Loading...
HomeMy WebLinkAboutDon Hubbard Contracting Company; 2008-06-26; PWS08-26ENGRECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DQC# 2008-0587399 NOV12, 2008 1:09 PM OFFICIAL RECORDSSAN DIERH COUNTY RECORDER'S OFFICEGREG 0 RY J .SMITH, CO U N TY R E CO R D E R FEES: 0.00 PAGES: Space above this line for Recorder's use. PARCEL NO: N/A NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on October 3, 2008. 6. The name of the contractor for such work or improvement is Don Hubbard Contracting Company. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Project No. 55051, Upper and Lower Faraday Sewer Lift Station Removal. 8. The street address of said property is in the City of Carlsbad. CITY OF CARLSBAD Robert T. Johnso City Engineer ¥- VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive Carlsbad, California, 92008; the City Council of said City onS/9^ KtmJzejJ •*/ 204 y , 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. n//AExecuted on/ 16 H. m /4&c (s . 206 V, at Carlsbad, California. CITY OF CARLSBAD AB 19,621 RESO 2008-296 Word\Masters\Forms\Notice of Completion (City) CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS, GENERAL, AND TECHNICAL SPECIFICATIONS FOR UPPER AND LOWER FARADAY SEWER LIFT STATION REMOVAL CONTRACT NO. 55051 BID NO. PWS08-26E O Revised 11/01/06 Contract No. 55051 Page 1 of 104 Pages TABLE OF CONTENTS Item Page Notice Inviting Bids 5 Contractor's Proposal 9 Bid Security Form 16 Bidder's Bond to Accompany Proposal 17 Guide for Completing the "Designation Of Subcontractors" Form 19 Designation of Subcontractor and Amount of Subcontractor's Bid Items 21 Bidder's Statement of Technical Ability and Experience 22 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation 23 Bidder's Statement of Re Debarment 24 Bidder's Disclosure of Discipline Record 25 Non-Collusion Affidavit to Be Executed by Bidder and Submitted with Bid 27 Contract Public Works 28 Labor and Materials Bond 34 Faithful Performance/Warranty Bond 36 Optional Escrow Agreement for Surety Deposits in Lieu of Retention 38 Revised 11/01/06 Contract No. 55051 Page 2 of 104 Pages GENERAL PROVISIONS Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms 41 1-2 Definitions 42 1-3 Abbreviations 46 1-4 Units of Measure 49 Section 2 Scope and Control of The Work 2-1 Award and Execution of Contract 51 2-2 Assignment 51 2-3 Subcontracts 51 2-4 Contract Bonds 52 2-5 Plans and Specifications 52 2-6 Workto be Done 57 2-7 Subsurface Data 57 2-8 Right-of-Way 57 2-9 Surveying 57 2-10 Authority of Board and Engineer 58 2-11 Inspection 59 Section 3 Changes in Work 3-1 Changes Requested by the Contractor 59 3-2 Changes Initiated by the Agency 59 3-3 Extra Work 61 3-4 Changed Conditions 63 3-5 Disputed Work 64 Section 4 Control of Materials 4-1 Materials and Workmanship 67 4-2 Materials Transportation, Handling and Storage 72 Section 5 Utilities 5-1 Location 72 5-2 Protection 72 5-3 Removal 73 5-4 Relocation 73 5-5 Delays 74 5-6 Cooperation 74 Section 6 Prosecution, Progress and Acceptance of the Work 6-1 Construction Schedule and Commencement of Work 75 6-2 Prosecution of Work 78 6-3 Suspension of Work 79 6-4 Default by Contractor 79 6-5 Termination of Contract 80 6-6 Delays and Extensions of Time 80 6-7 Time of Completion 81 6-8 Completion, Acceptance, and Warranty 82 6-9 Liquidated Damages 82 6-10 Use of Improvement During Construction 82 Revised 11/01/06 Contract No. 55051 Page 3 of 104 Pages Section 7 Responsibilities of the Contractor 7-1 Contractor's Equipment and Facilities 83 7-2 Labor 83 7-3 Liability Insurance 83 7-4 Workers'Compensation Insurance 83 7-5 Permits 84 7-6 The Contractor's Representative 84 7-7 Cooperation and Collateral Work 85 7-8 Project Site Maintenance 85 7-9 Protection and Restoration of Existing Improvements 87 7-10 Public Convenience and Safety 87 7-11 Patent Fees or Royalties 93 7-12 Advertising 94 7-13 Laws to be Observed 94 7-14 Antitrust Claims 94 Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work 94 9-2 Lump Sum Work 95 9-3 Payment 95 TECHNICAL SPECIFICATIONS DIVISION 02 - SITE WORK 02050 Demolition 02140 Dewatering 02200 Earthwork 02230 Trenching, Excavating, Backfill and Compacting 02232 Preparation of Pavement Subgrade 02527 Concrete Driveway, Sidewalks, Curb and Gutter 02810 Landscape Irrigation Systems 02900 Landscaping 03100 Concrete Formwork 03290 Joints in Concrete 03300 Cast-in-Place Concrete 03370 Concrete Curing REFERENCE DRAWINGS A•^ Revised 11/01/06 Contract No. 55051 Page 4 of 104 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 2:00 PM on APRIL 30, 2008, the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: Remove two existing sewer lift stations referred to as Upper and Lower Faraday Lift Stations and install new landscaping. UPPER AND LOWER FARADAY LIFT STATION REMOVAL CONTRACT NO. 55051 BID NO. PWS08-26ENG INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans and specifications as approved by the City Council of the City of Carlsbad on file with the Engineering Department. The specifications for the work include City of Carlsbad Technical Specifications and the Standard Specifications for Public Works Construction. Sections 2 & 3. all hereinafter designated "SSPWC" as issued by the Southern California Chapter of the American Public Works Association, as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. Revised 11/01/06 Contract No. 55051 Page 5 of 104 BID DOCUMENTS The documents which comprise the Bidder's proposal and that must be completed and properly executed including notarization where indicated are: 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit 4. Designation of Subcontractor and Amount of Subcontractor's Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder's Statement Re Debarment 9. Bidder's Disclosure Of Discipline Record 10. Escrow Agreement for Security Deposits -(optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) ENGINEER'S ESTIMATE: All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $70.000. TIME OF COMPLETION: The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES 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 nonresponsive 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 the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: Class A ESCROW AGREEMENT 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. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of $ 30.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. Revised 11/01/06 Contract No. 55051 Page 6 of 104 INTENT OF PLANS AND SPECIFICATIONS 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 to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. PRE BID MEETING A pre-bid meeting and tour of the project site will be held on April 16, 2008 at 10:00 am at the Upper Faraday Lift Station. Contractor is responsible for visiting the project sites to fully understand the scope of work. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. 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. ADDENDUMS 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. Revised 11/01/06 Contract No. 55051 Page 7 of 104 BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City 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 City Council 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 City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolutjoli No. 2008-076, adopted on the 18™ day of March, 2008. March 20, 2008 Date Deputy City Clerk Publish Date: Tuesday, March 25, 2008 Revised 11/01/06 Contract No. 55051 Page 8 of 104 CITY OF CARLSBAD UPPER AND LOWER FARADAY PUMP STATION REMOVAL CONTRACT NO. 55051 CONTRACTOR'S PROPOSAL City Council City of Carlsbad 1200 Carlsbad Village Drive 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, General Provisions, Contract Documents, 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. 55051 in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: SCHEDULE "A" Item No. A-1 A-2 A-3 Description Mobilization, demobilization and preparatory work at Dollars in Words (Lump Sum) Remove piping and valves as shown in the drawings and specified herein at Approximate Quantity and Unit Not to Exceed $5,000 LS Dollars in Words (Lump Sum) Remove approximately 3.400 square feet of asphalt pavement as shown in the drawings and specified herein at Unit Price (Numbers) Total (Numbers) $ iSQQ.DO LS . CD Dollars in Words (Lurfip Sum) Revised 11/01/06 Contract No. 55051 Page 9 of 104 Pages Item No. Description A-4 A-5 A-6 A-7 A-8 Remove two (2) backup generators as shown in the drawings and specified herein at _ Dollars in Wdrds (Lump Sum) Remove two (2) light poles including their concrete foundation as shown in the drawings and specified herein at \ C>J6 Dollars in Words (Lump Sum) Remove guard posts including concrete foundation as shown in the drawings and specified herein at "Dollars in Words (Each) Approximate Quantity and Unit LS Dollars in Words (Lump Sum) Remove control panels, air compressor, and air panel as shown in the drawings and specified herein at Dollars in Words (Lump Sum) Remove approximately 320 linear feet of chain link fencing as shown in the drawings and specified herein at Unit Price (Numbers) Total (Numbers) $$ LS $ LS $ i55(XCk $ LS 4EA $ A-9 Disconnect water service line and abandon existing water service line as shown in the drawings and specified herein at uaars mDollard h Words (Each! 2EA $$ Revised 11/01/06 Contract No. 55051 Page 10 of 104 Pages Item No. Description Approximate Quantity and Unit Unit Price (Numbers) Total (Numbers) A-10 A-11 A-12 A-14 Remove approximately 145 square feet of concrete driveway and install approximately 26 linear feet of concrete curb and gutter and install approximately 1 30 feet of concrete sidewalk as shown in the drawings and specified herein at Tvl Dollars in Words (Lump Sum) Backfill vaults with slurry as shown in the drawings and specified herein at flft Dollars in Words (CubicVard) Install irrigation system and landscaping as shown in drawings and specified herein at Dollars in Words (Lump Sum) A-13 Traffic control at Dollars in Words (Lump Sum) Provide excavation safety measures including sheeting, shoring and bracing, or equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable safety orders Dollars in Words (Lump Sum) LS $$ 145 CY $ LS $ LS $ log oo $ 400-00 LS $$ Revised 11/01/06 Contract No. 55051 Page 11 of 104 Pages Total amount of bid in words for Schedule "A":ft\fe Total amount of bid in numbers for Schedule "A": $_ The basis of award will be the sum of Schedule "A". Price(s) given above are firm for 90 days after date of bid opening. i •-)Addendum(a) No(s). 1 «<^ has/have been received and is/are included in this proposal. ' The Undersigned has carefully checked all of the above figures and understands that the City 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 City Council of the City of Carlsbad, the City 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 \~\3lO?)^ , classification Q which expires on -jury.. 3>Q cJOfiST and that this statement is true and correct and has the legal effect of an affidavit. 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 nonresponsive and shall be rejected by the City § 7028.15(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. OPENED. WITNESSED AND Revised 11/01/06 Contract No. 55051 Page 12 of 104 Pages The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, 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 vVyfAQ (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before 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 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. (5) E-Mail IF A PARTNERSHIP. SIGN HERE: (1) Name under which business is conducted. (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail Revised 11/01/06 Contract No. 55051 Page 13 of 104 Pages IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted \JrVf\ (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of ( __ OA\'\£) C<\\ Cu_ (4) Place of Business \ N/N/N (Street and Number) City and State C>arv \ \ X (5) Zip Code QQD1S1 _ Telephone No. v < & ^OOXA(6) E-Mail f\V\ v < & NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED Revised 11/01/06 Contract No. 55051 Page 14 of 104 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of. Date personally appeared \\l^P \XXfA, . A Namefe) or ^Here Insert NaWe and Title of !he~Officer 7 Signer(s) J. V. MEEKER CommiMton * 1 733067 Notary PubUc - California z Son Otago County 7.2011 I who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above Signature OPTIONAL Though the information below is not required by law, it may prove valuable t> persons relying on the document and could prevent fraudulent removal and reattachment of thrsJ6rm 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(s) Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer Is Representing:. Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing:. RIGHTTHUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402• www.NationalNotary.org Item #5907 Reorder: CallToll-Free 1 -800-876-6827 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: \ Revised 11/01/06 Contract No. 55051 Page 15 of 104 Pages BID SECURITY FORM (Check to Accompany Bid) UPPER AND LOWER FARADAY LIFT STATION REMOVAL CONTRACT NO. 55051 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a "Certified "Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of dollars ($ ), this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City 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 City 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. 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.) Revised 11/01/06 Contract No. 55051 Page 16 of 104 Pages BIDDER'S BOND TO ACCOMPANY PROPOSAL UPPER AND LOWER FARADAY LIFT STATION REMOVAL CONTRACT NO. 55051 KNOW ALL PERSONS BY THESE PRESENTS: That we, Don Hubbard Contracting Co., Inc. , as Principal, and Sure Tec Insurance Company , as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) Ten percent of the Bid Amount 11 ov. of Bid Amount) for which payment, weJI 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 thai if the proposal of the above- bounden Principal for: UPPER AND LOWER FARADAY LIFT STATION REMOVAL CONTRACT NO. 55051 in the City of Carlsbad, is accepted by the City Council, 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 City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become nuFI and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. Revised 11/01/05 Contract No. 55051 Page 1 7 o-"04 Pages 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 bone!. ., 20 08 . . day ;ipai execuieo THIS pona as an inumuueu, u i. i Surety from its obligations under this bone!. Executed by PRINCIPAL this 24th day of April PRINCIPAL:>n Hubbajd Contracting^Co., Inc. (name\of Principal) By; (Title and Organization of Signatory) By:, (print name here) (title and organization of signatory) Executed by SURETY this of April 24th _,2008 SURETY: SureTec Insurance Company (name of Surety) ~"~I3033 Fifth Avenue, Suite 300 San Diego, CA 92103 (address of Surety) (619)400-4100 > number of Sure• yr (signature of ^ttorney-in-Fact) Penny E. Kelley, Attorney-Intact (printed name of Attorney-ln-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach e 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 City Attorney oRevised 11/01/06 Contract No. 55051 Page 18 of 104 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Y Date personally appeared Name(s)of Signerjs) J. V. MEEKER Commlttlon* 1733067 Notary FubHc - California I San Diego County Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature UW / / ) 00. OPTIONAL ignature of Notary Public Though the information below is not required by law, it may prove vamatle 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(s) Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer Is Representing:. Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402• www.NationalNotary.org Item #5907 Reorder:Call Toll-Free 1 -800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT sfes^^^^ State of California Countyof__San_Diego_ APR 2 4 2008 Dae before ^ Audrey Rodriguez, Notary Public personally appeared Penny E. Kelley Here Insert Name and Tide of tia Officer N»me(«)o*Slgner(e) who proved to me on the basis of satisfactory evidence to be the personQO whose name(X) Is/atK subscribed to the within Instrument and acknowledged to me that Ke/she/ft*^ executed the same in Ms/her/MKir authorized capacity^), and that by Ws/her/tKelr signature^ on the instrument the person(fc), or the entity upon behalf of which the person(X) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my/fiand and —JJ if7MV Place Notary Seal Above Signature. OPTIONAL Though tot Information below Is not required by law. It may prove valuable to and could prevent fraudulent removal and reattactwnent of this form Description of Attached Document Title or Type of Document: ___ Document Date: relying on the docdrrfent document. . Number of Pages:. Signers) Other Than Named Above: Capacfty(les) Claimed by Slgner(e) Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney In Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing:. Signer's Name: D Individual D Corporate Officer — D Partner —D Limited D General D Attorney In Fact OThJstee D Guardian or Conservator D Other: Signer Is Representing: 02607 NtHonal Nctery Association. 93500s goto Av«., RO.Bcw 2402 •Ghatmnrth.CA 9(313-2402- wwvtNatiorelNotaryorg Item »5907 R«OrttefiCailTol-FH»81-8CKW<W827 POAtt: 510007 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know Att Men by fliese Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint James Baldassare, Jr., Penny E. Kelley, Lawrence F. McMahon, America San Martin, Audrey Rodriguez of San Diego, CA its true and lawful Attorney(s)-in-faet, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments of contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Five Million Dollars and no/100 ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises, Said appointment shall continue in force until 10/31/09 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-m-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20* of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 20th day of June, A.D. 2005. rSffRETEC 5>R?URANCE COMPANY State of Texas County of Harris ss: By: On this 20th day of June, A.D. 2005 before me personally came BJ. King, to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. Michelle Denny Notary Pubto Jkfooffexot My Commission Exp&w August 27,2008 '^WittJL,hainyr Michelle Denny, Notary Pttblic My commission expires August 27,2008 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in fill! force and effect APR 2 4 2008Given under my hand and the seal of said Company at Houston, Texas this ______ day M >. 20A.D. M. Brent Beafy, Assistant Any Instrument Issued In excess of the penalty stated above Is totally void and without any validity. For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 5:00 pm GST. Company Profile Page 1 of 1 Company Profile SURETEC INSURANCE COMPANY ^ 952 ECHO LANE, SUITE 450 HOUSTON, TX 77024 . Agent for Service of Process JERE KEPRIOS, C/O CT CORPORATION SYSTEM 818 WEST SEVENTH STREET, 2ND FLOOR LOS ANGELES, CA 90017 Unable to Locate the Agent for Service of Process? Reference Information NAIC#: 10916 NAIC Group #: 0000 California Company ID #: 4914-8 Date authorized in California: October 24, 2005 License Status: UNLIMITED-NORMAL Company Type: Property & Casualty State of Domicile: TEXAS 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 gloss SURETY 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 - May 07, 2008 02:35 PM Copyright © California Department of Insurance http://interactive.web.insurance.ca.gov/webuser/idb_co_prof_utl.get_co_pr... 05/21 /2008 GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Form" Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, "Bid", "Bidder", "Contract", "Contractor", "Contract Price", "Contract Unit Price", "Engineer", "Own Organization", "Subcontractor", and "Work". Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be 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 ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non- responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor- installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The 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. A•^ Revised 11/01/06 Contract No. 55051 Page 19 of 104 Pages Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be final. Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. Revised 11/01/06 Contract No. 55051 Page 20 of 104 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) UPPER AND LOWER FARADAY LIFT STATION REMOVAL CONTRACT NO. 55051 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS 'Name and Subcontractor's LicenseNo.and Classification* Amount of Subcontractor in Dollars* Page.of pages of this Subcontractor Designation form Pursuant to section 4104 (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." 0Revised 11/01/06 Contract No. 55051 Page 21 of 104 Pages BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) UPPER AND LOWER FARADAY LIFT STATION REMOVAL CONTRACT NO. 55051 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 City to judge his/her responsibility, experience and skill. An attachment can be used. EXPERIENCE ~ Date Completed Agency Name Address & Phone Type of Work Performed Contract Amounts 1. June 2004 Morrow Development Attn: Kevin Sullivan 1903 Wright Place, Ste 180 Carlsbad, CA 92008 (760) 929-2701 Carlsbad Sewer, storm drain and potable & recycled water $1,900,000 2. June 2005 3. May 2006 4. October 2006 5. March 2007 6. JUNE 2007 City of Carlsbad Attn: Richard Cook 405 Oak Ave. Carlsbad, Ca 92008 (760)802-5818 Olivenhain Municipal Water Attn: George Brist 1966 Olivenhain Rd. Olivenhain, CA 92024 (760) 753-6466 San Dieguito Water District Attn: Victor Gtraves 505 S. Vulcan Ave. Encinitas, CA 92024 City of Encinitas Attn: Greg Shields 505 S. Vulcan Ave. Encinitas, CA 92024 San Dieguito Water District Attn: Victor Graves 505 S. Vulcan Ave. Encinitas, CA 92024 Carlsbad Bluff Repairs Grading & Drainage $848,000 Olivenhain G-1 Pipe & Denk Resevoir $4,990,000 Encinitas New Water Mains Encinitas Orpheus Ave- New Sewer Main Encinitas Water Valve Replacement Sewer Main $1,025,000 $100,000 $270,000 Revised 11/01/06 Contract No. 55051 Page 22 of 104 Pages BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) UPPER AND LOWER FARADAY LIFT STATION REMOVAL CONTRACT NO. 55051 As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: D Comprehensive General Liability D Automobile Liability D Workers Compensation D Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Revised 11/01/06 Contract No. 55051 Page 23 of 104 Pages ACORDm CERTIFICATE OF LIABILITY INSURANCE PRODUCER (619)584-6400, Fax (619) 584-6425 T-»-stland insurance Brokers x^JS Camino Del Rio North #315 P.O. Box 85481 San Diego CA 921865481 INSURED Don Hubbard Contracting Co. 1015-A Linda Vista Drive SAN MARCOS CA 92078-2613 SAN MARCOS CA DATE (MM/DD/YYYY) 6/6/2008 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURER A: TRAVELERS PROP & CASUALTY OF AMERICA INSURER B: TRAVELERS CASUALTY & SURETY CO INSURER C: INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRLTR A A B ADD'L NSRD TYPE OF INSURANCE GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY | CLAIMS MADE | X | OCCUR X DEDUCTIBLE $5,000 GEN'L AGGREGATE LIMIT APPLIES PER:n i 1 DDQ 1 1 POLICY 1 X I JECT | | LOC AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS X HIRED AUTOS X NON-OWNED AUTOS GARAGE LIABILITY ANY AUTO EXCESS/UMBRELLA LIABILITY | OCCUR | | CLAIMS MADE DEDUCTIBLE RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below OTHER POLICY NUMBER DTEC01497C412TIL08 DTE-810-4042B396-TIL-08 DTEUB1497C41208 POLICY EFFECTIVEDATE (MM/DD/YY) 01/01/2008 01/01/2008 01/01/2008 POLICY EXPIRATIONDATE (MM/DD/YY) 01/01/2009 01/01/2009 01/01/2009 LIMITS EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) AUTO ONLY - EA ACCIDENT OTHER THAN EAACC AUTO ONLY: AGG EACH OCCURRENCE AGGREGATE Y E.L WC STATU- 1 OTH-TORY LIMITS | ER EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L DISEASE - POLICY LIMIT $ 1,000,000 $ 300,000 $ excluded $ 1,000,000 $ 2,000,000 $ 2,000,000 $ 1,000,000 $ $ $ $ $ $ $ $ $ $ $ $ 1,000,000 $ 1,000,000 $ 1,000,000 RE: UPPER AND LOWER FARADAY LIFT STATION REMOVAL. CONTRACT NO. 55051. AS RESPECTS GENERAL LIABILITY THE CITY OF CARLSBAD, ITS OFFICIALS, EMPLOYEES AND VOLUNTEERS ARE ADDITIONAL INSURED PER FORM CGD247 08/05. *10 DAY NOTICE IN THE EVENT OF CANCELLATION FOR NONPAYMENT CERTIFICATE HOLDER CANCELLATION CITY OF CARLSBAD 1635 FARADAY AVENUE CARLSBAD, CA 92006-7314 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 * DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ^__-_==» ^, Robert Kempa/JOYR ^<<^t~^*^ -fe^w^y- — ACORD 25 (2001/08) INS025 (0108).08a ©ACORD CORPORATION 1988 Page 1 of 2 IMPORTANT If the certificate 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 endorsement(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(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08)...«._. Page2of2INS025(0108).08a COMMERCIAL GENERAL LIABILITY POLICY NUMBER: D™»i487C4i*iu» __ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE NAME OF PERSON(S) OR ORGANIZATION(S): THE CITY OF CARLSBAD, ITS OFFICIALS, EMPLOYEES AND VOLUNTEERS PROJECT/LOCATION OF COVERED OPERATIONS: UPPER AN LOWER FARADAY SEWER LIFT STATION REMOVAL, BID NO. PWS08-26ENG PROJECT NO. 55051 1. WHO IS AN INSURED - (Section II) Is amendad to include the person or organization shown in the Schedule above, but a) Only with respect to liability for "bodily Injury", "property damage" or "personal injury"; and b) If. and only to the extent that, the injury or damage fs caused by acts or omissions of you or your subcontractor m the performance of "your work" on or for the project, or at the location, shown in the Schedule. The person or organization does not qualify as an addi- tional insured with respect to the independent acts or omissions of such pereon or organiza- tion. 2. The Insurance provided to the additional insured by this endorsement Is limited as follows: a) In the event that the Limits of Insurance of this Coverage Port shown In the Declarations exceed the limits of liability required by a "written contract requiring Insurance" for that additional insured, the insurance provided to the additional insured shall be limited to the limits of liability required by that "written con- tract requiring insurance". This endorsement shall not increase the limits of insurance de- scribed in Section III - Limits Of Insurance, b) The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erty damage0 or "personal injury' arising out of the rendering of, or failure ID render, any professional architectural, engineering or sur- veying services, including: i. The preparing, approving, or failing to prepare or approve, maps, oKop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or falling to prepare or ap- prove, drawings and specifications; and ii. Supervisory, inspection, architectural or engineering activities. c) The Insurance provided to the additional In- sured does not apply to "bodily injury* or "property damage" caused by "your work" and incljdect in the "products-completed op- erations hazard" unless a "written contract requiring Insurance" specifically requires you to provide such coverage for that additional insured, and then the insurance provided to the additional insured applies only to suchPbod3y injury" or "property damage" that oc- curs before the end of the period of lime for which tfie "written contract requiring Insur- ance" requires you to provide such coverage CQ D2 47 08 05 & 2005 The St. Paul Travelers Companies, inc.Page 1 of 2 COMMERCIAL GENERAL LIABILITY or the end of the policy period, whichever Is earlier. 3. The insurance provided to the additional insured by this endorsement Is excess over any valid and collectible "other insurance", whether primary, excess, contingent or on arty other basis, thai is available to the additional insured for a loss we cover under this endorsement However, if a "written contract requiring Insurance" tor that ad- ditional Insured specifically requires that this in- surance apply on a primary basis or a primary and non-contributory basis, this insurance Is pri- mary to "other insurance" available to the addi- tional insured which covers that person or organi- zation as a named Insured for such loss, and we will not share with that "other insurance". But the Insurance provided to the additional Insured by this endorsement still Is excess over any valid and collectible "other Insurance", whether pri- mary, excess, contingent or on any other basis, that is available to the additional insured when that person or organization la an additional in- sured under such "other insurance". 4. As e condition of coverage provided to the additional insured by this endorsement a) The additional Insured must give us written notice as soon as practicable of art "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: t. How, when and wnare the "occurrence' or offense took place; II. The names and addresses of any injured persons and witnesses; and ISi. The nature and location of any injury or damage arising out of the "occurrence" or offense. b) If a claim is made or "suit" is brought against the additional insured, the additional insured must I. Immediately record the specifics of the claim or "suit" and the date received: and ii. Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. c) The additional insured must Immediately send us copies of all legal papers received in connection with the claim or "suit", cooperate . with us in the Investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions. d) The additional Insured must tender the de- fense and indemnity of any claim or "surf to any provider of "other insurance" which would cover the additional insured for a loss we cover under this endorsement However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to "other insur- ance11 available to the additional insured which covers that person or organization as a named insured as described in paragraph 3. above. • 5. The following definition is added to SECTION V. - DEFINITIONS: "Written contract requiring Insurance" means that part of any written contract or agreement under which you are required to include a pejson or organization as an additional In- sured on this Coverage Part, provided that the "bodily Injury" and "property damage" oc- curs and the "personal Injury" Is caused by an offense committed: a. After the signing and execution of the contract or agreement by you; b. While that part of the contract or agreement is in effect; and c. Before the end of the policy period. Page 2 of2 © 2005 The St. Paul Travelers Companies. Inc.CG D2 47 08 05 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) UPPER AND LOWER FARADAY LIFT STATION REMOVAL CONTRACT NO. 55051 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of 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 BY CONTRACTOR: (name of C\>ntracto . (print name/title) Page.of pages of this Re Debarment form Revised 11/01/06 Contract No. 55051 Page 24 of 104 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) UPPER AND LOWER FARADAY LIFT STATION REMOVAL CONTRACT NO. 55051 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? H JCX. yes no 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? yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? yes no 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. (If needed attach additional sheets to provide full disclosure.) Page \ of Q pages of this Disclosure of Discipline form A•^ Revised 11/01/06 Contract No. 55051 Page 25 of 104 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) UPPER AND LOWER FARADAY PUMP STATION REMOVAL CONTRACT NO. 5505 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: (naMe of Cojr/tractor) (print name/title) Page j of at pages of this Disclosure of Discipline form oRevised 11/01/06 Contract No. 55051 Page 26 of 104 Pages I b I I I I I I I I I I I I NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 UPPER AND LOWER FARADAY PUMP STATION REMOVAL CONTRACT NO. 5505 State of California County of Scxrv )) ss. (Name of Bidder) _, being first duly sworn, deposes and says that he or she is. (Title) of s-of Firm) 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. declare under penalty of perjury that the foregoing is true and correct and that this affidavit was executed on the Q \ ^ day of {TSoiW Signature of Bidder Subscribed and sworn to before me on the (NOTARY J. V. MEEKER CommlMion * 1733567 Notary Public • California i Signature of Notary San Diego County MyComm. Expires AC* i7 Revised 11/01/06 Contract No. 55051 Page 27 of 104 Pages of Carlsbad Public Works - Contract Administration April 22, 2008 ADDENDUM NO. 1 RE: UPPER AND LOWER FARADAY SEWER LIFT STATION REMOVAL, PROJECT NO.: 55051 Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. Please note change in due date for the above-mentioned bid. New date for bid opening is: May 14, 2008 Time remains the same: 2:00 p.m. NOTE: A future addendum will be issued with additional specifications and a new bid opening date. This addendum-receipt acknowledged-must be included to your bid when your bid is submitted. Sr. Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Bidder's Signature 1635 Faraday Avenue • Carlsbad, CA 92008-7314 • (760) 6O2-4677 • FAX (76O) 6O2-8562 CARLSBAD MUNICIPAL WATER DISTRICT UPPER AND LOWER FARADAY SEWER LIFT STATION REMOVAL Contract Nos. 55051 Addendum No. 1 From: David Ahles, Project Manager Phone: (760)602-2748 Fax: (760) 602-8562 No. of Pages: 2 (including this page) Date: April 21,2008 Bid Opening Date: To be announced (Change) A. Bid opening will be delayed approximately 2-3 weeks due to landscaping and irrigation redesign. Addendum No. 2 will provide new Landscaping Plan and Bid Opening Date. B. Questions submitted to the District, with our responses: Question No. 1: There appears to be water in the wet well will the Contractor have to remove it? Response: No, The City will pump out all water from the wet wells. Question No. 2: Each sit has an SDG&E Eclectic meter, is the contractor responsible to coordinate with SDG&E for its removal? Response: No. The City has requested the power service to be disconnected and meters removed. SDG&E will have completed their work prior to award of contract. Contractor is responsible to remove meter pedestal controls and conduit at both locations. Contract No. 55051 . Page 1 of 2 Pages Addendum No. 1 Question No. 3: Who is the contact person when connecting to the existing irrigation system? Response: Juan Del Villar (619) 520-1234: New Way Landscaping Maintenaince Contract No. 55051 Page 2 of 2 Pages Addendum No. 1 of Carlsbad Public Works - Contract Administration May 5, 2008 ADDENDUM NO. 2 RE: UPPER AND LOWER FARADAY SEWER LIFT STATION REMOVAL, PROJECT NO.: 55051 Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. Please note change in due date for the above-mentioned bid. New date for bid opening is: May 21, 2008 Time remains the same: 2:00 p.m. This addendum-receipt acknowledged-must be included to your bid when your bid is submitted. KEVIN DAVIS Sr. Contract Administrator ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 Bi 1635 Faraday Avenue • Carlsbad, CA 92008-7314 • (76O) 6O2-4677 • FAX (760) 6O2-8562 CARLSBAD MUNICIPAL WATER DISTRICT UPPER AND LOWER FARADAY SEWER LIFT STATION REMOVAL Contract Nos. 55051 Addendum No. 2 From: David Ahles, Project Manager Phone: (760)602-2748 Fax: (760) 602-8562 No. of Pages: 1 (including this page) Date: May 5, 2008 Bid Opening Date: May 21, 2008 (New Date) A. New Bid Opening Date: May 21. 2008 at 2:OQpm. B. Drawings 1. Sheet 7 of 7: Replace sheet 7 with the enclosed new sheet 7 dated May 5, 2008. All work shown on sheet seven shall be included in Bid Item A-12, including removal of existing mow curbs, shrubs and irrigation, and construction of new mow curbs. Contract No. 55051 Page 1 of 1 Pages Addendum No. 2 CONTRACT PUBLIC WORKS This agreement is made this Q*?^ day of C^TLL^JL, . 20tf i. by and between the City of Carlsbad, California, a municipal&orporation, (hereinafter called "City"), and DON HUBBARD CONTRACTING COMPANY whose principal place of business is 1015-A LINDA VISTA DRIVE SAN MARCOS CA 92078 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: UPPER AND LOWER FARADAY PUMP STATION REMOVAL CONTRACT NO. 5505 (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, Technical Ability and Experience, Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as 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 City will be the interpreter of the intent of the Contract Documents, and the City'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, City shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. Revised 11/01/06 Contract No. 55051 Page 28 of 104 Pages C o 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 City about underground conditions or other job conditions is for Contractor's convenience only, and City 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 City. 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 City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III 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. City 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 City 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. Revised 11/01/06 Contract No. 55051 Page 29 of 104 Pages C o o 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, 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 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 against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in City Council Policy # 70. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the 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 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 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 coverage. Revised 11/01/06 Contract No. 55051 Page 30 of 104 Pages C c o b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. 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 ten (10) days' prior written notice has been sent to the City 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 City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the 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 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-:VII. 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 City Council Policy # 70. (H) Verification Of Coverage. Contractor shall furnish the City 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 City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in Section 3 of the General Provisions. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. Revised 11/01/06 Contract No. 55051 Page 31 of 104 Pages o (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City 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. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, 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 City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad 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 11 above. 12. Maintenance of Records. Contractor shall maintain and make available at no^soV to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter!, 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 City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City 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 City may be substituted for monies withheld to ensure performance under this Contract. Revised 11/01/06 Contract No. 55051 Page 32 of 104 Pages 15. Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 16. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and 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. 17. 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 (CORPORATE SEAL) CONTRACTOR:CITY OF the Sti ition of ^ (ndme of Contractor) JV 5flTOo O (print name and title) By: (print name and title) President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL City Attorney^ By: Deputy City Attorne; c«Revised 11/01/06 Contract No. 55051 Page 33 of 104 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of ^ Date I efore me. personally appeared \Jftr\ \\ldJQnirA _ Here Insert Name and Title of the* Officer Name(sF&f Signer(s) Conwnkwton # 1733067 Notcwy MWte • CoWornki Son D»»go County 1 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Place Notary Seal Above WITNESS my hand and official seal. Signatun OPTIONAL Though the information below is not required by law, it may provAval able to persons relying on the document and could prevent fraudulent removal and reattachment&rthis form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Number of Pages: Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402• www.NationalNotary.org Item #5907 Reorder: CallToll-Free 1 -800-876-6827 Bond Number: 4368995 Premium: Included LABOR AND MATERIALS BOND WHEREAS, the City of Carlsbad, State of California, has administratively awarded to DON HUBBARD CONTRACTING COMPANY (hereinafter designated as the "Principal"), a Contract for: UPPER AND LOWER FARADAY PUMP STATION REMOVAL CONTRACT NO. 5505 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and 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, 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 this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, DON HUBBARD CONTRACTING COMPANY as Principal, (hereinafter designated as the "Contractor"), and SureTec Insurance Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of Sixty Five Thousand One Hundred Twenty Dollars ($65,120), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, 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. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 3181, or for amounts due under the Unemployment Insurance Code with respect to the work or 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 fixed by the court consistent with California Civil Code section 3248. This bond shall inure to the benefit of any\)f the persons named in California Civil Code section 3181, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Revised 11 /01 /06 Contract No. 55051 Page 34 of 104 Pages O In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this. day of. CONTRACTOR: Don Hift)bard Contracting Companyf Executed by SURETY this 13th day June ( 2008of SURETY: SureTec Insurance Company (name of Surety) 3033 Fifth Avenue, Suite 300 San Diego. CA 92103 (address of Surety) 619-400-4100 (title and organization of signatory) By:. number of Surety) (print name here) (signature of Attornetf-in-Fact) Audrey Rodriguez, Attorney-ln-Fact (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (title and organization of signatory) (Proper notarial acknowledgment 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 City Attomev Deputy City Attorney Revised 11/01/06 Contract No. 55051 Page 35 of 104 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of XJv "Datel " personally appeared before me,, AM \\l ^fky\<A A <^^^^ V T^am .,Here Insert Nante and Title of the Offic V \\\ W icaF ame(s) of SignSrs) fl i IJ. V. MEEKER Commission * 1733067 | Notary Pub«c • California i San Dl«go County - MyComm.Bqp>is/Npr17.2011 | Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature VLJ / / / Vj_Jr\(L )^ f\ r I •**- --Jr*^ - ..t~ OPTIONAL re of Notary "Public Though the information below is not required by law, it may prove valt( and could prevent fraudulent removal and reattachment of t Description of Attached Document Title or Type of Document: Document Date: > to persons relying on the document ' form to another document. . Number of Pages:. Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: RIGHTTHUMBPRINTOF SIGNER Top of thumb here Signer Is Representing:. Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association-9350 DeSotoAve., P.O.Box 2402-Chatsworth.CA 91313-2402-www.NationalNotary.org Item #5907 Reorder:CallToll-Free 1-800-876-6827 o CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT gtt^^ State of California County of.San Dieao JUN 13 2008On Oile personally appeared before me,Johanna Smith, Notary Public Here IroSrl Nam* «nd Title ol the ry Pule Officer Audrey Rodriguez Name(<) ol Slgner(() who proved to me on the basis of satisfactory evidence to be the person(g) whose namefc) is/aoe- subscribed to the within instrument and acknowledged to me that te/she/ttay executed the same in Mft/her/taar authorized capacity^), and that by Hte/her/tlurir signature^ on the instrument the person^), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above Signature. OPTIONAL - SUhature ol Notary PuJXfc 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(les) Claimed by Slgner(s) Signer's Name: O Individual D Corporate Officer — Title(s): D Partner—D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Top of thumb here Signer Is Representing:. Signer's Name: D Individual D Corporate Officer — Title(s): D Partner—D Limited D General D Attorney in Fact D Trustee O Guardian or Conservator D Other: Signer Is Representing: Top of thumb here O2007N«llon4 Notary Anocbfcn*torn 15807 Reorder CanbW=r»e1-«».