruption. > Should it be ascertained that the Contractor is unable to functionally restore critical utilities in a timely or satisfactory manner, given the prevailing circumstances, Airport Management reserves the right to accomplish the necessary repairs by County, public utility, private contractor or other means. > All costs and expenses associated with the utility restoration whether initiated by the Contractor or the County shall be borne by the Contractor and the Contractor shall not be compensated for any loss incurred as a result of the utility interruption or the resulting restoration works. p All restoration of utilities must be approved by and coordinated with the Airport Manager or his designated representative in advance. .O ADVANCE NOTICE & NOTICE TO AIRMEN 7.1 Airport Management shall be notified by the contractor, during normal business hours (Le., 7:OO a.m. - 4.00 p.m. Monday - Friday, excluding holidays) p At least 24 hours in advance of any construction activities which will not necessitate the closure of any active or restricted area. ’ I > At least 72 hours in advance of any construction activities which will necessitate the closure of any active or restricted area. If such closure requires significant coordination with other activities, or tenant or airport operations, Airport Management may require advance notice greater than 72 hours. 9 Airport Management shall approve/disapprove proposed construction activities in accordance with safety, security, and operational considerations and ensure appropriate notifications (NOTAMs, etc.) are issued and copied to the Contractor. 7.2 Contractor notification to Airport Management shall include: I > Area location@) and boundaries to be closed and/or needed for construction activities; > Area closure periods including day, date, times, and impacts such as utility interruptions, etc.; > Area closure construction activities to be conducted; 9 Maximum equipment height anticipated; > Construction activity mitigation measures (dust control, traffic, security, etc.); and, 9 General information. 8.0 CONSTRUCTION/HAZARDOUS CONDITIONS MARKING & LIGHTING 8.1 Contractor shall be responsible to properly barricade, mark, and/or light any area closed due to construction and/or hazardous conditions so as to be visible and in accordance with prior Airport Management approval. 8.1 .I Appropriate materials (signage, tape, markers, barricades, lights, flashers, lighted X’S, etc.) shall be used to delineate work areas, construction sites, hazardous conditions, or closures of certain portions of the AMA. . 8.1.2 8.1.3 0.1.4 9.0 9.1 10.0 Contractor's marking and lighting materials and methods shall regular basis and prior to the end of any day's work, to ensure be inspected on a location, position, spacing, and operation are in accordance with Airport Management approval, Contractor shall provide Airport Management with 24-hour callback capability to rectify unsatisfactory conditions. Contractor marking and lighting deemed unsatisfactory by Airport Management shall be immediately corrected and all attendant costs shall be bome by the Contractor. Contractor shall provide Airport Management with best estimate of time required to return area@) to normal operations. Marking and lighting shall not be removed prior to Airport Management inspection and Contractor correction to noted discrepancies. AMA CLOSURE AUTHORITY Airport Management has sole authority to declare a runway, taxiway or ramp area "closed" and/or "reopened" to aircraft operations. GENERAL SAFElY ISSUES The Contractor shall ensure: No gas-torch or electrical welding or cutting, open flame, storage or disposal of any construction or waste material shall be authorized on the Airport except by prior Airport Management approval as specified and under conditions prescribed in the project plans and specifications. No discharge, spilling or littering of any substance shall be allowed on the Airport. All material, vehicles and/or equipment shall be properly secured so as not to be fall, dislodge or become mobile due to wind or blast conditions. All air, ground- and surface-water, noise pollution prevention and control measures shall be continuously employed as approved by Airport Management. No fueling, refueling servicing, or maintenance to vehicles or equipment shall be permitted except as expressly authorized by Airport Management. No lighting or illumination of the work areas shall interfere with air traffic control, airport, or aviation activities. No magnetic or radio emissions shall interfere with air traffic control, airport, or aviation activities. WSSll014DYXma6-AADOC\PNOV-gg\ SDG 8 . I 1.0 UNSAFE CONDITIONS The Contractor shall ensure: Observed or known safety, security or operational incidents, accidents or I violations shall be reported to Airport Management immediately. NO interference with emergency response personnel, vehicles or equipment while on the AOA. Airport Management, designated law enforcement or rescue personnel direction to stop work and/or vacate a facility shall be immediately followed by all personnel. 12.0 AUTHORITY Current personnel, title, and communications information as approved by Airport Management to represent authority on site shall be provided to the Contractor in a timely manner. I AlTACHMENT “C” .. Geotechnical Investigation August 14,2003 Mr. Christopher M. Muehlbacher, P.E. Associate Engineer City of Carlsbad, Public Works - Engineering 1635 Faraday Avenue Carlsbad, CA 92008 Subject: Summary of Engineering Services Proposed Water Main McClellan-Palomar Aqort Carlsbad, California URS Project No. 27663028.00010 Dear Mr. Muehlbacher: URS Corporation (URS) is pleased to present the results of our investigation at the McClellan Palomar Airport (Airport) in Carlsbad, California, in support of the proposed water main extension. This work was performed in accordance with our proposal dated March 7,2003, and addendum dated June 23,2003. The purpose of this work was to verify subsurface conditions in the vicinity of the proposed waterline and to confirm that the proposed alignment is outside the limits of the nearby Landfill Unit 1A. Our scope included development of a workplan for submittal to the Regional Water Quality Control Board (RWQCB) and Local Enforcement Agency (LEA) and to the County of San Diego. A copy of the approved workplan is presented in Appendix A. We have also include a copy of the RWQCB’s approval letter in Appendix A. FIELD EXPLORATIONS We advanced five hollow-stem auger borings on July 3 1,2003, within the proposed alignment to depths ranging from 6.5 to 16.5 feet. The boring locations are shown on Figure 1. The borings were advanced with a 4-inch solid-stem auger. No evidence of refuse or contamination was observed in the borings. Borings were backfilled with bentonite chips. The cuttings from the borings were stored in a 55-gallon drum until analytical testing was completed. A sample of cuttings from the drum was submitted to an analytical laboratory under standard chain-of-custody procedures for testing for volatile organic compounds (EPA Method 8260) and Title 22 metals. The results of the testing are provided in Appendix B. The results indicate that the soil is likely representative of background conditions, can be classified as non-hazardous waste, and is acceptable to dispose of at a Class I11 landfill. Upon receipt of the results, the drums were transported to a Class I11 landfill for disposal. . URS Corporation 1615 Murray Canyon Road, Suite 1000 San Diego. CA 92108 Tel: 619.294.9400 Fax: 619.293.7920 Christopher M. Muehlbacher, P.E. City of Carlsbad, Public Works-Engineering August 14,2003 Page 2 ~ ~~ Boring Designation B-1 SITE CONDITIONS Depth of Fill (feet) >16.5 feet The borings encountered fill soil and the Santiago Formation. The fill soil is typically a firm to stiff, pale brown to gray sandy lean to fat clay. The Santiago Formation is a dense to very dense pale gray silty fine sand. The following table presents the results of the explorations: ~~ ~ 52 13.5 53 9.5 54 3.5 8-5 1 .o The depth of fill soil encountered increased fi-om 1 foot at the northern most borings to at least 16.5 feet at the southemmost boring. Blow. counts in the fill ranged fiom 1 1 to 36 blows per foot; blow counts in the Santiago Formation ranged from 43 to more than 60 blows per foot using a modified California sampler. PIPELINE RECOMMENDATIONS We recommend that the trench bedding be placed in accordance with Green Book Specifications 306-1.2.1. We do not recommend water-densification of the backfill due to the potentially low