«76-6827 POA #; 510007 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint James Baldassare, Jr., Penny E. Kelley, Lawrence F. McMahon, Audrey Rodriguez of San Diego, CA its true and lawful Attorney(s)-in~fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Five Million Dollars and no/100 ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment shall continue in force until 10/31/09 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested With full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 2ffl> of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 20th day of June, A.D. 2005. EXEC ]]>tfURANCE COMPANY State of Texas ss: County of Harris On this 20th day of June, A.D. 2005 before me personally came B.J. King, to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. Michelle Denny Notary Public State of fexat My Commission Expires August 27,2008 Michelle Denny, Notary Ptrblie My commission expires August 27,2008 F, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. JUN 13 2008Given under my hand and the seal of said Company at Houston, Texas this day of * 20 , A.D. .. Brent Beaty, Assistant Secretary Any Instrument Issued In excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 5:00 pm CST. *' *"+ Bond Number: 4368995 Premium: $703.00 Premium is for Contract Term and Subject to Adjustment Based on Final Contract Price FAITHFUL PERFORMANCE/WARRANTY BONDo o WHEREAS, the City of Carlsbad, State of California, has administratively awarded to DON HUBBARD CONTRACTING COMPANY (hereinafter designated as the "Principal"), a Contract for: UPPER AND LOWER FARADAY PUMP STATION REMOVAL CONTRACT NO. 5505 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the 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 HUBBARD CONTRACTING COMPANY as Principal, (hereinafter designated as the "Contractor"), and SureTec Insurance Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of Sixty Five Thousand One Hundred Twenty Dollars ($65,120), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, 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. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, 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 meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and, in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no chang&, extension of time, alteration or addition to the terms of the Contract, or to the work to be performei^there under or the specifications accompanying the same shall affect its obligations on this bond, and it-do€s hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Revised 11/01/06 Contract No. 55051 Page 36 of 104 Pages O o In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this day of CTUN^ , 2u£)j[_ CONTRACTOR: Don Hubbard Contracting Company (name of Contractor) Executed by SURETY this 13th day of June t 20 08 SURETY: SureTec Insurance Company (name of Surety) 3033 Fifth Avenue, Suite 300 San Diego, CA 92103 (address of Surety) 619-400-4100 (print name here) (telephone/number of Surety) By: (Title and Organization of Signatory) / /(sign here) Hre of Attothey-irf-Fpct) Audrey Rodriguez, Attorney-ln-Fact (printed name of Attomey-in-Fact) (Attach corporate resolution showing current power of attorney.) (print name here) (Title and Organization of signatory) (Proper notarial acknowledgment 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 City Attorney Deputy Revised 11/01/06 Contract No. 55051 Page 37 of 104 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of S CoC\ \J Date I personally appeared before me, sNN \jnt\ Vu ^n\D/C \ 0 / Here InseFt Ntme ancTTitle of th* Officer Njune(s) of Signer(s) J. V. MEEKER CommlMton * 1733067 Notary PubNc - California z San Diego County - who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above Signature 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 o\thjs 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(s) Signer's Name: _ D Individual D Corporate Officer — Title(s): _ D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: _ RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer Is Representing: Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toil-Free 1-800-876-6827 J'S CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Diego On JUN 18 2008 Dale personally appeared _ before me,Johanna Smith, Notary Public Here InMrt Name and TIM ol the aryPul ie OHIcar Audrey Rodriguez Named) ol Slgner(«) ^(*EEfcB{S. ? who proved to me on the basis of satisfactory evidence to be the person(s) whose namefe) is/ace, subscribed to the within instrument and acknowledged to me that Jw/she/ttaey executed the same in Wa/herAtejf authorized capacity (Joe), and that by Hte/her/ttwk signature^ on the instrument the person^), or the entity upon behalf of which the person($) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand a Place Notary Seal Above Signature. OPTIONAL //Signature of Notery/GWic 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(les) Claimed by Slgner(s) Signer's Name: O Individual D Corporate Officer — Title(s): D Partner — D Limited D General O Attorney in Fact D Trustee D Guardian or Conservator D Other: Top of thumb here Signer Is Representing:. Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact O Trustee D Guardian or Conservator D Other: Signer Is Representing: Top of thumb here O2007N«lonaJ Notary AMOdallon*Item 16807 HeonJenCa«To«-Fre«1-800.e7«827 POA#: 510007 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint James Baldassare, Jr., Penny E. Kelley, Lawrence F. McMahon, Audrey Rodriguez of San Diego, CA its true and lawful Attorney(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Five Million Dollars and no/100 ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment shall continue in force until 10/31/09 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting field on 20"* of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 20th day of June, A,D. 2005. STEC DXSURANCE COMPANY State of Texas ss: County of Harris On this 20th day of June, A.D. 2005 before me personally came B.J. King, to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. Michelle Denny Notary Public Stale of fexoi MrCommMonExpftes August 27,2008 Michelle Denny, Notary Pilolic My commission expires August 27,2008 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney* executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. JUN 13 2008Given under my hand and the seal of said Company at Houston, Texas this day <& A 20. , A.D. Any Instrument Issued In excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may Call (713) 812-0800 any business day between 8:00 am and 5:00 pm CST. OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and _ whose address is _ hereinafter called "Contractor" and _ whose address is _ hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, 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 City pursuant to the Construction Contract entered into between the City and Contractor for UPPER AND LOWER FARADAY PUMP STATION REMOVAL CONTRACT NO. 5505 in the amount of _ dated _ (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City 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 City 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 City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2. The City 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 City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the CpB^ctor until such time as the escrow created under this contract is terminated. The Contractor may'lKfect 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 City 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 City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. Revised 1 1/01/06 Contract No. 55051 Page 38 of 104 Pages o o o 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 certifying 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 Agenfs release, conversion and disbursement of the securities and interest as set forth above. 10. 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: Title FINANCE DIRECTOR Name . Signature. Address 1635 Faradav Avenue. Carlsbad. CA 92008 For Contractor: Title Name Signature. Address _ For Escrow Agent: 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. Revised 11/01/06 Contract No. 55051 Page 39 of 104 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City:Title MAYOR Name Signature Address 1200 Carlsbad Village Drive. Carlsbad. CA 92008 For Contractor:Title Name Signature. Address For Escrow Agent: o Title Name Signature. Address Revised 11/01/06 Contract No. 55051 Page 40 of 104 Pages GENERAL PROVISIONS FOR UPPER AND LOWER FARADAY LIFT STATION REMOVAL CONTRACT NO. 55051 CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 -TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS 1-1 TERMS - Unless otherwise stated, the words directed, required, permitted, ordered, instructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and 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. Revised 11/01/06 Contract No. 55051 Page 41 of 104 1-2 Definitions. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Addendum - Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bulletins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency - the City of Carlsbad, California. Agreement - See Contract. Assessment Act Contract - A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base - A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid - The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder - Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board - The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad or the Board of Directors of Carlsbad Municipal Water District. Bond - Bid, performance, and payment bond or other instrument of security. City Council - the City Council of the City of Carlsbad. City Manager - the City Manager of the City of Carlsbad or his/her approved representative. Cash Contract - A Contract financed by means other than special assessments. Change Order - A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code - The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager- the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. Contract - The written agreement between the Agency and the Contractor covering the Work. Revised 11/01/06 Contract No. 55051 Page 42 of 104 Contract Documents - Including but not limited to; the Contract, any Addendum (which pertain to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documentation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the general conditions, permits from other agencies, the Special Provisions, the Plans, Standard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. Contractor - The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime contractor" shall mean Contractor. Contract Price - The total amount of money for which the Contract is awarded. Contract Unit Price - The amount stated in the Bid for a single unit of an item of work. County Sealer - The Sealer of Weights and Measures of the county in which the Contract is let. Days - Days shall mean consecutive calendar's days unless otherwise specified. Deputy City Engineer, Construction Management & Inspection - The Construction Manager's immediate supervisor and second level of appeal for informal dispute resolution. Dispute Board - persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier - Street light assembly complete, including foundation, standard, luminaire arm, luminaire, etc. Engineer - the City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile - Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer - A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer - A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire - The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm - The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Revised 11/01/06 Contract No. 55051 Page 43 of 104 Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the original ^^ Contract Price bid. )-.^x Modification - Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Notice of Award - The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. Notice to Proceed - A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired, 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. Person - Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans - The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, ^^ dimensions, or details of the Work. ^-/ Private Contract - Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector - the Engineer's designated representative for inspection, contract administration and first level for informal dispute resolution. Proposal - See Bid. Reference Specifications - Those bulletins, standards, rules, methods of analysis or test, codes, and specifications of other agencies, engineering societies, or industrial associations referred to in the Contract Documents. These refer to the latest edition, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specifically referred to by edition, volume, or date. Roadway - The portion of a street reserved for vehicular use. Service Connection - Service connections are all or any portion of the conduit, cable, or duct, including meter, between a utility distribution line and an individual consumer. Sewer - Any conduit intended for the reception and transfer of sewage and fluid industrial waste.o Revised 11/01/06 Contract No. 55051 Page 44 of 104 Specifications - Technical Specifications, Standard Specifications, Reference Specifications, Special Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Special Provisions - Additions and revisions to the Standard Specifications setting forth conditions and requirements peculiar to the work. Standard - The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. Standard Plans - Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. Standard Specifications - The Standard Specifications for Public Works Construction (SSPWC), the "Greenbook". State - State of California. Storm Drain - Any conduit and appurtenances intended for the reception and transfer of storm water. Street-Any road, highway, parkway, freeway, alley, walk, or way. Subbase - A layer of specified material of planned thickness between a base and the subgrade. Subcontractor - An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade - For roadways, that portion of the roadbed on which pavement, surfacing, base, subbase, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision - Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement - A written amendment of the Contract Documents signed by both parties. Surety - Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne - Also referred to as "metric ton". Represents a unit of measure in the International System of Units equal to 1,000 kilograms. Utility - Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private easement. Work - That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all labor, materials, equipment, and services. oRevised 11/01/06 Contract No. 55051 Page 45 of 104 1-3 ABBREVIATIONS 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these Standard Specifications and to project Plans or other Contract Documents. All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the "Manual of Steel Construction" published by the American Institute of Steel Construction, Inc. 1-3.2 Common Usage Abbreviation Word or Words ABAN Abandon ABAND Abandoned ABS Acrylonitrile - butadiene - styrene AC Asphalt Concrete ACP Asbestos cement pipe ACWS Asphalt concrete wearing surface ALT Alternate APTS Apartment and Apartments AMER STD American Standard AWG American Wire Gage (nonferrous wire) BC Beginning of curve BCR Beginning of curb return BDRY Boundary BF Bottom of footing BLDG Building and Buildings BM Bench mark BVC Beginning of vertical curve B/W Back of wall C/C Center to center CAB Crushed aggregate base CAL/OSHA California Occupational Safety and Health Administration CalTrans California Department of Transportation CAP Corrugated aluminum pipe CB Catch Basin Cb Curb CBP Catch Basin Connection Pipe CBR California Bearing Ratio CCR California Code of Regulations CCTV Closed Circuit TV CES Carlsbad Engineering Standards CF Curb face CF Cubic foot C&G Curb and gutter CFR Code of Federal Regulations CFS Cubic Feet per Second CIP Cast iron pipe CIPP Cast-in place pipe CL Clearance, center line CLF Chain link fence CMB Crushed miscellaneous base CMC Cement mortar-coated CML Cement mortar-lined CMWD Carlsbad Municipal Water District CO Cleanout (Sewer) COL Column COMM Commercial CONC Concrete CONN Connection CONST Construct, Construction COORD Coordinate CSP Corrugated steel pipe CSSD Carlsbad Supplemental Standard Drawings CTB Cement treated base CV Check valve CY Cubic yard D Load of pipe dB Decibels DBL Double DF Douglas fir DIA Diameter DIP Ductile iron pipe DL Dead load DR Dimension Ratio DT Drain Tile DWG Drawing DWY Driveway DWY APPR Driveway approach E Electric EA Each EC End of curve ECR End of curb return EF Each face EG Edge of gutter EGL Energy grade line El Elevation ELC Electrolier lighting conduit ELT Extra long ton ENGR Engineer, Engineering EP Edge of pavement ESMT Easement ETB Emulsion-treated base EVC End of vertical curb EWA Encina Wastewater Authority EXC Excavation EXP JT Expansion joint EXST Existing F Fahrenheit F&C Frame and cover F&l Furnish and install FAB Fabricate FAS Flashing arrow sign FD Floor drain FDN Foundation o Revised 11/01/06 Contract No. 55051 Page 46 of 104 FED SPEC Federal Specification FG.... Finished grade "*"**««' FH Fire hydrant FL Flow line FS Finished surface FT-LB Foot-pound FTG Footing FW Face of wall G Gas GA Gauge GAL Gallon and Gallons GALV Galvanized GAR Garage and Garages GIP Galvanized iron pipe GL Ground line or grade line GM Gas meter GNV Ground Not Visible GP Guy pole GPM gallons per minute GR Grade GRTG Grating GSP Galvanized steel pipe H High or height HB Hose bib HC House connection HDWL Headwall HGL Hydraulic grade line HORIZ Horizontal HP Horsepower HPG High pressure gas HPS High pressure sodium (Light) HYDR Hydraulic . IE Invert Elevation ID Inside diameter INCL Including INSP Inspection INV Invert IP Iron pipe JC Junction chamber JCT Junction JS Junction structure JT Joint L Length LAB Laboratory LAT Lateral LB Pound LD Local depression LF Linear foot LH Lamp hole LL Live load LOL Layout line LONG Longitudinal LP Lamp post LPS Low pressure sodium (Light) LS Lump sum LTS Lime treated soil LWD Leucadia Wastewater District MAINT Maintenance MAX Maximum MCR Middle of curb return MEAS Measure MH Manhole, maintenance hole MIL SPEC Military specification w ^ MISC Miscellaneous MOD Modified, modify MON Monument MSL. Mean Sea Level (Reg. Standard Drawing M-12) MTBM Microtunneling Boring Machine MULT Multiple MUTCD.... Manual on Uniform Traffic Control Devices MVL Mercury vapor light NCTD North County Transit District NRCP Nonreinforced concrete pipe OBS Obsolete OC On center OD Outside diameter OE Outer edge OHE Overhead Electric OMWD Olivenhain Municipal Water District OPP Opposite ORIG Original PB Pull box PC Point of curvature PCC Portland cement concrete or point of compound curvature PCVC Point of compound vertical curve PE Polyethylene PI Point of intersection PL Property line PMB Processed miscellaneous base POC Point on curve POT Point on tangent PP Power pole PRC Point of reverse curve PRVC Point of reverse vertical curve PSI Pounds per square inch PT Point of tangency PVC Polyvinyl chloride PVMT Pavement PVT R/W Private right-of-way Q Rate of flow in cubic feet per second QUAD Quadrangle, Quadrant R Radius R&O Rock and oil R/W Right-of-way RA Recycling agent RAC Recycled asphalt concrete RAP Reclaimed asphalt pavement RBAC Rubberized asphalt concrete RC Reinforced concrete RGB Reinforced concrete box RCE Registered civil engineer RCP Reinforced concrete pipe RCV Remote control valve REF Reference REINF Reinforced or reinforcement RES Reservoir RGE Registered geotechnical engineer ROW Right-of-Way RR Railroad RSE Registered structural engineer RTE Registered traffic engineer S Sewer or Slope, as applicable SCCP Steel cylinder concrete pipe SD Storm drain SDNR San Diego Northern Railway SDR Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD San Diego Regional Standard Drawings SE Sand Equivalent Revised 11/01/06 Contract No. 55051 Page 47 of 104 SEC Section SF Square foot SFM Sewer Force Main SI International System of Units (Metric) SPEC Specifications SPPWC Standard Plans for Public Works Construction SSPWC Standard Specifications for Public Works Construction STHWY State highway STA Station STD Standard SIR Straight SIR GR Straight grade STRUG Structural/Structure SW Sidewalk SWD Sidewalk drain SY Square yard T Telephone TAN Tangent TC Top of curb TEL Telephone TF Top of footing TOPO Topography TR Tract TRANS Transition TS Traffic signal or transition structure TSC Traffic signal conduit TSS Traffic signal standard TW Top of wall TYP Typical UE Underground Electric USA Underground Service Alert VAR Varies, Variable VB Valve box VC Vertical curve VCP Vitrified clay pipe VERT Vertical VOL Volume VWD Vallecitos Water District W Water, Wider or Width, as applicable WATCH Work Area Traffic Control Handbook Wl Wrought iron WM Water meter WPJ Weakened plane joint XCONN Cross connection XSEC Cross section o 1-3.3 Institutions. Abbreviation Word or Words AASHTO American Association of State Highway and Transportation Officials AISC American Institute of Steel Construction ANSI American National Standards Institute API American Petroleum Institute AREA American Railway Engineering Association ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWS American Welding Society AWWA American Water Works Association FHWA Federal Highway Administration GRI Geosynthetic Research Institute NEMA National Electrical Manufacturers Association NOAA National Oceanic and Atmospheric Administration (Dept. of Commerce) UL Underwriters' Laboratories Inc. USGS United States Geological Survey Revised 11/01/06 Contract No. 55051 Page 48 of 104 1-4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Standard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. 1 -4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) SI Unit (Abbreviations) (Abbreviations) 1 mil (=0.001 in) 25.4 micrometer (urn) 1 inch (in) 25.4 millimeter (mm) 1 inch (in) 2.54 centimeter (cm) 1 foot (ft) 0.3048 meter (m) 1 yard (yd) 0.9144 meter (m) 1 mile (mi) 1.6093 kilometer (km) 1 square foot (fr) 0.0929 square meter (m 1 square yard (yd ) 0.8361 square meter (m 1 cubic foot (ft3) 0.0283 cubic meter (m,) 1 cubic yard (yd ) 0.7646 cubic meter (m ) 1 acre 0.4047 hectare (ha) 1 U.S. gallon (gal) 3.7854 Liter (L) 1 fluid ounce (fl. oz.) 29.5735 millileter (ml) 1 pound mass (Ib) (avoirdupois) 0.4536 kilogram (kg) 1 ounce mass (oz) 0.02835 kilogram (kg) 1 Ton (=2000 Ib avoirdupois) 0.9072 Tonne (= 907 kg) 1 Poise 0.1 pascal second (Pa s)1 centistoke (cs) 1 square millimeters per second (mm Is) 1 pound force (Ibf) 4.4482 Newton (N) 1 pounds per square inch (psi) 6.8948 Kilopascal (kPa) 1 pound force per foot (Ibf/ft) 1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf) 1.3558 Joules (J) 1 foot-pound force per second ([ft-lbf]/s) 1.3558 Watt (W)1 part per million (ppm) 1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit (°F): Degree Celsius (°C): °F = (1.8 x °C) + 32 °C = (°F - 32)71.8 SI Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (Im)1 second (s) A'M*' Revised 11/01/06 Contract No. 55051 Page 49 of 104 Common Metric Prefixes kilo(k) 10°, j centi(c) 10? ^—' milli(m) 10'3 micro (ji) 10"Qnano(n) 10" pico(p) 10 1-5 SYMBOLS A Delta, the central angle or angle between tangents Z Angle % Percent Feet or minutes Inches or seconds1 Number / per or (between words)0 Degree PL Property line CL Centerline SL Survey line or station line L-12 3 A•^ Revised 11/01/06 Contract No. 55051 Page 50 of 104 SECTION 2 - SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as provided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the Board, except that the Contractor may assign money due or which will accrue to it under the Contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by the Agency for completion of the Work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: "(a) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one- half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater." "(b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid." If the Contractor fails to specify a Subcontractor, or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor's total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as otherwise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by procedures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 4110 provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the Contractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. Revised 11/01/06 Contract No. 55051 Page 51 of 104 Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract, and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcontracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. Revised 11/01/06 Contract No. 55051 Page 52 of 104 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 payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiving notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifications, to which the Engineer shall have access at all times. The specifications for the work include the project technical specifications, Carlsbad Engineering Standards (CES), Standard Specifications for Public Works Construction, (SSPWC), 2008 Edition (Part 2 & 3) hereinafter designated "SSPWC", as written and promulgated by 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 1 set of drawings, which includes seven (7) drawings. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Engineering Standards, hereinafter designated as CSSD, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES. Copies of some of the pertinent standard drawings are enclosed as an appendix to these General Provisions. The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the Specifications and not shown on the Plans, or shown on the Plans and not specified in the Specifications, shall be as though shown on or specified in both. Revised 11/01/06 Contract No. 55051 Page 53 of 104 The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) Carlsbad General Provisions. 3) Technical Specifications. 4) Plans. 5) City of Carlsbad Engineering Standards, 2004 Edition. 6) San Diego Regional Standard Drawings. 7) Standard Specifications for Public Works Construction. 8) State of California Department of Transportation Standard Plans. 9) Reference Specifications. 10) Manufacturer's Installation Recommendations. Change Orders, Supplemental Agreements and approved 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 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor's expense, as required in 2-5.3.2, 2-5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engineer. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required by performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 20 working days for review of submittals unless otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. A•^ Revised 11/01/06 Contract No. 55051 Page 54 of 104 Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label '4-C' would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of com'plete sets. 3) Contractor's certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." By: Title: Date: Company Name: 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. A•^ Revised 11/01/06 Contract No. 55051 Page 55 of 104 Working drawings are required in the following sections: TABLE 2-5.3.2 (A) 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 7-10.4.1 207-2.5 207-8.4 207-10.2.1 300-3.2 303-1.6.1 303-1.7.1 303-3.1 304-1.1.1 304-1.1.2 304-2.1 306-2.1 306-3.1 306-3.4 306-6 306-8 307-4.3 Safety Orders Joints Joints General Cofferdams General General General Shop Drawings Falsework Plans General General General Tunnel Supports • Remodeling Existing Sewer Facilities Microtunneling Controller Cabinet Wiring Diagrams Trench Shoring Reinforced Concrete Pipe Vitrified Clay Pipe Fabricated Steel Pipe Structure Excavation & Backfill Falsework Placing Reinforcement Prestressed Concrete Construction Structural Steel Structural Steel Metal Hand Railings Jacking Operations Tunneling Operations Tunneling Operations Polyethylene Liner Installation Microtunneling Operations Traffic Signal Construction Working drawings listed above as Items 5, 6, 8, 9, 10, 12, 13, 14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special Provisions. 2-5.3.4 Supporting information. Supporting information is information required by the Specifications for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Six copies of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the Special Provisions or directed by the Engineer. Supporting information for systems shall be bound together and include all manufactured items for the system. If resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the following and is required unless otherwise specified in the Special Provisions: 1) List of Subcontractors per 2-3.2. 2) List of Materials per 4-1.4. 3) Certifications per 4-1.5. 4) Construction Schedule per 6-1. 5) Confined Space Entry Program per 7-10.4.4. 6) Concrete mix designs per 201-1.1. 7) Asphalt concrete mix designs per 203-6.1. 8) Data, including, but not limited to, catalog sheets, manufacturer's brochures, technical bulletins, specifications, diagrams, product samples, and other information necessary to describe a system, product or item. This information is required for irrigation systems, street lighting systems, and traffic signals, and may also be required for any product, manufactured item, or system. '"^itmff" Revised 11/01/06 Contract No. 55051 Page 56 of 104 2-5.4 RECORD DRAWINGS. The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by Section 2-5.4 shall be included in the various bid items and no additional payment will be made therefore. 2-6 WORK 'TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equipment, tools, labor, and incidentals necessary to complete the Work. 2-7 SUBSURFACE DATA. All soil and test hole data, water table elevations, and soil analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are available for inspection at the office of the Engineer. Any additional subsurface exploration shall be done by Bidders or the Contractor at their own expense. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor's responsibility to determine and allow for the elevation of groundwater at the date of project construction. A difference in elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for extra work. 2-8 RIGHT-OF-WAY. Rights-of-way, easements, or rights-of-entry for the Work will be provided by the Agency. Unless otherwise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and disposing of additional work areas and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers. The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land 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. Revised 11/01/06 Contract No. 55051 Page 57 of 104 2-9.2 Survey Service. The Contractor shall hire and pay for the services of a Surveyor, hereinafter Surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the 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. 2-9.2.1 Submittal of Surveying Data, All surveying data submittals shall conform to the requirements of Section 2-5.3.3, "Submittals", herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (81/2" by 11") paper. The field notes, calculations and supporting data shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from earlier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and calculations will be labeled with name of the Surveyor, the party chief, the field crewmembers and the author of the field notes or calculations. They shall be annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or documentation for any computer program. The field notes shall be prepared in conformance with the 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-10 type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or 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. 2-9.2.2 Survey Requirements, Not Used. 2-9.2.3 Payment for Survey, Not Used. 2-9.3 Private Engineers. Not Used. 2-9.4 Line and Grade. Not Used. 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all matters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce compliance with the Plans and Specifications. The Contractor shall promptly comply with instructions from the Engineer or an authorized representative. The decision of the Engineer is final and binding on all questions relating to: quantities; acceptability of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless otherwise ordered by the Board. Am¥ Revised 11/01/06 Contract No. 55051 Page 58 of 104 >***•' 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. 2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor's staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, 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 subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Contractor shall notify the Engineer before noon of the working day before inspection is required. Work shall be done only in the presence of the Engineer, unless otherwise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized representatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and workmanship are in accordance with these specifications. Inspection of the Work shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract. SECTION 3 - CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the interests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as granting a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitation, the change shall be by written Supplemental Agreement between the Contractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are involved, shall provide for the Contractor's signature indicating acceptance. A•^ Revised 11/01/06 Contract No. 55051 Page 59 of 104 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications varies from the Bid quantity by 25 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 25 percent, payment will be made per Section 3-2.2.2 or 3-2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 25 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 25 percent, payment for the quantity in excess of 125 percent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 125 percent of the Bid quantity at the Contract Unit Price. 3-2.2.3 Decreases of More Than 25 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less than 75 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 75 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipulated Unit Prices may be used for the adjustment of Contract changes when so specified in the Special Provisions. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement can not be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise specified in Sections 3-2.2.2 and 3-2.2.3. A•^ Revised 11/01/06 Contract No. 55051 Page 60 of 104 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notification in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material can not be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for handling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Section 3-3. 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as "extra work" when the Engineer determines that it is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. 3-3.2.2 Basis for Establishing Costs. (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Section 3-3.2.3 (a). (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Revised 11/01/06 Contract No. 55051 Page 61 of 104 Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" published by 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 surcharge rates published therein are not a part of this contract. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all incidentals. Necessary loading and transportation costs for equipment used on the extra work shall be included. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Contractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer's ratings and approved modifications shall be used to classify equipment and it shall be powered by a unit of at least the minimum rating recommended by the manufacturer. The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work, and be of a type not ordinarily available from the Contractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. (e) Invoices. Vendors' invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor 20 2) Materials 15 3) Equipment Rental 15 4) Other Items and Expenditures .. 15 To the sum of the costs and markups provided for in this section, 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 Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. Am¥ Revised 11/01/06 Contract No. 55051 Page 62 of 104 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the following Work site conditions (hereinafter called changed conditions), in writing, upon their discovery and before they are disturbed: 1. Subsurface or latent physical conditions differing materially from those represented in the Contract; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engineer determines that conditions are changed conditions and they will materially affect performance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor's failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. Revised 11/01/06 Contract No. 55051 Page 63 of 104 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. The Contractor shall provide the City 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 12650-12655. "The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City's 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. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. A•^ Revised 11/01/06 Contract No. 55051 Page 64 of 104 Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. City Engineer 5. City 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 City 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 City 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 City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or 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)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (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. Am¥ Revised 11/01/06 Contract No. 55051 Page 65 of 104 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or 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)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the 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 non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. A•^ Revised 11/01/06 Contract No. 55051 Page 66 of 104 (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of 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 1141.10) 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. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer's approval. Materials and work quality not conforming to the requirements of the Specifications shall be considered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Specifications. Revised 11/01/06 Contract No. 55051 Page 67 of 104 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facilities and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Contractor shall also adequately protect new and existing work and all items of equipment for the duration of the Contract. The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrication, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are acceptable upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed electrical panel boards, large pumps, sewage plant equipment, etc., are subject to inspection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the permittee. A•^ Revised 1 1/01/06 Contract No. 55051 Page 68 of 104 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense, ^«*^ shall deliver the materials for testing to the place and at the time designated by the Engineer. Unless otherwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection, or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor's responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the 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, w 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. 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifications and accept the manufacturer's written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words or equal. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any material, process, or equipment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the contract documents. A•^ Revised 11/01/06 Contract No. 55051 Page 69 of 104 The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer's findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole 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 the Agency. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for proportioning materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator's platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain- measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certificates shall be provided when requested by the Engineer. Revised 11/01/06 Contract No. 55051 Page 70 of 104 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock, Products, and Modified Xw Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials' tests, as defined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The investigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional information in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the cooperative investigation concluded. Whenever the cooperative investigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the implementation of a resolution process by committee. The continuance of the investigation shall be contingent upon recipient's agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notification. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the cooperative investigation and will re-consider all available ^^ information and if necessary gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or 3. At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, the Contractor shall bear and maintain a record for all the investigative costs until resolution. Should the investigation discover assignable causes for the contradiction, the assignable party, the Agency or the Contractor, shall bear all costs associated with the investigation. Should assignable causes for the contradiction extended to both parties, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assignable cause, the investiga- tion will assign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradiction, the initiator of the investigation shall bear all investigative costs. All claim notification requirements of the contract pertaining to the "*****' contradiction shall be suspended until the investigation is concluded. A•^ Revised 11/01/06 Contract No. 55051 Page 71 of 104 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity 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. 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. The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, telephone, or cable television are shown on the Plans, the Contractor shall assume that every property parcel will be served by a service connection for each type of utility. As provided in Section 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Underground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installations. The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its operations. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accordance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place the necessary protection at its expense. Revised 11/01/06 Contract No. 55051 Page 72 of 104 Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor's operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as "abandoned" or "to be abandoned in place". Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements before commencement of work by the Contractor. When the Plans or Specifications indicate that a utility installation is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade as provided in the Standard Specifications for Public Works Construction, Section 301-1.6, 2006 Edition. Utilities which are relocated in order to avoid interference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. A•^ Revised 11/01/06 Contract No. 55051 Page 73 of 104 The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and property line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3-3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering service connections. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. 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 the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor's convenience and no additional compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time available for protection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Section 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or alterations not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor's actual loss as was unavoidable and the Contractor may be granted an extension of time. 5-6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. Revised 11/01/06 Contract No. 55051 Page 74 of 104 SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within 40 calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the 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. 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Baseline Construction Schedule shall include each item and element of Sections 6-1.2 through 6-1.2.9 and shall be on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media. 6-1.2 Preparation and Review of the Baseline Construction Schedule. Not Used. 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the '***' Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprising the schedule. 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.2.4 Schedule Software. Not Used. 6-1.2.5 Schedule Activities. Not Used. 6-1.2.6 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. 6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity's construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. Revised 11/01/06 Contract No. 55051 Page 75 of 104 6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per Section 6-4. 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor's plan to support and maintain the project for the entire contractual time span of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of Section 6-1. The Engineer may choose to accept the Contractor's proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency's acceptance of a shortened duration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. 6-1.2.10 Engineer's Review. The Construction Schedule is subject to the review of the Engineer. The Engineer's determination that the Baseline Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions shall be a condition precedent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the Contractor to obtain the Engineer's determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions within thirty (30) working days after the date of the preconstruction meeting shall be grounds for termination of the contract per Section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 30 working days. The Engineer will review and return to the Contractor, with any comments, the Baseline Construction Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per Sections 6-1.2.10.1 through 6-1.2.10.3. 6-1.2.10.1 "Accepted." The Contractor may proceed with the project work upon issuance of the Notice to Proceed, and will receive payment for the schedule in accordance with Section 6-1.8.1. 6-1.2.10.2 "Accepted with Comments." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per Section 6-1.8.1. 6-1.2.10.3 "Not Accepted." The Contractor must resubmit the schedule incorporating the corrections and changes of the comments prior to receipt of payment per Section 6-1.8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" or "Accepted with Comments" by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" by the Engineer. Revised 11/01/06 Contract No. 55051 Page 76 of 104 6-1.3 Preparation of Schedule Updates and Revisions. Not Used. 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Contractor shall report the percentage determined by the Engineer as complete for the activity. 6-1.3.3 Electronic Media. Not Used. 6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change. 6-1.3.5 Change Orders. Each monthly update will include the addition of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor's change orders. 6-1.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.4 Engineer's Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be returned marked as per Sections 6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked "Accepted with Comments" or "Not Accepted" by the Engineer will be returned to the Contractor for correction. Upon resubmittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer returning a monthly updated construction schedule marked "Not Accepted". 6-1.4.1 "Accepted." The Contractor may proceed with the project work, and will receive payment for the schedule in accordance with Section 6-1.8.2. 6-1.4.2 "Accepted with Comments." The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. 6-1.4.3 "Not Accepted." The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked "Accepted" by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor's responsibility. V Revised 11/01/06 Contract No. 55051 Page 77 of 104 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent "Accepted" Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the "Accepted" schedule. 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of Section 2-5.3 and per the schedule review and acceptance requirements of Section 6-1, including but not limited to the acceptance and payment provisions. As used in this section "substantially different" means a time variance greater than 5 percent of the number of days of duration for the project. 6-1.7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor's Final Schedule Update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed per Sections 6-1.3 Preparation of Schedule Updates and Revisions and 6-1. 4 Engineer's Review of Updated Construction Schedule. Acceptance of the final schedule update is required for completion of the project and release of any and all funds retained per Section 9-3.2. 6-1.8 Measurement and Payment of Construction Schedule. The Contractor's preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefore. 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor's Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all excavations and restore to usefulness all improvements existing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. Revised 11/01/06 Contract No. 55051 Page 78 of 104 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project Meetings. The Contractor's Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under Section 7-6, "The Contractor's Representative". No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise specified in Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of archaeological or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equipment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency's interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board's opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board's consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for that part, and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. A•^ Revised 11/01/06 Contract No. 55051 Page 79 of 104 If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the premises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such methods. In any event, the cost of completing the Work shall be charged against the Contractor and its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency within 5 days after the completion, all costs in excess of the sums due. The provisions of this section shall be in addition to all other rights and remedies available to the Agency under law. 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. No extension of time will be granted for a delay caused by the Contractor's inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof, the proof must be provided in a timely manner in accordance with the sequence of the Contractor's operations and the approved construction schedule. If delays beyond the Contractor's control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interests of the Agency. The Contractor will not be entitled to damages or additional payment due to such delays, except as provided in Section 6-6.3. If delays beyond the Contractor's control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. o Revised 1 1/01/06 Contract No. 55051 Page 80 of 104 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(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Contract for such portion. Unless otherwise specified, the time of completion of the Contract shall be expressed in working days. The Contractor shall diligently prosecute the work to completion within sixty (60) working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor association, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each working day to be charged against the Contract time. These determinations will be discussed and the Contractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indicate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted. Revised 11/01/06 Contract No. 55051 Page 81 of 104 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the Engineer for acceptance upon receipt of the Contractor's written assertion that the Work has been completed. 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 office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor's sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of Five Hundred Dollars ($500.00). Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that Five Hundred 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 waiver of this paragraph or of any damages. 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negligence. The Contractor will not be required to reclean such portions of the improvement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any completed facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents. A•^ Revised 11/01/06 Contract No. 55051 Page 82 of 104 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or otherwise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with applicable provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimina- tion because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. In accordance with the Labor Code, the Board has on file and will publish a schedule of prevailing wage rates for the types of work to be done under the Contract. The Contractor shall not pay less than these rates. Each worker shall be paid subsistence and travel as required by the collective bargaining agreement on file with the State of California Department of Industrial Relations. The Contractor's attention is directed to Section 1776 of the Labor Code which imposes responsibility upon the Contractor for the maintenance, certification, and availability for inspection of such records for all persons employed by the Contractor or Subcontractor in connection with the project. The Contractor shall agree through the Contract to comply with this Section and the remaining provisions of the Labor Code. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 10 of the Public Works Contract. The cost of this insurance shall be included in the Contractor's Bid. 7-4 WORKERS' COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." A•^ Revised 11/01/06 Contract No. 55051 Page 83 of 104 The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers' Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this paragraph. All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain all permits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-5.1 Resource Agency Permits. Not used. 7-5.2 Relations with the Railroad. Not Used. 7-6 THE CONTRACTOR'S REPRESENTATIVE. Before starting work, the Contractor shall designate in writing a representative who shall have complete authority to act for it. An alternative representative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. In order to communicate with the Agency, the Contractor's representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. Am¥ Revised 11/01/06 Contract No. 55051 Page 84 of 104 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others, the Contractor will not be entitled to additional compensation from the Agency for damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. When required by the Plans or Specifications, the Contractor shall furnish and operate a self-loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is incomplete. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor's Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. Failure of the Contractor to comply with the Engineer's cleanup orders may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. A•^ Revised 11/01/06 Contract No. 55051 Page 85 of 104 Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time, and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of employees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condition. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sewage shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not ,,, be permitted to flow in trenches or be covered by backfill. r J 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall comply with the California State Water Resources Control Board (SWRCB) Order Number 99-08-DWQ, National Pollutant Discharge Elimination System (NPDES) General Permit Number CAS000002, Waste Discharge Requirements (WDR's) for Discharges of Stormwater Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this /l^ project in accordance with these regulations. >*-^ Revised 11/01/06 Contract No. 55051 Page 86 of 104 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installations, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a portion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. Maintenance of street and traffic signal systems that are damaged, temporarily removed or relocated shall be done in conformance with 307-1.5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor's operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor's operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Unless otherwise authorized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. Safe and adequate pedestrian and vehicular access shall be provided and maintained to: fire hydrants; commercial and industrial establishments; churches, schools and parking lots; service stations and motels; hospitals; police and fire stations; and establishments of similar nature. Access to these facilities shall be continuous and unobstructed unless otherwise approved by the Engineer. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian crossings of the Work at intervals not exceeding 90 m (300 feet), shall be maintained unless otherwise approved by the Engineer. Revised 11/01/06 Contract No. 55051 Page 87 of 104 Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. If backfill has been completed to the extent that safe access may be provided, and the street is opened to local traffic, the Contractor shall immediately clear the street and driveways and provide and maintain access. The Contractor shall cooperate with the various parties involved in the delivery of mail and the collection and removal of trash and garbage to maintain existing schedules for these services. Grading operations, roadway excavation and fill construction shall be conducted by the Contractor in a manner to provide a reasonably satisfactory surface for traffic. When rough grading is completed, the roadbed surface shall be brought to a smooth, even condition satisfactory for traffic. Unless otherwise authorized, work shall be performed in only one-half the roadway at one time. One half shall be kept open and unobstructed until the opposite side is ready for use. If one-half a street only is being improved, the other half shall be conditioned and maintained as a detour. The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City's contracted waste disposal company, Coast Waste Management at 929-9417. During overlay operations, the Contractors schedule for overlay application shall be designated to provide residents and business owners whose streets are to be overlaid sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the 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 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 shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 Ib. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix "A". In addition to the notifications, the contractor shall post no parking signs 48 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the 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. Am¥ Revised 11/01, Contract No. 55051 Page 88 of 104 The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional compensation for printing and distributing these notices. The contractor shall replace all street markings and striping damaged by construction activities. The Contractor shall include in its Bid all costs for the above requirements. 7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall not be stored in streets, roads, or highways for more than 5 days after unloading. All materials or equipment not installed or used in construction within 5 days after unloading shall be stored elsewhere by the Contractor at its expense unless authorized additional storage time. Construction equipment shall not be stored at the Work site before its actual use on the Work nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of equipment may be authorized by the Engineer. Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless otherwise permitted. After placing backfill, all excess material shall be removed immediately from the site. 7-10.3 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State, County, and City requirements for closure of streets. The Contractor shall provide barriers, guards, lights, signs, temporary bridges, flagpersons, and watchpersons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Contractor shall furnish and install signs and warning devices and promptly remove them upon completion of the Work. The Contractor shall secure approval, in advance, from authorities concerned for the use of any bridges proposed by it for public use. Temporary bridges shall be clearly posted as to load limit, with signs and posting conforming to current requirements covering "signs" as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and these provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. A•^ Revised 11/01/06 Contract No. 55051 Page 89 of 104 7-10.3.1 Construction Area Signs and Control Devices. Ail 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 214-5. Let seq. All temporary reflective channelizers shall conform to the provisions of Section 214- 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 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 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 6' of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 25' intervals to a point not less than 25' past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20-1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. 7-10.3.2 Maintaining Traffic. Not used. 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and provisions under "Maintaining Traffic" elsewhere in these Provisions. The provisions in this 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. 3 Revised 11/01/06 Contract N" 55051 Page 90 of 104 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 proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) published by 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. 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. No traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, the Contractor shall have such TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the traveled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer's review in conformance with the requirements of Section 2-5.3, et seq. and obtain the Engineer's approval of the TCP prior to implementing them. The minimum 20-day review period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer's review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) as published by CALTRANS. 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 best interests of the Agency. Revised 11/01/06 Contract No. 55051 Page 91 of 104 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. 7-10.3.7 Payment. The Contractor shall prepare and implement traffic control plans and shall furnish all labor and materials to perform, install, maintain, replace and remove all traffic control at the lump sum price itemized in the Bid. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers' protection from the hazard of caving ground during the excavation of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start until the Engineer has accepted the plan and the Contractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are provided, or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engineer, or as otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Engineer's approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Section 5194 of the California Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Material Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe conditions. Revised 11/01/06 Contract No. 55051 Page 92 of 104 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, administering and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and contain procedures for safe entry into confined spaces, including, but not limited to the following: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potential isolation and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space 7. Special hazards consideration 8. Personal protective equipment 9. . Rescue plan provisions The Contractor's submittal shall include the names of its personnel, including subcontractor personnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit- required confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit-required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all 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. 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall indemnify and hold the Agency harmless from any legal action that may be brought for infringement of patents. Am¥ Revised 11/01/06 Contract No. 55051 Page 93 of 104 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers ms to the Engineer's approval. architects, or engineers may be displayed on removable signs. The size and location shall be subject /^% Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and National laws and County and Municipal ordinances and regulations which in any manner affect those employed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: "In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties." SECTION 8 - FACILITIES FOR AGENCY PERSONNEL (NOT USED) SECTION 9 - MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from measurements or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. Am¥ Revised 11/01/06 Contract No. 55051 Page 94 of 104 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sections involved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with duplicate licensed weighmaster's certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Standard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated "Lump Sum", "L.S.", or "Job", shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accordance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor's request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precautions which are the Contractor's responsibility have not been taken and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. A•^ Revised 11/01/06 Contract No. 55051 Page 95 of 104 Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6-10. Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion." If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor's failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as prescribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency's payment procedure. 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 these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed 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 (10) 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. From each progress estimate, 10 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from remaining progress estimates and from the final estimate may be limited to $500 or 10 percent of the first half of total Contract amount, whichever is greater. Revised 11/01/06 Contract No. 55051 Page 96 of 104 No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress 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 Section 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written statement required in Section 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in Section 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. 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 Section 3-5, Disputed Work, for those claims remaining in dispute. A•^ Revised 11/01/06 Contract No. 55051 Page 97 of 104 9-3.3 Delivered Materials. When provided for in the Specifications, and subject to the limitation and conditions therein, the cost of materials and equipment delivered but not incorporated into the Work will be included in the progress estimate. 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. 9-3.4 Mobilization. When a bid item is included in the Proposal form for mobilization and subject to the conditions and limitations in the Specifications, the costs of work in advance of construction operations and not directly attributable to any specific bid item will be included in the progress estimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be made at the stipulated lump-sum price bid therefore in the bid schedule, 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. Revised 11/01/06 Contract No. 55051 Page 98 of 104 SUPPLEMENTAL PROVISIONS TO "GREEN BOOK" STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS 200-1 ROCK PRODUCTS Add the following section: 200-1.2.2 Permeable Material. Permeable material shall consist of hard, durable, clean sand, gravel, or crushed stone, and shall be free from organic material, clay balls, or other deleterious substances. Class 1 and Class 2 permeable material shall have a Durability Index of not less than 40. Class 2 Permeable material shall have a Sand Equivalent value of not less than 75. Class 1 permeable material shall conform to the requirements in this section and Table 200-1.2.2(A). Class 2 permeable material shall conform to the requirements in this section and Table 200-1.2.2(6). When permeable material is required and the class or kind is not specified, Class 1 permeable material shall be used. The alternative gradings within Class 1 permeable material are identified by types. Unless otherwise shown on the plans the Contractor will be permitted to furnish and place any one of the types provided for this class. The percentage composition by mass of permeable material in place shall conform to the gradings in Tables 200-1.2.2(A) and 200-1.2.2(6). TABLE 200-1.2.2(A) CLASS 1 PERMEABLE MATERIAL Sieve Sizes 50-mm (2") 37.5-mm(1l/2") 19-mm CV) 12.5-mmC/2") 9.5-mm (d/8") 4.75-mm (No. 4) 2.36-mm (No. 8) 75-um (no. 200) Percen Type A — — 100 95-100 70-100 0-55 0-10 0-3 tage Passing Type 6 100 95-100 50-100 — 15-55 0-25 0-5 0-3 TABLE 200-1.2.2(B) CLASS 2 PERMEABLE MATERIAL Sieve Sizes 25-mm(1") 19-mm (3/4") 9.5-mm (3/8") 4.75-mm (No. 4) 2.36-mm (No. 8) 600-um (No. 30) 300-um (No. 50) 75-um (no. 200) Percentage Passing 100 90-100 40-100 25-40 18-33 5-15 0-7 0-3 Revised 11/01/06 Contract No. 55051 Page 99 of 104 200-2 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 11/2-inch maximum or 3/4 inch maximum shall be used, except that once a grading is selected it shall not be changed without the Engineer's written approval. AGGREGATE GRADING REQUIREMENTS Percentage Passing 11/2" Maximum 3/4" Maximum Operating Operating Sieve Sizes Range Range 2" 100 — 11/2" 90-100 — 1" — 100 3/4" 50-85 90-100 No. 4 25-45 35-60 No. 30 10-25 10-30 No. 200 2-9 2-9 QUALITY 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 of the Engineer that the next material to be used in the work will comply with the requirements specified for "Operating Range." 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. No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day's production, whichever is smaller. A•^ Revised 11/01/06 Contract No. 55051 Page 100 of 104 SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS. Add the following: 201 -3.4 Type "A" Sealant (Two-Part Polyurethane Sealant). Add the following: All finished concrete surfaces shall have a %" continuous expansion joint at locations indicated on the plans and notes and shall be located either parallel to perpendicular to the curb line. When not otherwise indicated, all expansion joints located adjacent to colored concrete shall be sealant Type "A" and colored to match the color of the concrete surface. Contractor shall provide joint sealants that have been produced and installed to establish and to maintain watertight and airtight continuous seals without causing staining or deterioration of joint substrates. Contractor shall submit product data from the manufacturer of each joint sealant product required, including instructions for joint preparation and joint sealer application. Contractor shall also submit samples for initial selection purposes in form of manufacturer's standard bead samples, consisting of strips of actual products showing full range of colors available, for each product exposed to view. Samples shall be submitted to Engineer. Submit complete schedule of type (and location where type is to be used) of each sealant. Contractor shall engage an experienced installer who has completed joint sealant applications similar in material, design and extent to that indicated for Project that have resulted in construction with a record of successful in-service performance. Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. Provide color selections made by Engineer from manufacturer's full range of standard colors for products of type indicated. Sealant color parallel to curbline shall match color of Paving Treatment Type "A" as specified in Section 201-1.2.4(a) of these Special Provisions. Joint sealants shall be multi-component polyurethane sealant. Except as otherwise indicated, provide manufacturer's standard, non-modified, 2-or-more-part, polyurethane-based, elastomeric sealant; complying with either ASTM-C-920-87, Type M, Grade P, Class 25, or FS TT-S 0227E Class A, non-sag, Type II. Acceptable Products: "Sonneborn NPII"; Sonneborn Building Products Division; "Scofield Lithoseal Trafficalk 3-G", L.M. Scofield Company; or equivalent, as approved by the Engineer. Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates, sealants, primers and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. Plastic foam joint fillers shall be preformed, compressible, resilient, nonstaining, nonwaxing, nonextruding strips of flexible plastic foam either open-cell polyurethane foam or closed-cell polyethylene foam, subject to approval of sealant manufacturer, for cold-applied sealants only. Polystyrene foam is not acceptable. Am¥ Revised 11/01/06 Contract No. 55051 Page 101 of 104 SECTION 203 - BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. — J 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 ensure representative and adequate quantity of material for: 1. Asphalt Content and Gradation of Extraction using Calif. Test 382 or ASTM 2172, and Calif. Test 202. 2. Stability1 using: a. Stabilometer Value2 using Calif. Test 366 and shall be the average of three individual Stabilometer Values And/or b. Marshall Stability in accordance with the Asphalt Institute's MS-2 fabricated and tested for traffic volume and shall be the average of three specimens. Stability will be waived provided the extracted asphalt concrete is within +I-.5 of mix design and the extracted gradation complies with Table 203-6.3.2 (A). 2Use Marshall Stability when the deviation between individual Stabilometer Values are greater than 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. Revised 11/01/06 Contract No. 55051 Page 102 of 104 203-6.3.3 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 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 2172: "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. 203-11 ASPHALT RUBBER HOT MIX (ARHM) WET PROCESS Not Used. 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 203-13(A). TABLE 203-13.1 (A) ELASTOMERIC SEALANT CHARACTERISTICS Property Hardness (indentation) Tensile Strength Elongation Flex at -40°C Weathering Resistance Salt-Spray Resistance Dielectric Constant Measuring Standard (ASTM Designation) ASTM D 2240 Rex. Type A, Model 1 700 ASTM D 41 2 Die C, ASTM D 41 2 Die C, 0.6 mm (25 mil) Free Film Bend (180°) ASTM D 822 Weatherometer 350 h ASTM B 117 28 days at 38°C ASTM D 150 Results 65-85 3.45 MPa, minimum 400%, minimum No cracks Slight chalking 3.45 MPa, minimum tensile; 400% minimum Elongation Less than 25% change Conditions 25°C @ 50% relative humidity pulled at 508 mm (20") per minute pulled at 508 mm (20") per minute over 1 3 mm (V2") Mandrel Cured 7 days at 25°C @ 50% relative humidity 5% NaCI, Die C, pulled at 508 mm (20") per minute over a temperature range of -30^C to 50^C oRevised 11/01/06 Contract No. 55051 Page 103 of 104 203-13.2 Asphaltic Emulsion Sealant Asphaltic emulsion sealant shall conform to the State of California Specification 8040-41 A-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). 203-13.3 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 203-13.3(A). TABLE 203-13.3(A) CURED HOT-MELT RUBBERIZED ASPHALT Property Cone Penetration Flow, 60°C Resilience Softening Point, Ductility, Flash Point, COC, °C Viscosity, Brookfield Thermosel, Measuring Standard (ASTM Designation) ASTM D 3407, Sec. 5 ASTM D 3407, Sec. 6 ,ASTM D 3407, Sec. 8 ASTM D 36 ASTM D 113 ASTM D 92 ASTM D 4402 Results 3.5 mm, max. 5 mm, max. 25%, min. 82 °C, min. 300 mm, min. 288 °C, min. 2.5-3.5 Pa-s Conditions 25°C, 150g,5s 25°C 25°C, 50 mm/min No. 27 Spindle, 20 rpm, 190°C, SECTION 204 - LUMBER AND TREATMENT WITH PRESERVATIVES 204-1 LUMBER AND PLYWOOD TABLE 204-1.2(A) add the following: TABLE 204-1.2(A) USES Headers for bituminous pavement up to 50 mm x 100mm (2"x4") Headers for bituminous pavement larger than 50 mm x 100 mm (2"x4") GRADES Construction grade Redwood or preservative treated construction grade Douglas Fir Number 1 grade Redwood, or preservative treated number 1 grade Douglas Fir o Revised 11/01/06 Contract No. 55051 Page 104 of 104 TECHNICAL SPECIFICATIONS SECTION 02050 DEMOLITION PART 1 - GENERAL 1.1 THE REQUIREMENT A. THE CONTRACTOR shall furnish materials, equipment, and labor necessary to perform and complete demolition work called for in the Contract Documents. B. The WORK includes demolition of sewer pumping station including all piping, piping accessories in the wet well vaults, pumping vault, air injection vault and backfilling the vault. The work also includes removing existing asphalt paving, foundations, fencing, and surface utilities with in the pump station area to facilitate new construction as shown and specified. Piping leading into the pump station shall be pluged before slurry backfilling the vaults. C. Manufactured articles, materials, equipment, and accessories shall be demolished as shown and in accordance with the manufacturer's specifications and recommendations, and industry standards, unless otherwise shown or specified. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Not used. B. PROTECTION OF PERSONS AND PROPERTY AND RESTORATION OF EXISTING IMPROVEMENTS of the GENERAL PROVISIONS. C. ENVIRONMENTAL CONTROLS of the GENERAL PROVISIONS. 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the applicable reference specifications as specified in the GENERAL PROVISIONS. B. The demolition and sealing of the well shall be in accordance with applicable regulations; and after obtaining required permits, and filing required reports. C. Comply with the Carlsbad City Building Code. 1.4 CONTRACTOR SUBMITTALS A. General: Submittals shall be made in accordance with the GENERAL PROVISIONS. B. Demolition Schedule: The CONTRACTOR shall submit a complete coordination schedule for demolition work, including shut-off and continuation of utility services, with the ENGINEER'S approval prior to start of the work. The schedule shall indicate proposed methods and operations of facility demolition, and provide a detailed sequence of demolition and removal work to ensure uninterrupted operation of occupied areas. 10/18/07 DEMOLITION UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02050-1 C. The CONTRACTOR shall submit a concrete mix design for backfilling the vaults. The backfill slurry shall have a 140 pounds of cementitious material per cubic yard of backfill material. 1.5 QUALITY ASSURANCE A. Comply with the applicable reference specifications as specified in the GENERAL PROVISIONS. 1.6 JOB CONDITIONS A. Condition of Facilities: AGENCY assumes no responsibility for actual condition of facilities to be demolished. The CONTRACTOR shall visit the site and inspect the existing facilities. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 OCCUPANCY AND POLLUTION CONTROL A. Water sprinkling, temporary enclosures, chutes, and other suitable methods shall be used to limit dust and dirt rising and scattering in the air. Comply with AGENCY regulations pertaining to environmental protection. B. Water shall not be used when it creates hazardous or objectionable conditions such as ice, flooding, or pollution. C. Water contaminated with sediment or hazardous or toxic materials shall not be allowed to run off into the public storm drain system (including street gutters). Such runoff shall be intercepted, collected and disposed of according to existing environmental regulations. 3.2 PROTECTION A. Safe passage of persons around area of demolition shall be ensured. Operations shall be conducted to prevent damage to adjacent buildings, structures, other facilities, and people. B. Interior and exterior shoring, bracing, or supports shall be provided to prevent movement, settlement or collapse of structures to be demolished, and to adjacent facilities to remain. C. Existing landscaping materials, structures, and appurtenances, which are not to be demolished shall be protected and maintained as necessary and in accordance with Section 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS of the GENERAL PROVISIONS. D. The CONTRACTOR shall protect and maintain conduits, drains, sewers, pipes, and ^„. wires that are to remain on the property. 1 10/18/0? DEMOLITION UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02050-2 3.3 STRUCTURE DEMOLITION " A. Building structures and appurtenances shall be demolished as shown and required to complete work within limitations of governing regulations. B. Small structures may be removed intact when acceptable to the ENGINEER and approved by authorities having jurisdiction. C. Demolition shall proceed in a systematic manner, in accordance with permits and approved submittals. D. Concrete and masonry shall be demolished in sections. Use bracing and shoring to prevent collapse. E. Demolition equipment shall be dispersed throughout structure and demolished materials removed to prevent excessive loads on supporting walls, floors, or framing. F. In areas to be remodeled, cut back flush and seal any pipe stub-outs remaining, and remove exposed piping, conduits, fixtures, J-boxes, light fixtures, water fixtures, and supports. Switches, receptacles, and boxes shall also be removed. Concealed piping and conduits shall be removed or capped and abandoned as necessary to facilitate the remodeling work. All other items shall be removed as shown. 3.4 BELOW-GRADE DEMOLITION A. Footings, foundation walls, below-grade construction and concrete slabs on grade shall '**"•*' be demolished and removed to a depth which will not interfere with new construction, but not less than 12 inches below existing ground surface or future ground surface, whichever is lower or as indicated on the plans. B. Below-grade areas and voids resulting from demolition of structures shall be completely filled. C. After fill and compaction, surfaces shall be graded to meet adjacent contours and to provide flow to surface drainage structures, or as shown. 3.5 DISPOSAL OF DEMOLISHED MATERIALS A. Demolition and removal of debris shall be conducted to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities which shall not be closed or obstructed without permission from the CITY. Alternate routes shall be provided around closed or obstructed traffic ways. B. Site debris, rubbish, hazardous materials identified in Part 1.1-B herein and other materials resulting from demolition operations shall be removed at the CONTRACTOR'S expense. Burning of removed materials from demolished structures shall not be permitted on site. C. The CONTRACTOR shall request from the ENGINEER an EPA Generator ID Number if necessary. The ENGINEER will provide the number to the CONTRACTOR. This number will be used on all Hazardous Waste Manifests or Shipping Papers used to transport 10/18/07 DEMOLITION UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02050-3 hazardous waste. Copies of ail manifests and shipping papers will be provided to the ENGINEER at the time of transport for any Hazardous Waste and completed copies signed by the TSDF will be returned to the ENGINEER within the time frames specified by state and federal regulations. 3.6 PATCHING AND REPAIRING A. The CONTRACTOR shall provide patching, replacing, repairing, and refinishing of damaged areas involved in demolition as necessary to match the existing adjacent surfaces whether shown or not shown, with materials and procedures approved by the ENGINEER. B. The CONTRACTOR shall repair all damages caused to adjacent facilities by demolition as directed by the ENGINEER at no cost to the CITY. C. The CONTRACTOR shall make a detailed inspection after patching and repairing has been completed, and shall carefully remove splattering of mortar from adjoining work (particularly, but not limited to, plumbing fixtures, trim, tile, and finish metal surfaces), and make good any damage caused by such cleaning operations. 3.7 CLEANING A. During and upon completion of work, the CONTRACTOR shall promptly remove unused tools and equipment, surplus materials, rubbish, debris, and dust and shall leave areas affected by work in a clean, approved condition in accordance with the GENERAL PROVISIONS. B. Clean adjacent structures and facilities of dust, dirt, and debris caused by demolition, as directed by the ENGINEER or the. INSPECTOR, and return adjacent areas to condition existing prior to start of work. C. The CONTRACTOR shall remove and legally dispose of demolished materials and debris from the site. 3.8 SALVAGE A. The CONTRACTOR shall tag all salvageable items. The tag shall indicate what the item is, the location and equipment it was removed from, and the date of removal. B. The CONTRACTOR shall deliver all salvaged items to a location with in City of Carlsbad, as directed by the Engineer. C. All non-salvageable items shall be removed at the CONTRACTOR'S expense. O o 10/18/07 DEMOLITION UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02050-4 SECTION 02140 DEWATERING PART 1 - GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall dewater trench and structure excavations, in accordance with the Contract Documents. The CONTRACTOR shall secure all necessary permits to complete the requirements of this Section of the Specifications. 1.2 CONTRACTOR SUBMITTALS A. Prior to commencement of excavation, the CONTRACTOR shall submit a detailed plan and operation schedule for dewatering of excavations. The CONTRACTOR may be required to demonstrate the system proposed and to verify that adequate equipment, personnel, and materials are provided to dewater the excavations at all locations and times. The CONTRACTOR'S dewatering plan shall have a layout plan of the dewatering system and provide an approved water disposal system. The CONTRACTOR'S dewatering plan shall be reviewed by the Engineer. 1.3 QUALITY CONTROL A. It shall be the sole responsibility of the CONTRACTOR to control the rate and effect of the dewatering in such a manner as to avoid all objectionable settlement and subsidence. B. All dewatering operations shall be adequate to assure the integrity of the finished project and shall be the responsibility of the CONTRACTOR. C. Where critical structures or facilities exist immediately adjacent to areas of proposed dewatering, reference points shall be established and observed at frequent intervals to detect any settlement which may develop. The responsibility for conducting the dewatering operation in a manner which will protect adjacent structures and facilities rests solely with the CONTRACTOR. The cost of repairing any damage to adjacent structures and restoration of facilities shall be the responsibility of the CONTRACTOR. PART 2 - PRODUCTS 2.1 EQUIPMENT A. Dewatering, where required, may include the use of well points, sump pumps, temporary pipelines for water disposal, rock or gravel placement, and other means. Standby pumping equipment shall be maintained on the jobsite. 