permeability fill soils in the area. Backfill should be compacted to a minimum of 90 percent relative compaction except that in the top 300 mm (1 2”) of the street right-of- way, compaction shall be 95 percent. Existing fill soil may be considered suitable for genera1 backfill provided it has a plasticity index of less than 50 and is classified as non-corrosive. We further recommend that potential gas migration from the nearby landfill within the trench backfill be mitigated by construction of two trench bamers located at the northern and southern extent of the trench within Aircraft Road. The barriers should consist of a Portland cement concrete approximately 36 inches in length (along the alignment). The concrete should extend from the base of the trench to bottom of the base and asphalt concrete section. Christopher M. Muehlbacher, P.E. City of Carlsbad, Public Works-Engineering August 14,2003 Page 3 If you have any questions, or if we can provide additional information, please call us at (619) 294-9400. Sincerely, URS CORPORATION Project Manager JWS:mw Attachments a APPENDIXA Work Plan URS W:\27663028\00010-BL.DOC314-AUG4~DG California Regional Water Quality Control Board San Diego Region Internet Address: http~l~.swrcb.ca.gov/rwqcb9/ 9174 Sky Park Court. Suite 100, San Diego. California 92123 Phone (858) 467-2952 FAX (858) 571-6972 w Winston H. Hickox Secretary for Environmend Protection July 17,2003 File No. 06-0362.02 Ms. Jane Soule, R.C.E. Project Manager URS Corporation 1615 Murray Canyon Road, Suite 1000 San Diego, CA 92108 Dear Ms. Soule: RE: Workplan for Explorations at Palomar Airport Landfa On June 26,2003 the California Regional Water Quality Control Board, San Diego Region (RWQCB) received a revised workplan for proposed pipeline exploration project located on Aircraft Road, near the western portion of the Palomar Airport Landfill. The RWQCB has reviewed this report and has no further comments at this time. However, the RWQCB does request that the results of the sampling analysis be submitted in a timely manner upon completion of the exploration project. JOHN R. ODERMA'IT, Senior Engineering Geologist Land Discharge Unit cc: Mr. Doug Brewer County of San Diego Department of Public Works 5201 Ruffin Road, Suite D San Diego, CA 92123 Ms. Kerry McNeill Supervising Environmental Health Specialist Department of Environmental Health Local Enforcement Agency ' 9325 Hazard Way San Diego, CA 92123-1217 Gray Da GOWnrO. California Environmental Protection Agency 711e energy challenge facing California is real. Every Californian needs to take immcdiatc action IO reduce energy consumption. For a list of simple ways you CM reduce &mad and cut your energy costs. see our Web-site tal htp:/%vww.swrcb.ca.gov. Recycled Paper 8% June 23,2003 Ms. Amy Grove 91 74 Sky Park Court, Suite 100 San Diego, CA 92123-4340 Subject: Workplan for Explorations at Palomar-McClellan Airport URS Project No. 27663028 Dear Ms. Grove: This letter addresses your comments on the proposed workplan for explorations at the Palomar-McClellan Airport in support of design of a new 12-inch-diameter water line located along the western portion of Aircraft Road in CarIsbad, California. The workplan was submitted via e-mail on May 15,2003. Your comments are summarized in your response letter of June 2,2003. The following paragraphs provide responses to your comments, and applicable revisions have been incorporated into the workplan, which is attached. The attached workplan is for explorations related to pipeline design and is not a workplan for the actual construction of the waterline. Comment 1 The workplan has been revised to indicate that all cuttings from borings will be placed in 55-gallon drums. We proposed thatone sample from each drum be tested for Title 22 metals and Volatile Organic Compounds (VOCs, by EPA 8260). Drums will then be disposed of at an appropriate landfill facility (either Class 111 or Class I landfill) in accordance with Title 22 requirements. Sample collection and characterization will be performed under the supervision of a registered engineer or geologist. Comment 2 The workplan has been revised to read, “All borings will be backfilled with clean soil (e.g., silica sand) or bentonite chips.” Borings are anticipated to range in depth from 10 to 15 feet, so significant quantities of soil/chips will not be required (less than 1 cubic yard of total backfill material is anticipated). Comments 3 and 4 The proposed waterline will connect with two existing pipelines to form a loop to improve reliability of water service to the airport and to meet future demands. The approximate location kU7663028 PALOMAR AIRPORT WATER PIPEuNN)oo16A~.oOc\23-JUNo3\sDG Ms. Amy Grove Regional Water Quality Control Board June 23,2003 Page 2 of the alignment is shown on the attached figure. The pipeline will be located approximately 3.5 feet below the existing road grades and will have a working capacity of approximately 200 gallons per minute. The pipeline will have a working pressure on the order of 100 psi and will be part of a closed zone fed by a pressure reducing station. If there is a drop of pressure recorded at the station, an alarm informs a field crew for Mer investigation. Further, the pipeline will not be located on top of or within refuse. No impacts from the existing nearby landfill are expected, because of the shallow depth of the waterline and the fact that it is pressurized. The potential for landiill gas migration within the trench backfill will be mitigated by construction of two trench dams. The trench dams will be on the order of 2 to 3 feet thick (along the alignment) and will consist of a bentonitekement sluny mix. Please call me with any questions at (619) 683-6161. Sincerely, URS CORPORATION ne W. Soule, R.C.E. 59815 Project Manager JWS:teel cc: Doug Brewer, County o Melissa Porter, LEA Christopher Muehlbacher, City of Carlsbad J:\27663020 PALOMAR AIRPORT WATER PIPELlNM001O-ACWC\WUN-O3SDG ATTACHMENTA URS Work Plan for Geotechnical Investigation Field Explorations for Proposed Water Main McClellan-Palomar Airport Carlsbad, California June 2003 SCOPE OF WORK General: Our scope of work includes performing hollow-stem auger borings and related soil sampling for geotechnical exploration to verify subsurface conditions for the proposed 12-inch water main alignment along Aircraft Road at the McClellan-Palomar Airport in Carlsbad, California. Based on previous mapping and trenching at the site, we expect the alignment and proposed borings to be located west of the existing Landfill Unit 1 B that underlies portions of the airport. Permits and Coordination: URS will coordinate the field exploration efforts with the County of San Diego Landfill Management and Airport groups. We do not anticipate that boring permits will be necessary due to the limited depth of the explorations and the location relative to the known refuse limits. We will obtain from the County permission to perform the field explorations. Exploration locations will be cleared of utilities by Underground Services Alert. Field Explorations: All borings will be advanced using a hollow-stem auger rig, and sampling will be accomplished with driven modified California or SPT Samplers. The approximate locations of borings are illustrated on the site plan, Attachment A. Borings are expected to be 10 to 15 feet deep and are not anticipated to encounter groundwater or refuse. All borings will be backfilled with clean soil (such as silica sand) or bentonite chips to within five feet of the existing ground surface. The interval between 0.5 and 5 feet below the ground surface shall be backfilled with bentonite chips. All borings shall be capped with asphalt cold patch in the upper six inches. Cuttings from the borings will be collected in approved sealed 55gallon drums. A sample from each drum will be collected in laboratory-supplied containers, labeled and placed in an insulated cooler with ice and transported to an analytical laboratory. The samples will be transported to the laboratory under chain-of- custody procedures. Upon receipt of the analytical test results, the results will be reviewed and the soil will be classified based on California (Title 22) and RCRA requirements. Upon classification, the soil will be disposed of at an appropriate landfill (Class I or Class Ill). All boring areas will be swept clean of soil cuttings and debris generated during the exploration. Health and Safety: Health and safety implemented by the Subcontractor shall be consistent with regulatory requirements and the requirements set forth in OSHA, 29 CFR 1910.120 "Hazardous Waste Operations and Emergency Response," 1910.1000 "Air Contaminants," and 1926 "Safety and Health for Construction." The drilling subcontractor will become familiar with the potential hazardous health and safety conditions and risks associated with the work on airfields and MSW landfills. Our work will conform to the requirements presented in the 'McClellan-Palomar Airport Rules and Regulations, Construction Safety and Security Requirements," included as Attachment B. The drilling subcontractor will provide methane-monitoring equipment during the excavation of borings. If the methane concentrations measured at the ground surface exceed 10 percent of the lower explosive limit for methane (5,500 ppm or 0.55% methane), operations at the site will be halted, and construction personnel will be evacuated until methane concentrations decrease. SCHEDULE All field explorations should be performed on consecutive days (Monday through Friday) between the hours of 7:OO a.m. and 500 p.m. This schedule may be revised due to inclement weather or airport operations. 