10/18/07 DEWATERING UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02140-1 PART 3 - EXECUTION 3.1 GENERAL REQUIREMENTS A. The CONTRACTOR shall provide all equipment necessary for dewatering. It shall have on hand, at all times, sufficient pumping equipment and machinery in good working condition and shall have available, at all times, competent workmen for the operation of the pumping equipment. Adequate standby equipment shall be kept available at all times to ensure efficient dewatering and maintenance of dewatering operation during power failure. B. Dewatering for structures and pipelines shall commence when groundwater is first encountered, and shall be continuous until such times as water can be allowed to rise in accordance with the provisions of this Section or other requirements. C. At all times, site grading shall promote drainage. Surface runoff shall be diverted from excavations. Water entering the excavation from surface runoff shall be collected in shallow ditches around the perimeter of the excavation, drained to sumps, and be pumped or drained by gravity from the excavation to maintain a bottom free from standing water. D. Dewatering shall at all times be conducted in such a manner as to preserve the undisturbed bearing capacity of the subgrade soils at proposed bottom of excavation. E. If foundation soils are disturbed or loosened by the upward seepage of water or an uncontrolled flow of water, the affected areas shall be excavated and replaced with drain rock. F. The CONTRACTOR shall maintain the water level below the bottom of excavation in all work areas where groundwater occurs during excavation construction, backfilling, and up to acceptance. G. Flotation shall be prevented by the CONTRACTOR by maintaining a positive and continuous removal of water. The CONTRACTOR shall be fully responsible and liable for all damages which may result from failure to adequately keep excavations dewatered. H. If well points or wells are used, they shall be adequately spaced to provide the necessary dewatering and shall be sandpacked and/or other means used to prevent pumping of fine sands or silts from the subsurface. A continual check by the CONTRACTOR shall be maintained to ensure that the subsurface soil is not being removed by the dewatering operation. I. The CONTRACTOR shall dispose of water from the WORK in a suitable manner without damage to adjacent property. CONTRACTOR shall be responsible for obtaining any permits that may be necessary to dispose of water. No water shall be drained into work built or under construction without prior consent of the ENGINEER. Water shall be filtered using an approved method to remove sand and fine-sized soil particles before disposal into any drainage system. 10/18/07 DEWATERING UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02140-2 J. The release of groundwater to its static level shall be performed in such a manner as to maintain the undisturbed state of the natural foundation soils, prevent disturbance of compacted backfill and prevent flotation or movement of structures, pipelines, and sewers. K. Dewatering of trenches and other excavations shall be considered as incidental to the construction of the WORK and all costs thereof shall be included in the various contract prices in the Bid Forms, unless a separate bid item has been established for dewatering. 10/18/07 DEWATERING UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02140-3 SECTION 02223 TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING PART 1 - GENERAL 1.1 A. 1.2 A. DESCRIPTION This section includes materials, testing, and installation for trench excavation, backfill, and compaction of piping, conduit, manholes, and vaults. 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. ASTMC131 ASTMC150 ASTM D 75 ASTM 1556 ASTM D 1557 ASTM D 241 9 ASTM D 3017 ASTM D 3776 ASTM D 4253 ASTM D 4254 ASTM D 4632 ASTM D 4751 CAL-OSHA - - - - - - - - - - - - - Test Method for Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine Portland Cement Practice for Sampling Aggregates Test Method for Density and Unit Weight of Soil in Place by the Sand-Cone Method Test Method for Moisture-Density Relations of Soils Using a Modified Effort Test Method for Sand Equivalent Values of Soil and Fine Aggregate Test Method for Water Content of Soil and Rock in Place by Nuclear Methods Test Method for Mass Per Unit Area (Weight) of Woven Fabric Test Methods for Maximum Index Density and Unit Weight of Soils Using_a Vibratory^ Plate Test Methods for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density Test Method for Grab Breaking Load and Elongation of Geotextiles Test Method for Determining the Apparent Opening Size of a Geotextile Title 8 General Industry Safety Orders 1.3 A. RELATED WORK SPECIFIED ELSEWHERE Not Used. 10/18/07 TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02223-1 1.4 GEOTECHNICAL TESTING The Developer or Contractor shall engage the services of a geotechnical engineering firm or individual licensed in the State of California to monitor soil conditions during earthwork, trenching, bedding, backfill, and compaction operations. Sampling and testing procedures shall be performed in accordance with the Reference Standards and as follows: A. The soils technician shall be present at the site during all backfill and compaction operations. Failure to have the soils technician present will subject such operations to rejection. B. Density and optimum moisture content of soil shall be determined by the use of the sand cone method, ASTM D 1556, or nuclear density gauge method, ASTM D 2922 & D 3017. Since the composition of the pipe and the walls of the trench have an effect on the nuclear density gauge output, a minimum of 25% of the density and optimum moisture tests shall be made using the sand cone method. C. Determine laboratory moisture-density relations of existing soil by ASTM D 1557, Method C and/or D. D. Determine the relative density of cohesion less soils by ASTM D 1557, Method C and/or D. E. Sample backfill material by ASTM D 75. F. Express "relative compaction" as a percentage of the ratio of the in-place dry density to the laboratory maximum dry density. A report of all soils tests performed shall be stamped and signed by the soils firm or individual and shall be submitted by the Contractor prior to the filling of the Notice of Completion by the District. The report shall document the sampling and testing of materials, the location and results of all tests performed, and shall certify that materials and work are in compliance with this specification. 1.5 PIPE ZONE The pipe zone includes the full-width of the trench from 6-inches below the bottom of the pipe to 12-inches above the top of the pipe and extends into manhole or vault excavations to the point of connection to or penetration of such structure. 1.6 TRENCH ZONE The trench zone includes the portion of the trench from the top of the pipe zone to the bottom of the pavement zone in paved areas, or to the existing surface in unpaved areas, and extends into manhole or vault excavations above the pipe zone. o 10/18/07 TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02223-2 1.7 PAVEMENT ZONE The pavement zone includes the concrete or asphalt concrete pavement and aggregate base section placed over the trench zone and extends into manhole or vault excavations above the trench zone. 1.8 PROTECTION OF EXISTING UTILITIES AND FACILITIES The Contractor shall be responsible for the care and protection of all existing utilities, facilities, and structures that may be encountered in or near the area of the work. 1.9 PROTECTION OF EXISTING LANDSCAPING The Contractor shall be responsible for the protection of all the trees, shrubs, fences, and other landscape items adjacent to or within the work area. 1.10 ACCESS The Contractor shall provide continuous, unobstructed access to all driveways, water valves, hydrants, or other property or facilities within or adjacent to the work areas. 1.11 SAFETY A. Protection of workers within trenches shall be as required by the California Labor Code. B. All excavations shall be performed in a safe manner and shall be protected and supported in accordance with CAL-OSHA regulations. C. Barriers and traffic delineators shall be placed in accordance with the requirements of the agency having jurisdiction. 1.12 BLASTING Blasting for excavation shall not be performed without the written permission of the District Procedures and methods of blasting shall conform to all Federal, State, and local laws and ordinances. 1.13 PIPE JACKING Pipe jacking may be permitted in accordance with Section 15125. District approval is required in advance of such operations. 10/18/07 TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02223-3 1.14 EXCESS EXCAVATED MATERIAL A. The Contractor shall remove and legally dispose of all excess excavated material and demolition debris. B. It is the intent of these specifications that all surplus material shall be legally disposed of by the Contractor. Before acceptance of the work by District, the Contractor shall provide the District with written releases signed by all property owners with whom the Contractor has entered into agreements for disposing of excess excavated material, absolving the District from any liability connected therewith. 1.15 CHANGES IN LINE AND GRADE In the event obstructions not shown on the plans are encountered during the progress of the work, and which will require alterations to the plans, the Engineer shall have the authority to change the plans and order the necessary deviation from the line and grade. The Contractor shall not deviate from the specified line and grade without prior written approval by the District. 1.16 HYDROSTATIC TESTING Pre-testing of the piping system may be performed for the Contractor's convenience at any time. However, the final hydrostatic pressure test, as described in Section 15044, shall be performed following the completion of all backfilling and trench zone compaction with a minimum of 2.5-feet of material over the pipe. PART 2 - MATERIALS 2.1 GENERAL The Contractor shall furnish backfill material as specified below. All materials used in and above the pipe zone shall be capable of attaining the required relative density. 2.2 IMPORTED SAND - PIPE ZONE Imported Granular Material shall be used within the Pipe Zone for installations of PVC Pressure Pipe, Ductile-Iron Pipe, Cement-Mortar Coated Steel Pipe, Tape-Wrapped Steel Pipe, and Paint-Coated Pipe. The Imported Granular Material shall be sand (natural1 or manufactured) or quarry waste (decomposed granite) free from asphalt, clay balls, organic, or other deleterious matter. Material shall have a sand equivalent value of not less than 30 per ASTM D 2419, a coefficient of uniformity of 3 or greater, and shall conform to the following gradation: • U.S. Standard Sieve Size , .: 1-Inch 3/4-Inch No. 4 No. 30 No. 200 Percent Passing by Weight • 100 75-100 35-75 10-45 3-9 10/18/07 TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02223-4 Resistivity for imported sand shall be not less than 2,000 ohm-cm when measured in accordance with California Test Method 643. Imported sand shall not exceed a maximum chloride concentration of 200 mg/l when measured in accordance with California Test Method 422. 1 Native materials may not be used in lieu of Imported Granular Material unless such materials meet all of the requirements specified above. 2.3 CRUSHED ROCK - PIPE ZONE Crushed Rock shall be used in the Pipe Zone on PVC Gravity Sewer Pipe. Crushed rock shall be clean, crushed stone free of organic matter. Crushed rock shall be certified to contain less than 1% asbestos by weight or volume and shall conform to the following gradation and requirements: 1-Inch 3/4-Inch 1/2-Inch 3/8-Inch No. 4 No. 8 ASTM C 131 Testing Grade 100 90-100 30-60 0-20 0-5 B Percentage Wear 100 Revolutions 500 Revolutions ASTM C 131 15 Maximum 52 Maximum 2.4 TRENCH ZONE EARTH BACKFILL Earth backfill shall be used within the Trench Zone for installations of PVC Pressure Pipe, Ductile-Iron Pipe, Cement-Mortar Coated Steel Pipe, Tape-Wrapped Steel Pipe, and Paint-Coated Pipe. A. Each backfiii is defined as material removed from the required excavations and used as backfill or earth fill. Earth backfill that meets the requirements specified herein may be used for all backfill or fill, except where imported materials are shown on the Plans or specified herein. Do not use stockpiled topsoil for backfill or fill. B. Earth backfill shall be excavated material that is free from organic matter, roots, debris, and rocks larger than 6 inches in the greatest dimension. C. Earth backfill used in the trench zone shall be native granular materials free from roots, debris, and organic matter with less than 50 percent passing the No. 200 sieve and with no more than 60 percent gravel (i.e., not less than 40 percent passing the No. 4 sieve) and rock particles with a maximum dimension no greater than 6 inches. 10/18/07 UPPER AND LOWER FARADAY PUMP STATION REMOVAL TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING 02223-5 D. Where the onsite materials are determined by the Engineer to be unsuitable, imported fill shall be provided by the Contractor. 2.5 SAND-CEMENT SLURRY Sand-cement slurry shall consist of two sacks, 188 pounds, of Portland cement per cubic yard of sand and sufficient moisture for workability. District approval is required for use of slurry as a backfill material. 2.6 FILTER FABRIC Filter fabric shall be manufactured from polyester, nylon, or polypropylene. Material shall be of non-woven construction and shall meet the following requirements: Grab tensile strength (ASTM D 4632): 100 Ibs. minimum for a 1-inch raveled strip Weight (ASTM D 3776): 4.5 oz./yd2) Apparent opening size (ASTM D 4751): 0.006-inch PART 3 - EXECUTION 3.1 CLEARING AND GRUBBING A. Areas where work is to be performed shall be cleared of all trees, shrubs, rubbish, and other objectionable material of any kind, which, if left in place, would interfere with the proper performance or completion of the completed work, would impair its subsequent use, or would form obstructions therein. B. Organic material from clearing and grubbing operations will not be incorporated in the trench backfill and shall be removed from the project site or retained and incorporated into the topsoil. 3.2 PAVEMENT, CURB, AND SIDEWALK REMOVAL Bituminous or concrete pavements, curbs, and sidewalks shall be removed and replaced in accordance with the requirements of the agency having jurisdiction. 3.3 DEWATERING A. The Contractor shall provide and maintain at all times during construction ample means and devices to promptly remove and dispose of all water from any source entering excavations or other parts of the work. Dewatering shall be performed by methods that will ensure a dry excavation and preservation of the final lines and grades of the bottoms of excavations. Dewatering methods may include well points, sump points, suitable rock or gravel placed as pipe bedding for drainage and pumping, temporary pipelines, or other means, all subject to the approval of the District. The cost of all dewatering activities shall be borne by the Developer or Contractor. B. Sewer systems shall not be used as drains for dewatering trenches or excavations, nor for disposal of collected or accumulated groundcover, without the approval of the agency of jurisdiction. 10/18/07 TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02223-6 C. Concrete shall not be poured in water, nor shall water be allowed to rise around concrete or mortar until it has set at least four hours. D. The Contractor is responsible for meeting all Federal, State, and local laws, rules, and regulations regarding the treatment and disposal of water from dewatering operations at the construction site. 3.4 SHORING AND SHIELDING A. The Contractor's design and installation of shoring shall be consistent with the rules, orders, and regulations of CAL-OSHA. B. Excavations shall be shored, sheeted, and supported such that the walls of the excavation will not slide or settle and all existing improvements of any kind, either on public or private property, will be fully protected from damage. C. The sheeting and shoring shall be arranged so as not to place any stress on portions of the completed work until the general construction has proceeded far enough to provide ample strength. D. Care shall be exercised in the moving or removal of trench shields, sheeting, and shoring to prevent the caving or collapse of the excavation faces being supported. 3.5 CORRECTION OF OVEREXCAVATION Over-excavations shall be corrected by backfilling with approved imported granular material or crushed rock, compacted to 90% relative compaction, as directed by the District. 3.6 FOUNDATION STABILIZATION A. When unsuitable soil materials are encountered, the unsuitable material shall be removed to the depth determined necessary in the field by the Soils Technician, and as acceptable to the District. The sub-grade shall be restored with compacted Imported Granular Material or crushed rock as recommended by the Soils Technician. Place the appropriate bedding or base material on this restored foundation. B. When rock encroachment is encountered, the rock shall be removed to a point below the intended trench or excavation sub-grade as determined necessary in the field by the Soils Technician, and as acceptable to the District. The sub-grade shall be restored with compacted Imported Granular Material as recommended by the Soils Technician. Place the appropriate bedding or base material on this restored foundation. C. When excessively wet, soft, spongy, or similarly unstable material is encountered at the surface upon which the bedding or base material is to be placed, the unsuitable material shall be removed to the depth determined necessary in the field by the Soils Technician, and as acceptable to the District. Restore the trench with crushed rock enclosed in filter fabric as directed by the Engineer. Larger size rocks, up to 3-inches, with appropriate gradation, may be used if recommended by the Soils Technician. Place the appropriate bedding or base material on this restored foundation. 10/18/07 TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02223-7 3.7 TRENCH EXCAVATION AND PLACEMENT OF BEDDING A. Excavate the trench to the lines and grades shown on the drawings with allowance for 6-inches of pipe bedding material. The trench section shall be as shown on the Standard Drawings. B. The maximum length of open trench shall be 500-feet except by permission of the or City. The distance is the collective length at any location, including open excavation and pipe laying, which has not been backfilled to the elevation of the surrounding gate. C. Trench walls shall be sloped or shored per the requirements of CAL-OSHA. D. The trench bottom shall be graded to provide a smooth, firm, and stable foundation that is free from rocks and other obstructions. E. Place the specified thickness of bedding material over the full width of the trench. Grade the top of the pipe base ahead of the pipe laying to provide a firm, uniform support along the full length of pipe. F. Excavate bell holes at each joint to permit proper assembly and inspection of the entire joint. G. Trenches for main pipelines and ail appurtenances shall be backfilled with the materials and methods as specified for the Pipe Zone, Trench Zone, and Pavement Zone. H. Trench widths shall be in accordance with the Standard Drawings. I. Trench depth shall be as required to install pipelines in accordance with the Approved Plans and these Standard Specifications. Unless shown otherwise in the Approved Plans, the minimum cover for pipelines shall be as follows: Pipeline Application Potable Water Recycled Water Sewer Minimum Cover Required 36-inches 48-inches 66-inches 3.8 MANHOLE ACCESS HOLES AND VAULTS A. The Contractor shall prepare an excavation large enough to accommodate the structure and permit grouting of openings and backfilling operations. The walls of the excavation shal! be sloped or shored per the requirements of CAL-OSHA. B. Manholes Access holes and vaults shall be placed at the location and elevation shown on the plans, on undisturbed soils and 6-inches of compacted crushed rock base. C. Manhole Access hole and vault excavations shall be backfilled with the materials and methods as specified for the Pipe Zone, Trench Zone, and Pavement Zone. 3.9 COMPACTION REQUIREMENTS 10/18/07 TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02223-8 A. Compaction shall be accomplished by mechanical means. Consolidation by water settling methods such as jetting or flooding is prohibited. B. If the backfill fails to meet the specified relative compaction requirements, the backfill shall be reworked until the requirements are met. All necessary excavations for density tests shall be made as directed by the Soils Technician, and as acceptable to the Engineer. The requirements of the Agency having jurisdiction shall prevail on all public roads. C. Compaction tests shall be performed at random depths, and at random intervals not to exceed 150-feet, as directed by the Soils Technician or District. D. Relative compaction shall be determined by the impact or field compaction test made in accordance with ASTM D 1557 Procedure C. E. Unless otherwise shown on the drawings or otherwise described in the specifications for the particular type of pipe installed, relative compaction in pipe trenches shall be as follows: 1. Pipe zone - 90% relative compaction. 2. Trench zone - 90% relative compaction. 3. Structural section in paved areas - per agency requirements, 95% minimum. 4. Imported Granular Material for over excavation or foundation stabilization - 90% relative density. F. All excavations are subject to compaction tests. 3.10 PIPE ZONE BACKFILL A. Care shall be taken in placing the imported granular backfill material simultaneously around the main pipeline and appurtenance pipes so that the pipe barrel is completely supported and that no voids or uncompacted areas are left beneath the pipe or on the sides of the pipe. Care shall be taken to place material simultaneously on both sides of the pipe to prevent lateral movement. This area shall be mechanically compacted to attain 90% relative density. Care shall be taken when compacting appurtenance laterals 2-inches and smaller to prevent the crushing or denting of the copper lateral. Additional lifts of 12-inches or less thickness may be required on 16-inch or larger diameter pipe to attain complete support of the haunch area. Soils tests may be taken on this layer off backfill. B. After the spring line backfill has been approved by the Soils Technician, backfill of the remainder of the Pipe Zone may proceed. Do not drop sharp, heavy pieces of material directly onto the pipe or the tamped material around the pipe. C. Place and compact the imported granular material at a maximum of 12-inch lifts. Compact all material placed in the Pipe Zone by mechanical methods. Sand cone tests shall be taken on this layer of backfill. D. The use of a backhoe mounted compaction wheel is prohibited within the pipe zone to 24 inches above the top of the pipe. E. Under no circumstances shall consolidation by water settling or water-setting methods (i.e., jetting, diking, etc.) be permitted. 10/18/07 TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02223-9 3.11 TRENCH ZONE BACKFILL A. After the Pipe Zone material has been placed, compacted, approved by the Soil Technician, and accepted by the District, backfill in the Trench Zone may proceed. B. Compaction using vibratory equipment, tamping rollers, pneumatic tire rollers, or other mechanical tampers shall be performed with the type and size of equipment necessary to accomplish the work. The backfill shall be placed in horizontal layers of such depths as are considered proper for the type of compacting equipment being used in relation to the backfill material being placed. Each layer shall be evenly spread, properly moistened, and compacted to the specified relative density. The Contractor shall repair or replace any pipe, fitting, access hole, or structure damaged by the installation operations as directed by the District. 3.12 PAVEMENT ZONE BACKFILL AND RESTORATION A. After the Trench Zone material has been placed, compacted, approved by the Soil Technician, and accepted by the District, backfill in the Pavement Zone may proceed as necessary in accordance with the requirements of the agency having jurisdiction. B. Replace bituminous and concrete pavement, curbs, and sidewalks removed or damaged during construction in accordance with the requirements of the agency having jurisdiction. 10/18/07 TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02223-10 SECTION 02232 PREPARATION OF PAVEMENT SUBGRADE PART 1 - GENERAL 1.1 THE REQUIREMENT A. THE CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work of preparation of subgrade requirements as indicated on the Drawings and specified herein. B. The subgrade will be considered as those areas and surfaces, new or existing, upon which subbase or base material, pavement, curbs and gutters, driveways, or sidewalks are to be placed. C. All underground work in the area of the subgrade shall be completed and properly backfilled and compacted in compliance with Section 02200 "Earthwork" before subgrade work is started. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section [02050] Demolition. B. Section [02200] Earthwork. C. Section [02527] Concrete Driveway, Sidewalk, Curb and Gutter. 1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Comply with the applicable reference specifications of the GENERAL PROVISIONS. B. Comply with SSPWC Section 301 - 1.4. 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL PROVISIONS. 1.5 QUALITY ASSURANCE A. Quality assurance shall be as specified in Section 02200 "Earthwork". PART 2 - PRODUCTS 2.1 EXCAVATION AND EMBANKMENT A. The excavation is unclassified and shall include removal of materials which are encountered in excavating to the required grades, including existing pavement and curbs designated to be removed, or other deleterious materials as required to accomplish the construction. B. Unsuitable material below the processing depth for subgrade shall be excavated and disposed of as directed by the ENGINEER. 10/18/07 PREPARATION OF PAVEMENT SUBGRADE UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02232-1 PART 3 - EXECUTION 3.1 SUBGRADE A. Excavate and shape subgrade to line, grade, and cross-section shown on Drawings. Scarify and compact the top 12 (twelve) inches of subgrade to at least 95 percent of the maximum dry density attainable as determined by ASTM D 1557 except clay soils with a Liquid Limit greater than or equal to 50 percent and a plasticity index greater than or equal to 20 shall be prepared according to the recommendation of the ENGINEER. Remove all soft or otherwise unsuitable material and replace with suitable material as specified in Section 02200 "Earthwork". In sandy soils the moisture content shall be kept at, or slightly above, the optimum moisture content. However, in Clayey and Silty soils, the moisture content shall be kept at about 2% above the optimum moisture content. The finished subgrade shall be firm, hard and unyielding. The subgrade shall be considered to extend over the full-width of the base course. Compaction shall extend at least 18 inches beyond the edge of paving, curb, or form. B. Subgrade tolerances for roadway structures, sidewalk, curb and gutter and driveways shall be in conformance with SSPWC Section 301-1.4. 3.2 EXCAVATION BELOW SUBGRADE A. Where the ENGINEER determines the subgrade material to be unsuitable, excavation below subgrade will be required to such depths as necessary to remove the unsuitable material. Excavation below grade shall be of the same classification as that above it provided it is removed in the same operation as the normal excavation. Special equipment may be required because of the presence of shallow utilities or other unforeseen conditions. B. The over-excavated unsuitable subgrade shall be replaced with suitable material per Section 02200 "Earthwork". 3.3 PROTECTION OF SUBGRADE A. After preparation the subgrade as specified, all traffic on the subgrade shall be avoided. Should it be necessary to haul over the prepared subgrade, the CONTRACTOR shall drag and roll the traveled way as frequently as may be necessary to remove ruts, cuts, and breaks in the surface. All cuts, ruts, and breaks in the surface of the subgrade that are not removed by the above operations shall be raked and hand tamped. All equipment used for transporting materials over the prepared subgrade shall be equipped with pneumatic tires. B. Continued use of sections of prepared subgrade for hauling, so as to cut up or deform it from the true cross-section, will not be permitted. The CONTRACTOR shall protect the preparation subgrade from all traffic. C. The CONTRACTOR will be required to plank the subgrade before hauling materials or equipment over it. D. The subgrade shall be maintained in the finished condition as required by Section 3.1 A, until the first succeeding course is placed. 10/18/07 PREPARATION OF PAVEMENT SUBGRADE UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02232-2 SECTION 02527 CONCRETE DRIVEWAY, SIDEWALKS, CURB AND GUTTER PART 1 - GENERAL 1.1 THE REQUIREMENT A. THE CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work as indicated in the Contract Documents and specified herein. B. This section covers the work necessary to construct the following concrete driveways, sidewalks, and curb and gutters, complete, in place in accordance with the requirements of the Contract Documents. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section [02200] Earthwork. B. Section [02232] Preparation of Pavement Subgrade C. Section [03100] Concrete Formwork D. Section [03290] Joints in Concrete E. Section [03300] Cast-ln-Place Concrete F. Section [03370] Concrete Curing 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the applicable reference specifications as specified in the GENERAL PROVISIONS. B. Work of this section shall be performed in accordance with the Standard Specifications for Public Works Construction (SSPWC), unless otherwise specified herein. 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL PROVISIONS. 1.5 QUALITY ASSURANCE A. Comply with the applicable Reference Specifications of the GENERAL PROVISIONS. 10/18/07 CONCRETE DRIVEWAY, SIDEWALKS, CURB AND GUTTER UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02527-1 PART 2 - PRODUCTS >-^ 2.1 FORMS A. Form material shall be in conformance with SSPWC Section 303-5.2. 2.2 CRUSHED AGGREGATE BASE A. Crushed Aggregate Base shall conform to 200-2.2 of the Standard Specification for Public Works Construction. 2.3 EXPANSION JOINT FILLER A. Expansion joint filler shall be 1/4-inch thick, preformed asphalt-impregnated, expansion joint material conforming to ASTM D 994. 2.4 CONCRETE A. Refer to Section [03300] "Cast-ln-Place Concrete". 2.5 CURING COMPOUND A. Refer to Section [03370] "Concrete Curing". 2.6 ACCEPTANCE OF MATERIALS ^ ***/A. All materials shall be subject to testing, inspection, and acceptance by the ENGINEER and the INSPECTOR at any time prior to or during the work as applicable. 2.7 EXCAVATION AND BACKFILL A. Refer to Section [02200] "Earthwork". PART 3 - EXECUTION 3.1 EXCAVATION AND BACKFILL A. Excavation and backfill shall be in conformance with Section [02200] "Earthwork". 3.2 PREPARATION OF SUBGRADE A. Preparation of subgrade shall be in conformance with Section [02232] "Preparation of Pavement Subgrade". 3.3 PLACING CRUSHED AGGREGATE BASE A. Crushed Aggregate Base shall be in conformance with the SSPWC Section 301-2.2. B. Crushed Aggregate Base shall be compacted in conformance with SSPWC Section 301-2.3. 10/18/07 CONCRETE DRIVEWAY, SIDEWALKS, CURB AND GUTTER UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02527-2 3.4 SETTING FORMS A. Setting forms shall be in conformance with SSPWC Section 303-5.2.1. 3.5 SLIP FORMING A. Slip-form equipment shall be in conformance with SSPWC Section 303-5.2.2. 3.6 EXPANSION JOINTS A. Expansion joints shall be constructed in conformance with SSPWC Section 303-5.4.2. 3.7 WEAKENED PLANE JOINTS A. Weakened plane joints shall be placed in conformance with SSPWC Section 303-5.4.3. 3.8 PLACING CONCRETE A. Concrete shall be placed in conformance with SSPWC Section 303-5.3. 3.9 FINISHING A. General: Finishing shall be completed as specified herein for the type work being performed. B. Curb: The stripping of front forms and finishing of curb shall be in conformance with SSPWC Section 303-5.5.2. C. Walk: The finished surface of the walk shall be in conformance with SSPWC Section 303-5.5.3. D. Gutter: The gutter shall be finished in conformance with SSPWC Section 303-5.5.4. E. Access Ramps and Driveways: The Access Ramps and Driveways shall be finished in conformance with SSPWC Section 303-5.5.5. 3.10 CURING A. Refer to Section [03370] Concrete Curing. 10/18/07 CONCRETE DRIVEWAY, SIDEWALKS, CURB AND GUTTER UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02527-3 SECTION 02810 LANDSCAPE IRRIGATION PART 1 - GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work as indicated on the Drawings and specified herein. B. This Section covers the construction of an automatic irrigation system, complete and operable, in accordance with the requirements of the Contract Documents. C. The irrigation system shall include, but not be limited to, all pipes, fittings, sprinklers, valves, automatic control valves, controllers, valve boxes, drain valves, hose bibb valves, operating wrenches, riser assemblies, direct burial wires, electrical connections, wiring and other appurtenances, piping, connections, testing, cleanup, maintenance and adjustments necessary for a complete operating system, ready for immediate use upon completion. Minor items necessary for proper construction and functional operation of this system, not specifically described in the Contract Documents, shall be included as a part of the work of this Section. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 02900 Landscaping 1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Comply with the applicable reference specifications as specified in the GENERAL REQUIREMENTS. B. Comply with SSPWC Sections 212-2, and 308-5. C. Comply with Carlsbad Municipal Water District's "Carlsbad Reclamation Rules and Regulations for Construction of Reclaimed Water Mains, June 1991". 10/18/07 LANDSCAPE IRRIGATION UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02810-1 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL PROVISIONS. B. The following submittals and specific information shall be provided. 1. Submit complete lists of irrigation materials and equipment, include manufacturer's name and address, specific trade names, catalog numbers complete with illustrations and/or necessary descriptive literature and clearly mark or underline proposed items. 2. Controller literature, specifications, installation wiring diagram, and circuit breaker information shall be submitted to the ENGINEER for review prior to ordering. 3. Shop drawings are required for any irrigation structure as may be specified. 4. Prior to final inspection, submit "as installed" drawings, showing locations of all valves, pipes (lines), heads, dimensions, controllers, control lines, and electrical wires. Accurately dimension location including depths of all piping, valves, and control equipment as installed. 1.5 QUALITY ASSURANCE A. In addition to other inspection as provided by the INSPECTOR, the CONTRACTOR shall .give at least 72 hours' notice to the INSPECTOR for scheduling the following special inspections: 1 . The layout of the system. 2. Inspection of trenches, backfilling, and equipment. 3. Pressure tests. 4. Coverage adjustment. 5. Automatic operation. B. The CONTRACTOR shall notify the INSPECTOR at least 72 hours prior to performing the tests. All tests shall be performed in the presence of the INSPECTOR. Test requirements shall be: 1. After assembly and installation, all water pipes, fittings, automatic equipment, and appurtenances shall be tested at a hydrostatic pressure of 150 psi at the lowest point of the system for not less than 60 minutes. 2. The first test shall be made in such a manner that all valves in the new water pipe sprinkler lines will be tested for watertight closure. Valves may be tested in groups or singly while subjected to 1 50 psi water pressure for a period of not less than 60 minutes. 10/18/07 LANDSCAPE IRRIGATION UPPER AND LOWER FARADAY PUMP STATION REMOVAL 0281 0-2 3. The second test shall be made by forcing all air from the pipes with water and capping or plugging pipe risers. After the pipe risers have been plugged or "****" capped, all line valves shall be fully opened and the pipe lines subjected to the full static water pressure for a period of not less than 120 minutes. (Pressure pipelines 150 psi). 4. The third test requires that lateral lines be tested at 100 psi for 120 minutes. 5. The fourth test requires that all pressure lines be tested at 120 psi for 24 hours. 6. Water lines and valves which show evidence of leakage or fail to be watertight shall be repaired or replaced. After all repairs or replacements have been made, the above-required tests shall be performed again. 7. When the sprinkler system is completed, the CONTRACTOR, in the presence of the ENGINEER and the INSPECTOR, shall perform a test coverage of water afforded the lawn and planting areas. The CONTRACTOR shall furnish all material and perform all work required to correct any inadequacies of coverage disclosed. The CONTRACTOR shall inform the ENGINEER of any deviation from the Drawings required due to wind, planting, soil, or site conditions that bear on proper coverage. 8. Upon completion of each phase of the work, the CONTRACTOR shall check and adjust each sprinkler head to meet the site requirements and the requirements of the Contract Documents. 1.6 OPERATING MANUALS AND EQUIPMENT A. Furnish the AGENCY with operating and maintenance manuals for all irrigation system equipment such as automatic controllers. B. Explain, in detail, all irrigation equipment operation and maintenance procedures to the personnel directed by the ENGINEER before completion of the project. C. Provide the AGENCY with a reduced legible copy of the "as-installed" irrigation plan hermetically sealed in a plastic cover to be installed in the controller cover. D. Provide one quick coupler key with 1-inch hose swivel for each quick coupler installed. E. Provide one pull box key for each pull box installed. F. Provide one extra, a new electric remote control valve of each size used on this Contract. G. Provide five extra sprinkler heads, including body, nozzle and screen, for each type and arc of sprinkler head installed on this Contract. 10/18/07 LANDSCAPE IRRIGATION UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02810-3 1.7 GUARANTEE A. Guarantee the entire irrigation system against defects in materials and workmanship for a period of one year from the date of acceptance of the work. B. Should any deficiencies develop within the specified guarantee period due to inferior or faulty material and workmanship, correct such deficiencies to the satisfaction of the ENGINEER without added expense to the AGENCY. C. The CITY reserves the right to make temporary repairs as necessary to keep the irrigation system equipment in operating condition. The exercise of this right by the AGENCY will not relieve the CONTRACTOR of his responsibilities under the terms of the guarantee. D. Repair any settlement or backfilled trenches, which may occur during a 30-day period after final acceptance by the ENGINEER and the INSPECTOR, to the ENGINEER'S and the INSPECTOR'S satisfaction, without expense to the AGENCY, including the complete restoration of all damaged planting, paving, or other improvements of any kind. 1.8 EXISTING UTILITIES AND CONDITIONS A. Prior to cutting into the soil, the CONTRACTOR shall locate all cables, conduits, sewers, septic tanks, and other such underground utilities, and shall take proper precautions not to damage or disturb such improvements. If a conflict exists between such obstacles and the proposed work, the CONTRACTOR shall promptly notify the ENGINEER. B. The CONTRACTOR shall be responsible for coordinating its work with the operation of existing utilities and new utilities on the Project. The CONTRACTOR shall notify the ENGINEER or its representative when utilities which are in operation require shut-off. C. The CONTRACTOR shall carefully investigate the structural and finished conditions affecting all its work, and plan its work accordingly, furnishing such fittings, etc., as may be required to meet such conditions. The Contract Documents are generally diagrammatic and indicative of the work to be installed. The work shall be installed in the most direct and workmanlike manner, so that conflicts between sprinkler systems, planting, structures, piping, and etc., will be avoided. D. The CONTRACTOR shall verify the water pressure and the flow available at the site before installation of the system to make sure there is adequate pressure (design pressure 60 psi) to properly operate sprinkler heads and valves, and shall also provide pressure reducing valves if required. If the pressure provided at job site or any other job condition will create problems that will prevent proper operation of the irrigation system, the ENGINEER and the INSPECTOR shall be notified before commencement of any work. Minor additions and adjustments of heads, piping, and circuits shall be made at no additional cost to AGENCY where it is necessary to make the irrigation system operate properly. 10/18/07 LANDSCAPE IRRIGATION UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02810-4 1.9 STORAGE OF MATERIALS A. The CONTRACTOR shall be responsible for storage of materials and for damage to the work covered by these Contract Documents before final acceptance of its work. The CONTRACTOR shall securely cover openings into the system, and shall cover all apparatus, equipment, and appliances both before and after being set in place to prevent obstruction in the pipes and the breakage, misuse, or disfigurement of said apparatus, equipment, or appliances. 1.10 SCHEDULING AND COORDINATION A. The CONTRACTOR shall be responsible for making arrangements for the coordination of its construction operations with those of all others on the job. The CONTRACTOR shall permit others engaged in work to accomplish their portion of work without undue interference or delay. B. The CONTRACTOR shall be responsible for the scheduling and coordination of the electrical and water connections and the installation of the piping and equipment in a manner that will affect the earliest completion of the work in conformance with the construction progress schedules. PART 2 - PRODUCTS 2.1 PIPES, TUBES, AND FITTINGS A. Hard Copper Tube: ASTM B 88, Type K, water tube, drawn temper. 1. Copper Pressure Fittings: ASME B16, 18, cast-copper-alloy or ASME B16.22, wrought-copper, solder-joint fittings. Furnish wrought-copper fittings if indicated. 2. Copper Unions: MSS SP-123, cast-copper-alloy, hexagonal-stock body, with ball-and-socket, metal-to-metal seating surfaces and solder-joint or threaded ends. B. Plastic Pipe: Rigid polyvinyl chloride PVC 1120 (Type 1, Grade 2), conforming to ASTM D 1785. (PVC pipe marked with product standard PS-21-70 conforms to ASTM requirements.) C. PVC Pipe: PVC SDR 13.5 compound, Type 1, Grade 1, purple color for recycled water use. C1 31 5 for 2" size and larger irrigation main piping. D. PVC, Pressure-Rated Pipe: PVC compound, SDR 21 , Class 200 purple pipe for recycled water use. E. All pipes shall be homogeneous throughout and free from cracks, holes, foreign materials, blisters, deleterious wrinkles, and dents. F. Use Schedule 40 PVC plastic pipe for installation on the discharge side of control valves and Schedule 80 PVC plastic pipe for continuously pressurized pipe on the supply side of control valves unless otherwise indicated. 1 0/1 8/07 LANDSCAPE IRRIGATION UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02810-5 G. Supply Schedule 80 PVC plastic pipes only, when threaded joints are specified or otherwise permitted by the ENGINEER. H. All pipes shall be permanently marked with the following: manufacturer's name or trademark, size, schedule, and type of pipe, working pressure at 73 degrees F and National Sanitation Foundation (NSF) approval. I. Fittings and Couplings for Plastic Pipe: Threaded or slip-fitting tapered socket solvent weld type. Provide threaded adapters with socket pipe for connections to threaded pipe. Plastic pipe fittings and couplings shall be PVC I or PVC I/I I material supplied in the same schedule size specified for the pipe, the type of plastic materials and schedule size shall be marked on each fitting or coupling. Fittings and couplings shall comply with the following Specifications: Socket Fittings Threaded Fittings Schedule 40 ASTM D 2466, D 1784 Schedule 80 ASTM D 2464 Schedule 80 ASTM D 2467, D 1785 2.2 VALVES AND VALVE BOXES A. General: Provide valves of the type and capacity designated on the plan and with the requirements specified herein. All valves except quick couplers shall be capable of satisfactory performance at a working pressure of 200 psi. Design shall permit disassembly for replacement of the seals without removal of the valve body from the pipeline. B. Shutoff Valves: Sizes 2-inch and smaller shall be bronze ball type (Stpckham, Crane, Nibco, Gee, Kennedy, or equal). Sizes 2-1/2-inch and larger shall be iron body brass trimmed with other features the same as for 2-inch size. C. Remote Control Valves: Electrically operated, brass bodied with resilient solenoid valve seat surface, equipped with flow control adjustment, with capability for manual operation and readily disassembled for servicing, slow opening and adjustable closing speed, and self-cleaning. The valve manufacturer shall submit a written guarantee stating that the valves will operate under dirty water conditions for a period of 1 year after date of final acceptance. D. Quick Coupler Valve and Assembly: Quick couplers shall be of the Acme thread keyway type. Quick couplers shall be constructed of rod brass and cast brass, shall have a maximum capacity of 20 gpm, and shall have a 1-inch bottom female pipe thread and wastewater caution sticker. Install in remote control valve box with remote control valve or individually below grade in a valve box as indicated on the Drawings. Quick-coupling valve assemblies shall include the valve, corresponding key and hose swivel. E. Meter Boxes and Covers shall be polymer-type boxes and lids selected from approved materials list. Meter box sites shall be as follows: Size of Box Meter Box Use 12"x20" 1" Services 17" x 30" 2" Services Meter box lids for potable water shall be gray in color. Meter box lids for recycled water shall be purple in color. 