4 . : - :, .- . r .. I- APPENDIXB Analytical Testini URS W.U76630U)\00010-BLDOC\14J\UGOJ\SDG 11 August 2003 URS Corporation Attn: Jane Soule 1615 Murray Canyon Rd Suite #lo00 San Diego, California 92 108 EMA Log #: 0308014 Project Name: Palomar Airport Waterline Enclosed are the results of analyses for samples received by the laboratory on 08/01/03 13:OO. Samples were analyzed pursuant to client request utilizing EPA or other ELM approved methodologies. I certify that this data is in compliance both technically and for completeness. UVice President / Laboratory Director CA ELM Certification # 193 1 4340 Viewridge Avenue, Suite A San Diego, California 92123 (858) 560-7717 Fax (858) 560-7763 Analytical Chemistry Laboratory ~~ ~ ,ent Name: URS Corporation Project Name: Palomar Airport Waterline I EMA Log #: 0308014 ANALYTICAL REPORT FOR SAMPLES Sample ID Laboratory ID Matrix Date Sampled Date Received Soil 07/31/03 11:15 08/01/03 13:oo PA-] 03080 14-0 1 I results in this report apply to ihe samples analyzed in accordance with ihe chain of -..Jtody document. This analytical report must be reproduced in its eniirery. Page 2 of 16 Client Name: URS Corporation EMA Log #: 0308014 Project Name: Palomar Airport Waterline Metals by EPA 6000/7000 Series Methods Notes I Units Dilution Batch Prepared Analyzed Method ym;P% Result PA-1 (0308014-01) Soil Sampled: 07/31/03 11:15 Received: 08/01/03 13:OO Antimony ND 10.0 m& 1 3080508 08/05/03 08/06/03 EPA 6010 Barium Beryllium Cadmium Chromium Cobalt Copper Lead Molybdenum Nickel Vanadium Zinc Arsenic Selenium Silver Thallium Mercury 14.7 ND ND 17.2 ND 8.03 ND ND 10.7 12.9 12.1 1.90 ND 0.697 ND 0.54 1 .oo 1 .oo 1 .oo 1 .oo 1 .oo 1 .oo 10.0 5.00 1 .oo 1 .oo 1 .oo 0.500 1 .oo 0.100 0.500 0.05 " I " 308051 0 08/05/03 3080603 08/06/03 I 08/06/03 EPA 6020 08/06/03 EPA 7471 The results in this report apply to the samples analyzed in accordance with the chain of cusiody document. This analytical report rnwi be reproduced in its entirety. C- -Lit Name: URS Corporation Project Name: Palomar Airport Waterline EMA Log #: 0308014 I 1 Volatile Organic Compounds by EPA Method 8260B I Analyte '. Result y&!p Units Dilution Batch Prepared Analyzed Method Notes I I I PA-] (0308014-01) Soil Sampled: 07/31/03 11:15 Received: 08/01/03 13:OO ND 50.0 EPA 82608 Acetone Acetonitrile Acrolein Acryl onitri 1 e Allyl chloride Benzene Bromobenzene Bromochloromethane Bromodichloromethane Bromoform Bromomethane 2-Butanone n-Butylbenzene sec-Butylbenzene tert-Butylbenzene Carbon disulfide , ;obenzene Chlorodibromomethane Chloroethane 2-Chloroethylvinyl ether Chloroform Chloromethane 2-Chlorotoluene 4-Chlorotoluene 1,2-Dibrorno-3-chIoropropane -m tetrachloride 1,2-Dibrornoethane (EDB) Dibrornomethane I ,2-Dich iorobenzene 1,3-Dichlorobenzene 1,4-Dichlorobenzene trans- 1,4-Dichloro-2-butene Dichlorodifluoromethane 1 ,I -Dichloroethane 1 ,ZDichloroethane 1.1 -Dichloroethene cis-l,2-Dichloroethene trans- 1,2-Dichloroethene 1,2-Dichloropropane 1,3-Dichloropropane 2,2-Dichloropropane I, I -Dichloropropene cis- 1,3-Dichloropropene ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND 50.0 I00 25.0 5.00 2.00 2.00 2.00 2.00 2.00 5.00 50.0 2.00 5.00 5.00 5.00 5.00 2.00 2.00 5.00 5.00 2.00 5 .OO 5.00 5.00 5.00 2.00 2.00 2.00 2.00 2.00 5 .OO 5.00 2.00 2.00 2.00 2.00 2.00 2.00 2.00 5.00 5.00 2.00 3080801 08/08/03 08/08/03 I " " H I n n n " " " " (1 " 9, " I " I I( " " " " ~ssults in this report nppfy IO I...: sum@= analyzed in accordance with the chain of LW.,IO~~ document. This analytical report musf be reproduced in its entirety. Page 4 of 16 Client Name: URS Corporation Project Name: Palomar Airport Waterline EMA Log #: 0308014 Volatile Organic Compounds by EPA Method 8260B R rting Analyte Result ?.%it Units Dilution Batch Prepared Analyzed Method Notes PA-1 (0308014-01) Soil Samded: 07/31/03 11:15 Received: 08/01/03 13:OO trans- 1,3-Dichloropropene ND 2.00 ug/kg 1 3080801 08/08/03 08/08/03 EPA 8260B Diethyl ether Ethylbenzene Hexachlorobutadiene Hexachloroethane 2-Hexanone Iodomethane Isopropylbenzene Methylene chloride Methyl tert-butyl ether 4-Methyl-2-pentanone Naphthalene n-Propyl benzene Styrene I, 1 ,I ,2-Tetrachloroethane 1,1,2,2-Tetrachloroethane Tetrachloroethene Toluene 1,2,3-Trichlorobenzene 1,2,4-Trichlorobenzene 1,1,1 -Trichloroethane 1,1,2-Trichloroethane Trichloroethene Trichlorofluorornethane 1,2,3-Trichloropropane 1,1,2-Tr1chIorotrifluoroethane I ,2,4-Trimethylbenzene 1,3,5-Trirnethylbenzene Vinyl acetate Vinyl chloride m,p-X ylene o-Xylene Surrogate Dibromofluoromethane Surrogare. 4-Bromofluorobenzene Surrogate: Toluene-d8 - - - - . - __ - __ ND 5.00 I ND 2.00 ND 2.00 " ND 2.00 ND 10.0 ND 2.00 ND 2.00 ND 5.00 " I, ND 2.00 ND 5.00 )I ND 2.00 " " ND 2.00 " ND 2.00 ND 5.00 " ND 2.00 " 2.62 2.00 I ND 2.00 ND 2.00 ND 2.00 ND 5.00 ND 2.00 " ND 5.00 I, " ND 5.00 I ND 10.0 I ND 2.00 ND 2.00 " ND 10.0 " ND 5.00 ND 5.00 " ND 2.00 " I I 8 ND 25.0 " .- - - - - -_ __ __ . .- 137 % 61-141 " " " .86 % 70- 124 R , 94 % 80-121 ,I , 71re results in this repori apply to the samples anaryzed in accordance with the chain of cuslotiy document. This analytical report must be reproduced in its entirety. - c,.,.nt Name: URS Corporation Project Na~ne: Palomar Airport Waterline EMA Log #: 0308014 Reporting Spike Source %REC RPD Analyte Result Limit Units Level Result %REC Limits RPD Limit Notes Blank (3080508-BLK1) Prepared: 08/05/03 Analyzed: 08/06/03 __-- Antimony ND 10.0 mpncg Barium Beryllium Cadmium Chromium Cobalt copper Lead Molybdenum Nickel Vanadium Zinc ND ND ND ND ND ND ND ND ND ND ND 1 .oo 1 .oo 1 .oo 1 .oo 1 .oo 1 .oo 10.0 5.00 I .oo 1 .oo 1 .oo (3080508-BS1) _- Prepared: 08/05/03 Analyzed: 08/06/03 -- . .iony 475 10.0 mag 500 95 75-125 Barium Beryllium C admi um Chromium Cobalt Coppa Lead Molybdenum Nickel Vanadium Zinc LCS D~-P~Qo805O_s-Bg!~ . __ Antimony Barium Beryllium Cadmium Chromium Cobalt copper Lead Molybdenum Nickel 469 97.6 452 468 472 460 460 488 464 498 446 . . - ... -- - - -- 488 482 100 467 479 483 470 473 502 476 1 .oo 1 .oo 1 .oo 1 .oo 1 .oo 1 .oo 10.0 5 .oo 1 .oo 1 .oo 1 .oo 10.0 1 .oo 1 .oo 1 .oo 1 .oo 1 .oo 1 .oo 10.0 5.00 1 .oo .- esults in this report apply to the samples analyzed in accordance with the chain of custody document. This analytical report must be reproduced in its entirety. 500 100 500 500 500 500 500 500 500 500 500 94 98 90 94 94 92 92 98 93 100 89 75-1 25 75-125 75-125 75-125 75-125 75-125 75-125 75- 125 75-125 75-125 75-125 Prepared: 08/05/03 Analyzed: 08/06/03 500 9a 75-125 3 20 500 100 500 500 500 500 500 500 500 96 100 93 96 97 94 95 loo 95 75-125 75-1 25 75-125 75-125 75-125 75-125 75-125 75- 125 75-125 20 20 20 20 20 . 