10/18/07 LANDSCAPE IRRIGATION UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02810-6 F. Remote Control Valve (RCV) Box Lids: Lids shall be marked with the controller letters and station numbers called out on the Drawings. Letters shall be 2 inches in height and made using stencils and black paint. All stencils and paint shall be approved prior to application. 2.3 SPRAY HEADS A. Use types and sizes shown on the plans, of brass and stainless steel except for minor components unless otherwise indicated or as specified in legend. Provide equipment of one type and flow characteristic from the same manufacturer and bearing the manufacturer's name. 2.4 AUTOMATIC CONTROLLERS A. The automatic controllers shall be electrically-timed devices for automatically opening and closing remote control valves. All controllers and remote control valves supplied under this contract shall be of the same manufacturer and have similar operational and adjustment features. B. Each station shall be capable of 7 independent days of programming and selective repeatability. C. Each controller shall be provided with 117-volt and 24-volt circuit breakers. D. Each controller shall contain a station index, a 24-hour time index, and a 7-day index that changes at 6:00 a.m. E. Each controller shall have the capability of programming 0- to 60-minute watering periods for each station. F. The station index shall advance directly to stations programmed to water without delay and shall not repeat until the next scheduled starting time. G. The panel controller shall be able to be operated manually, semiautomatically, and automatically. H. The panel assembly shall be removable from the 117-volt ac source by a quick- disconnect plug. I. The controllers shall be contained in a weatherproof, heavy steel, zinc-plated, acrylic- enameled housing with an integral lock. Keys for covers shall be interchangeable keys. The controller shall be pedestal mounted. 2.5 ELECTRICAL SUPPLY FOR AUTOMATIC IRRIGATION CONTROLLERS A. Conductors: Supply line voltage conductors with THW, 600-volt insulation rating, conforming to the applicable provisions of ASTM D 2219 and 2220. B. Low voltage control conductors shall be UL approved direct burial type U.F., No. 12 AWG solid copper, unless otherwise required, in accordance with the control equipment manufacturer's recommendation. 2.6 ACCESSORIES A. Provide two each special head wrenches for installation, removal, and adjustment for each type and make of sprinkler equipment. Provide two keys each for quick couplers, 10/18/07 LANDSCAPE IRRIGATION UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02810-7 controller units, and valve boxes. PART 3 - EXECUTION 3.1 GENERAL A. Inspection: In all cases where inspection of the irrigation system is required and where portions of the work are specified to be performed under the direction and inspection of the INSPECTOR, notify the INSPECTOR at least 48 hours in advance of the times such inspection and direction is required. B. Verifications: All scaled dimensions are approximate. Carefully check and verify all dimensions before proceeding with any work. Immediately notify the ENGINEER should any errors or conflicts in the Drawings and specifications and/or actual jobsite conditions be found which would affect the proper execution of the irrigation work. Do not work in areas where such discrepancies occur until further instructed by the ENGINEER. 3.2 IRRIGATION SYSTEM INSTALLATION A. General: 1. Perform all work on the irrigation system, including hydrostatic and coverage tests, preliminary operational test of the automatic control system, and the backfill and densification of trenches and other excavations after topsoil work and before planting, except as otherwise provided or directed. 2. With the ENGINEER'S approval, make adjustments where necessary to conform to actual field conditions. 3. Make the irrigation system operational with uniform and adequate coverage of the areas to be irrigated, prior to planting. 4. Make water and utility connections as shown on the drawings or designated by the utility company. 5. Where piping on the Drawings is shown under paved areas but running parallel and adjacent to planted areas, the intent of the Drawings is to install piping in the planted areas. B. Trench Excavating and Backfilling: Size trenches and other excavations to accommodate the irrigation system components, conduits, and other required facilities. Provide additional space to assure proper installation and access for inspections. 1. Unless otherwise specified, the minimum depth of cover over pipelines and conduits shall be as follows: a. Electrical conduit - 24-inches (36-inches under roadways). b. Waterlines continuously pressurized - 24-inches (36-inches under roadways). 1 0/1 8/07 LANDSCAPE IRRIGATION UPPER AND LOWER FARADAY PUMP STATION REMOVAL 0281 0-8 c. Lateral sprinkler lines - 12-inches. 2. Make the bottom of trenches true to grade and free of protruding stones, roots, or other matter which would prevent proper bedding of pipe or other facilities. 3. Backfill trenches so that the specified thickness of topsoil is restored to the upper part of the trench. Compact trench backfill through paved areas in 8-inch layers to 95 percent relative compaction up to subgrade to receive asphalt concrete paving and base material. 4. Resurface trenches through paved areas to match an existing pavement. C. Irrigation Pipeline Installation: 1. Install pipe fittings in accordance with the manufacturer's recommendations and these Specifications. When requested by the ENGINEER, furnish the manufacturer's printed installation instructions before pipe installation. 2. Bed pipes in at least 2 inches of finely divided material to provide a firm, uniform bearing. Surround the pipe with additional finely divided material to at least 2-inches over the top of the pipe. 3. Deposit trench backfill sufficient to anchor the pipe before the pipeline pressure testing, except that joints shall remain exposed until satisfactory completion of testing. 4. When two or more pipelines are installed in the same trench, separate the pipelines by a minimum horizontal clear distance of 4 inches. Install equipment so that each pipeline, valve, or other component may be serviced or replaced without disturbing another. 5. Accomplish all assemblies as specified and in accordance with the manufacturer's directions. 6. During installation of pipe, fittings, valves, and other pipeline components, prevent foreign matter from entering the system. Temporarily cap or plug all open ends at cessation of installation operations. 7. Accomplish changes in pipeline size with reducer fittings. 8. Place all mainlines under paving in Schedule 40 PVC sleeves. Oversize the sleeves sufficiently to house the pipe, fittings, and control valves. D. Plastic Pipeline: 1. Joint plastic pipe with socket type solvent welded fittings, threaded fittings, rubber ring fittings, or by other means specified. Install steel pipe first when plastic pipe is jointed to steel pipe. 2. Cut square, externally chamfer approximately 10-15 degrees, and remove all burrs and fins. 10/18/07 LANDSCAPE IRRIGATION UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02810-9 3. Make solvent welded joints in accordance with ASTM D 2855. Use the solvent recommended by the pipe manufacturer. 4. Install plastic pipe in accordance with ASTM D 2774 and the requirements herein. 5. Exercise care in assembling a pipeline with solvent welded joints so that stress on previously made joints is avoided. Handling of the pipe following jointing, such as lowering the assembled pipeline into the trench, shall not occur prior to the set times specified in ASTM D 2855. 6. Apply solvent to pipe ends in such a manner that no material is deposited on the interior surface of the pipe or extruded into the interior of the pipe during jointing. Wipe off excess cement on the exterior of the joint immediately after assembly. 7. Plastic pipes shall not be field threaded. 8. Make threaded joints using Teflon tape or other approved jointing material. Do not use solvent with threaded joints. 9. Protect pipe from tool damage during assembly. Use vises with padded jaws and strap wrenches for installation of fittings and nipples. 10. Remove and replace plastic pipe which has been nicked, scarred or otherwise damaged. 11. Snake plastic pipe from side to side in the trench to allow 1 foot of expansion and contraction per 100-feet of straight run. 12. Do not expose pipelines to water for 24 hours after the last solvent welded joint is made. E. Installation of Valves, Valve Boxes, and Special Equipment: 1. General: Provide and install all valves and other equipment in strict accordance with the details in a normal upright position, a minimum of 6-inches from the edge of curbs, walks, or pavement, in planting areas. Make all equipment readily accessible for operation, maintenance, and replacement. 2. Install valves the same size as the pipeline in which they are installed, unless otherwise indicated. 3. Install gate valves and sectional control valves below ground. House in a covered acceptable box that will permit access for field servicing. Mark covers of shutoff valves "IRRIG. EFFLUENT" and automatic control valve covers "RCV IRRIG. EFFLUENT" in 2-inch cast letters. In addition, with an approved black paint, on the automatic control valve box cover stencil the controller letter and station number 2-inches in height. 10/18/07 LANDSCAPE IRRIGATION UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02810-10 4. Quick-coupler valves shall have red covers and shall be installed as detailed on the Drawings. Mark valve box cover "Q.C. IRRIG. EFFLUENT" in 2-inch cast letters. 5. Set valve boxes and valve markers to finish grades on a 12-inch deep layer of 1-inch size crushed rock and set valves at sufficient depth to provide clearance between cover and valve handle or key when the valve is in the fully open position. Place crushed rock below the valve. Do not cover the valve with crushed rock. Irrigation Head Installation and Adjustment: 1. General: Flush and pressure test all mains and laterals, including risers, before installing irrigation heads, after which perform a water coverage test. 2. Location, Elevation, and Spacing: a. Do not exceed the maximum irrigation head spacing shown on the Drawings or recommended by the manufacturer. b. Locate irrigation heads projecting above finish grades at least 6-inches away from adjacent curbs, walks, paving, and similar improvements unless otherwise indicated. 3. Riser Installation: a. Install risers perpendicular to finished grade to obtain optimum coverage of the area. b. All risers shall be prethreaded Schedule 80 PVC unless otherwise indicated (length and diameter as required). c. Provide threaded pipe between the connection to the lateral or main and sprinkler head. 4. Irrigation Head Adjustment: a. When all irrigation heads are installed and the irrigation system is operating, adjust and balance each section or unit with all section control valves fully open to obtain uniform and adequate coverage. b. Adjust irrigation heads having adjustable pin nozzles, screws or orifices to provide adequate distribution of water over the coverage pattern. Without additional cost to the CITY, substitute larger or smaller nozzle cores in nonadjustable sprinkler heads as necessary. 10/18/07 LANDSCAPE IRRIGATION UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02810-11 G. Automatic Control System Installation: ^^y ^1. General: Install a complete automatic irrigation control system, including the automatic controller, remote control valves and low voltage direct burial wiring, and all necessary accessories. 2. Install the automatic controller outside of the coverage pattern of the irrigation system at the location designated on the Drawings. 3. If applicable, bolt security enclosure to concrete walks at location designated in Drawings according to manufacturers' instructions. 4. All service wiring shall be installed in galvanized steel conduit at the minimum depth specified in SSPWC Section 308-2.2 from the service point to the controller. Install a separate disconnect switch between the power source and the controller. 5. Locate splices only in specified pull boxes and make splices with a packaged kit approved for underground use. Set pull boxes to finish grades on a 12-inch deep layer of 1-inch crushed rock. 6. House control wiring in conduits between the controller and a concrete electrical pull box at the base of the controller. House control wire under all paved areas in Schedule 40 PVC pipe sleeve. All other wiring issuing from the pull box shall be direct burial installed in the main or lateral waterline trenches wherever /«% practicable. ^^ 7. Bundle and secure the wiring to the lower quadrant of the irrigation pipeline at 10-foot intervals with plastic electrical tape. Leave sufficient slack in the wiring to provide for expansion and contraction. When control wiring cannot be installed in a pipe trench, install control wiring at least 18 inches below finish grade and install a bright colored plastic ribbon with suitable markings in the trench 6 inches below finish grade directly over the wire. 8. Color code all common wire white, with all control wire any color except white. Leave at least 2-feet of coiled slack at each splice and point of connection inside of valve boxes. 9. Test all wiring for continuity, open circuits and unintentional grounding prior to connection to equipment. 10. Leave the control system in operating condition with an operational chart mounted within the controller cabinet upon completion of the work. 10/18/07 LANDSCAPE IRRIGATION UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02810-12 3.3 FLUSHING AND TESTING '***«»»««.•A. Flushing: After completion, and prior to the installation of any terminal fittings, thoroughly flush the entire pipeline system to remove dirt, scale, or other material. B. After flushing, conduct the following tests in the sequence listed below. Provide all equipment, materials, and labor necessary to perform the tests. Conduct all tests in the presence of the ENGINEER and the INSPECTOR. 1. Pipeline Pressure Test: Perform a water pressure test on all pressure mains and laterals before any couplings, fittings, valves, etc., are concealed. Cap all open ends after the water is entering the line in such a manner that all air will be expelled. Test pressure mains with all control valves to lateral lines closed. After the pressure main test, open all valves to test lateral lines. The constant test pressure and the duration of the test are as follows: All pipes shall be pressure tested at 200 psi for two (2) hours. 2. Sprinkler Coverage Test: Perform the coverage test after sprinkler heads have been installed. Demonstrate that each section or unit in the system is balanced to provide uniform and adequate coverage of the areas serviced. Correct any deficiencies. 3. Operational Test: Evaluate the performance of all components of the automatic control system for manual and automatic operation. Make all necessary repairs, replacements, and adjustments until all equipment, electrical work, controls and instrumentation are functioning in accordance with the Contract Documents. 10/18/07 LANDSCAPE IRRIGATION UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02810-13 SECTION 02900 LANDSCAPING PART 1 - GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work as indicated in the Drawings as specified herein. B. Landscaping as referred to herein shall include, but not be limited to the following work: soil preparation, installation of headers, weed control, finish grading, furnishing and installing plant materials, tree staking and tying, cleanup, maintenance, guarantee. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 02810 Landscape Irrigation. 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the reference specifications of the GENERAL REQUIREMENTS. B. Comply with the SSPWC Section 212-1 and 308-5. 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL REQUIREMENTS. B. General: The CONTRACTOR shall furnish a certificate with each delivery or bulk material delivery, stating source, quantity, and type of material. All materials shall conform to specification requirements. All certificates shall be delivered to the INSPECTOR at the time of each delivery. All bulk delivered materials shall be delivered with level load volume plainly marked on the truck bed. C. Topsoil Report: Topsoil report as well as literature on fertilizers, peat, mulch, "Silva-fiber" and seed mixes, shall be submitted as specified. D. Certificates of Inspection: Certificates of inspection of plant material, as may be required by Federal, State, or other authorities having jurisdiction, shall be furnished and accompany the shipment. E. Samples: Typical samples, 3 of each variety and size of plants, shall be submitted to the ENGINEER for approval at the site. These samples, if approved, shall be planted and maintained as standards for comparison with plants furnished. F. Certified Report on Topsoil Analysis: The CONTRACTOR shall submit for approval by the ENGINEER a certified report by an approved analytical laboratory showing analyses of representative samples of topsoil proposed for use. The topsoil shall not be delivered to the site until approval is received from the ENGINEER. Approval of the laboratory report does not constitute final acceptance. Topsoil shall be subject to rejection by the ENGINEER on or after delivery if it is found not to meet the requirements of the Specifications or does not conform to the laboratory test results. 10/18/07 LANDSCAPING UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02900-1 1.5 QUALITY ASSURANCE A. General: All plants furnished by the CONTRACTOR shall be true to type or name as shown in the Contract Documents and shall be tagged in accordance with the standard practice recommended by the Agricultural Code of the State of California; however, determination of plant species or variety will be made by the ENGINEER. B. All plants shall comply with Federal and State laws requiring inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of plants, and certificates shall be delivered to the ENGINEER. C. All inspections herein specified will be made by the ENGINEER or the INSPECTOR. The CONTRACTOR shall request inspection at least 24 hours in advance of the time inspection work is required. Inspection will be required on the following stages of the WORK: 1. During preliminary grading, soil preparation, and initial weeding. 2. When trees are spotted for planting, but before planting holes have been excavated. 3. When finish grading has been completed. 4. When all specified work, except the maintenance period, has been completed. 5. Final inspection at the completion of the maintenance period. D. Plants shall be subject to inspection and approval or rejection by the ENGINEER at place of growth and upon delivery to site at any time before or during progress of the work based on: 1. Quantity, quality, size, and variety; 2. Ball and root condition; and 3. Latent defects and injuries resulting from handling, disease, and insects. E. Plants approved at pre-planting inspection shall still be subject to rejection during planting if found not to be in compliance with the Specifications. F. Rejected plants shall be identified in an obvious manner, removed from the site and replaced with acceptable equals. G. Plants shall have been grown in nurseries which have been inspected by the governing authorities. Inspection of plant materials required by CITY, County, State, or Federal authorities shall be the responsibility of the CONTRACTOR, who shall have secured permits or certificates prior to delivery of plants to site. 1.6 CLEANUP A. Upon completion of all planting operations, the portion of the project site used for work or storage area by the CONTRACTOR shall be cleaned of all debris, superfluous materials, and equipment. All such materials and equipment shall be entirely removed from the 10/18/07 LANDSCAPING UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02900-2 project site. Cleaning shall be done in a manner that will not result in any discharge of contaminated materials into any catch basin. B. All walks or pavement shall be swept or washed clean upon completion of WORK. C. During the entire Contract period, plant containers that have been cut or removed from plant materials shall be removed from the project site daily. 1.7 MAINTENANCE OF LANDSCAPING PLANTING PRIOR TO ACCEPTANCE OF PROJECT A. General: The CONTRACTOR shall be responsible for protecting, watering, and maintaining all planting and irrigation systems until final acceptance of all work under the contract. B. At time of acceptance of the complete project, the lawn shall be totally established with no bare spots. C. Watering: Trees and shrubs shall be thoroughly soaked after planting and provided with additional water at intervals as necessary to provide for good health and growth of the planting. D. Upon completion of lawn seeding, the entire area shall be soaked to saturation by a fine spray. The new planting shall be kept moist during dry weather or whenever necessary for proper establishment of the lawn. Care shall be taken to avoid excessive washing or puddling on the surface and any such damage caused thereby shall be repaired by the CONTRACTOR at its own expense. E. Protection: The CONTRACTOR shall provide adequate protection to all newly seeded areas including the installation of temporary fences approved by the ENGINEER to prevent trespassing and damage, as well as erosion control, until the end of the one-year correction period. F. The CONTRACTOR shall replace any materials or equipment it has damaged or which have been damaged by its employees or subcontractors. 10/18/07 LANDSCAPING UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02900-3 G. Partial utilization of the project by the CITY shall not relieve the CONTRACTOR of any of the requirements contained in the Contract Documents. H. Mowing of Lawn Areas: First mowing of lawn areas shall begin as soon as the grass has reached a height of 3-inches and subsequent mowing shall be at least once a week, or as often as necessary to maintain all lawn areas at a uniform height of 1-1/2 to 2-inches. I. All lawns shall be fertilized every 3 weeks with 6 Ib of 16-16-8 commercial fertilizer per 1,000 sq ft for the first 7 weeks and fertilized thereafter once each 5 months prior to acceptance and during maintenance and correction period. J. All plants shall be maintained in a vigorous, thriving condition by watering, cultivating, weeding, pruning, spraying, and other operations necessary. No trees or shrubs will be accepted unless they are healthy and show satisfactory foliage conditions. K. All planted areas shall be cultivated at least every 2 weeks and raked smooth, to present a neat appearance, and additional mulch shall be added where necessary. L. Maintenance shall include, in addition to the foregoing, cleaning, edging, repairs to stakes, wire, and wrappings, the repair of erosion, and all other necessary work of maintenance. Sidewalks and other paved areas shall be kept clean while planting and maintenance are in progress. M. Any sprinkler lines broken or disrupted by the CONTRACTOR shall be immediately repaired to proper working order, or replaced and be acceptable to the ENGINEER and the INSPECTOR. 1.8 FINAL INSPECTION AND GUARANTEE A. Final inspection of all lawns and plantings will be made at conclusion of maintenance. B. Written notice requesting final inspection shall be submitted to the ENGINEER at least 10 days prior to the anticipated inspection date. C. Final acceptance of the work prior to guarantee period of the contract will be accepted upon written approval by the ENGINEER and the INSPECTOR, on the satisfactory completion of all work, including maintenance, but exclusive of the replacement of plant material. D. Any delay in the completion of any item of work in the planting operation which extends the planting into more than one season shall extend the correction period in accordance with the date of completion given above. E. The CONTRACTOR shall replace, as soon as weather conditions permit, all plants not in a vigorous, thriving condition which are noted at the end of the one-year correction period. F. Plants used for replacement shall be of the same size and variety specified in the plant list. Plants shall be furnished, planted, staked, and mulched as specified. G. All work done under this contract shall be left in good order to the satisfaction of the ENGINEER. The CONTRACTOR shall, without an additional expense to the CITY, replace any trees, shrubs, or plant material which develop defects or die during the one-year correction period. 10/18/07 LANDSCAPING UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02900-4 1.9 MAINTENANCE AND GUARANTEE FOLLOWING ACCEPTANCE OF PROJECT '"**•""" A. General: The CONTRACTOR shall be responsible for a period of one year after date of acceptance of all work under the Contract, for maintaining all plantings, including all necessary plant or tree replacements, weeding, cultivating, fertilizing, pruning, controlling insects and diseases, re-guying, and performing all other operations incident thereto, as well as maintenance of the irrigation system specified in Section 02810 "Landscape Irrigation". The CONTRACTOR shall provide a written guarantee to the CITY from the landscaping subcontractor, embodying the provisions of this Section of the Specifications. B. The work covered by the maintenance and guarantee portions of these specifications consists of providing all replacements of plants, labor, materials, equipment, and supplies and in performing all operations in connection with maintenance and guarantees. C. The inspection of lawn areas is independent of the final inspection and maintenance period. After the lawn has been accepted and has been mowed 4 or more times, the responsibility for mowing and irrigation will be turned over to the CITY. However, the weeding, fertilizing, and controlling of diseases of the lawn areas shall remain the responsibility of the CONTRACTOR for the remainder of the one-year maintenance and correction period. D. All planting, plant materials, and irrigation systems required under this contract shall be in a condition acceptable to the ENGINEER at the end of the maintenance guarantee period. E. All water required during the maintenance and correction period will be furnished by the CITY. F. Maintenance: Watering and mowing of the lawn during the maintenance and correction period will be performed by the CITY in accordance with written instructions which shall be furnished by the CONTRACTOR. G. The CONTRACTOR shall make any changes or adjustments necessary to the automatic sprinkler system during the maintenance and correction period. H. The CONTRACTOR shall replace any dead or diseased plants during the maintenance and correction period. I. All lawn and planting areas shall be fertilized during the maintenance and correction period with 16-6-4 chemical fertilizer. Fertilizer shall be applied per manufacturer's written instructions on bag. Fertilizers applied to planting areas shall be cultivated into the top 2 inches of topsoil. J. The CONTRACTOR shall clean-up and remove unused or waste materials from the site and leave the area in a neat condition, satisfactory to the ENGINEER, whenever it performs work during the maintenance period. K. Final Inspection: The ENGINEER, the INSPECTOR, and CONTRACTOR shall make a final inspection at the end of the one-year correction period. Any plants and materials found defective at time of final inspection shall be replaced within a time agreed upon by both parties. If it is too late in the planting season for replanting, the replacements shall be made during the next planting season even though such planting may run beyond the maintenance and correction period. 10/18/07 LANDSCAPING UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02900-5 PART 2 - PRODUCTS 2.1 GENERAL A. All landscaping materials for soil conditioning, weed abatement, or planting shall be first-grade, commercial quality and shall have certificates indicating the source of material, analysis, quantity, or weight attached to each sack or container or provided with each delivery. Delivery certificates shall be given to the ENGINEER as each shipment of material is delivered. A list of the materials used, together with typical certificates of each material, shall be submitted to the ENGINEER prior to the final acceptance of the job. 2.2 TERMINOLOGY AND QUALIFICATIONS A. Plants or plant material having characteristics not conforming to terms as defined will not be accepted. The terms "plant material" or "plants" refer to all vegetation, whether trees, shrubs, ground cover, or herbaceous vegetation. B. Quality refers to structure and form, as evidenced by density and number of canes and branches, compactness, symmetry, and general development without consideration of size or condition. Standard quality indicates the least acceptable quality. Plants shall be typical of the species and variety of good average uniform growth, shall be well formed and uniformly branched, and shall have the minimum number of canes specified, free from irregularities, or shall conform to minimum quality index. Where the number of canes is not specifically stated in describing this grade, the standards of the "Horticultural Standards" as adopted by the American Association of Nurserymen, shall apply. In this case, the number of canes and other factors for the appropriate classification under "quality definition" in the Horticultural Standards shall be the Quality index. Plant material below this standard will be considered "culls" and are not acceptable. Plants shall be nursery grown. C. Specimen means an exceptionally heavy, symmetrical, tightly-knit plant, so trained or favored in its development and appearance as to be outstanding, superior in form, number of branches, compactness, and symmetry. D. Size is the factor controlled by dimensions representing height or spread, or both, without consideration of quality or conditions. For standard quality, a dimension is given for height or container size, or a dimension is given for height as well as container size. E. Height is usually indicated with a tolerance. The smaller dimension is the minimum acceptable. The larger dimension represents the maximum permissible. The average dimension of all plants must equal the average of the tolerance figures shown on each item. F. Condition is the factor controlled by vitality and ability to survive and thrive and be comparable with normal plants of the same species and variety in the vicinity, at the same season of the year. In addition, plants shall be free from physical damage or adverse conditions that would prevent thriving. Conditions also sometimes refer to state of growth, i.e., whether "dormant condition" or "growing condition" and this state shall be comparable to plants of similar species in the vicinity or leaves, formation of buds, and the like. o 10/18/07 LANDSCAPING UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02900-6 G. Cane means a primary stem which starts from the ground, or close to the ground, at a point not higher than 1/4 the height of the plant. H. Caliber shall be taken 12 inches above the finish grade or ground, as a guide, or where a dimension in trunk appears to form the head of the tree. I. Foliage line is maximum dimension in case of specimen plants. It measures from ground to lowest part of body of plant. J. Collected plants shall not be used. 2.3 TOPSOIL A. General: Topsoil shall be designated as Class A (imported), Class B (selected) or Class C (unclassified) as specified herein. The ENGINEER shall determine the suitability of topsoil prior to use. Topsoil shall be transported from source to final position unless stockpiling is specified. B. Class A Topsoil: Class A topsoil shall be from a source outside the limits of the project selected by the CONTRACTOR and in compliance with the requirements specified herein. The ENGINEER may make such inspections and perform such tests as deemed necessary to determine that the material meets the requirements. 1. At least 15 days before scheduled use, the proposed topsoil source must be submitted to the ENGINEER for approval. The CONTRACTOR shall submit a written request for approval, accompanied by a written report of a testing agency registered by the State for agricultural soil evaluation which states that the proposed source complies with these specifications. Class A topsoil shall have the same relative composition and structure, a friable sandy loam character, and be free of roots, clods, and stones larger than 1 inch in greatest dimension, pockets of coarse sand, noxious weeds, sticks, brush and other litter. It shall not be infested with nematodes or undesirable insects and plant disease organisms. 2. Class A topsoil shall meet the following additional requirements: a. Gradation Limits: Sand, 50-80 percent, clay 20 percent maximum, and silt, 30 percent maximum. The sand, clay, and silt gradation limits shall be as defined in ASTM D 422. b. Permeability Rate: Not less than 0.5-inches per hour nor more than 2-inches per hour when tested in accordance with ASTM D 2434, California Test 220, or other approved methods. c. Agricultural Stability: The topsoil shall be suitable to sustain the growth of the plants specified. C. Class B Topsoil: Class B topsoil is defined as material which is obtained from sources and in the quantities designated on the plans or in the Specifications and which requires transport to the designated landscape areas. Such designated sources of the Class B topsoil may be within or outside the project limits. The cost of stripping the surface of vegetation and debris at the designated locations and processing of material to a finely divided state, before it is spread, shall be included in the price for hauling and placing. 10/18/07 LANDSCAPING UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02900-7 D. E. 2.4 A. B. C. D. Class C Topsoil: Class C tppsoil is defined as soil found in place in the designated landscape area, including soil compacted in place as part of the earthwork specified for the project. Soil mix for interior plants shall be sphagnum moss or an approved soil mix furnished in bags or other standard containers with name, weight, and guaranteed content analysis clearly marked thereon. The soil mix shall be designed specifically for interior container or potted planting. SOIL FERTILIZING AND CONDITIONING MATERIALS General: Fertilizing materials shall comply with the applicable requirements of the State Agricultural Code. All fertilizing materials shall be packaged first grade, commercial quality products identified as to source, type of material, weight and manufacturer's guaranteed analysis. Fertilizing material shall not contain toxic ingredients or fillers in quantities harmful to human life, animals or plants. The CONTRACTOR shall furnish a Certificate of Compliance stating that the material meets the specifications. Manure: Manure shall be the product of yard fed cattle, free of weed seed, straw, or other inert material, and aged at least 3 months. The manure shall have been processed by grinding and screening and shall be of a consistency that will readily spread with a mechanical spreader. Manures shall be supplied in bulk if the source is approved in advance by the ENGINEER. Commercial Fertilizer: Commercial fertilizer shall be a palletized or granular product having a chemical analysis as specified on the plans or in the Specifications. Commercial fertilizer shall be free-flowing material delivered in unopened sacks. Material which becomes caked or otherwise damaged shall not be* used. Organic Soil Amendment: Organic soil amendment shal products as described herein. be selected from Type 1, 2, or 3 1. Type 1 organic soil amendment shall be a ground or processed wood product derived from redwood, fir, or cedar sawdust, or from the bark of fir or pine, treated with a non-toxic agent to absorb water quickly, and shal! comply with the following requirements: QndNBiM* 1/4- No. No. 9 8 Nitrogen Content ( Redwood Fir Cedar Fir Bark Pine Bark percent dry weight) 0.40 - 0.60% 0.56 - 0.84% 0.56 - 0.84% 0.80 - 1.20% 0.80 - 1.20% Salinity Maximum saturation extract conductivity: 6.35 milliohms/inch at 77°F. 10/18/07 UPPER AND LOWER FARADAY PUMP STATION REMOVAL LANDSCAPING 02900-8 Wettabilitv When one teaspoon of tap water is applied to 4 cubic-inches (volumetric ratio of 1:15) of the air-dry product, the material shall become completely damp in a period not exceeding 2 minutes. Any wetting agent added shall be guaranteed non-phyto-toxic at the rate used. 2. Type 2 organic soil amendment shall be a relatively dry friable organic compost derived from sewage sludge processed for agricultural use. It shall contain at least 1 percent nitrogen by dry weight and comply substantially with the gradation for Type 1 soil amendment. 3. Type 3 soil amendment shall be hay and stable bedding which has been processed and used as the growing medium for the commercial production of mushrooms. It shall contain at least 1 percent nitrogen by dry weight and comply substantially with the gradation for Type 1 soil amendment. E. Mulch: Mulch shall be designated by type in accordance with the requirements herein. Mulch shall be packaged in bales or bags unless the ENGINEER approves a bulk source in advance of delivery to the jobsite. 1. Type 1 mulch (ground wood product), shall comply with the requirements for Type 1 organic soil amendment. 2. Type 2 mulch (sewage sludge product), shall comply with the requirements for Type 2 organic soil amendment. 3. Type 3 mulch (mushroom compost) shall comply with the requirements for Type 3 organic soil amendment. 4. Type 4 mulch (peat), shall be brown compressed sphagnum or hypnum. 5. Type 5 mulch (fir bark chips), shall be fir bark chips in the gradation specified. 6. Type 6 mulch (straw), shall be either threshed new straw or stable bedding material derived from rice, oats, or barley. Straw in an advanced state of decomposition will not be acceptable. 2.5 PLANT MATERIALS A. Plants shall meet requirements of the Contract Documents and shall be in accordance with the botanical names-and applicable standards of quality, size, condition, and type. They shall be true to name, genera, species, and variety in accordance with reference publications. B. Plant names are defined in "Standardized Plant Names" and "Bailey's Encyclopedia of Horticulture". When a name is not found in either reference, the accepted name used in the nursery trade shall apply. C. Plants shall be marked for identification. Each bundle of plants and at least 25 percent of each species and variety of separate plants in any one shipment shall have legible labels securely attached before delivery to the site. 10/18/07 LANDSCAPING UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02900-9 D. All trees and shrubs shall be measured while their branches are in their normal position. Height and spread dimensions specified refer to the main body of the plant and not from branch or root tip to tip. No trees will be accepted with their leaders cut, or so damaged that cutting is necessary. E. All plants shall be symmetrical and shall conform to the size, age, and condition as specified on the plant list shown in the Contract Documents. Exceptions are as follows: 1. Plants larger than specified in the plant list may be used if approved by the ENGINEER, but use of such plants shall not increase the contract price. If the use of larger plants is approved, the spread of roots or ball earth shall be increased in proportion to the size of the plant. Bare root plants furnished in size greater than specified shall be balled and burlapped when required by the ENGINEER. 2. Where caliper or other dimensions of any plant materials are omitted from the Plant List, it shall be understood that such plant materials shall be normal stock for type listed. F. Plants shall be of sound health, vigorous, and free from plant disease and shall be well-branched, shall have full foliage when in leaf, and shall have a healthy well- developed normal root system. Cold storage plants will not be accepted. Plants that are sensitive to shock from elevation change shall be grown at elevations close enough to site to alleviate any plant damage due to such change for at least 2 years. G. Bare rooted (BR) plants shall have well-developed branch systems and vigorous root systems. They shall be dug to sufficient depth to ensure full recovery and development of the plants. Roots of these plants shall be covered with a uniformly thick coating of mud being puddle immediately after they are dug. H. Balled and burlapped (BB) plants shall have firm, natural balls of earth, or diameter not less than that specified and of sufficient depth to include all the fibrous and feeding roots. No plant moved with a ball will be accepted if the ball is cracked or broken before or during plant operations, except on special approval of the ENGINEER. I. Roots or balls of all plants shall be adequately protected at all times from sun and drying winds. J. Plants (indicated to be in marked cans, pots, or other containers on the plant list) shall have been grown in the containers for a minimum of 6 months and a maximum of 2 years. Roots shall fill the containers but show no evidence of being or having been root bound. K. Trees shall have straight trunks and all old abrasions and cuts shall be completely callused over. In no case shall trees be topped before delivery. L. Plants shall have been transplanted or root-pruned at least once in the 2 years. Plants shall not be pruned prior to delivery except as authorized by the ENGINEER. 10/18/07 LANDSCAPING UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02900-10 2.6 A. B. SEED MIXTURES All seed shall conform with applicable CITY, County, State, and Federal regulations. Seed shall be mixed by dealer. The CONTRACTOR shall furnish dealer's guaranteed germination of each variety. Grass seed shall not be delivered to the site until samples have been approved in writing by the ENGINEER or his authorized landscape representative. Approval of samples, however, shall not affect the right of the ENGINEER, or the authorized landscape representative to reject seed upon or after delivery. Seed which has become wet, moldy, or otherwise damaged prior to use will not be accepted. Grass shall be fresh, clean, and new-crop seed, composed of the following varieties mixed in the proportions by weight, as shown, and tested for the minimum percentage of purity and germination specified. '"* "**VV" *' ' i/. - „- -' "" s-£&/s.\ ' ' ""'•""„--<,*, - \ i?r-K* "/<^, - -V>t <%, ^-,'^?'r^'''A? -- '«**.», ~'*^;.*• •'•''•^•:'^r: ^mmmHmm^ - "22i^ Type t: Byron Kentucky Blue Grass Type 2: Buffalo Grass Creeping Red Fescue Fuccinellia Penn Fine Rye Grass Type 3: Western Wheat Grass Fairway Crested Wheat Grass Buffalo Grass 100 33 25 25 17 33 33 34 ^•Propp^on •S:»~ w*p^K2^' '„(percent^ 90 90 90 90 90 i 90 90 90 1&&-*'!"* '' - 90 90 90 90 90 90 90 90 2.7 A. B. 2.8 A. SOD GRASS Sod shall contain at least 85 percent permanent grass suitable to the climate in which it is to be placed; not more than 25 percent nursing grass; not more than 10 percent weed and undesirable grasses, and shall be of good texture, free from obnoxious roots, stones and foreign materials. The sod shall be cut in 16-inch squares, 16-inch wide strips, 4-ft wide strips or 4-ft wide squares, uniformly 1-1/2-inches thick with clean cut edges. The sod shall match existing sod. It shall be uniformly cut approximately 3/4-inch or more thick and shall be well rooted, 2-year old growth of permanent and desirable grasses indigenous to this general location. The sod shall be practically free from weeds and undesirable grasses. WOOD EDGING Wood edging shall be 2-inch x 4-inch redwood construction heart stock, except that two 1 x 4-inch boards shall be supplied for laminations on turns and curves. Header stock shall be supplied in lengths at least 10-feet. Stakes for headers shall be pointed 2x 4-inch, at least 18-inches long. Joint splicing lumber shall be 1 x 4-inch, 2-feet long. 10/18/07 UPPER AND LOWER FARADAY PUMP STATION REMOVAL LANDSCAPING 02900-11 2.9 STAKING MATERIALS ^*\ '^^gffA. Hose for covering wire shall be new or used black or green 2-ply fiber-bearing garden hose, not less than 1/2-inch inside diameter. B. Wire for tree bracing and guying shall be double strand pliable No. 10-gage galvanized steel wire or vinyl-coated steel wire. C. Tree ties of other materials may be used with prior acceptance of ENGINEER. 