20 20 20 20 Project Name: Palomar Airport Waterline ~ I EMA Log #: 0308014 I I ~ Metals by EPA 6000/7000 Series Methods - Quality Control Reporting Spike Source YOREC RPD halyte Result Limit Units Level Result %REC Limits RPD Limit Notes Batch 3080508 LCS Dup (3080508-BSD1) Vanadium 510 1 .oo mgkg 500 102 75-125 2 20 Zinc 457 1 .oo 500 91 75-125 2 20 Prepared: 08/05/03 Analyzed: 08/06/03 - -- Duplicate (3080508-DUP1) Source: 0308030-01 Prepared: 08/05/03 Analyzed: 08/06/03 Antimony ND 10.0 mgkg 5.52 30 20 QR-04 __. Barium Beryllium Cadmium Chromium Cobalt Copper Lead Molybdenum Nickel Vanadium Zinc 110 1 .oo ND 1 .OO 6.17 1 .oo 27.7 1 .oo 2.16 1 .oo 283 1 .oo 212 10.0 5.12 5.00 21.7 1 .oo 14.5 1 .oo 327 1 .oo I 125 ND 2.8 1 18.9 1.68 37 1 985 1.22 28.1 10.3 627 13 20 20 75 20 38 20 25 20 27 20 129 20 123 20 26 20 34 20 63 20 QR-02 QR-02 QR-02 QR-02 QR-02 QR-05 QR-02 QR-02 QR-02 ~- Matrix Spike (3080508-MSI) - Source: 0308030-01 Prepared: 08/05/03 Analyzed: 08/06/03 ~__ Antimony 422 10.0 mpncg 481 5.52 87 75-125 Barium Beryllium Cadmium Chromium Cobalt Copper Lead Molybdenum Nickel Vanadium Zinc 567 97.5 43 5 463 448 700 680 466 472 499 805 1 .oo 1 .oo 1 .oo 1 .oo 1 .oo 1 .oo 10.0 5.00 1 .oo 1 .oo 1 .oo 48 1 96.2 48 1 481 48 1 48 1 48 1 48 1 481 48 1 481 125 ND 2.81 18.9 I .68 371 985 1.22 28.1 10.3 627 92 101 90 92 93 68 NR 97 92 102 37 75-125 75-125 75-125 75-125 75-125 75-125 75-125 75-125 75-125 75- 1 25 75-125 QM-05 QM-05 QM-05 The results in this report apply to the samples analyzed in accordance with the chain of custody document. This analytical report must be reproduced in its entirery. Page 7 of 16 c L. ,fit Name: URS Corporation EMA Log #: 0308014 Project Name: Palomar Airport Waterline Reportins Spike Source %REC RPD Analyte Result Limit Units Level Result %REC Limits RPD Limit Notes Matrix Spike Dup (3080508-MSD1) Source: 0308030-01 Prepared 08/05/03 Analyzed 08/06/03 Antimony 417 10.0 m&g 472 5.52 87 75-125 1 20 Barium Beryllium Cadmium Chromium Cobalt copper Lead Molybdenum Nickel Vanadium Zinc 555 91.7 3 84 417 410 640 745 43 1 426 463 1040 1 .oo 1 .oo 1 .oo 1 .oo 1 .oo 1 .oo 10.0 5.00 1 .oo 1 .oo 1 .oo 472 125 91 94.3 ND 97 472 2.81 81 472 18.9 84 472 1.68 87 472 371 57 472 985 NR 472 1.22 91 472 28.1 84 472 10.3 96 472 627 88 75-125 75-125 75-125 75-125 75-125 75-125 75-125 75-125 75-125 75-125 75-125 2 20 6 20 12 20 IO 20 9 20 9 20 9 20 8 20 10 20 7 20 25 20 QM-05 QM-05 QM-05 h3080510 Blank ____ (3080510-BLK1) _______..- Prepared: 08/05/03 Analyzed: 08/06/03 - Arsenic ND 0.500 mpncs Selenium Silver Thallium ND 1 .oo ND 0.100 ND 0.500 Prepared: 08/05/03 Analyzed: 08/06/03 .._____~-- - LCS . (3080510-BS1) Arsenic 9.34 0.500 mglkg 10.0 93 75-125 Selenium Silver Thallium 9.17 1 .oo 10.0 92 75-125 9.04 0.100 10.0 90 75-125 8.84 0.500 10.0 88 75-125 isults in this report appIy to the samples analyzed in accordance with the chain of c-rody document. This analytical report must be reproduced in its entirev. Project Name: Palomar Airport Wataline EMA Log #: 0308014 ~ Metals by EPA 6000/7000 Series Methods - Quality Control ~ Reporting Spike Source %REC Result Limit Units Level Result %REC Limits RPD Lirnit Batch 3080510 LCS DUP (3080510-BSDl) Arsenic 10.7 0.500 mgilcg 10.0 107 75-125 14 20 Prepared: 08/05/03 Analyzed: 08/06/03 Selenium Silver Thallium 10.2 1 .oo 10.0 102 75-125 11 20 11.1 0.100 10.0 111 75-125 20 20 11.0 0.500 10.0 110 75-125 22 20 QL-02 n ” Duplicate __ -- (3080510-DUP1) Source: 0308030-01 Prepared: 08/05/03 Analyzed: 08/06/03 Arsenic 1.67 0.500 mgkg 2.40 36 20 QR-02 Selenium ND 1 .oo ND 20 Silver 184 1 .oo 2820 175 20 QR-02 Thallium ND 0.500 0.473 42 20 QR-04 n 0 Matrix Spike (3080510-MS1) Source: 0308030-01 Prepared: 08/05/03 Analyzed: 08/06/03 Arsenic 10.3 0.500 mgkg 8.77 2.40 90 75-125 Selenium Silver Thallium ” 7.68 1 .oo 8.77 ND 88 75-125 65.9 1 .oo 8.77 2820 NR 75-125 9.61 0.500 8.77 0.473 104 75-125 I I QM-4X. QM-OC Matrix . - - - Spike - .. -- Dut080510-MSDl) ~ Arsenic 10.8 0.500 mgkg 8.77 2.40 96 75-125 5 20 Source: 0308030-01 Prepared: 08/05/03 Analyzed: 08/06/03 Selenium Silver Thallium 7.48 1 .oo 8.77 ND as 75-125 3 20 20 1 1 .oo 8.77 2820 NR 75-125 101 20 QM-4X.QM-06 9.64 0.500 8.77 0.473 105 75-125 0.3 20 Batch 3080603 Blank (3080603-BLKI) Mercury ND 0.05 mgncg Prepared & Analfled: 08/06/03 The results in this report apply to the samples analyzed in accordance with the chain of custody document. This analytical report musi be reproduced in its entirery. c ,nt Name: URS Corporation EMA Log #: 0308014 Project Name: Palomar Airport Waterline A Matrix - Spike (3080603-MSl) Source: 0308030-01 Prepared & Analyzed: 08/06/03 Mercury 1.69 0.25 mglkg 0.370 39.2 NR 75-125 QM-4X Matrix Spike Dup (3080603-MSDl) Source: 0308030-01 Prepared & Analyzed: 08/06/03 Mercury 181 10.0 mglkg 0.385 39.2 NR 75-125 20 QM-4X r Analyte Result Limit Units Level Result %REC Limits RPD Limit Notes Reporting Spike Source %REC RPD mdts in this report apply to the samples analyzed in accordance with the chain of ~,tocfy document. nis analytical report must be reproduced in its entirety. Page 10 of 16 Client Name: URS Corporation Project Name: Palomar Airport Waterline i EMA Log #: 0308014 I 1 Volatile Organic Compounds by EPA Method 8260B - Quality Control Reporting Spike Source %REC RPD Notes Analyte Result Limit Units Level Result %REC Limits RPD Limit Batch 3080801 Blank (3080801-BLK1) Prepared & Analyzed: 08/08/03 50.0 Uglkg Acetone Acetonitrile Acrolein Acrylonitrile Allyl chloride Benzene Bromobenzcnc Bromochloromethane Bromodichloromethane Bromoform Bromomethanc 2-Butanone n-Butylbenzenc sec-Butylbcnzcne krt-Butylbenzene Carbon disulfide Carbon tetrachloride Chlorobenzene Chlorodibromomethane Chlorocthane 2-Chloroethylvinyl ether Chloroform Chloromethane 2-Chlorotolucnc 4-Chlorotolucne 1,2-Dibromo-3-chloropropanc 1,2-Dibromoethane (EDB) Dibromomethane 1,2-Dichlorobcnzcne 1,3-Dichlorobcnzene 1,4-Dichlorobenzene trans-] ,4-Dichloro-2-butcne Dichlorodifluoromethane 1.1 -Dichloroethanc 1,2-Dichloroethanc 1 ,I-Dichloroethene cis-l,2-Dichlorocthenc trans- 1,2-Dichloroethene ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND 50.0 100 25.0 5.00 2.00 2.00 2.00 2.00 2.00 5.00 50.0 2.00 5.00 5.00 5.00 5.00 2.00 2.00 5.00 5.00 2.00 5.00 5.00 5.00 5.00 2.00 2.00 2.00 2.00 2.00 5.00 5.00 2.00 2.00 2.00 2.00 2.00 ” 1 The results in this report apply to the samples analyzed in accordance with the chain of custody documenr. l3is analytical report must be reproduced in its entirery. -- @ Anamcab Ipc. Page 11 of 16 - EMA Log #: 0308014 ,fit Name: URS Corporation Project Name: Palomar Airport Waterline Reporting Spike Source. %REC RPD Analyte Result Limit UNts Level Result %REC Limits RPD Limit Notes Blank (3080801-BLK1) 1,2 -Dichloropropanc ND 2.00 Prepared & Analyzed: 08/08/03 I ,3-Dichloropropane 2,2-Dichloropropane 1,l -Dichloropmpene cis-I ,3-Dichloropropcne trans-I ,3-Dichloropropcne Diethyl ether Ethylbenzene Hexachlorobutadiene Hexachloroethane 2-Hexanone lodomethane Isopropylbenzme .Ilene chloride . .yl tnt-butyl ether 4-Methyl-2-pentanone Naphthalene n-Propylbenzcne Styrene 1,1,1.2-TetrachIoroethane 1,1,2,2-Tetrachloroethane Tetrachloroethcnc Toluene 1,2,3 -Trichlorobenzene 1,2,4-Trichlombcnzcnc 1.1,l -Trichloroethane 1 ,I ,2-Trichloroethane Trichloroethene Trichlorofluoromethanc 1,2,3 -Trichloropropane 1 ,I ,2-Trichlorotrifluoroethane 1,2,4-Trimethylbenzene 1,3,5-Trimethylbmzenc Vinyl acetate Vinyl chloride m,p-Xylcnc o-Xylene ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND 2.00 5.00 5.00 2.00 2.00 5.00 2.00 2.00 2.00 10.0 2.00 2.00 5.00 2.00 25 .o 5.00 2.00 2.00 2.00 5.00 2.00 2.00 2.00 2.00 2.00 5.00 2.00 5.00 5.00 10.0 2.00 2.00 10.0 5.00 5.00 2.00 .--- Surrogate: Dibromofluoromethane 155 125 124 61-141 suits in this report apply IO the sampia analyzed in accordance with the chain of ~-~$ody documenr. T?tis analylical report must be reproduced in its entiray. E--.@-..-.h.. Page 12 of 16 Client Name: URS Corporation Project Name: Palomar Airport Waterline EMA Log #: 0308014 Volatile Organic Compounds by EPA Method 8260B - Quality Control Reporting Spike Source %REC RPD Analyte Result Limit Units bel Result %REC Limits RF'D Limit Nota Batch 3080801 Blank (3080801-BLK1) Prepared & Analyzed: 08/08/03 Surrogate: 4-Bromofluorobenzene 131 125 105 70-124 " Surrogate: Toluene-d8 124 125 99 80-321 LCS (3080801-BS1) Prepared & Analyzed: 08/08/03 Benzene 114 2.00 WkB 125 91 76-116 Chlorobenzene 118 2.00 125 94 82-106 1 ,I-Dichloroethene 91.1 2.00 125 73 67-116 Toluene 108 2.00 125 86 78-112 Trichloroethene 108 2.00 125 86 79-108 Surrogate: Dibromojluoromethane 143 125 114 61-14] Surrogate: 4-Bromofluorobenzene 136 125 109 70-124 Surrogaie: Toluene-d8 117 125 94 80-121 - . .