2.10 MISCELLANEOUS MATERIALS A. Wrapping material for trees, 2-inch diameter or larger, shall be 2 thicknesses of crinkled paper cemented together with bituminous material in strips 4-inch wide. Twine for tying shall be medium or coarse sisal yarn with a light impregnation of oil condensate from asphalt or tar. B. Boulders shall be 2 to 3 foot minimum diameter, dark colored, native moss rock defined as lichen covered stone on side to be exposed and substantially free from breaks, gouges, and other imperfections. The CONTRACTOR shall obtain approval of rock on site prior to installation, removing rejected boulders from the site. C. Cobble shall be clean, rounded river cobble, size 5 to 7 inches. Setting bed shall be 4-inches deep (below grade) with filter fabric under the cobble. D. Gravel in planter areas shall be 1-1/2-inch to 2-inch clean, washed gravel. Setting bed shall be 4-inches deep (below grade) with filter fabric under the gravel. ^\E. Edger for planter beds shall be "Ryerson", or equal, steel edger, min 1/8-inch x 6-inch -^f steel edger with steel stakes or pins for supports at 5-ft o.c. or as per manufacturer's printed recommendations. All steel shall be painted with a rust inhibiting paint, color to be accepted by the ENGINEER. F. Soil mix for interior plants shall be sphagnum moss or an approved soil mix furnished in bags or other standard containers with name, weight, and guaranteed content analysis clearly marked thereon. The soil mix shall be designed specifically for interior container or potted planting. PART 3 - EXECUTION 3.1 GENERAL A. The landscape work shall not be performed at any time when it may be subject to damage by climatic conditions. B. The CONTRACTOR shall carefully scale or otherwise verify all dimensions in the Contract Documents. Any discrepancies or inconsistencies discovered on the plans shall be brought to the attention of the ENGINEER. Dimensions and plant locations shown shall be coordinated with the ENGINEER and final location shall be site-oriented by the planter and the ENGINEER. C. In case of conflict between the plant list totals and total plant count of the Contract Documents, the CONTRACTOR shall provide the higher number of plants.o 10/18/07 LANDSCAPING UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02900-12 D. Delivery of materials may begin only after samples and tests have been accepted by the ENGINEER. All materials furnished for the work shall be not less than the accepted "****" sample. E. Substitutions for the indicated plant materials may be permitted pursuant to the Contract Documents. F. The CONTRACTOR shall provide temporary fencing, barricades, covering, or other protections to preserve existing landscaping items indicated to remain and to protect the adjacent properties and other structures when they may be damaged by the landscape work. G. The CONTRACTOR shall retain the services of a tree surgeon acceptable to the ENGINEER to repair damage to existing trees. Existing trees which are to be saved and which cannot be restored to full growth, as determined by tree surgeon, shall be removed and replaced with a new similar tree of 24-inch box size of the same species. H. The CONTRACTOR shall remove and/or relocate landscape items such as trees, shrubs, grass, other vegetation, improvements, and obstructions as shown on Drawings or otherwise specified. I. Waste materials shall be removed from the CITY'S property, and disposed of at a designated landfill unless otherwise noted. J. It shall be the responsibility of the CONTRACTOR to avail itself of.any information regarding utilities which are in the area of work and to prevent damage to the same. The CONTRACTOR shall provide protection to the utilities as necessary. "**•••" K. Burning of combustible materials on the site shall not be permitted. L. The CONTRACTOR shall provide protection to structures, sidewalks, pavements, and other facilities in areas of work which are subject to damage during landscape work. Open excavations shall be provided with barricades and warning lights which conform to the requirements of governing authorities and the State's OSHA safety requirements. M. Planting areas include all areas to be landscaped unless specified or shown otherwise. 10/18/07 LANDSCAPING UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02900-13 3.2 SOIL PREPARATION A. The landscape work shall not begin until all other trades have repaired all areas of settlement, erosion, rutting, etc., and the soils have been re-established, recompacted, and refinished to finish grades, to the ENGINEER'S approval. B. Areas requiring grading by the landscaper including adjacent transition areas shall be uniformly level or sloping between finish elevations to within 0.10-ft above or below required finish elevations. C. The landscape work shall not proceed until after walks, curbs, pavings, edging, and irrigation systems are in place. The contract operations shall be completed to a point where the landscape areas will not be disturbed. The subgrade shall be cleaned free of all waste. D. During grading, waste materials in the planting areas such as weeds, rocks (2-inches and larger) building materials, rubble, wires, cans, glass, lumber, sticks, etc., shall be removed from the site. Weeds shall be dug out by the roots. E. Fertilizers, additives, seed, peat, etc., subject to moisture damage shall be kept in a weatherproof storage place in such a manner that they will be kept dry. F. After removal of waste materials, the planting area subgrade shall be scarified and pulverized to a depth of not less than 6 inches and all surface irregularities below the cover of topsoil removed. G. Finish grading shall consist of: 1 . Final contouring of the planting areas. 2. Placing 4 inch of topsoil over all areas to be planted unless shown or specified otherwise. 3. Placing all soil additives and fertilizers. 4. Tilling of planting areas. 5. After tilling, bring areas to uniform grades by floating and/or hand raking. 6. Making minor adjustment of finish grades as directed by the ENGINEER. 7. Removing waste materials such as stones, roots, or other undesirable foreign material and raking, disking, dragging, and smoothing soil ready for planting. H. Any unusual subsoil condition that will require special treatment shall be reported to the ENGINEER. I. Topsoil shall be uniformly distributed over all areas where required. Subgrade and topsoil shall be damp and free from frost. J. Surface drainage shall be provided as shown by molding the surfaces to facilitate the natural run-off of water. Low spots and pockets shall be filled with topsoil and graded to drain properly. 10/18/07 LANDSCAPING UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02900-14 K. Finish grade of all planting areas shall be 1-1/2-inches below finish grades of adjacent pavement of any kind. L. In all shrub planting areas, 1-1/2-inches of peat moss or soil-aid shall be raked into the top 3-inches of soil. 3.3 DELIVERY, STORAGE, AND HANDLING OF PLANT MATERIALS A. No plants other than the required samples shall be dug or delivered to the site until the required inspections have been made and the plant samples are approved. B. Plants shall not be pruned prior to delivery except upon approval by the ENGINEER. C. Plant material shall be planted on the day of delivery if possible. The CONTRACTOR shall protect the stock in a temporary nursery at the project site where it shall be protected from sun and drying winds and shall be shaded, kept moist, and protected with damp soil, moss, or other acceptable material. Plants shall be planted within 2 days after delivery. D. All balled and burlapped plants which cannot be planted immediately on delivery shall be set on the ground and shall be well protected with soil, wet moss, or other acceptable material. Bare rooted plants, which cannot be planted immediately, shall be planted on heeled-in trenches immediately upon delivery. No material heeled-in more than one week may be used. Bundles of plants shall be opened and the plants separated before the roots are covered. Care shall be taken to prevent air pockets among the roots. E. During planting operations, bare roots shall be covered with canvas, wet straw, or other suitable materials. No plants shall be bound with wire or rope at any time so as to damage the bark or break branches. F. Plants shall not be picked up or moved by stem or branches, but shall be lifted and handled from the sides of the containers. G. Plants shall be lifted and handled from the bottom of the ball or container. Plants with balls cracked or broken before or during planting operations will not be accepted and shall be immediately removed from the site. 3.4 TREE AND PLANT LOCATIONS A. Plant pits, centered on location stakes, shall be excavated circular pits with vertical sides and flat or saucer shape bottom in accordance with the following sizes unless shown otherwise: 1. Tree pits shall be at least 2-feet greater in diameter than the specific diameter of ball or spread of roots, and at least 6-inches below depth of ball or roots. A 3-inch layer of manure shall be worked thoroughly to a depth of 6-inches below the pit bottom. 2. Shrubs shall be planted in pits or holes of soil 24-inches deep below finished grade, or as much deeper as necessary to properly set the plant at finished grade with a minimum of 6 inches of planting soil under balls of all plants. Shrubs with balls shall be planted in pits that are at least 24-inches greater in diameter than the bottom of ball. Bare root shrubs shall be planted in pits at least 12- inches below the roots of the plant. 10/18/07 LANDSCAPING UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02900-15 3.6 PREPARED BACKFILL A. Tree and shrub pit backfilling soil shall consist of 3 parts topsoil, and 1 part peat or soil- aid by volume. Commercial fertilizer shall be sparingly mixed with the prepared topsoil, using 5 Ib/cu yd or as required by manufacturer's printed recommendations. B. Planting pit, bin, and trench filling and bedding soil shall consist of 4 parts by volume topsoil mixed with 1 part manure and 5 Ib of commercial fertilizer per cubic yard. C. Materials shall be thoroughly rotary-mixed on the site before placement. Mixing of materials in pits, bins, trenches or beds will not be permitted. D. Tree and shrub pits shall be provided with fertilizer tablets as follows: 1 per one-gallon can plant 3 per 5-gallon can plant 5 per 15-gallon can plant 3.7 ROCKS OR UNDERGROUND OBSTRUCTIONS A. In the event that rock or underground obstructions are encountered in the excavation of plant pits, alternative locations shall be selected by the ENGINEER. Moving of trees to alternative locations shall not entail additional costs to the CITY. 3.8 SETTING PLANT MATERIALS A. The soil shall not be worked when the moisture content is so great that excessive ^m± compaction will occur, nor when it is so dry that a dust will form in the air or that clods _3 will not break readily. Water shall be applied if necessary to provide ideal moisture for N***>^ filling and planting as specified. B. Plants shall be set in center of pits as shown in the Contract Documents. They shall be set plumb and straight, and at such a level that after settlement the crown of the plant will be 2-inches above the finished grade. C. Balled and burlapped trees shall have planting soil placed and compacted around base of ball to fill all voids. All burlap ropes or wires shall be removed from the sides and tops of balls. D. Roots of bare root plants shall be properly spread out and planting soil carefully worked in among them. All broken or frayed roots shall be cut off clean. E. All vines shall be removed from stakes, untied, and securely fastened in an approved manner to wall or fence next to which they are planted. 10/18/07 LANDSCAPING t IPPER AND LOWER FARADAY PUMP STATION REMOVAL 02900-16 F. All ground cover plants shall be evenly spaced, staggered in rows, and set at intervals specified, so as to produce a uniform effect. Plants shall be watered immediately after planting operations have been completed. G. All shrubs and vines shall be pruned to remove damaged branches. All bare root shrubs shall be pruned and shaped to compensate for transplant root loss. H. Planting soil around roots or balls shall be thoroughly compacted and watered. After planting, the soil in the shrub beds shall be cultivated between shrubs, raked smooth, and neatly outlined. Muddy soil shall not be used for backfilling. All broken or frayed roots shall be properly cut off. I. Trees and shrubs on slopes steeper than 6 to 1 shall be provided with watering dams or berms at least 6-inches high and 8-inches wider than planting pit (hole) unless specified or shown otherwise. J. All trees shall be thoroughly watered immediately after planting. K. Remove all tags and labels when directed by ENGINEER. L. Trees shall have trunks wrapped in acceptable tree wrap material from base up to and above at least the second scaffold branch. 3.9 STAKING A. Staking of trees shall be done immediately after they are planted. Plants shall stand plumb after staking. Staking shall be as specified unless shown or indicated otherwise. B. No balled and burlapped specimen "tree-like" shrubs shall be staked. C. Trees of 2-inch caliper and over shall be guyed at points of branching with 3 wire guys spaced equally around and outside the perimeter of the ball. Guy wires shall be covered with rubber hose at the bark, protected by approved material at points of contact. Each guy shall be positioned below crotches and fastened to a 4-inch diameter by 18-inch wood deadman, 12-inches below grade. One turnbuckle shall be provided for each guy. D. Trees less than 2-inch caliper shall be supported by 2 stakes placed diametrically opposite at perimeter line of ball and to sufficient depth to hold tree rigid. Stakes shall be driven vertically and not twisted or pulled. Trees shall be wired to each stake as indicated on staking details. Trees shall be protected with rubber hose over wires at points of contact. All evergreen trees shall be guyed. 3.10 PRUNING AND MULCHING A. Each tree and shrub shall be pruned in accordance with standard horticultural practice to preserve the natural character of the plant in the manner fitting its use in the landscape design, as approved by the ENGINEER. B. All dead wood or suckers and all broken or badly bruised branches shall be removed by thinning out and shortening branches. Deciduous bare-rooted plants shall have not less than 1/3 of their respective leaf surfaces removed. All cuts shall be made just above a healthy bud. Pruning shall be done with clean, sharp tools. 10/18/07 LANDSCAPING UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02900-17 C. Cuts over 3/4-inch diameter shall be painted with an approved tree paint. Paint shall cover all exposed cambium as well as other living tissue. Paint shall be waterproof, adhesive, and elastic antiseptic; shall be free from kerosene, coal tar, creosote, or other materials injurious to the life of the tree; and shall be approved before it is used. D. Plants shall be mulched after planting and cultivating have been completed. A layer of mulch materials, as hereinbefore specified, shall be spread on finished landscaping grade within all planting areas to a depth of 2 inches. The mulch around isolated plants shall be 6 inches greater in diameter than the planting hole. All shrub and ground cover beds shall be completely covered with the mulch. E. All deciduous tree trunks shall be thoroughly sprayed with a methoxychlor or similar insecticide, and wrapped immediately after planting, with wrapping material overlapping (1-1/2-inches, wound from ground line to the second branch, and securely taped in at least 5 places, including the top, middle, and bottom). 3.11 SODDING A. Grass sod shall be provided where shown or specified and shall be maintained. B. The soil shall be prepared and fertilized before sodding. The CONTRACTOR shall prepare only enough ground that can be planted within 24 hours thereafter. C. Soil preparation shall consist of the following: 1. Preparation of sub-grade grading shall be per "Part 3 - Execution" in Paragraphs entitled "General" and "Soil Preparation", herein. 2. Finish grading shall be per "Part 3 - Execution" in Paragraph entitled "Soil Preparation", herein. Topsoil required at areas to be sodded shall be 1-1/2- inches. The soil additives and fertilizer for finish grading shall consist of mulch at 5 cu hd/1000 sq ft and commercial fertilizer at 20 lb/1000 sq ft. D. Sod shall be cut and laid on site the same day. E. The sod shall be placed over leveled, compacted, and prepared finish graded soil. The topsoil and sub-base shall be moist enough to resist shifting. F. Sod may be placed at any time when the ground is not frozen. The surface on which the sod is to be laid should be firm and free from footprints or other depressions. A string or line of boards may be used as a guide for setting the first line of sod across the area. Sods of the next course are matched against the edge of this first line in such a way the joints between the individual sod pieces in the 2 lines do not coincide. Successive courses are matched against the last line laid, in the same manner. Sod shall be laid on indicated areas. G. Sod joints shall be closely laid and filled with a mixture of grass seed and screened topsoil at the rate of 2 Ibs of seed to each cu yd of topsoil. Sod fill soil shall be thoroughly tamped to a true and even surface at the required finished grade. H. Sod on slopes should be staked down by pegging (driving) a wooden peg through the sod. Wire stakes shall not be used for pegging sod. 10/18/07 LANDSCAPING UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02900-18 I. Sod shall always be laid across slopes. '*"*""' J. All new sod shall be rolled or firmly but lightly, tamped with a suitable wooden or metal tamper, sufficiently to set or press sod into underlying soil. K. After sodding has been completed, the sodded area shall be cleaned up and thoroughly moistened by sprinklers. 3.12 SEEDING-GENERAL A. Grass seeds shall be provided where lawn is shown or indicated and shall be maintained. B. The soil shall be prepared and fertilized before seeding or shall be prepared per hydro-seeding instructions. The CONTRACTOR shall prepare only enough ground that can be planted within 24 hours thereafter. C. Soil preparation shall consist of the following: 1. Preparation of sub-grade grading shall be per Paragraphs entitled "General" and "Soil Preparation", respectively, herein. 2. Finish grading of soil per Paragraph entitled "Soil Preparation", herein. The soil additives and fertilizer for finish grading shall consist of mulch at 5 cu ye/1000 sq ft and commercial fertilizer at 20 lb/1000 sq ft. D. Sow seed at the rate of 2 Ibs to 1000 sq ft of area. Equal quantities of seed shall be sown in the directions at right angles to each other to produce an even distribution of "- * seed over the entire area. E. No seeding shall be done when wind velocity exceeds 4 mph, within 24 hours after rain, or if the surface has been completed, without first loosening the ground. F. The seed shall then be covered with a fine layer of soil to a depth not greater than 1/4-inch. G. All lawn areas shall be covered with sphagnum peat moss or clean straw uniformly at a rate of 1-1/2 standard bales per 1000 sq ft. H. After covering the seeds with soil and peat or straw, the planted area shall be rolled in 2 directions with a 200-lb roller or other roller designed for lawn seeding. I All lawn slopes greater than 5 percent, or places where erosion is a problem, shall be mulched with straw at a rate of 2 bales per 1000 sq ft. J. This seeding method may be utilized between March 1 and September 15. K. Mechanical application (hydroseeding) is acceptable. The CONTRACTOR shall notify the ENGINEER of proposed method, mulch, and type of equipment to be used and shall receive approval before beginning this operation. 10/18/07 LANDSCAPING UPPER AND LOWER FARADAY PUMP STATION REMOVAL 02900-19 313 HYDROSEEDING A. One-step hydroseeding may be utilized between May 1 and September 15. This method consists of preparing the seed bed as specified; combining specified seed mixture at the rate of 6 Ib per 1000 sq ft for LAWN MIX; fertilizer at the rate of 15 Ib per 1000 sq ft; "Silva-fiber" or equal at the rate of 1400 Ib per acre of area and water in tanks; agitating these compounds into a well-mixed slurry suspension; and spraying the mixture under pressure onto the prepared areas to be seeded. B. Two-step hydroseeding may be utilized between March 1 and September 15. This method consists of preparing the seed bed as specified; sowing specified seed mixture at the rate of 6 Ib per 1000 sq ft for Lawn Mix in 2 directions with an approved mechanical seeder; incorporating specified fertilizers; and spraying under pressure a mixture of water and "Silva-fiber" or equal at the rate of 1400 Ib per acre onto prepared, seeded, and fertilized areas. Fertilizer can be applied with the water and "Silva-fiber" or equal mixture if desired. 3.14 MISCELLANEOUS ITEMS A. After all steel edging, plants, and sprinkler emitters are in place, and the existing sod in all wood mulch, cobble, and gravel areas has been removed to a depth of 4-inches, place filter fabric over the entire area to receive wood mulch, cobble, or gravel. B. Wood chip mulch shall be placed in all shrub areas where shown, spread carefully and evenly to a minimum depth of 4-inches over planted areas. C. Gravel shall be placed in the planting areas as shown, spread carefully and evenly to a minimum depth of 4-inches over the entire area. D. Cobble shall be hand placed where shown. Care shall be taken to fill all spaces, placing small cobble in the voids between the large cobble. When complete, CONTRACTOR shall fill all voids with sand and water thoroughly to ensure solid settlement of sand into all cracks and voids. Repeat as necessary to secure cobble from shifting. E. Boulders shall be placed in field as directed by ENGINEER. o o 10/18/07 UPPER AND LOWER FARADAY PUMP STATION REMOVAL LANDSCAPING 02900-20 SECTION 03100 CONCRETE FORMWORK PART 1 - GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall furnish all materials for concrete formwork, bracing, shoring, and supports and shall design and construct all falsework, all in accordance with the provisions of the Contract Documents. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section [03290] Joints in Concrete. B. Section [03300] Cast-in-Place Concrete. 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the reference specifications as specified in the GENERAL PROVISIONS. B. Comply with the current provisions of the following Codes and Standards. 1. Government Standards: PS 1 U.S. Product Standard for Concrete Forms, Class I. 2. Commercial Standards: ACI 347 Recommended Practice for Concrete Formwork. 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL PROVISIONS. B. The following submittals and specific information shall be provided. 1. Falsework Calculations and Drawings: The CONTRACTOR'S attention is directed to all the latest applicable Sections of the Division of Industrial Safety, Construction Safety Orders, which requires that all falsework or vertical shoring installations where the height of the falsework or vertical shoring, as measured from the top of the sills to the soffit of the superstructure, exceeds 14 feet, or where individual horizontal span lengths exceed 16 feet, or provision for vehicular or railroad traffic through falsework or vertical shoring is made, Plans and Calculations shall be approved and signed by a civil engineer, registered in the State of California; provided further, that a copy of the falsework plan or shoring layout shall be available on the job site at all times. The Engineer who designed the falsework or vertical shoring shall personally inspect such work and provide a written certification that the work conforms to the design. 10/18/07 CONCRETE FORMWORK UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03100-1 2. The CONTRACTOR shall, in accordance with the requirements in GENERAL /••% PROVISIONS submit detailed plans of the falsework proposed to be used. Such 1 plans and calculations shall be in sufficient detail to indicate the general layout, """""^ sizes of members, anticipated stresses, grade of materials to be used in the falsework, and typical soil conditions. 1.5 QUALITY ASSURANCE A. Tolerances: The variation from established grade or lines shall not exceed 1/4-inch in 10 feet and there shall be no offsets or visible waviness in the finished surface. All other tolerances shall be within the "Suggested Tolerances" specified in Section 203 of ACI 347. PART 2 -- PRODUCTS 2.1 GENERAL A. Except as otherwise expressly accepted by the ENGINEER, all lumber brought on the job site for use as forms, shoring, or bracing shall be new material. All forms shall be smooth surface forms and shall be of the following materials: Walls - Steel or plywood panel Columns - Steel, plywood or fiber glass Roof and floor - Plywood, steel panels All other work - Steel panels, plywood or tongue and groove lumber 2.2 FORM AND FALSEWORK MATERIALS A. Materials for concrete forms, formwork, and falsework shall conform to the following ^j, requirements: """"^ 1. Lumber shall be Douglas Fir or Southern Pine, construction grade or better, in conformance with U.S. Product Standard PS20. 2. Plywood for concrete formwork shall be new, waterproof, synthetic resin bonded, exterior type Douglas Fir or Southern Pine plywood manufactured especially for concrete formwork and shall conform to the requirements of PS 1 for Concrete Forms, Class I, and shall be edge sealed. 3. Form materials shall be metal, wood, plywood, or other material approved by the ENGINEER that will not adversely affect the concrete and will facilitate placement of concrete to the shape, form, line, and grade shown. Metal forms shall be an approved type that will accomplish such results. Forms for exposed exterior concrete surfaces shall be American Plywood Association (APA) High Density Overlay (HDO) Plyform Class I Ext. 48" X 96" X 3/4" minimum thickness. Forms for other concrete surfaces shall be American Plywood Association (APA) Douglas Fir B-B Plyform Class I Exterior PS 1-76 3/4-inch minimum thickness. B. Unless otherwise shown, exterior corners in concrete members shall be provided with 3/4-inch chamfers. Re-entrant corners in concrete members shall not have fillets unless otherwise shown. C. Forms and falsework to support the roof and floor slabs shall be designed for the total ^^ dead load, plus a live load of 30 psf (minimum). -—^ 10/18/07 CONCRETE FORMWORK UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03100-2 PART 3 - EXECUTION 3.1 GENERAL A. Forms to confine the concrete and shape it to the required lines shall be used wherever necessary. The CONTRACTOR shall assume full responsibility for the adequate design of all forms, and any forms which are unsafe or inadequate in any respect shall promptly be removed from the WORK and replaced at the CONTRACTOR'S expense. A sufficient number of forms of each kind shall be provided to permit the required rate of progress to be maintained. The design and inspection of concrete forms, falsework, and shoring shall comply with applicable local, state and Federal regulations. Plumb and string lines shall be properly installed before concrete placement and shall be maintained during placement. Such lines shall be used by CONTRACTOR'S personnel and by the INSPECTOR and shall be in sufficient number and properly installed. During concrete placement, the CONTRACTOR shall continually monitor plumb and string line form positions and immediately correct deficiencies. B. Concrete forms shall conform to the shape, lines, and dimensions of members as called for on the Drawings, and shall be substantial, free from surface defects, and sufficiently tight to prevent leakage. Forms shall be properly braced or tied together to maintain their position and shape under a load of freshly-placed concrete. If adequate foundation for shores cannot be secured, trussed supports shall be provided. 3.2 FORM DESIGN A. All forms shall be true in every respect to the required shape and size, shall conform to the established alignment and grade, and shall be of sufficient strength and rigidity to maintain their position and shape under the loads and operations incident to placing and vibrating the concrete. Suitable and effective means shall be provided on all forms for holding adjacent edges and ends of panels and sections tightly together and in accurate alignment so as to prevent the formation of ridges, fins, offsets, or similar surface defects in the finished concrete. Plywood, 3/4-inch and greater in thickness, may be fastened directly to studding if the studs are spaced close enough to prevent visible deflection marks in the concrete. The forms shall be tight so as to prevent the loss of water, cement and fines during placing and vibrating of the concrete. Specifically, the bottom of wall forms that rest on concrete footings or slabs shall be provided with a gasket to prevent loss of fines and paste during placement and vibration of concrete. Such gasket may be a 1- to 1-1/2-inch diameter polyethylene rod held in position to the underside of the wall form. Adequate clean-out holes shall be provided at the bottom of each lift of forms. The size, number, and location of such clean-outs shall be as acceptable to the INSPECTOR. 3.3 CONSTRUCTION A. Vertical Surfaces: All vertical surfaces of concrete members shall be formed, except where placement of the concrete against the ground is shown. Not less than 1-inch of concrete shall be added to the thickness of the concrete member as shown where concrete is permitted to be placed against trimmed ground in lieu of forms. Such permission will be granted only for members of comparatively limited height and where the character of the ground is such that it can be trimmed to the required lines and will stand securely without caving or sloughing until the concrete has been placed. B. Construction Joints: Concrete construction joints will not be permitted at locations other than those shown or specified, except as may be acceptable to the ENGINEER. When a second lift is placed on hardened concrete, special precautions shall be taken in the way of the number, location, and tightening of ties at the top of the old lift and bottom of the new to prevent any unsatisfactory effect whatsoever on the concrete. Pipe stubs and anchor bolts shall be set in the forms where required. 10/18/07 CONCRETE FORMWORK UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03100-3 C. Form Ties: 1. Embedded Ties: Holes left by the removal of form tie cones shall be clean and rough before being filled with mortar as specified for "Finish of Concrete Surfaces" in Section [03300, "Cast-in-Place Concrete". Wire ties for holding forms will not be permitted. No form-tying device or part thereof, other than metal, shall be left embedded in the concrete. Ties shall not be removed in such manner as to leave a hole extending through the interior of the concrete members. The use of snap-ties which cause spalling of the concrete upon form stripping or tie removal will not be permitted. If steel panel forms are used, rubber grommets shall be provided where the ties pass through the form in order to prevent loss of cement paste. Where metal rods extending through the concrete are used to support or to strength forms, the rods shall remain embedded and shall terminate not less than 1-inch back from the formed face or faces of the concrete. 2. Removable Ties: Where taper ties are approved for use in non-water bearing structures, the larger end of the taper tie shall be on the wet side of walls in water retaining structures. After the taper tie is removed, the hole shall be thoroughly cleaned and roughened for bond. A precast neoprene or polyurethane tapered plug shall be located at the wall centerline. The hole shall be completely filled with non-shrink grout for water bearing and below-grade walls. The hole shall be completely filled with non-shrink or regular cement grout for above-grade walls which are dry on both sides. Exposed faces of walls shall have the outer 2-inches of the exposed face filled with a cement grout which shall match the color and texture of the surrounding wall surface. 3.4 REUSE OF FORMS Forms may be reused only if in good condition and only if acceptable to the INSPECTOR. Light sanding between uses will be required wherever necessary to obtain uniform surface texture on all exposed concrete surfaces. Exposed concrete surfaces are defined as surfaces which are permanently exposed to view. In the case of forms for the inside wall surfaces of water retaining structures, unused tie rod holes in forms shall be covered with metal caps or shall be filled by other methods acceptable to the INSPECTOR. 3.5 REMOVAL OF FORMS Careful procedures for the removal of forms shall be strictly followed, and this work shall be done with care so as to avoid damage to the concrete. No heavy loading on green concrete will be permitted. The period of time for formwork removal shall be in accordance with ACI 318, Chapter 6 and Section 303-1.4.1 of Standard Specifications and as follows: 1. In the case of concrete members subject to bending stresses, where the member relies upon forms for vertical support, forms shall remain in place until test cylinders attain a minimum comprehensive strength of 75 percent of the 28-day strength specified in Section [03300], "Cast-in-Place Concrete", provided, that no forms shall be disturbed or removed under individual panel or unit before the concrete in the adjacent panel or unit has attained 75 percent of the specified 28-day strength and has been in place for a minimum of 7 days. 2. Forms for all vertical walls and columns shall remain in place at least 3 days after the concrete has been placed. 3. Formwork removal shall also be subject to the curing requirements of section [3300] of these specifications and as authorized by the ENGINEER. 10/18/07 CONCRETE FORMWORK UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03100-4 The time required to establish said strength shall be determined by the ENGINEER based on test cylinders made for this purpose from the concrete placed and in accordance with ACI 318 and the curing requirements of section [3300] [3370]. If the time so determined is more than the minimum time specified above, then that time shall be used as the minimum length of time. Forms for all parts of the WORK not specifically mentioned herein shall remain in place for periods of time as determined by the ENGINEER. 3.6 MAINTENANCE OF FORMS Forms shall be maintained at all times in good condition, particularly as to size, shape, strength, rigidity, tightness, and smoothness of surface. Forms, when in place, shall conform to the established alignment and grades. Before concrete is placed, the forms shall be thoroughly cleaned. The form surfaces shall be treated with a nonstaining mineral oil or other lubricant acceptable to the ENGINEER. Any excess lubricant shall be satisfactorily removed before placing the concrete. Where field oiling of forms is required, the CONTRACTOR shall perform the oiling at least two weeks in advance of their use. Care shall be exercised to keep oil off the surfaces of steel reinforcement and other metal items to be embedded in concrete. 3.7 FALSEWORK A. The CONTRACTOR shall be responsible for the design, engineering, construction, maintenance, and safety of all falsework, including staging, walkways, forms, ladders, and similar appurtenances, which shall equal or exceed the applicable requirements of the provisions of the OSHA Safety and Health Standards for Construction, the requirements of the Construction Safety Orders of the California Division of Industrial Safety, and the requirements specified herein. B. All falsework shall be designed and constructed to provide the necessary rigidity and to support the loads. Falsework for the support of a superstructure shall be designed to support the loads that would be imposed if the entire superstructure were placed at one time. C. Falsework shall be placed upon a solid footing, safe against undermining, and protected from softening. When the falsework is supported on timber piles, the maximum calculated pile loading shall not exceed 20 tons. When falsework is supported on any portion of the structure which is already constructed, the load imposed by the falsework shall be spread, distributed, and braced in such a way as to avoid any possibility of damage to the structure. 3.8 BACKFILL AGAINST WALLS A. Backfill against walls shall not be placed until concrete has attained compressive strength equal to specified 28-day comprehensive strength. B. Place backfill simultaneously on both sides of wall to prevent differential pressures. 10/18/07 CONCRETE FORMWORK UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03100-5 SECTION 03290 JOINTS IN CONCRETE PART 1 - GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall construct all joints in concrete at the locations shown. Joints required in concrete structures are of various types and will be permitted only where shown, unless specifically accepted by the ENGINEER. 1 .2 RELATED WORK SPECIFIED ELSEWHERE A. Section [03100] Concrete Formwork. B. Section [03300] Cast-in-Place Concrete. 1 .3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the reference specifications of the GENERAL PROVISIONS. B. Comply with the current provisions of the following Codes and Standards. 1 . Federal Specifications: TT-S-0227E(3) 2. 3. Sealing Compound, elastomeric type, Multi- component for Caulking, Sealing, and Glazing Buildings and Other Structures). U.S. Army Corps of Engineers Specifications: CRD-C572 [ Commercial Standards: ASTM C 920 ASTM D 624 ASTM D 638 ASTM D 746 ASTM D 1752 ASTM D 2240 Specification for Elastomeric Joint Sealants. Test Method for Rubber Property - Tear Resistance. Test Method for Tensile Properties of Plastics. Test Method for Brittleness Temperature of Plastics and Elastomers by Impact. Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction. Test Method for Rubber Property - Durometer Hardness. 10/18/07 UPPER AND LOWER FARADAY PUMP STATION REMOVAL JOINTS IN CONCRETE 03290-1 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with GENERAL PROVISIONS. B. The following submittals and specific information shall be provided. 1. Waterstops: Prior to use of the material required under this contract, qualification samples shall be submitted. Such samples shall consist of extruded or molded sections of each size or shape to be used. The material sample shall be representative of the material to be furnished under this contract. The balance of the material to be used under this contract shall not be produced until after the ENGINEER has reviewed and approved the qualification samples. 2. Joint Sealant: Prior to ordering the sealant material, the CONTRACTOR shall submit to the ENGINEER for review and approval, data to show compliance with the requirements of the Contract Documents. Certified test reports from the sealant manufacturer on the actual batch of material being supplied indicating compliance with the above requirements shall be furnished the ENGINEER before the sealant is used on the job. 3. Shipping Certification: The CONTRACTOR shall provide written certification from the manufacturer as an integral part of the shipping form, to show that all of the material shipped to this project meets or exceeds the physical property requirements of the Contract Documents. Supplier certificates are not acceptable. 4. The CONTRACTOR shall submit placement shop drawings showing the location and type of all joints for each structure. 1.5 QUALITY ASSURANCE A. Waterstop Inspection: It is required that all waterstop field joints shall be subject to inspection, and no such work shall be scheduled or started without having made prior arrangements with the INSPECTOR to provide for the required inspections. Not less than 24 hours notice shall be provided to the INSPECTOR for scheduling such inspections. B. All field joints in waterstops shall be free of misalignment, bubbles, inadequate bond, porosity, cracks, offsets, and other defects which would reduce the potential resistance of the material to water pressure at any point. All defective joints shall be replaced with material which shall pass said inspection, and all faulty material shall be removed from the site and disposed of by the CONTRACTOR at its own expense. 10/18/07 JOINTS IN CONCRETE UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03290-2 C. The following waterstop defects represent a partial list of defects which shall be grounds for rejection: 1. Offsets at joints greater than 1/16-inch or 15 percent of material thickness, at any point, whichever is less. 2. Exterior crack at joint, due to incomplete bond, which is deeper than 1/16-inch or 15 percent of material thickness, at any point, whichever is less. 3. Any combination of offset or exterior crack which will result in a net reduction in the cross section of the waterstop in excess of 1/16-inch or 15 percent of material thickness at any point, whichever is less. 4. Misalignment of joint which result in misalignment of the waterstop in excess of 1/2-inch in 10 feet. 5. Purosity in the welded joint as evidenced by visual inspection. 6. Bubbles or inadequate bonding. D. Waterstop Samples: Prior to use of the waterstop material in the field, a sample of a fabricated metered cross and a tee constructed of each size or shape of material to be used shall be submitted to the ENGINEER for approval. These samples shall be fabricated so that the material and workmanship represent in all respects the fittings to be furnished under this contract. Field samples of fabricated fittings (crosses, tees, etc.) will be selected at random by the INSPECTOR for testing. When tested, they shall have a tensile strength across the joints equal to at least 600 psi. E. Construction Joint Sealant: The CONTRACTOR shall prepare adhesion and cohesion test specimens as specified herein, at intervals of 5 working days while sealants are being installed. F. The sealant material shall show no signs of adhesive or cohesive failure when tested in accordance with the following procedure in laboratory and field tests: 1. Sealant specimen shall be prepared between 2 concrete blocks (1-inch by 2-inch by 3-inch). Spacing between the blocks shall be 1/2-inch. Coated spacers (2-inch by 1-1/2-inch by 1/2-inch) shall be used to ensure sealant cross-sections of 1/2-inch by 2 inches with a width of 1/2-inch. 2. Sealant shall be cast and cured according to manufacturer's recommendations except that curing period shall not exceed 24 hours. 3. Following curing period, the gap between blocks shall be widened to one inch. Spacers shall be used to maintain this gap for 24 hours prior to inspection for failure. 10/18/07 JOINTS IN CONCRETE UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03290-3 1.6 TYPES OF JOINTS A. Construction Joints: When fresh concrete is placed against a hardened concrete surface, the joint between the two pours is called a construction joint. Unless otherwise specified, all joints in water bearing members shall be provided with a waterstop and sealant groove of the shape specified and as shown on the plans. B. Contraction Joints: Contraction joints are similar to construction joints except that the fresh concrete shall not bond to the hardened surface of the first pour, which shall be coated with a bond breaker. The slab reinforcement shall be stopped 4-1/2 inches from the joint; which is provided with a sleeve-type dowel, to allow shrinkage of the concrete of the second pour. Waterstop and sealant groove shall also be provided. C. Expansion Joints: To allow the concrete to expand freely, a space is provided between the two pours, the joint shall be formed as shown on the plans. This space is obtained by placing a filler joint material against the first pour, which acts as a form for the second pour. Unless otherwise specified, all expansion joints in water bearing members shall be provided with an approved type waterstop. Premolded expansion joint material shall be installed with the edge at the indicated distance below or back from finished concrete surface, and shall have a slightly tapered, dressed, and oiled wood strip secured to or placed at the edge thereof during concrete placement, which shall later be removed to form space for sealing material. The space so formed shall be filled with a joint sealant material as specified in the Paragraph in Part 2 entitled "Joint Sealant". In order to keep the two elements in line, the joint shall be provided with a sleeve-type dowel as shown. D. Control Joints: The function of the control joint is to provide a weaker plane in the concrete, where shrinkage cracks will probably occur. A groove, of the shape and dimension as shown on the plans, is formed or saw-cut in the concrete and shall be filled with a joint sealant material as specified in the Paragraph in Part 2 entitled "Joint Sealant". 1.7 GUARANTEE A. The CONTRACTOR shall provide a 5-year written guarantee of the entire sealant installation against faulty and/or incompatible materials and workmanship, together with a statement that it agrees to repair or replace, to the satisfaction of the AGENCY, at no additional cost to the AGENCY, any such defective areas which become evident within said 5-year guarantee period. PART 2 - PRODUCTS 2.1 PVC WATERSTOPS A. General: Waterstops shall be extruded from an elastomeric polyvinyl chloride compound containing the plasticizers, resins, stabilizers, and other materials necessary to meet the requirements of these Specifications. No reclaimed or scrap material shall be used. The CONTRACTOR shall obtain from the waterstop manufacturer and shall furnish to the ENGINEER for review, current test reports and a written certification of the manufacturer that the material to be shipped to the job meets the physical requirements as outlined in the U.S. Army Corps of Engineers Specification CRD-C572 and those listed herein. 10/18/07 JOINTS IN CONCRETE UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03290-4 B. C. D. E. Flatstrip and Center-Bulb Waterstops: Flatstrip and center-bulb waterstops shall be as detailed and as manufactured by: Kirkhill Rubber Co., Brea, California; Water Seals, Inc., Chicago, Illinois; Progress Unlimited, Inc., New York, New York; or equal provided, that at no place shall the thickness of flat strip waterstops, including the center bulb type, be less than 3/8-inch. Multi-Rib Waterstops: Multi-rib waterstops, where required, shall be as detailed and as manufactured by Water Seals, Inc., Chicago, Illinois, Progress Unlimited, Inc., New York, New York; or equal. Prefabricated joint fittings shall be used at all intersections of the ribbed-type waterstops. Other Types of Waterstops: When other types of waterstops, not listed above are required and shown, they shall be subjected to the same requirements as those listed herein. Waterstop Testing Requirements: When tested in accordance with the specified test standards, the waterstop material shall meet or exceed the following requirements: :. ,. ' -^toflHWiPabip«l|^MlMJMMUi u -. . • Tensile Strength-min Jpst) Ultimate Elongation-min (percent) Low Temp Brittleness-max (degrees J1) Stiffness in Flexure-min (psi) Accelerated Extraction (CRD-C572) Tensil Strength-min (psi) Ultimate Elongation-min (percent) Effect of Alkalies (CRD-C572) Change in Weight ^percent) Change in Durometer, Shore A Finish Waterstop Tensile Strength-min (psi) Ultimate Elongation-min (percent) v *.. V* Value; 1750 350 -35 400 1500 300 +0.25/-0.10 +5 1400 280 v-AamwiL • D 6358, Type IV D 638, Type IV D746 D747 D 638, Type IV D 638, Type IV — D2240 D 638, Type IV D 638, Type IV 2.2 A. JOINT SEALANT Joint sealant shall be polyurethane polymer designed for bonding to concrete which is continuously submerged in water. 10/18/07 UPPER AND LOWER FARADAY PUMP STATION REMOVAL JOINTS IN CONCRETE 03290-5 B. Joint sealant material shall meet the following requirements: s*\ ^JWork Life 45 - 90 minutes Time to Reach 20 Shore "A" Hardness (at 77 degrees F, 200 gr quantity) 24 hours, maximum Ultimate Hardness 30 - 40 Shore "A" Tensile Strength 250 psi, minimum Ultimate Elongation 400 percent, minimum Tear Resistance (Die C ASTM D 624) 75 pounds per inch of thickness, minimum Color Light Gray C. All polyurethane sealants for waterstop joints in concrete shall conform to the following requirements: 1. Sealant shall be 2-part polyurethane with the physical properties of the cured sealant conforming to or exceeding the requirements of ASTM C 920 or Federal Specification TT-S-00227 E(3) for 2-part material, as applicable. 2. For vertical joints and overhead horizontal joints, only "non-sag" compounds shall be used; all such compounds shall conform to the requirements of ASTM C 920 Class B, or Federal Specification TT-S-0027 E(3), Type II. 3. For plane horizontal joints, the self-leveling compounds which meet the ,^ requirements of ASTM C 920 Class A, or Federal Specification TT-S-0027 E(3), Type I shall be used. For joints subject to either pedestrian or vehicular traffic, a compound providing non-tracking characteristics, and having a Shore "A" hardness range of 25 to 35, shall be used. 4. Primer materials, if recommended by the sealant manufacturer, shall conform to the printed recommendations of the sealant manufacturer. D. All sealants, wherever shown, or required hereunder shall be [Rubbercalk 2101-1 or 270 as manufactured by Products Research Company; GS 102 or GS 1102 as manufactured by General Sealants Corp; or equal]. 2.3 PREFORMED JOINT FILLER A. Preformed joint filler material shall be of the preformed non-extruding type joint filler constructed of cellular neoprene sponge rubber or polyurethane of film texture. Bituminous fiber type will not be permitted. All non-extruding and resilient-type preformed expansion joint fillers shall conform to the requirements and tests set forth in ASTM D 1752 for Type I, except as otherwise specified herein. 10/18/07 JOINTS IN CONCRETE UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03290-6 2.4 BACKING ROD A. Backing rod shall be an extruded closed-cell, polyethylene foam rod. The material shall be compatible with the joint sealant material used and shall have a tensile strength of not less than 40 psi and a compression deflection of approximately 25 percent at 8 psi. The rod shall be 1/8-inch larger in diameter than the joint width except that a one-inch diameter rod shall be used for a 3/4-inch wide joint. 2.5 BOND BREAKER A. Bond breaker shall be Super Bond Breaker as manufactured by Burke Company, San Mateo, California; Hunt Process 225-TU as manufactured by Hunt Process Co., Santa Fe Springs, California; Select Cure CRB as manufactured by Select Products Co., Upland, California; or equal. It shall contain a fugitive dye so that areas of application will be readily distinguishable. 2.6 BENTONITE WATERSTOP A. Where called for in the Contract Documents, bentonite type waterstop, which shall expand in the presence of water to form a watertight joint seal without damaging the concrete in which it is cast, shall be provided. B. The bentonite waterstop shall be composed of 75 percent bentonite. The balance of the material shall be butyl rubber-hydrocarbon with less than 1.0 percent volatile matter. The waterstop shall contain no asbestos fibers or asphaltics. C. The manufacturer's rated application temperature range shall be from 5 to 125 degrees F. The service temperature range shall be from -40 to 212 degrees F. D. The cross sectional dimensions of the unexpended waterstop shall be one inch by 3/4-inch. E. The waterstop shall be provided with an adhesive backing which will provide excellent adhesion to concrete surfaces. PART 3 - EXECUTION 3.1 GENERAL A. Unless otherwise shown, waterstops of the type specified herein shall be embedded in the concrete across joints as shown. All waterstops shall be fully continuous for the extent of the joint. Splices necessary to provide such continuity shall be accomplished in conformance to printed instructions of manufacturer of the waterstops. The CONTRACTOR shall take suitable precautions and means to support and protect the waterstops during the progress of the work and shall repair or replace at its own expense any waterstops damaged during the progress of the work. All waterstops shall be stored so as to permit free circulation of air around the waterstop material. B. When any waterstop is installed in the concrete on one side of a joint, while the other half or portion of the waterstop remains exposed to the atmosphere for more than 2 days, suitable precautions shall be taken to shade and protect the exposed waterstop from direct rays of the sun during the entire exposure and until the exposed portion of the waterstop is embedded in concrete. 10/18/07 JOINTS IN CONCRETE UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03290-7 3.2 SPLICES IN WATERSTOPS ^ ^•«r A. Splices in waterstops shall be performed by heat sealing the adjacent waterstop sections in accordance with the manufacturer's printed recommendations and the following requirements: 1. The material not be damaged by heat sealing. 2. The splices have a tensile strength of not less than 60 percent of the unspliced materials tensile strength. 3. The continuity of the waterstop ribs and of its tubular center axis be maintained. B. Butt joints of the ends of two identical waterstop sections may be made while the material is in the forms. C. All joints with waterstops involving more than 2 ends to be jointed together, and all joints which involve an angle cut, alignment change, or the joining of 2 dissimilar waterstop sections shall be prefabricated by the CONTRACTOR prior to placement in the forms, allowing not less than 24-inch long strips of waterstop material beyond the joint. Upon being inspected and approved, such prefabricated waterstop joint assemblies shall be installed in the forms and the ends of the 24-inch strips shall be butt welded to the straight run portions of waterstop in place in the forms. 3.3 JOINT CONSTRUCTION A. Setting Waterstops: /^^ 1. In order to eliminate faulty installation that may result in joint leakage, particular care shall be taken of the correct positioning of the waterstops during installation. Adequate provisions must be made to support the waterstops during the progress of the WORK and to ensure proper embedment in the concrete. The symmetrical halves of the waterstops shall be equally divided between the concrete pours at the joints. The center axis of the waterstops shall be coincident with the joint openings. Maximum density and imperviousness of the concrete shall be ensured by thoroughly working it in the vicinity of all joints. 2. In placing flat-strip waterstops in the forms, means shall be provided to prevent them from being folded over by the concrete as it is placed. Unless otherwise shown, all waterstops shall be held in place with light wire ties on 12-inch centers which shall be passed through the edge of the waterstop and tied to the curtain of reinforcing steel. Horizontal waterstops, with their flat face in a vertical plane, shall be held in place with continuous supports to which the top edge of the waterstop shall be tacked. In placing concrete around horizontal waterstops, with their flat face in a horizontal plane, concrete shall be worked under the waterstops by hand so as to avoid the formation of air and rock pockets. 3. Adequate means shall be provided for anchoring the waterstop in concrete. Waterstops shall be positioned so that they are equally embedded in the concrete on each side of the joint. 10/18/07 JOINTS IN CONCRETE UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03290-8 B. Joint Location: 1. Construction joints, and other types of joints, shall be provided where shown. When not shown, construction joints shall be provided at [25-foot] maximum spacing for all concrete construction, unless noted otherwise. Where joints are shown spaced greater than 25 feet apart, additional joints shall be provided to maintain the [25-foot] maximum spacing. The location of all joints, of any type, shall be submitted for acceptance by the ENGINEER. C. Joint Preparation: Special care shall be used in preparing concrete surfaces at joints where bonding between two sections of concrete is required. Unless otherwise shown, such bonding will be required at all horizontal joints in walls. Surfaces shall be prepared in accordance with the requirements of Section [03300], "Cast-in-Place Concrete." Except on horizontal wall construction joints, wall to slab joints or where otherwise shown or specified, at all joints where waterstops are required, the joint face of the first pour shall be coated with a bond breaker as specified herein. D. Construction Joint Sealant: 1. Construction joints in water-bearing floor slabs, and elsewhere as shown, shall be provided with tapered grooves which will be filled with construction joint sealant. The material used for forming the tapered grooves shall be left in the grooves until just before the grooves are cleaned and filled with joint sealant. After removing the forms from the grooves, all laitance and fins shall be removed, and the grooves shall be sand-blasted. The grooves shall be allowed to become thoroughly dry, after which they shall be blown out; immediately thereafter, they shall be primed and filled with the construction joint sealant. The primer used shall be supplied by the same manufacturer supplying the sealant. No sealant will be permitted to be used without a primer. Care shall be used to completely fill the sealant grooves. Areas designed to receive a sealant filler shall be thoroughly cleaned, as outlined for the tapered grooves, prior to application of the sealant. 2. Sealant application shall be in accordance with the manufacturer's printed instructions. The surfaces of the groove for the sealant shall not be coated. Concrete next to waterstops shall be placed in accordance with the requirements of Section [03300], Cast-in-Place Concrete. 3. The primer and sealant shall be placed strictly in accordance with the printed recommendations of the manufacturer, taking special care to properly mix the sealant prior to application. All sealant shall cure at least 7 days before the structure is filled with water. 4. All sealant shall be installed by a competent waterproofing specialty contractor who has a successful record of performance in similar installations. Before work is commenced, the crew doing the WORK shall be instructed as to the proper method of application by a representative of the sealant manufacturer. 10/18/07 JOINTS IN CONCRETE UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03290-9 5. Thorough, uniform mixing of 2-part, catalyst-cured materials is essential; special ^% care shall be taken to properly mix the sealer before its application. Before any \^ sealer is placed, the CONTRACTOR shall arrange to have the crew doing the WORK carefully instructed as to the proper method of mixing and application by a representative of the sealant manufacturer. 6. Any joint sealant which after the manufacturer's recommended curing time for the job conditions of the WORK hereunder, fails to fully and properly cure shall be completely removed; the groove shall be thoroughly sandblasted to remove all traces of the uncured or partially cured sealant and primer, and shall be re-sealed with the specified joint sealant. All costs of such removal, joint treatment, re-sealing, and appurtenant work shall be at the expense of the CONTRACTOR. E. Bentonite Waterstop: 1. Where a bentonite waterstop is cafled for in the Contract Documents, it shall be installed with the manufacturer's instructions and recommendations; except, as modified herein. 2. When requested by the ENGINEER or the INSPECTOR, the CONTRACTOR shall arrange for, the manufacturer to provide technical assistance in the field. 3. The bentonite waterstop shall be located as near as possible to the center of the joint and it shall be continuous around the entire joint. 4. Where a bentonite waterstop is used in combination with PVC waterstop, the ^% bentonite waterstop shall overlap the PVC waterstop for a minimum of 6 inches ^^ and shall be placed in contact with the PVC waterstop. 5. The bentonite waterstop shall not be placed when the temperature of the waterstop material is below 40 degrees F. The waterstop material may be warmed so that it shall remain above 40 degrees F during placement; however, means used to warm the material shall in no way harm the material or its properties. The waterstop shall not be installed where the air temperature falls outside the manufacturer's recommended range. 6. The bentonite waterstop shall be secured in place with concrete nails and washers at 12-inch maximum spacing. This shall be in addition to the adhesive backing provided with the waterstop. 10/18/07 JOINTS IN CONCRETE UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03290-10 SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 - GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall furnish all materials for concrete with the provisions of this Section and shall form, mix, place, cure, repair, finish, and do all other work as required to produce finished concrete, in accordance with the requirements of the Contract Documents. B. The following types of concrete shall be covered in this Section: 1. Structure Concrete: Concrete to be used in all cases except where noted otherwise in the Contract Documents. 2. Sitework Concrete: Concrete to be used for curbs, gutters, catch basins, sidewalks, pavements, fence and guard post embedment, underground duct bank encasement and all other concrete appurtenant to electrical facilities unless otherwise shown. 3. Lean Concrete: Concrete to be used for thrust blocks, pipe trench cut-off blocks and cradles, where the preceding items are detailed on the Drawings as unreinforced. Concrete to be used as protective cover for dowels intended for future connection. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Not used. 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the reference specifications of the GENERAL PROVISIONS. B. Comply with the current provisions of the following Codes and Standards. 1. Federal Specifications: UU-B-790A (Int. Amd. 1) Building Paper, Vegetable Fiber (Kraft, Waterproofed, Water Repellant and Fire Resistant). 2. Commercial Standards: ACI 214 Recommended Practice for Evaluation of Strength Test Results of Concrete. ACI 301 Specifications for Structural Concrete for Buildings. ACI 315 Details and Detailing of Concrete Reinforcement. ACI 318 Building Code Requirements for Reinforced Concrete. ACI 347 Recommended Practice for Concrete Formwork. 10/18/07 CAST-IN-PLACE CONCRETE UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03300-1 ACI 350 ASTM C 31 ASTM C 33 ASTM C 39 ASTM C 40 ASTM C 42 ASTM C 78 ASTM C 88 ASTM C 94 ASTM C 114 ASTM C 131 ASTM C 136 ASTM C 143 ASTM C 150 ASTM C 156 ASTM C 157 ASTM C 172 ASTM C 192 ASTM C 260 ASTM C 289 Recommended Practice for Sanitary Structure. Practices for Making and Curing Concrete Test Specimens in the Field. Specification for Concrete Aggregates. Test Method for Compressive Strength of Cylindrical Concrete Specimens. Test Method for Organic Impurities in Fine Aggregates for Concrete. Methods of Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. Specification for Flexural Strength. Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate. Specification for Ready-Mixed Concrete. Method for Chemical Analysis of Hydraulic Cement. Test Method for Resistance to Degradation of Small-Sized Coarse Aggregate by Abrasion. Method for Sieve Analysis of Fine and Coarse Aggregate. Test Method for Slump of Portland Cement Concrete. Specification for Portland Cement. Test Method for Water Retention by Concrete Curing Materials. Test Method for Length Change of Hardened Hydraulic Cement Mortar and Concrete. Specification for Sampling Fresh Concrete. Method of Making and Curing Concrete Test Specimens in the Laboratory. Specification for Air-Entraining Admixtures for Concrete. Test Method for Potential Reactivity of Aggregates (Chemical Method). o 10/18/07 UPPER AND LOWER FARADAY PUMP STATION REMOVAL CAST-IN-PLACE CONCRETE 03300-2 ASTMC311 Method for Sampling and Testing Fly Ash or Natural Pozzolans for Use as a Mineral Admixture in Portland Cement Concrete. ASTM C 494 Specification for Chemical Admixtures for Concrete. ASTMC618 Specification for Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete. ASTM D 1751 Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Non-Extruding and Resilient Bituminous Types). ASTM E 119 Method for Fire Tests of Building Construction and Materials. 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with GENERAL PROVISIONS. B. The following submittals and specific information shall be provided. 1. Mix Designs: Prior to beginning the WORK, the CONTRACTOR shall submit to the ENGINEER, for review, and approval, preliminary concrete mix designs for each class and type of concrete specified herein. The mix designs shall be designed by an independent testing laboratory acceptable to the ENGINEER. All costs related to such mix design shall be borne by the CONTRACTOR. Each concrete mix submittal shall contain the following information: a) Slump on which the design is based. b) Total gallons of water per cubic yard. c) Brand, type, composition and quantity of cement. d) Brand type, composition and quantity of fly ash. e) Specific gravity and gradation of each aggregate. f) Ratio of fine to total aggregate per cubic yard. g) Weight (surface dry) of each aggregate per cubic yard. h) Brand, type, and ASTM designation, active chemical ingredients and quantity of each admixture. i) Copy of the Building and Safety Research Report Approval for each concrete admixture. j) Air content. 10/18/07 CAST-IN-PLACE CONCRETE UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03300-3 k) Compressive strength based on 7-day and 28-day compression tests, including standard deviation calculations, corroborative data (if applicable), and required average comprehensive strength per ACI 318, Sections. I) Time of initial set. m) Certification stamp and signature by a Civil or Structural engineer registered in State of California. n) Certificate of Compliance for Cement. 2. Certified Delivery Tickets: Where ready-mix concrete is used, the CONTRACTOR shall provide certified weighmaster delivery tickets at the time of delivery of each load of concrete. Each certificate shall show the public weighmaster's signature, and the total quantities, by weight of cement, sand, each class of aggregate, admixtures, and the amounts of water in the aggregate and added at the batching plant as well as the amount of water allowed to be added at the site for the specific design mix. Each certificate shall, in addition, state the mix number, total yield in cubic yards, and the time of day, to the nearest minute, corresponding to when the batch was dispatched, when it left the plant, when it arrived at the job, the time that unloading began, and the time that unloading was finished. 3. When a water reducing admixture is to be used, the CONTRACTOR shall furnish mix designs for concrete both with and without the admixture. 4. The CONTRACTOR shall furnish a Certificate of Compliance signed by the supplier identifying the type of fly ash and stating that the fly ash complies with ASTM C 618 and these Specifications, together with all supporting test data prior to the use of the fly ash the sample represents. The supporting data shall also contain test results confirming that the fly ash in combination with the cement and water to be used meets all strength requirements and is compatible with air-entraining agents and other admixtures. 5. The CONTRACTOR shall submit to the ENGINEER for review the design mix for fly ash concrete together with the design mix for portland cement (non-fly ash) concrete as specified in this Section. 1.5 QUALITY ASSURANCE A. Tests on component materials and for compressive strength and shrinkage of concrete will be performed as specified herein. Test for determining slump will be in accordance with the requirements of ASTM C 143. B. The cost of all laboratory tests on cement, aggregates, and concrete, will be borne by the CITY. However, the CONTRACTOR shall be charged for the cost of any additional tests and investigation on work performed which does not meet the specifications. C. Concrete for testing shall be supplied by the CONTRACTOR at no cost to the CITY, and the CONTRACTOR shall provide assistance and facilities to the INSPECTOR in obtaining samples, and disposal and cleanup of excess material. 10/18/07 CAST-IN-PLACE CONCRETE UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03300-* D. Field Compression Tests: 1. Compression test specimens will be taken during construction from the first placement of each class of concrete specified herein and at intervals thereafter as selected by the INSPECTOR to ensure continued compliance with these specifications. Each set of test specimens will be a minimum of 4 cylinders. 2. Compression test specimens for concrete shall be made in accordance with ASTM C 31. Specimens shall be 6-inch diameter by 12-inch high cylinders. 3. Compression tests shall be performed in accordance with ASTM C 39. Two test cylinders will be tested at 7 days as necessary and two at 28 days. Any remaining cylinders will be held to verify test results, if needed. E. Evaluation and acceptance of compressive strength concrete shall be based on the following criteria: 1. Drying shrinkage tests shall be provided by the CONTRACTOR for the trial batch specified in the Paragraph in Part 2 entitled "Trial Batch and Laboratory Tests," and during construction to ensure continued compliance with these Specifications. 2. Drying shrinkage specimens shall be 4-inch by 4-inch by 11-inch prisms with an effective gage length of 10 inches, fabricated, cured, dried and measured in accordance with ASTM C 157 modified as follows: specimens shall be removed from molds at an age of 23 ±1 hours after trial batching, shall be placed immediately in water at 70 degrees F ±3 degrees F for at least 30 minutes, and shall be measured within 30 minutes thereafter to determine original length and then submerged in saturated lime water at 73 degrees F ±3 degrees F. Measurement to determine shrinkage expressed as percentage of base length shall be made and reported separately for 7, 14, 21, and 28 days of drying after 7 days of moist curing. 3. The drying shrinkage deformation of each specimen shall be computed as the difference between the base length (at "0" days drying age) and the length after drying at each test age. The average drying shrinkage deformation of the specimens shall be computed to the nearest 0.0001 at each test age. If the drying shrinkage of any specimen departs from the average of that test age by more than 0.0004-inch, the results obtained from that specimen shall be disregarded. Results of the shrinkage test shall be reported to the nearest 0.001 percent of shrinkage. Compression test specimens shall be taken in each case from the same concrete used for preparing drying shrinkage specimens. These tests shall be considered a part of the normal compression tests for the project. Allowable shrinkage limitations shall be as specified in Part 2, herein. G. Construction Tolerances: The CONTRACTOR shall set and maintain concrete forms and perform finishing operations so as to ensure that the completed work is within the tolerances specified herein. Surface defects and irregularities are defined as finishes and are to be distinguished from tolerances. Tolerance is the specified permissibje variation from lines, grades, or dimensions shown. Where tolerances are not stated in the specifications, permissible deviations will be in accordance with ACI 347. 10/18/07 CAST-IN-PLACE CONCRETE UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03300-5 H. The following construction tolerances are hereby established and apply to finished walls and slab unless otherwise shown: Variation of the constructed linear outline from the established position in plan. Variation from the level or from the grades shown. Variation from the plumb Variation in the thickness of slabs and walls Variation in the locations and sizes of slabs and wall openings &<;»•<•• In 10 feet: 1/8-inch; In 20 feet or more: 1/4-inch In 10 feet: 1 /8-inch; .In 20 feet or more: 1/4-inch In 10 feet: 1/8-inch; In 20 feet or more: 1/4-inch Minus 1/8-inch; Plus 1/4-inch Plus or minus 1/8-inch I. For each class of fly ash, all testing and sampling procedures shall conform with these Specifications and ASTM C 311, including the restriction that one sample weighing 4 pounds shall be taken from at least each 200 tons of fly ash supplied. J. Separate storage facilities shall be provided for fly ash. Fly ash shall be stored in such a manner as to permit ready access for the purpose of inspection and sampling and suitably protected against contamination or moisture. Should any fly ash show evidence of contamination or moisture or be otherwise unsuitable, the INSPECTOR may reject it and require that it be removed from the site. Each class of fly ash used in concrete for this project shall be from the same source. PART2-PRODUCTS 2.1 CONCRETE MATERIALS A. Materials shall be delivered, stored, and handled so as to prevent damage by water or breakage. Only one brand of cement shall be used. Cement reclaimed from cleaning bags or leaking containers shall not be used. All cement shall be used in the sequence of receipt of shipments. B. AH materials furnished for the work shall comply with the requirements of Sections 201, 203, and 204 of ACI 301, as applicable. C. Storage of materials shall conform to the requirements of Section 205 of ACi 301. D. Materials for concrete shali conform to the following requirements. 1. Cement shall be standard brand Portland cement conforming to ASTM C 150 for [Type II or Type V]. Portland cement shall contain not more than 0.60 percent alkalies. The term "alkalies" referred to herein is defined as the sum of the percentage of sodium oxide and 0.658 times the percentage of potassium oxide (Na20 •*• 0.658 K20). These oxides shall be determined in accordance with ASTM C 114. A single brand of cement shall be used throughout the work, and prior to its use, the brand shall be acceptable to the ENGINEER. The cement shall be suitably protected from exposure to moisture until used. Cement that has become lumpy shall not be used. Sacked cement shall be stored in such a manner so as to permit access for inspection and sampling. Certified mail test reports for each shipment of cement to be used shall be submitted to the INSPECTOR. 10/18/07 UPPER AND LOWER FARADAY PUMP STATION REMOVAL CAST-IN-PLACE CONCRETE 03300-6 Concurrent with strength design criteria, concrete shall also be proportioned to provide the requisite durability to satisfy the exposure conditions imposed by either environment and/or service. Durability, in this context, refers to the ability of the concrete to resist deterioration from the environment or service in which it is placed. Concrete proportioned in accordance with ACI 318, chapter 4, Durability Requirements, will meet these criteria. 2. Water shall be potable, clean, and free from objectionable quantities of silty organic matter, alkali, salts and other impurities. The water shall be considered potable, for the purposes of this Section only, if it meets the requirements of the local governmental agencies. 3. Aggregates shall be obtained from pits acceptable to the INSPECTOR, shall be non-reactive, and shall conform to ASTM C 33. Maximum size of coarse aggregate shall be as specified herein. Lightweight sand for fine aggregate will not be permitted. a. Coarse aggregates shall consist of clean, hard, durable gravel, crushed gravel, crushed rock or a combination thereof. The coarse aggregates shall be prepared and handled in two or more size groups for combined aggregates with a maximum size greater than 3/4-inch. When the aggregates are proportioned for each batch of concrete, the two size groups shall be combined. See the Paragraph in Part 2 entitled "Trial Batch and Laboratory Tests" for the use of the size groups. b. Fine aggregates shall be natural sand or a combination of natural and manufactured sand that are hard and durable. c. Combined aggregates shall be well graded from coarse to fine sizes, and shall be uniformly graded between screen sizes to produce a concrete that has optimum workability and consolidation characteristics. Where a trial batch is required for a mix design, the final combined aggregate gradations will be established during the trial batch process. d. When tested in accordance with ASTM C 289, the ratio of silica released to reduction in alkalinity shall not exceed 1.0. e. When tested in accordance with ASTM C 40, the fine aggregate shall produce a color in the supernatant liquid no darker than the reference standard color solution. f. When tested in accordance with ASTM C 131, the coarse aggregate shall show a loss not exceeding 42 percent after 500 revolutions, or 10.5 percent after 100 revolutions. g. When tested in accordance with ASTM C 88, the loss resulting after five cycles shall not exceed 10 percent for fine or coarse aggregate when using sodium sulfate. 4. Ready-mix concrete shall conform to the requirements of ASTM C 94. 10/18/07 CAST-IN-PLACE CONCRETE UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03300-7 5. Admixtures: The ENGINEER may require the use of admixtures or the CONTRACTOR may propose to use admixtures to control the set, effect water reduction, and increase workability. In either case, the addition of an admixture shall be at the CONTRACTOR'S expense. The use and continued use of an admixture shall be approved by the ENGINEER. Admixtures specified herein, other than calcium chloride, shall conform to the requirements of ASTM C 494. The required quantity of cement shall be used in the mix regardless of whether or not an admixture is used. Admixtures shall contain no free chloride ions, be non- toxic after 30 days, and shall be compatible with and made by the same manufacturer as the air entraining admixture. These admixtures shall not be used in greater doses than those recommended by the manufacturer or permitted by the ENGINEER. The permitted dosage of the admixture shall not exceed that which will result in an increase in the driving shrinkage of the concrete in excess of 20 percent when used in precast or prestressed concrete, or 10 percent when used in any other structural concrete. The strength of concrete containing the admixture in the amount of proposed shall, at the age of 48 hours and longer be not less than that of similar concrete without the admixture. The admixture shall not adversely affect the specified air content, unless permitted by the ENGINEER. a. Set controlling admixture shall be either with or without water-reducing properties. Where the air temperature at the time of placement is expected to be consistently over 80 degrees F, a set retarding admixture such as Sika Chemical Corporation's Plastiment, Master Builder's Pozzolith 300R, or equal shall be used. Where the air temperature at the time of placement is expected to be consistently under 40 degrees F, a set accelerating admixture such as Sika Chemical Corporation's ,**% Plastocrete 161FL, Master Builder's Pozzolith 50C, or equal shall be '^^ used. b. Low range water reducer shall conform to ASTM C 494, Type A. It shall be either a hydroxylated carboxylic acid type or a hydroxylated polymer type. The quantity of admixture used and the method of mixing shall be in accordance with the manufacturer's instructions and recommendations. c. High range water reducer shall be sulfonated polymer conforming to ASTM C 494, Type F or G. If the high range water reducing agent is added to the concrete at the batch plant, it shall be second generation type, Daracem 100, as manufactured by W.R. Grace & Co.; Pozzolith 430R, as manufactured by Masterbuilders; or equal. High range water reducer shall be added to the concrete after all other ingredients have been mixed and initial slump has been verified. If the high range water reducer is added to the concrete at the job site, it shall be used in conjunction with a low range water reducer and shall be Pozzolith 400N and Pozzolith MBL82, as manufactured by Masterbuilders; WRDA 19 and WRDA 79, as manufactured by W.R. Grace & Co.; or equal. Concrete shall have a slump of 3-inches ± 1/£-inch prior to adding the high range water reducing admixture at the job site. The high range water reducing admixture shall be accurately measured and pressure injected into the mixer as a single dose by an experienced technician. A standby system shall be provided and tested prior to each /g"""\ day's operation of the job site system. ^J 10/18/07 CAST-IN-PLACE CONCRETE UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03300-8 Concrete shall be mixed at mixing speed for a minimum of 30 mixer revolutions after the addition of the high range water reducer. d. Air-entraining agent meeting the requirements of ASTM C 260, shall be used. Sufficient air-entraining agent shall be used to provide a total air content of 3 to 4 percent; provided that, when the mean daily temperature in the vicinity of the worksite falls below 40 degrees F for more than one day, the total air content provided shall be 5 to 6 percent. The CITY reserves the right, at any time, to sample and test the air-entraining agent received on the job by the CONTRACTOR. The air-entraining agent shall be added to the batch in a portion of the mixing water. The solution shall be batched by means of a mechanical batcher capable of accurate measurement. 6. Calcium Chloride: Except as otherwise provided herein, calcium chloride will not be permitted to be used in concrete. 7. Fly ash/pozzolan shall conform to ASTM C 618, including the requirements of Table 1A, therein, section 2.5 D of this section and the following supplementary requirements: a. Class C fly ash • Loss on ignition, maximum 2 percent • 80s content, maximum 4 percent • Moisture content, maximum 1 percent • R = (CaO - 5%)/(Fe203), maximum 4.5 b. Class F fly ash • Loss on ignition, maximum 4 percent • S03 content, maximum 3 percent • Moisture content, maximum 1 percent • R = (CaO - 5%)/Fe203), maximum 0.75 2.2 CURING MATERIALS A. Materials for curing concrete as specified herein shall conform to the following requirements: 1. Concrete curing compound shall conform to the requirements of ASTM C309 Type 1-D (clear or translucent with a fugitive dye), Class B (Resin Type Only), except the loss of water shall not exceed 0.15 kilograms per square meter in 24 hours nor 0.45 kilograms per square meter in 72 hours when tested in accordance with ASTM C 156, the CONTRACTOR shall provide, when requested by the ENGINEER, certified copies of vendor's test report showing compliance with ASTM C 309 and these specifications. The testing and the report shall be supplied without cost to the Agency. All compounds shall be furnished by the CONTRACTOR in sealed original containers labeled in accordance with ASTM C 309 and with the date of manufacture. 2. Polyethylene sheet for use as concrete curing blanket shall be white and conform to ASTM C 171. The loss of moisture when determined in accordance with the requirements of ASTM C 156 shall not exceed 0.055 grams per square centimeter of surface. 10/18/07 CAST-IN-PLACE CONCRETE UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03300-9 3. Polyethylene-coated waterproof paper sheeting for use as concrete curing '^1 blanket shall consist of white polyethylene sheeting free of visible defects, uniform in appearance, having a nominal thickness of 2 mils and permanently bonded to waterproof paper conforming to the requirements of Federal Specification UU-B-790A (Int. Amd. 1). The loss of moisture, when determined in accordance with the requirements of ASTM C 156, shall not exceed 0.055 gram per square centimeter of surface. 4. Polyethylene-coated burlap for use as concrete curing blanket shall conform to ASTM C 171. The loss of moisture, when determined in accordance with the requirements of ASTM C 156, shall not exceed 0.055 grams per square centimeter of surface. 5. Curing mats for use in Curing Method 6 as specified herein, shall be heavy shag rugs or carpets or cotton mats quilted at 4-inches on center. Curing mats shall weigh a minimum of 12 ounces per. square yard when dry. 6. Evaporation retardant shall be a material such as Confilm as manufactured by Masterbuilders, Cleveland, OH; or equal. 2.3 NON-WATERSTOP JOINT MATERIALS A. Materials for non-waterstop joints in concrete shall conform to the following requirements: 1. Preformed joint filler shall be a non-extruding, resilient, bituminous type conforming to the requirements of ASTM D 1751. ^% '^J2. Mastic joint sealer shall be a material that does not contain evaporating solvents; that will tenaciously adhere to concrete surfaces; that will remain permanently resilient and pliable; that will not be affected by continuous presence of water and will not in any way contaminate potable water; and that will effectively seal the joints against moisture infiltration even when the joints are subject to movement due to expansion and contraction. The sealer shall be composed of special asphalts or similar materials blended with lubricating and plasticizing agents to form a tough, durable mastic substance containing no volatile oils or lubricants and shall be capable of meeting the test requirements set forth hereinafter, if testing is required by the ENGINEER. 2.4 MISCELLANEOUS MATERIALS A. Floor sealer/hardener shall be a colorless, aqueous solution of zinc and/or magnesium fluosilicate or of sodium silicate, and shall be as manufactured by Masterbuilders Company, W.R. Grace Co., or equal. The solution shall be delivered ready for use in the manufacturer's original sealed containers. Each gallon of the fluosilicate solution shall contain not less than 2 pounds of crystals. B. Dampproofing agent shall be an asphalt emulsion, such as Sonneborn Hydrocide 660, Flintkote C-13-E Foundation Coating, or equal. 10/18/07 CAST-IN-PLACE CONCRETE UPPER AND LOWER FAR. 3AY PUMP STATION REMOVAL 03300-10 C. Epoxy adhesives shall be the following products for the applications specified: 1. For bonding freshly-mixed, plastic concrete to hardened concrete, Sikadur Hi-Mod Epoxy Adhesive, as manufactured by Sika Chemical Corporation; Concresive 1001-LPL, as manufactured by Adhesive Engineering Company; or equal. 2. For bonding hardened concrete or masonry to steel, Colma-Dur Gel, Sikadur Hi- Mod Gel, or equal. 2.5 CONCRETE DESIGN REQUIREMENTS A. General: Concrete shall be composed of cement, admixtures, aggregates and water. These materials shall be of the qualities specified. The exact proportions in which these materials are to be used for different parts of the work will be determined during the trial batch. In general, the mix shall be designed to produce a concrete capable of being deposited so as to obtain maximum density and minimum shrinkage and, where deposited in forms, to have good consolidation properties and maximum smoothness of surface. Mix designs with more than 41 percent of sand of the total weight of fine and coarse aggregate shall not be used. The aggregate gradations shall be formulated to provide fresh concrete that will not promote rock pockets around reinforcing steel or embedded items. The proportions shall be changed whenever necessary or desirable to meet the required results at no additional cost to the CITY. All changes shall be subject to review by the ENGINEER. B. Water-Cement Ratio and Compressive Strength: The minimum cpmpressive strength and cement content of concrete shall be not less than that specified in the following tabulation. Note: One sack of cement equals 94 Ib. Adjustments to Mix Design: The mixes used shall be changed whenever such change is necessary or desirable to secure the required strength, density, workability, and surface finish and the CONTRACTOR shall be entitled to no additional compensation because of such changes. Fly ash/pozzplan may be used when approved by the ENGINEER as a partial cement replacement in concrete as follows: 1. Fly ash shall replace not more than 10 percent by weight of the Portland cement in the design mix. The design mix shall contain a minimum of 7 sacks of cement per cubic yard before the replacement is made. 2. Fly ash for hydraulic/liquid containing structures shall be Class F fly ash only. Fly ash for all other structures shall be Class C or F fly ash. 10/18/07 UPPER AND LOWER FARADAY PUMP STATION REMOVAL CAST-IN-PLACE CONCRETE 03300-11 2.6 CONSISTENCY The quantity of water entering into a batch of concrete shall be just sufficient, with a normal mixing period, to produce a concrete which can be worked properly into place without segregation, and which can be compacted by the vibratory methods herein specified to give the desired density, impermeability and smoothness of surface. The quantity of water shall be changed as necessary, with variations in the nature or moisture content of the aggregates, to maintain uniform production of a desired consistency. The consistency of the concrete in successive batches shall be determined by slump tests in accordance with ASTM C 143. The slumps shall be as follows: Footings and slabs 3-inches + 1 /2-inch, -1-inch Other work 3-inches ± 1-inch With high range water reducer added 8-inches max 2.7 TRIAL BATCH AND LABORATORY TESTS A. Before placing any concrete, a Department of Building and Safety testing laboratory approved by the ENGINEER shall prepare, within 30 calendar days after the date of the Notice to Proceed, a trial batch of each class of concrete having a 28-day strength of 4,000 psi or higher, based on the preliminary concrete mixes submitted by the CONTRACTOR. During the trial batch the aggregate proportions may be adjusted by the testing laboratory using the two coarse aggregate size ranges to obtain the required properties. If one size range produces an acceptable mix, a second size range need not be used. Such adjustments shall be considered refinements to the mix design and shall not be the basis for extra compensation to the CONTRACTOR. All concrete shall conform to the requirements of this Section, whether the aggregate proportions are from the CONTRACTOR'S preliminary mix design, or whether the proportions have been adjusted during the trial batch process. The trial batch shall be prepared using the aggregates, cement and admixture proposed for the project. The trial batch materials shall be of a quantity such that the testing laboratory can obtain 3 drying shrinkage, and 10 compression test specimens from each batch. The cost of not more than 3 laboratory trial batch tests for each specified concrete strength shall be borne by the CONTRACTOR. Any additional trial batch testing required shall be performed at the expense of the CONTRACTOR. B. The determination of compressive strength will be made by testing 6-inch diameter by 12-inch high cylinders; made, cured and tested in accordance with ASTM C 192 and ASTM C 39. 