- ~ ___--- ~ ... __ __ " " Duplicate -- (3080801-DUPI) Acetone Acetonitrile Acrolein Acrylonitrile Allyl chloride Benme Bromobenzene Bromochloromethane Bromodichlororncthane Bromoform Bromomethane 2-Butanone n-B utylbenzene sec-Butylbenzene tert-Butylbenzene Carbon disulfide Carbon tetrachloride Chlorobenzene Chlorodibromomethane Chloroethane 2-Chloroethylvinyl ether Chloroform Chloromethane 2-Chlorotoluene Source: 0308014-01 Prepared & Analyzed: 08/08/03 ND 50.0 ug/kg ND 30 ND 50.0 ND 30 ND 100 ND 30 ND 25.0 ND 30 ND 5.00 ND 30 ND 2.00 ND 30 ND 2.00 ND 30 ND 2.00 ND 30 ND 2.00 ND 30 ND 2.00 ND 30 ND 5 .oo ND 30 ND 50.0 ND 30 ND 2.00 ND 30 ND 5.00 ND 30 ND 5.00 ND 30 ND 5 .oo ND 30 ND 5.00 ND 30 ND 2.00 ND 30 ND 2.00 ND ND 5 .oo ND 30 ND 5.00 ND 30 ND 2.00 ND 30 ND 5.00 ND 30 ND 5.00 ND 30 " I, n 30 . The resulis in this report appb to the samples analyzed in accordance with the chain of cusrody document. This analytical report must be reproduced in its entirety. L--;nt Name: URS Corporation Project Name: Palomar Airport Waterline EMA Log #: 0308014 I I Volatile Organic Compounds by EPA Method 8260B - Quality Control Reporting Spike Source %REC RPD Analyte Result Limit Units Level Result %REC Limits RPD Limit Notes Duplicate (3080801-DUPI) Source: 0308014-01 Prepared 8i Analyzed 08/08/03 4-Chlorotoluene ND ND 30 1,2-Dibromo-3-chloropropanc 1,2-Dibromoethane (EDB) Di bromornethane 1,2-Dichlorobenzene 1,3-Dichlorobenzene 1,4-Dichlorobenzene trans- 1,4-Dichloro-2-butene Dichlorodifluoromethane 1.1-Dichloroethane 1 f-Dichloroethane 1,l -Dichloroethenc cis-I ,2-Dichlorocthme . , dichloropropane 1.3-Dichloropropanc 2.2-Dichloropropane 1,l-Dichloropropene cis-I ,3-Dichloropropme trans- 1,3-Dichloropropenc Diethyl ether Ethylbenzene Hexachlorobutadienc Hexachloroethane 2-Hexanone lodomethane lsopropylbcnzenc Methylene chloride Methyl tert-butyl ether 4-Methyl-2-pentanone Naphthalene n-Propylbmzene Styrene 1 ,I ,I ,2-Tetrachloroethanc 1,1,2,2-Tetrachloroethane Tetrachlorocthcne Toluene 1,2,3-Trichlorobcnzene 1,2-DichIorocthme ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND 2.35 ND 5.00 5.00 2.00 2.00 2.00 2.00 2.00 5.00 5 .oo 2.00 2.00 2.00 2.00 2.00 2.00 2.00 5.00 5 .OO 2.00 2.00 5.00 2.00 2.00 2.00 10.0 2.00 2.00 5.00 2.00 25 .O 5.00 2.00 2.00 2.00 5.00 2.00 2.00 2.00 eesults in this repon apply to the samples analyzed in accordance with the chain of ~~tody document. This analytical report must be reproduced in its entirely. ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND 1.95 ND ND ND ND ND ND ND ND ND ND ND ND ND ND ND 2.62 ND 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 . 30 20 30 30 30 30 30 30 30 30 30 30 30 30 30 . 30 30 30 I1 30 30 9 Client Name: URS Corporation Project Name: Palomar Airport Waterline I I EMA Log #: 0308014 I I Volatile Organic Compounds by EPA Method 8260B - Quality Control Reporting Spike Source %REC WD Analyte Result Limit Units Level Result %REX Limits RPD Limit Notes Batch 3080801 Duplicate (3080801-DUP1) Source: 030801401 Prepared & Analyzed: 08/08/03 1,2,4-Trichlorobcnzcne ND 2.00 ugntg ND 30 lJ,l -Trichloroethane ND 2.00 ND 30 1 ,I ,2-Trichloroethane ND 5.00 ND 30 Trichloroethene ND 2.00 ND 30 Trichlorofluoromethane ND 5.00 ND 30 1,2,3-Trichloropropanc ND 5.00 ND 30 1 ,I ,2-Trichlorotrifluoroethane ND 10.0 ND 30 1,2,4-Trimethylbenzme ND 2.00 ND 30 1,3.5-Tnmethylbenzme ND 2.00 ND 30 Vinyl acetate ND 10.0 ND 30 Vinyl chloride ND 5.00 ND 30 m,p-X ylenc ND 5 .oo ND 30 0-Xylene ND 2.00 ND 30 Surrogate: Dibromojluoromethane 157 125 126 61-141 Surrogate: 4-Bromojluorobenzene 119 125 95 70-124 Surrogate: Toluene-d8 112 125 90 80-121 Matrix _. -_ Spike (3080801-MSl) ___ Benzene Chlorobenzene I ,I -Dichloroethene Toluene Trichloroethene Surrogate: Dibromojluoromethane Surrogate: 4-Bromojluorobenzene Surrogate: Toluene-rlB Source: 0308014-01 Prepared & Analyzed: 08/08/03 122 2.00 125 ND 98 77-127 119 2.00 125 ND 95 84-114 103 2.00 125 ND 82 61-129 I 113 2.00 125 2.62 88 66-139 110 2.00 .I25 ND 88 83-113 155 125 124 61-141 130 125 104 70-124 124 125 99 80-121 Matrix Spike - - - Dup (3080801-MSD1) Benzene 112 2.00 UPncP Source: 0308014-01 - -. - - -- -- - - .- - - - -. - Chlorobenzene 1,l -Dichloroethcne Toluene Trichloroethene 121 2.00 1 09 2.00 116 2.00 113 2.00 I Surrogare: Dibromojluoromethane 166 Surrogate: 4-Bromojluorobenzene I42 Surrogate: Toluene-d8 128 The results in this report appfy to the samples analyzed in accordance with the chain of cusiody document. This analytical report must be reproduced in its entirev. Prepared & Analyzed: 08/08/03 ____ 125 ND 90 77-127 9 30 125 ND 97 84-114 2 30 125 ND 87 61-129 6 30 125 2.62 91 66-139 3 30 125 ND 90 83-113 3 30 125 133 61-141 125 114 70-124 125 102 80-121 En+Bbtsix Page 15 of 16 - It Name: URS Corporanon EMA Log #: 0308014 Project Name: Palomar Airport Waterline - QL-02 QM-05 QM-06 QM4X QR-02 QR-04 QR-05 ND NR dry RPD The RPD between the LCS and LCSD did not meet the acceptance criteria, however both have acceptable recoveries. Sample data not affected. The spike recovery was outside acceptance limits for the MS and/or MSD due to matrix interference. The LCS and/or LCSD were within acceptance limits showing that the laboratory is in control and the data is acceptable. Due to noted non-homogeneity of the QC sample matrix, the MSMSD did not provide reliable results for accuracy and precision. Sample results for the QC batch were accepted based on LCSLCSD percent recoveries and RPD values. The spike recovery was outside of the QC acceptance limits for the MS andor MSD due to analyte concentration at 4 times or greater the spike concentration. The QC batch was accepted based on LCS and/or LCSD recoveries within the acceptance limits. The RPD result exceeded the QC limits due to non-homogeneity of sample. The RPD between the sample and sample duplicate is not valid since both results are below the reporting limit for this analyte. The RPD between the sample and sample duplicate is not valid since one result is non detect for this analyte. Analyte NOT DETECTED at or above the reporting limit Not Reported Sample results reported on a dry weight basis Relative Percent Difference 7 n. ults in this report apply to the samples analyzed in accordance with the chain of j document. This analyrical repori musr be reproduced in its entirety. --@-*- Page 16 of 16 LL 0 I II r. . - - 39LW 3x18 I208 lZ09 L88Za WVLSV - ES 108 PJPuJIxZl-HdL - . 1 > e E 2 - ATTACHMENT “D” Draft Template for Storm Water Pollution Prevention Plan NOTE TO CONTRACTOR: Electronic version will be provided to the Contractor at the time the Contract is awarded. STORM WATER POLLUTION PREVENTION PLAN for PALOMAR AIRPORT 12” WATERPIPELINE CONTRACT NO. 3479 Prepared for: City of Carlsbad Public Works 1635 Faraday Avenue Carlsbad, CA 92008 Submitted by: Project Site Address: Contractor’s Water Pollution Control Manager: SWPPP Prepared by: S WPPP Preparation Date: Contents Paae Section 100 100.1 100.2 100.3 Section 200 200.1 200.2 Section 300 300.1 300.2 300.3 300.4 300.5 Section 400 Section 500 500.1 500.2 500.3 500.4 500.5 500.6 500.7 500.8 500.9 Section 600 600.1 600.2 600.3 SWPPP Certifications and Approval ............................................................... 1 Initial SWPPP Certification ................................................................................. 1 SW PPP Approval ............................................................................................... 2 Annual Compliance Certification ........................................................................ 3 SWPPP Amendments ....................................................................................... 4 SWPPP Amendment Certification and Approval ................................................ 4 Amendment Log ................................................................................................. 6 Introduction and Project Description ............................................................. 7 Introduction and Project Description ................................................................... 7 Unique Site Features ......................................................................................... 7 Construction Site Estimates ............................................................................... 7 Project ScheduleNVater Pollution Control Schedule ........................................... 7 Contact Information/List of Responsible Parties ................................................. 7 References ........................................................................................................ 9 Body of SWPPP .............................................................................................. 10 Objectives ........................................................................................................ 10 Vicinity Map ...................................................................................................... 10 Pollutant Source Identification and BMP Selection ........................................... 11 500.3.1 Inventory of Materials and Activities that May Pollute Storm Water ......................................................................... 11 500.3.2 Existing (pre-construction) Control Measures., .................................. 11 500.3.3 Nature of Fill Material and Existing Data Describing the Soil ............ 12 500.3.4. Soil Stabilization (Erosion Control) ................................................... 12 500.3.5 Sediment Control .............................................................................. 13 500.3.6 Tracking Control ............................................................................... 14 500.3.7 Wind Erosion Control ....................................................................... 14 500.3.8 Non-Storm Water Control ................................................................. 14 500.3.9 Waste Management and Materials Pollution Control ........................ 15 Water Pollution Control Drawings (WPCDs) ..................................................... 15 Post-Construction Storm Water Management .................................................. 15 500.6.1 Post-Construction Control Practices ................................................. 15 500.6.2 OperationlMaintenance after Project Completion ............................. 16 Training ............................................................................................................ 16 List of Subcontractors ...................................................................................... 16 Other Plans/Permits ......................................................................................... 16 Monitoring Program and Reports ................................................................. 17 Site Inspections ................................................................................................ 17 Discharge Reporting ........................................................................................ 17 . Record Keeping and Reports ........................................................................... 17 . Construction BMP Maintenance, Inspection and Repair ................................... 15 ,. SWPPP Attachments Attachment A ................................................................................................... Vi cinity Map Attachment B.. ................................................................ Water Pollution Control Drawings Attachment C ....................................................................... BMP Consideration Checklist Attachment D ............................... Computation Sheet for Determining Runoff Coefficients Attachment E ........................................................... Calculations for Storm Water Run-on Attachment F.. .............................................................. Notification of Construction (NOC) Attachment G . Program for Maintenance, Inspection, & Repair of Construction Site BMPs Attachment H ......................... Storm Water Quality Construction Site Inspection Checklist Attachment J ..................................................... Subcontractor Notification Letter and Log Attachment K .................................................. Notice of Discharge, Written Notice or Order Attachment L ................................................... SWPPP and Monitoring Program Checklist Attachment M .................................................. .,.. Annual Certification of Compliance Form Attachment N ..................................................................................... Other Plans/Permits Attachment 0 ........................................................... Notice of Completion of Construction Attachment I ................................................................. Trained Contractor Personnel Log Storm Water Pollution Prevention Plan (SWPPP) Contract No. 3479 Section 100 SWPPP Certifications and Approval 100.1 Initial SWPPP Certification Project Name: Palomar Airport 12" Water Main City of Carlsbad Contract No. 3479 "I certify under a penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to ensure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system or those persons directly responsible for gathering the information, to the best of my knowledge and belief, the information submitted is true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations". Contractor's Signature Date Contractor's Name and Title Telephone Number Page 1 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 3479 , 100.2 SWPPP Approval For City of Carlsbad Use On/y City Approval and Certification of the Storm Water Pollution Prevention Plan Project Name: Palomar AirDort 12" Water Main 3479 City of Carlsbad Contract No. "I certify under a penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to ensure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system or those persons directly responsible for gathering the information, to the best of my knowledge and belief, the information submitted is true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations". Engineer's Signature Date Engineer's Name Engineer's Telephone Number Storm Water Pollution Prevention Plan (SWPPPI 100.3 Annual Compliance Certification By June 15 of each year, the contractor shall submit an Annual Certification of Compliance to the Engineer stating compliance with the terms and conditions of the Permits and the SWPPP. The Annual Certification of Compliance Form and Engineer Approval form are included in Attachment M. Completed Annual Certifications of Compliance and Approvals can be found in the following pages. Page 3 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 3479 Section 200 SWPPP Amendments 200.1 SWPPP Amendment Certification and Approval This SWPPP shall be amended: 0 Whenever there is a change in construction or operations which may affect the discharge of pollutants to surface waters, groundwater(s), or a municipal separate storm sewer system (MS4); or 0 If any condition of the Permits is violated or the general objective of reducing or eliminating pollutants in storm water discharges has not been achieved. If the RWQCB determines that a Permit violation has occurred, the SWPPP shall be amended and implemented within 14 calendar days after notification by the RWQCB; 0 Annually, prior to the defined rainy season, when required by the project's Special Provisions; and 0 When deemed necessary by the Engineer. The amendments for this SW PPP, along with the Contractor's Certification and the Engineer's approval, can be found in the following pages. Amendments are listed in the Amendment Log in section 200.2 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 3479 SWPPP Amendment No. Project Name: City of Carlsbad Contract No. Palomar Airport 12" Water Main - 3479 To be Completed by Contractor "I certify under a penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to ensure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system or those persons directly responsible for gathering the information, to the best of my knowledge and belief, the information submitted is true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations". Contractor's Signature Date Contractor's Name and Title Telephone Number For City of Carlsbad Use Only Engineer's Approval and Certification of the Storm Water Pollution Prevention Plan Amendment "I certify under a penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to ensure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system or those persons directly responsible for gathering the information, to the best of my knowledge and belief, the information submitted is true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations". Engineer's Signature Date Engineer's Name Engineer's Telephone Number Storm Water Pollution Prevention Plan (SWPPP) Contract No. 3479 - -r ~~ I I I 200.2 Amendment Log Project Name: Palomar Airport 12" Water Main 3479 City of Carlsbad Contract No. Storm Water Pollution Prevention Plan (SWPPP) Contract No. 3479 Section 300 Introduction and Project Description 300.1 Introduction and Project Description The project consists of the construction of approximately 550 feet of 12" potable waterline to connect the existing main in Airport Road and the main stubbed from Owens Avenue. Approximately 400 feet of the project will be within Airport Road, and will require cutting the existing asphalt pavement, trenching and' installation of the water main and appurtenances, backfill and repaving of the trench. The remaining water main is to be constructed down an existing 2:l slope and across a graded pad. 300.2 Unique Site Features There are no unique site features. The work will take place within the airport zone. 300.3 Construction Site Estimates The following are estimates of the construction site: Construction Site Area 11,000 ff Percentage impervious area before construction 70 % Runoff coefficient before construction (') Percentage impervious area after construction 70 Yo Runoff coefficient after construction (') Anticipated storm water flow onto the construction site .7 .7 2 cfs 300.4 Project ScheduleMlater Pollution Control Schedule [See attached project schedule provided by contractor] 300.5 Contact Information/List of Responsible Parties The Water Pollution Control Manager (WPCM) assigned to this project is: Storm Water Pollutlon Prevention Plan (SWPPP) Contract No. 3479 The WPCM shall have primary responsibility and significant authority for the implementation, maintenance, inspection and amendments to the approved SWPPP. Duties of the Contractor's WPCM include, but are not limited to: 0 Ensuring full compliance with the SWPPP and the Permit 0 Implementing all elements of the SWPPP including, but not limited to: Implementation of prompt and effective erosion and sediment control measures Implementing all non-storm water management, and materials and waste management activities such as: monitoring discharges (dewatering, diversion devices), general site cleanup, vehicle and equipment cleaning, fueling and maintenance, spill control, ensuring that no materials other than storm water are discharged in quantities which will have an adverse effect on receiving waters or storm drain systems, etc. 0 Pre-storm inspections 0 Post-storm inspections 0 Storm event inspections 0 Preparing annual compliance certification 0 Ensuring elimination of all unauthorized discharges 0 The Contractor's WPCM shall be assigned authority by the Contractor to mobilize crews in order to make immediate repairs to the control measures 0 Coordinate with the Engineer to assure all of the necessary corrections/repairs are made immediately, and that the project complies with the SWPPP, the Permit and approved plans at all times Storm Water Pollution Prevention Plan (SWPPP) Contract No. 3479 Section 400 References The following documents are made a part of this SWPPP by reference: 0 Project plans and specifications no. 3479, dated , prepared ~. . . by City of Carlsbad. 0 California Regional Water Quality Control Board Order No. 2001-01, NPDES No. CAS01 08758, National Pollutant Discharge Elimination System (NPDES) Permit. 0 Caltrans Storm Water Quality Handbooks, Construction Site Best Management Practices Manual, dated November 2000. 0 Caltrans Storm Water Quality Handbooks, SWPPPNVPCP Preparation Manual, dated November 2000. Storm Water Pollution Prevention Plan (SWPPP) Section 500 Body of SWPPP 500.1 Objectives This Storm Water Pollution Prevention Plan (SWPPP) has four main objectives: e Identify all pollutant sources, including sources of sediment that may affect the quality of storm water discharges associated with construction activity (storm water discharges) from the construction site, and e Identify non-storm water discharges, and e Identify, construct, implement in accordance with a time schedule, and maintain Best Management Practices (BMPs) to reduce or eliminate pollutants in storm water discharges and authorized non-storm water discharges from the construction site during construction, and e Develop a maintenance schedule for BMPs installed during construction designed to reduce or eliminate pollutants after construction is completed (post-construction BMPs). This SWPPP conforms with the required elements of Permit No. CAS0108758 issued by the State of California, State Water Resources Control Board (SWRCB). This SWPPP will be modified and amended to reflect any changes in construction or operations that may affect the discharge of pollutants from the construction site to surface waters, groundwaters, or the municipal separate storm sewer system (MS4). The SWPPP will also be amended if it is in violation of any condition of the Permit or has not achieved the general objective of reducing pollutants in storm water discharges. The SWPPP shall be readily available on-site for the duration of the project. 500.2 Vicinity Map The construction project vicinity map showing the project location, surface water boundaries, geographic features, construction site perimeter, and general topography, is located in Attachment A. The project's Title Sheet provides more detail regarding the project location and is also included in Attachment A. Page 10 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 3479 500.3 Pollutant Source Identification and BMP Selection 500.3.1 Inventory of Materials and Activities that May Pollute Storm Water The following is a list of construction materials that will be used and activities that will be performed that will have the potential to contribute pollutants, other than sediment, to storm water runoff (control' practices for each activity are identified in the Water Pollution Control Drawings (WPCDs) and/or in sections 500.3.4 through 500.3.9: 0 Asphalt paving 0 Chorinated test water 0 Concrete Construction activities that have the potential to contribute sediment to storm water discharges include: 0 Trenching 0 Sawcutting and asphalt removal 0 Excavation 0 Mortar coating pipe joints Attachment C lists all Best Management Practices (BMPs) that are either minimum requirements or special contract requirements, and all BMPs selected by the Contractor for this project. Implementation and location of BMPs are shown on the WPCDs in Attachment B. Narrative descriptions of BMPs to be used during the project are listed by category in each of the following SWPPP sections. 500.3.2 Existing (Pre-Construction) Control Measures The following are existing (pre-construction) control measures encountered within the project site: 0 Established ground cover planting Storm Water Pollution Prevention Plan (SWPPP) Contract No. 3479 500.3.3 Nature of Fill Material and Existing Data Describing the Soil Conditions of existing fill materials not known at this time. Existing site features that, as a result of past usage, may contribute pollutants to storm water (e.g., toxic materials that are known to have been treated, stored, disposed, spilled, or leaked onto the construction site) include: .. 0 None known within construction area. .. 500.3.4 Soil Stabilization (Erosion Control) Soil stabilization, also referred to as erosion control, consists of source control measures that are designed to prevent soil particles from detaching and becoming suspended in storm water runoff. Soil stabilization BMPs protect the soil surface by covering and/or binding soil particles. This project will incorporate minimum temporary soil stabilization requirements, temporary soil stabilization measures required by the contract documents, and other measures selected by the contractor. This project will utilize and implement the following principles for effective temporary and final soil stabilization during construction: 1. 2. 3. 4. 5. 6. 7. Preserve existing vegetation where required and when feasible. Apply temporary soil stabilization (erosion control) to remaining active and non-active areas as required by the Construction Site BMPs Manual and the Special Provisions. Reapply as necessary to maintain effectiveness. Implement temporary soil stabilization measures at regular intervals throughout the defined rainy season to achieve and maintain the contract's disturbed soil area requirements. When the project's Special Provisions require it, temporary soil stabilization will be implemented 20 days prior to the defined rainy season. Stabilize non-active areas within 14 days of cessation of construction activities. Control erosion in concentrated flow paths by applying erosion control blankets, erosion control seeding, and lining swales as required in the Special Provisions. Seeding will be applied either during the defined seeding window, and/or to areas deemed substantially complete by the RE during the defined rainy season. At completion of construction, apply permanent erosion control to at remaining disturbed soil areas. Storm Water Pollution Prevention Pian (SWPPP) Contract No. 3479 Sufficient quantities of temporary soil Stabilization materials will be maintained on-site to allow implementation in conformance with Caltrans requirements and described in this SWPPP. This includes implementation requirements for active areas, non-active areas, and areas that require deployment before the onset of rain. Implementation and locations of temporary soil stabilization BMPs are shown on the Water Pollution Control Drawings (WPCDs) in Attachment B and/or described in this section. The BMP Consideration Checklist in Attachment C indicates the BMPs that will be implemented to control erosion on the construction site; these are: 0 SS-1, Scheduling 0 SS-2, Preservation of Existing Vegetation 500.3.5 Sediment Control Sediment controls are structural measures that are intended to complement and enhance the selected soil stabilization (erosion control) measures. Sediment controls are designed to intercept and settle out soil particles that have been detached and transported by the force of water. This project will incorporate minimum temporary sediment control requirements, temporary sediment control measures required by the contract documents, and other measures selected by the contractor. The temporary sediment control BMPs selected are adequate to prevent a net increase of sediment in storm water discharge relative to pre-construction levels. Sufficient quantities of temporary sediment control materials will be maintained on-site throughout the duration of the project, to allow implementation of temporary sediment controls in the event of predicted rain, and for rapid response to failures or emergencies, in conformance with other Caltrans requirements and as described in this SWPPP. This includes implementation requirements for active areas and non-active areas before the onset of rain. Implementation and locations of temporary sediment control BMPs are shown on the Water Pollution Control Drawings (WPCDs) in Attachment B. The BMP Consideration Checklist in Attachment C indicates all the BMPs that will be implemented to control sediment on the construction site, these are: 0 SC-1, Silt Fence 0 0 SC-7, Street Sweeping and Vacuuming SC-10, Storm Drain Inlet Protection 500.3.6 Tracking Control The following BMPs have been selected to reduce sediment tracking from the construction site onto private or public roads: 0 SC-7, Street Sweeping and Vacuuming 500.3.7 Wind Erosion Control The following BMPs have been selected to control dust from the construction site: Storm Water Pollution Prevention Plan (SWPPP) Contract No. 3479 e WE-1, Wind Erosion Control 500.3.8 Non-Storm Water Control An inventory of construction activities and potential non-storm water discharges is provided in Section 5.3.1. The BMP Consideration Checklist in Attachment C and the following list indicates the BMPs that have been selected to control non-storm water pollution on the construction site. Implementation and locations of some non-storm water control BMPs are shown on the Water Pollution Control Drawings (WPCDs) in Attachment B. A narrative description of each BMP follows: e e e NS-8, Vehicle and Equipment Cleaning NS-9, Vehicle and Equipment Fueling NS-10, Vehicle and Equipment Maintenance Storm Water Pollution Prevention Plan (SWPPP) Contract No. 3479 500.3.9 Waste Management and Materials Pollution Control An inventory of construction activities, materials, and wastes is provided in Section 5.3.1. The BMP Consideration Checklist in Attachment C and the following list indicates the BMPs that have been selected to handle materials and control construction site waste. A narrative description of each BMP follows. WM-1, Material Delivery and Storage 0 WM-2, Material Use 0 WM-4, Spill Prevention and Control 0 WM-5, Solid Waste Management 0 WM-9, SanitaryEeptic Waste Management 500.4 Water Pollution Control Drawings (WPCDs) The Water Pollution Control Drawings can be found in Attachment B of the SWPPP. 500.5 Construction BMP Maintenance, Inspection and Repair A program for Maintenance, Inspection and Repair of BMPs is shown in Attachment G. 500.6 Post-Construction Storm Water Management 500.6.1 Post-Construction Control Practices The following are the post-construction BMPs that are to be used at this construction site after all construction is complete: 0 No post-construction BMPs proposed - site will be left in a stable condition. 0 0 0 0 0 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 3479 500.6.2 Operation/Maintenance after Project Completion The post-construction BMPs that are described above will be funded and maintained as follows: Short term funding: N/A Long term funding: N/A 500.7 Training Section 300.5 shows the name of the Contractor's Water Pollution Control Manager (WPCM). This person has received the following training: i e a 0 0 The training log showing formal and informal training of various personnel is shown in Attachment I. 500.8 List of Subcontractors All contractors and subcontractors will be notified of the requirement for storm water management measures during the project. a list of contractors will be maintained and included in the SWPPP. If subcontractors change during the projec the list will be updated accordingly. The subcontractor notification letter and log is included in t tL SWPPP as Attachment J. 500.9 Other PlaWPermits Attachment N includes copies of other local, state, and federal plans and permits. Following is a list of the plans and permits included in Attachment N: 0 California Regional Water Quality Control Board Order No. 2000-01, NPDES No. CAS01 08758, National Pollutant Discharge Elimination System (NPDES) Permit. Section 600 Monitoring Program and Reports 600.1 Site Inspections The Contractor will inspect the site prior to a forecast storr&after a rain event that causes runoff from the construction site, at 24-hour intervals during extended rain events, and as specified in the project Special Provisions. The results of all insDections and assessments will be .- Storm Water Pollution Prevention Plan (SWPPP) Contract No. 3479 documented and cop8ies of the completed inspection checklists will be maintained with the SWPPP. Site inspections conducted for monitoring purposes will be performed using the inspection checklist shown in Attachment H. The name(s) and contact number(s) of the assigned inspection personnel are listed below: Assigned inspector: Contact phone: - 600.2 Discharge Reporting If a discharge occurs or if the project receives a written notice or order from any regulatory agency, the Contractor will immediately notify the Engineer and will file a written report to the Engineer within 7 days of the discharge event, notice, or order. Corrective measures will be implemented immediately following the discharge, notice or order. A sample discharge form is provided in Attachment K. The report to the Engineer will contain the following items: 0 The date, time, location, nature of operation, and type of unauthorized discharge, including the cause or nature of the notice or order; 0 The control measures (BMPs) deployed before the discharge event, or prior to receiving notice or order; The date of deployment and type of control measures (BMPs) deployed after the discharge event, or after receiving the notice or order, including additional measures installed or planned to reduce or prevent re-occurrence; and 0 An implementation and maintenance schedule for any affected BMPs. 600.3 Record Keeping and Reports Records shall be retained for a minimum of three years for the following items: 0 Site inspections 0 Compliance certifications 0 Discharge reports 0 Approved SWPPP document and amendments ATTACHMENT “E” SAN DIEGO REGIONAL STANDARD DRAWING G-24 12" min. (typ.) feather to meet existing paving 7 Existing A.C. and Base - Revision By 3RIGINAL Asphalt Concrete -1 ti 1 "min. 6 --- --- I Pf RECOUMENDED BY THE SAN DIEU SAN DIEGO REGIONAL STANDARD DRAWING REUONAL STANDARDS COMMITTEE Approved Date Parkinson 2/95 3/40 TRENCH RESURFACING Ch&pdson R.C.E. 19246 Dote DRAWlNG 6-24 NUMBER TYPES A&B 'I - i - TYPE A lj' - Asphal t /- ! \ NOTES / 1. Trench edges to be cut a minimum of 6" wider than trench for trenches 2. Existing A.C. shall be cut and removed in such a manner sa as not to tear, 3' wide or less, and 12" wider for trenches over 3' wide. bulge or displace adjacent pavement. All cuts shall be parallel or perpendicular to street centerline, when pract ical. 3. Base material shall be replaced to depth of existing base. substituted for base material. 4. A tack coat of asphaltic emulsion or paving asphalt shall be applied to existing A.C. at all contact surfaces, prior to resurfacing. 5. Asphalt Concrete Resurfacing: a) Minimum total thickness shall be one inch greater than existing A.C. b) A.C. shall be hot plant mix. c) Finish course for Type B resurfacing shall be laid down using a 6. All A.C. resurfacing shall be seal coated with an emulsified asphalt ond 7. Type B shall not be used on lateral crossings. 8. Sloughing of trench under pavement shall be cause for requiring Edges shall be clean and vertical. A.C. may be spreader box. covered with sand. Chip sealing shall be applied as required by Agency. additional pavement and base.