5 compression test cylinders shall be tested at 7 days and 5 at 28 days. The average compressive strength for the 5 cylinders tested at 28 days for any given trial batch shall not be less than the appropriate sections of ACI 318 of the specified compressive strength. C. A sieve analysis of the combined aggregate for each trial batch shall be performed according to the requirements of ASTM C 136. Values shall be given for percent passing each sieve. 10/18/07 CAST-IN-PLACE CONCRETE UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03300-12 2.8 SHRINKAGE LIMITATION A. The maximum concrete shrinkage for specimens cast in the laboratory from the trial batch, as measured at 21-day drying age or at 28-day drying age shall be 0.036 percent or 0.042 percent, respectively. The CONTRACTOR shall only use a mix design for construction that has first met the trial batch shrinkage requirements. B. The maximum concrete shrinkage for specimens cast in the field shall not exceed the trial batch maximum shrinkage requirement by more than 25 percent. C. If the required shrinkage limitation is not met during construction, the CONTRACTOR shall take any or all of the following actions, at no additional cost to the CITY, for securing the specified shrinkage requirements. These actions may include changing the source or aggregates, cement and/or admixtures; reducing water content; washing of aggregate to reduce fines; increasing the number of construction joints; modifying the curing requirements; or other actions designed to minimize shrinkage or the effects of shrinkage. 2.9 MEASUREMENT OF CEMENT AND AGGREGATE The amount of cement and of each separate size of aggregate entering into each batch of concrete shall be determined by direct weighing equipment furnished by the CONTRACTOR and acceptable to the ENGINEER; provided that, where batches are so proportioned as to contain an integral number of conventional sacks of cement, and the cement is delivered at the mixer in the original unbroken sacks, the weight of the cement contained in each sack may be taken without weighing as 94 pounds. 2.10 MEASUREMENT OF WATER The quantity of water entering the mixer shall be measured by a suitable water meter or other measuring device of a type acceptable to the ENGINEER and capable of measuring the water in variable amounts within a tolerance of one percent. The water feed control mechanism shall be capable of being locked in position so as to deliver constantly any specified amount of water to each batch of concrete, and the meter shall include a set-back register with a readily visible vertical face and double hands indicating in cubic feet and decimals thereof. A positive quick-acting valve shall be used for a cut- off in the water line to the mixer. The operating mechanism must be such that leakage will not occur when the valves are closed. 2.11 READY-MIXED CONCRETE A. At the CONTRACTOR'S option, ready-mixed concrete may be used meeting the requirements as to materials, batching, mixing, transporting, and placing as specified herein and in accordance with ASTM C 94, including the following supplementary requirements. B. Ready-mixed concrete shall be delivered to the site of the work, and discharge shall be completed within 90 minutes after the addition of the cement to the aggregates or before the drum has been revolved 300 revolutions, whichever is first. In hot weather, or under conditions contributing to quick stiffening of the concrete, or when the temperature of the concrete shall not exceed 90 degrees F. C. Truck mixers shall be equipped with electrically-actuated counters by which the number of revolutions of the drum or blades may be readily verified. The counter shall be of the resettable, recording type, and shall be mounted in the driver's cab. The counters shall be actuated at the time of starting mixers at mixing speeds. 10/18/07 CAST-IN-PLACE CONCRETE UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03300-13 D. Each batch of concrete shall be mixed in a truck mixer for not less than 70 revolutions of the drum or blades at the rate of rotation designated by the manufacturer of equipment. Additional mixing, if any, shall be at the speed designated by the manufacturer of the equipment as agitating speed. All materials including mixing water shall be in the mixer drum before actuating the revolution counter for determining the number of revolution of mixing. E. Truck mixers and their operation shall be such that the concrete throughout the mixed batch as discharged is within acceptable limits of uniformity with respect to consistency, mix, and grading. If slump tests taken at approximately the 1/4 and 3/4 points of the load during discharge give slumps differing by more than one inch when the specified slump is 3-inches or less, or if they differ by more than 2-inches when the specified slump is more than 3-inches, the mixer shall not be used on the work unless the causing condition is corrected and satisfactory performance is verified by additional slump tests. All mechanical details of the mixer, such as water measuring and discharge apparatus, condition of the blades, speed of rotation, general mechanical condition of the unit, and clearance of the drum, shall be checked before a further attempt to use the unit will be permitted. F. Each batch of ready-mixed concrete delivered at the job site shall be accompanied by a certified weighmaster delivery ticket furnished to the INSPECTOR in accordance with the Paragraph in Part 1 entitled "Certified Delivery Tickets". G. The use of non-agitating equipment for transporting ready-mixed concrete will not be permitted. Combination truck and trailer equipment for transporting ready-mixed concrete will not be permitted. The quality and quantity of materials used in ready-mixed concrete and in batch aggregates shall be subject to continuous inspection at the batching plant by the INSPECTOR. PART 3 - EXECUTION 3.1 PROPORTIONING AND MIXING A. Proportioning: Proportioning of the concrete mix shall conform to the requirements of Chapter 3 "Proportioning" of ACI 301; provided, that the maximum slump for any concrete shall not exceed 4-inches except when the use of high range water reducer is permitted which increases the maximum slump to 8-inches. B. Mixing: Mixing of concrete shall conform to the requirements of Chapter 7 of said ACI 301 Specifications. C. Slump: Maximum slumps shall be as specified herein in Section 2.6. D. Retempering: Retempering of concrete or mortar which has partially hardened will not be permitted. 3.2 PREPARATION OF SURFACES FOR CONCRETING A. General: Earth surfaces shall be thoroughly wetted by sprinkling, prior to the placing of any concrete, and these surfaces shall be kept moist by frequent sprinkling up to the time of placing concrete thereon. The surface shall be free from standing water, mud, and debris at the time of placing concrete. o 10/18/07 CAST-IN-PLACE CONCRETE UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03300-14 B. Joints in Concrete: Concrete surfaces upon or against which concrete is to be placed, where the placement of the old concrete has been stopped or interrupted so that, as determined by the ENGINEER, the new concrete cannot be incorporated integrally with that previously placed, are defined as construction joints. The surfaces of horizontal joints shall be given a compacted, roughened surface for good bond. Except where the Drawings call for joint surfaces to be coated, the joint surfaces shall be cleaned of all laitance, loose or defective concrete, and foreign material. Such cleaning shall be accomplished by sandblasting followed by thorough washing. All pools of water shall be removed from the surface of construction joints before the new concrete is placed. C. After the surfaces have been prepared, all approximately horizontal construction joints shall be covered with a layer of mortar approximately two-inch thick. The mortar shall have the same proportions of cement and sand as the regular concrete mixture. The water-cement ratio of the mortar in place shall not exceed that of the concrete to be placed upon it, and the consistency of the mortar shall be suitable for placing and working in the manner hereinafter specified. The mortar shall be spread uniformly and shall be worked thoroughly into all irregularities of the surface. Wire brooms shall be used where possible to scrub the mortar into the surface. Concrete shall be placed immediately upon the fresh mortar. When casting deep walls (more than 6 feet high) over slabs or footings, in lieu of the two-inch thick mortar, a 6-inch lift of a rich pea gravel mix with the same water-cement ratio as the wall concrete shall be placed and spread uniformly. Wall concrete shall follow immediately and shall be placed upon the fresh pea gravel mix. D. Embedded Items: No concrete shall be placed until all formwork, installation of parts to be embedded, reinforcement steel, and preparation of surfaces involved in the placing have been completed and ACCEPTED by the INSPECTOR at least 24 hours before placement of concrete. All surfaces of forms and embedded items that have become encrusted with dried grout from concrete previously placed shall be cleaned of all such grout before the surrounding or adjacent concrete is placed. E. All inserts or other embedded items shall conform to the requirements herein. F. All reinforcement, anchor bolts, sleeves, inserts, and similar items shall be set and secured in the forms where shown or by shop drawings and shall be acceptable to the INSPECTOR before any concrete is placed. Accuracy of placement is the responsibility of the CONTRACTOR. G. Where concrete is to be cast against old concrete, (greater than 60 days of age), the surface of the old concrete shall be thoroughly cleaned and roughened by sand-blasting, exposing the aggregate. In concrete shear-walls, suspended slabs and roof slabs, the interface surface at construction joints shall be roughened to a full amplitude of one quarter inch. The hardened surface shall be cleaned of all latent foreign material and washed clean, prior to the application of an epoxy bonding agent. H. No concrete shall be placed in any structure until all water entering the space to be filled with concrete has been properly cut off or has been diverted by pipes, or other means, and carried out of the forms, clear of the work. No concrete shall be deposited underwater nor shall the CONTRACTOR allow still water to rise on any concrete in such manner and at such velocity as will injure the surface finish of the concrete. Pumping or other necessary dewatering operations for removing ground water, if required, will be subject to the review of the ENGINEER. 10/18/07 CAST-IN-PLACE CONCRETE UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03300-15 I. Corrosion Protection: Pipe, conduit, dowels, and other ferrous items required to be /•%, embedded in concrete construction shall be so positioned and supported prior to .^J placement of concrete that there will be a minimum of 2-inches clearance between said items and any part of the concrete reinforcement. Securing such items in position by wiring or welding them to the reinforcement will not be permitted. J. Openings for pipes, inserts for pipe hangers and brackets, and the setting of anchors shall, where practicable, be provided for during the placing of concrete. K. Anchor bolts shall be accurately set, and shall be maintained in position by templates while being embedded in concrete. L. Cleaning: The surfaces of all metalwork to be in contact with concrete shall be thoroughly cleaned of all dirt, grease, loose scale and rust, grout, mortar, and other foreign substances immediately before the concrete is placed. 3.3 HANDLING, TRANSPORTING, AND PLACING A. General: Placing of concrete shall conform to the applicable requirements of ACI 301 and the requirements of this Section. B. Non-Conforming Work or Materials: Concrete which upon or before placing is found not to conform to the requirements specified herein shall be rejected and immediately removed from the work. Concrete which is not placed in accordance with these Specifications, or which is of inferior quality, shall be removed and replaced by and at the expense of the CONTRACTOR. C. No concrete shall be placed except in the presence of duly authorized representative of ^\ the INSPECTOR. The CONTRACTOR shall notify the INSPECTOR in writing at least ^J 48 hours in advance of placement of any concrete. D. Placement in Wall Forms: Concrete shall not be dropped through reinforcement steel or into any deep form, whether reinforcement is present or not, causing separation of the coarse aggregate from the mortar on account of repeatedly hitting rods or the sides of the form as it falls, nor shall concrete be placed in any form in such a manner as to leave accumulation of mortar on the form surfaces above the placed concrete. In such cases, some means such as the use of hoppers and, if necessary, vertical ducts of canvas, rubber, or metal shall be used for placing concrete in the forms in a manner that it may reach the place of final deposit without separation. In no case shall the free fall of concrete exceed 4 feet below the ends of ducts, chutes, or buggies. Concrete shall be uniformly distributed during the process of depositing and in no case after depositing shall any portion be displaced in the forms more than 6 feet in horizontal direction. Concrete in forms shall be deposited in uniform horizontal layers not deeper than 2 feet; and care shall be taken to avoid inclined layers or inclined construction joints except where such are required for sloping members. Each layer shall be placed while the previous layer is still soft. The rate of placing concrete in forms shall not exceed 5 feet of vertical rise per hour. E. Casting New Concrete Against Old: An approved epoxy adhesive bonding agent shall be applied to the old surfaces according to the manufacturer's written recommendations. 10/18/07 CAST-IN-PLACE CONCRETE UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03300-16 F. Conveyor Belts and Chutes: All ends of chutes, hopper gates, and all other points of concrete discharge throughout the CONTRACTOR'S conveying, hoisting and placing system shall be so designed and arranged that concrete passing from them will not fall separated into whatever receptacle immediately receives it. Conveyor belts, if used, shall be of a type acceptable to the ENGINEER. Chutes longer than 50 feet will not be permitted. Minimum slopes of chutes shall be such that concrete of the specified consistency will readily flow in them. If a conveyor belt is used, it shall be wiped clean by a device operated in such a manner that none of the mortar adhering to the belt will be wasted. All conveyor belts and chutes shall be covered. Sufficient illumination shall be provided in the interior of all forms so that the concrete at the places of deposit is visible from the deck or runway. G. Placement in Slabs: Concrete placed in sipping slabs shall proceed uniformly from the bottom of the slab to the top, for the full width of the pour. As the work progresses, the concrete shall be vibrated and carefully worked around the slab reinforcement, and the surface of the slab shall be screeded in an up-slope direction. H. Temperature of Concrete: The temperature of concrete when it is being placed shall be not more than 90 degrees F nor less than 40 degrees F in moderate weather, and not less than 50 degrees F in weather during which the mean daily temperature drops below 40 degrees F. Concrete ingredients shall not be heated to a temperature higher than that necessary to keep the temperature of the mixed concrete, as placed, from falling below the specified minimum temperature. If concrete is placed when the weather is such that the temperature of the concrete would exceed 90 degrees F, the CONTRACTOR shall employ effective means, such as precooling of aggregates and mixing water using ice or placing at night, as necessary to maintain the temperature of the concrete, as it is placed, below 90 degrees F. The CONTRACTOR shall be entitled to no additional compensation on account of the foregoing requirements. I. Cold Weather Placement: Earth foundations shall be free from frost or ice when concrete is placed upon or against them. Fly ash concrete shall not be placed when the air temperature falls below 50 degrees F. 3.4 PUMPING OF CONCRETE A. General: If the pumped concrete does not produce satisfactory end results, the CONTRACTOR shall discontinue the pumping operation and proceed with the placing of concrete using conventional methods. B. Pumping Equipment: The pumping equipment must have 2 cylinders and be designed to operate with one cylinder only in case the other one is not functioning. In lieu of this requirement, the CONTRACTOR may have a standby pump on the site during pumping. C. The minimum diameter of the hose (conduits) shall be 4-inches. D. Pumping equipment and hoses (conduits) that are not functioning properly, shall be replaced. E. Aluminum conduits for conveying the concrete will not be permitted. F. Proportioning: Minimum compressive strength, cement content, and maximum size of aggregates shall be as specified herein. G. Gradation of coarse aggregates shall conform to ASTM C 33 and shall be as close to the middle range as possible. 10/18/07 CAST-IN-PLACE CONCRETE UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03300-17 H. Gradation of fine aggregate shall conform to ASTM C 33, with 15 to 30 percent passing the number 50 screen and 5 to 10 percent passing the number 100 screen. The fineness modulus of sand used shall not be over 3.00. I. Water and slump requirements shall conform to the requirements of this Section. J. Cement and admixtures shall conform to the requirements of this Section. K. Field Control: Concrete samples for slump per ASTM C 143 and test cylinders per ASTM C 31 and C 39. 3.5 ORDER OF PLACING CONCRETE A. The order of placing concrete in all parts of the work shall be acceptable to the ENGINEER. In order to minimize the effects of shrinkage, the concrete shall be placed in units as bounded by construction joints shown. The placing of units shall be done by placing alternate units in a manner such that each unit placed shall have cured at least 7 days before the contiguous unit or units are placed, except that the corner sections of vertical walls shall not be placed until the 2 adjacent wall panels have cured at least 14 days. B. The surface of the concrete shall be level whenever a run of concrete is stopped. To ensure a level, straight joint on the exposed surface of walls, a wood strip at least 3/4-inch thick shall be tacked to the forms on these surfaces. The concrete shall be carried about 1/2-inch above the underside of the strip. About one hour after the concrete is placed, the strip shall be removed and any irregularities in the edge formed by the strip shall be leveled with a trowel and all laitance shall be removed. 3.6 TAMPING AND VIBRATING A. As concrete is placed in the forms or in excavations, it shall be thoroughly settled and compacted, throughout the entire depth of the layer which is being consolidated, into a dense, homogeneous mass, filling all corners and angles, thoroughly embedding the reinforcement, eliminating rock pockets, and bringing only a slight excess of water to the exposed surface of concrete during placement. Vibrators shall be high speed power vibrators (8,000 to 10,000 rpm) of an immersion type in sufficient number and with (at least one) standby units as required. B. Care shall be used in placing concrete around waterstops. The concrete shall be carefully worked by rodding and vibrating to make sure that all air and rock pockets have been eliminated. Where flat-strip type waterstops are placed horizontally, the concrete shall be worked under the waterstops by hand, making sure that all air and rock pockets have been eliminated. Concrete surrounding the waterstops shall be given additional vibration, over and above that used for adjacent concrete placement to assure complete embedment of the waterstops in the concrete. C. Concrete in walls shall be internally vibrated and at the same time rammed, stirred, or worked with suitable appliances, tamping bars, shovels, or forked tools until it completely fills the forms or excavations and closes snugly against all surfaces. Subsequent layers of concrete shall not be placed until the layers previously placed have been worked thoroughly as specified. Vibrators shall be provided in sufficient numbers, with standby units as required, to accomplish the results herein specified within 15 minutes after concrete of the prescribed consistency is placed in the forms. The vibrating head shall be kept from contact with the surfaces of the forms. Care shall be taken not to vibrate concrete excessively or to work it in any manner that causes segregation of its constituents. 10/18/07 CAST-IN-PLACE CONCRETE UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03300-18 3.7 FINISHING CONCRETE SURFACES A. General: Surfaces shall be free from fins, bulges, ridges, offsets, honeycombing, or roughness of any kind, and shall present a finished, smooth, continuous hard surface. Allowable deviations from plumb or level and from the alignment, profiles, and dimensions shown are defined as tolerances and are specified in Part 1, herein. These tolerances are to be distinguished from irregularities in finish as described herein. Aluminum finishing tools shall not be used. B. Formed Surfaces: No treatment is required after form removal except for curing, repair of defective concrete, and treatment of surface defects. Where architectural finish is required, it shall be as specified or as shown. C. Uniformed Surfaces: After proper and adequate vibration and tamping, all uniformed top surfaces of slabs, floors, walls, and curbs shall be brought to a uniform surface with suitable tools. The classes of finish specified for unformed concrete surfaces are designated and defined as follows: 1. Finish U1 - Sufficient leveling and screeding to produce an even, uniform surface with surface irregularities not to exceed 3/8-inch. No further special finish is required. 2. Finish U2 - After sufficient stiffening of the screeded concrete, surfaces shall be float finished with wood or metal floats or with a finishing machine using float blades. Excessive floating of surfaces while the concrete is plastic and dusting of dry cement and sand on the concrete surface to absorb excess moisture will not be permitted. Floating shall be the minimum necessary to produce a surface that is free from screed marks and is uniform in texture. Surface irregularities shall not exceed 1/4-inch. Joints and edges shall be tooled where shown or as determined by the ENGINEER. 3. Finish U3 - After the floated surface (as specified for Finish U2) has hardened sufficiently to prevent excess of fine material from being drawn to the surface, steel troweling shall be performed with firm pressure such as will flatten the sandy texture of the floated surface and produce a dense, uniform surface free from blemishes, ripples, and trowel marks. The finish shall be smooth and free of all irregularities. 4. Finish U4 - Steel trowel finish (as specified for Finish U3) without local depressions or high points. In addition, the surface shall be given a light hairbroom finish with brooming perpendicular to drainage unless otherwise shown. The resulting surface shall be rough enough to provide a nonskid finish. D. Uniformed surfaces shall be finished according to the following schedule: UNIFORM SURFACE FINISH SCHEDULE • ;.. .<*.; l , f :"*'. ''*^<®*.-&a~ &'.*W» m--^WS€\ -W 'T- »^ •. '- -•• Grade slabs and foundations to be covered with concrete or fill material Floors to be covered with grouted tile or topping grout Slabs which are water bearing with slopes 10 percent and less Sloping slabs which are water bearing with slopes greater than 10 percent Slabs not water bearing Slabs to be covered with built-up roofing Interior slabs and floors to receive architectural finish Finish U1 U2 U3 U4 U4 U2 U2 10/18/07 CAST-IN-PLACE CONCRETE UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03300-19 E. Floor Sealer Hardener (Surface Applied): 1. Floors to receive hardener shall be cured, cleaned, and dry with all work above them completed. Apply zinc and/or magnesium fluosilicate evenly, using 3 coats, allowing 24 hours between coats. 2. The first coat shall be 1/3 strength, second coat 1/2 strength, and third coat 2/3 strength. Each coat shall be applied so as to remain wet on the concrete surface for 15 minutes. If sodium silicate is used, it shall be applied evenly, using 3 coats, allowing 24 hours between coats, and the material shall be applied full strength at the rate of one gallon per 300 square feet. Approved proprietary hardeners shall be applied in conformance with the manufacturer's instruction. After the final coat is completed and dry, surplus hardener shall be removed from the surface by scrubbing and mopping with water. 3. Floor hardener shall be applied where shown. 3.8 ARCHITECTURAL FINISH A. Smooth Concrete Finish: Immediately after the forms have been stripped, the concrete surface shall be inspected and all poor joints, voids, rock pockets, or other defective areas shall be repaired and all form-tie fastener holes filled as specified herein. B. After the concrete has cured at least 10 days, the surface shall be wetted, and a grout shall be applied with a brush. The grout shall be made by mixing one part Portland cement and one part of fine sand that will pass a No. 16 sieve with sufficient water to give it the consistency of thick paint. The cement used in said grout shall be 1/2 gray and 1/2 white Portland cement, as determined by the ENGINEER. White portland cement shall be Atlas white, or equal, furnished by the CONTRACTOR. Calcium chloride in the amount of 5 percent by volume of the cement shall be used in the brush coat. The freshly applied grout shall be vigorously rubbed into the concrete surface with a wood float filling all small air holes. After all the surface grout has been removed with a steel trowel, the surface shall be allowed to dry and, when dry, shall be vigorously rubbed with burlap to remove completely all surface grout so that there is no visible paint-like film of grout on the concrete. The entire cleaning operation for any area shall be completed the day it is started, and no grout shall be left on the surface overnight. C. Surface Overnight: Cleaning operations for any given day shall be terminated at panel joints. It is essential that the various operations to carefully timed to secure the desired effect which is a light-colored concrete surface of uniform color and texture without any appearance of a paint or grout film. D. Before beginning any of the final treatment on exposed surfaces, the CONTRACTOR shall treat in a satisfactory manner a trial area of at least 200 square feet in some inconspicuous place selected by the ENGINEER and shall preserve said trial area undisturbed until the completion of the job. E. All architecturally-treated concrete surfaces shall conform to the accepted sample in texture, color, and quality. It shall be the CONTRACTOR'S responsibility to maintain and protect the concrete finish. 10/18/07 CAST-IN-PLACE CONCRETE UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03300-20 F. Sandblasted Concrete Finish: Sandblasting shall be done in a safe manner acceptable to local authorities, SCAQMD and per OSHA requirements. The sandblasting shall be a light sandblast to remove laitance and to produce a uniform fine aggregate surface texture with approximately 1/32- to 1/16-inch of surface sandblasted off. Comers, patches, form panel joints, and soft spots shall be sandblasted with care. The sandblasting work shall not proceed until after treatment of surface defects as specified herein, are completed. G. Protection against sandblasting shall be provided on all surfaces and materials not requiring sandblasting but within or adjacent to areas being sandblasted. After sandblasting, the concrete surfaces shall be washed with dean water and excess sand removed. 3.9 CURING AND DAMPPROOFING General: All concrete shall be cured for not less than 10 days after placing, in accordance with the methods specified herein for the different parts of the work, and described in detail in the following paragraphs: V^W$«& - .^rfW'toli* Ctifi^^^ .••;«•.-,?•••• Unstripped forms Wall sections with forms removed Construction joints between footings and walls, and between floor slab and columns Encasement concrete and thrust blocks All concrete surfaces not specifically provided for elsewhere in this paragraph Floor slabs on grade Roof and slabs not on grade Exterior buried surfaces of roof slabs [and basement walls] All liquid and water retaining structures Method 1 6 2 3 4 5 6 7 2 Method 1: Wooden forms shall be wetted immediately after concrete has been placed and shall be kept wet with water until removed. If steel forms are used, the exposed concrete surfaces shall be kept continuously wet until the forms are removed. If forms are removed within 10 days of placing the concrete, curing shall be continued in accordance with Method 6, herein. Method 2: The surface shall be covered with burlap mats which shall be kept wet with water for the duration of the curing period, until the concrete in the walls has been placed. No curing compound shall be applied to surfaces cured under Method 2. Method 3: The surface shall be covered with moist earth not less than 4 hours, nor more than 24 hours, after the concrete is placed. Earthwork operations that may damage the concrete shall not begin until at least 7 days after placement of concrete. Method 4: The surface shall be sprayed with a liquid curing compound. 1. Curing compound shall be applied in 2 coats according to the manufacturer's printed instructions. The direction of application of the second coat shall be perpendicular to the first. The second coat shall be applied when the first coat is dry to touch, but not to exceed 4 hours. Each coat shall be applied at a rate not more than 200 square feet per gallon and in such a manner as to cover the surface with a uniform film which will seal thoroughly. 10/18/07 CAST-IN-PLACE CONCRETE UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03300-21 2. Where the curing compound method is used, care shall be exercised to avoid ^*% damage to the seal during the curing period. The CONTRACTOR shall maintain ,J and monitor the curing compound membrane for a minimum of 10 days. Should the seal be damaged or broken before the expiration of this curing period, the break shall be repaired immediately by the application of additional curing compound over the damaged portion. 3. Wherever curing compound may have been applied by mistake to surfaces against which concrete subsequently is to be placed and to which it is to adhere, said compound shall be entirely removed by wet sandblasting just prior to the placing of new concrete. 4. Application of the curing compound to the concrete shall commence as soon as the finished surface of the concrete reaches a uniformly damp appearance with no free water on the surface. Curing compound shall also be applied no later than 2 hours after removal of forms from contact with formed surfaces or after the placement of concrete on the subgrade. At any point, the application rate shall be within 50 square feet per gallon of the nominal rate and the average application rate shall be within 25 square feet per gallon of the nominal rate specified when tested in accordance with California Test 535. 5. Repairs required to be made to formed surfaces shall be made within the said 2-hour period; provided, however, that any such repairs which cannot be made within the said 2-hour period shall be delayed until after the curing compound has been applied. When repairs are to be made to an area on which curing compound has been applied, the area involved shall first be wet-sandblasted to remove the curing compound, following which repairs shall be made as specified herein. ^± ^**'6. At the time of use, pigmented curing compounds shall be maintained in a thoroughly mixed condition. Containers of curing compound shall remain air-tight when not in use. 7. The CONTRACTOR shall apply curing compound in the presence of the INSPECTOR. Curing compound shall be applied to form a continuous and uniform membrane. Method 5: Immediately after the concrete has been screeded, it shall be treated with a liquid evaporation retardant. The retardant shall be used again after each work operation as necessary to prevent drying shrinkage cracks. 1. Immediately after each square foot of the concrete has been finished, it shall be given a coat of curing compound in accordance with Method 4, herein. Not less than one hour nor more than 4 hours after the coat of curing compound has been applied, the surface shall be wetted with water delivered through a fog nozzle, and concrete-curing blankets shall be placed on the slabs. The curing blankets shall be polyethylene sheet, polyethylene-coated waterproof paper sheeting or polyethylene-coated burlap. The blankets shall be laid with the edges butted together and with the joints between strips sealed with 2-inch wide strips of sealing tape or with edges lapped not less than 3-inches and fastened together with a waterproof cement to form a continuous watertight joints. 10/18/07 CAST-IN-PLACE CONCRETE UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03300-22 2. The curing blankets shall be left in place during the 10-day curing period and shall not be removed until after concrete for adjacent work has been placed. Should the curing blankets become torn or otherwise ineffective, the CONTRACTOR shall replace damaged sections. During the first 3 days of the curing period, no traffic of any nature and no depositing, temporary or otherwise, of any materials shall be permitted on the curing blankets. During the remainder of the curing period, foot traffic and temporary depositing of materials that impose light pressure will be permitted only on top of plywood sheets 5/8-inch minimum thickness, laid over the curing blanket. The CONTRACTOR shall add water under the curing blanket as often as necessary to maintain damp concrete surfaces at all times. Method 6: Concrete slabs shall be treated with an evaporation retardant as specified in Method 5. The concrete shall be kept continuously wet by the application of water for a minimum period of at least 10 consecutive days beginning immediately after the concrete has been placed or forms removed. Heavy curing mats shall be used as a curing medium to retain the moisture during the curing period. The curing medium shall be weighted or otherwise held in place to prevent being dislodged by wind or any other causes. Until the concrete surface is covered with the curing medium, the entire surface shall be kept damp by applying water using nozzles that atomize the flow so that the surface is not marred or washed. The curing blankets and concrete shall be kept continuously wet by the use of sprinklers or other means both during and after normal working hours. Immediately after the application of water has terminated at the end of the curing period, the curing medium shall be removed and curing compound immediately applied in accordance with Method 4, herein. The CONTRACTOR shall dispose of excess water from the curing operation to avoid damage to the work. Method 7: 1. Method 6 shall be used for curing. 2. Immediately after completion of curing, the surface shall be sprayed with a dampproofing agent consisting of an asphalt emulsion. Application shall be in 2 coats. The first coat shall be diluted to 1/2 strength by the addition of water and shall be sprayed on so as to provide a maximum coverage rate of 100 square feet per gallon of dilute solution. The second coat shall consist of an application of the specified material, undiluted, and shall be sprayed on so as to provide a maximum coverage rate of 100 square feet per gallon. Dampproofing material shall be as specified herein. 3. As soon as the asphalt emulsion, applied as specified herein, has taken an initial set, the entire area thus coated shall be coated with whitewash. Any formula for mixing the whitewash may be used which produces a uniformly coated white surface and which so remains until placing of the backfill. Should the whitewash fail to remain on the surface until the backfill is placed, the CONTRACTOR shall apply additional whitewash. 10/18/07 CAST-IN-PLACE CONCRETE UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03300-23 3.10 PROTECTION ,*•% The CONTRACTOR shall protect all concrete against injury until final acceptance by the CITY. Fresh concrete shall be protected from damage due to rain, hail, sleet, or snow. The CONTRACTOR shall provide such protection while the concrete is still plastic and whenever such precipitation is imminent or occurring. Immediately following the first frost in the fall, the CONTRACTOR shall be prepared to protect all concrete against freezing. After the first frost, and until the mean daily temperature in the vicinity of the worksite falls below 40 degrees F for more than one day, the concrete shall be maintained at a temperature not lower than 50 degrees F for at least 72 hours after it is placed. 3.11 CURING IN COLD WEATHER A. Water curing of concrete may be reduced to 6 days during periods when the mean daily temperature in the vicinity of the worksite is less than 40 degrees F; provided that, during the prescribed period of water curing, when temperatures are such that concrete surfaces may freeze, water curing shall be temporarily discontinued. B. Concrete cured by an application of curing compound will require no additional protection from freezing if the protection at 50 degrees F for 72 hours is obtained by means of approved insulation in contact with the forms or concrete surfaces; otherwise, the concrete shall be protected against freezing temperatures for 72 hours immediately following 72 hours protection at 50 degrees F. Concrete cured by water curing shall be protected against freezing temperatures for 3 days immediately following the 72 hours of protection at 50 degrees F. C. Discontinuance of protection against freezing temperatures shall be such that the drop in temperature of any portion of the concrete will be gradual and will not exceed ^"\ 40 degrees F in 24 hours. In the spring, when the mean daily temperatures rises above ^^ 40 degrees F for more than 3 successive days, the specified 72-hour protection at a temperature not lower than 50 degrees F may be discontinued for as long as the mean daily temperature remains above 40 degrees F; provided, that the concrete shall be protected against freezing temperatures for not less than 48 hours after placement. D. Where artificial heat is employed, special care shall be taken to prevent the concrete from drying. Use of unvented heaters will be permitted only when unformed surfaces of concrete adjacent to the heaters are protected for the first 24 hours from an excessive carbon dioxide atmosphere by application of curing compound; provided, that the use of curing compound for such surfaces is otherwise permitted by these Specifications. 3.12 TREATMENT OF SURFACE DEFECTS A. As soon as forms are removed, all exposed surfaces shall be carefully examined and any irregularities shall be immediately rubbed or ground in a satisfactory manner in order to secure a smooth, uniform, and continuous surface. Plastering or coating of surfaces to be smoothed will not be permitted. No repairs shall be made until after inspection by the ENGINEER. In no case will extensive patching of honeycombed concrete be permitted. Concrete containing minor voids, holes, honeycombing, or similar depression defects shall have them repaired as specified herein. Concrete containing extensive voids, holes, honeycombing, or similar depression defects, shall be completely removed and replaced. All repairs and replacements herein specified shall be promptly executed by the CONTRACTOR at its own expense. 10/18/07 CAST-IN-PLACE CONCRETE UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03300-24 B. Defective surfaces to be repaired shall be cut back from trueline a minimum depth of 1/2-inch over the entire area. Feathered edges will not be permitted. Where chipping or cutting tools are not required in order to deepen the area properly, the surface shall be prepared for bonding by the removal of all laitance or soft material, and not less than 1/32-inch depth of the surface film from all hard portions, by means of an efficient sandblast. After cutting and sandblasting, the surface shall be wetted sufficiently in advance of shooting with shotcrete or with cement mortar so that while the repair material is being applied, the surfaces under repair will remain moist, but not so wet as to overcome the suction upon which a good bond depends. The material used for repair purposes shall consist of a mixture of one sack of cement to 3 cubic feet of sand. For exposed walls, the cement shall contain such a proportion of Atlas white portland cement as is required to make the color of the patch match the color of the surrounding concrete. C. Holes left by tie-rod cones shall be reamed so as to leave the surfaces of the holes clean and rough. These holes then shall be repaired in an approved manner with non-shrink grout. Holes left by form-tying devices having a rectangular cross-section, and other imperfections having a depth greater than their least surface dimension, shall not be reamed but shall be repaired in an approved manner with non-shrink grout. D. All repairs shall be built up and shaped in such a manner that the completed work will conform to the requirements of this Section, as applicable, using approved methods which will not disturb the bond, cause sagging, or cause horizontal fractures. Surfaces of said repairs shall receive the same kind and amount of curing treatment as required for the concrete in the repaired section. E. Prior to filling any structure with water, all cracks that may have developed shall be repaired to the satisfaction of the ENGINEER. This repair method shall be done on the water bearing face of the members. Prior to backfilling, faces of members in contact with fill, which are not covered with a waterproofing membrane, shall also have cracks repaired as specified herein. 3.13 CARE AND REPAIR OF CONCRETE General: The CONTRACTOR shall protect all concrete against injury or damage from excessive heat, lack of moisture, overstress, or any other cause until final acceptance by the CITY. Particular care shall be taken to prevent the drying of concrete and to avoid roughening or otherwise damaging the surface. Any concrete found to be damaged, or which may have been originally defective, or which becomes defective at any time prior to the final acceptance of the completed work, or which departs from the established line or grade, or which, for any other reason, does not conform to the requirements of the Contract Documents, shall be satisfactorily repaired or removed and replaced with acceptable concrete at the CONTRACTOR'S expense. 10/18/07 CAST-IN-PLACE CONCRETE UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03300-25 SECTION 03370 CONCRETE CURING PART 1 - GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work as indicated on the Drawings and specified herein. B. This section covers the work necessary for the concrete curing requirements. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section [03300] Cast-ln-Place Concrete 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the reference specifications of the GENERAL REQUIREMENTS. B. The work of this section shall be performed in accordance with Standard Specifications for Public Works Construction Section 303-1.10. 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL PROVISIONS. 1.5 QUALITY ASSURANCE A. Quality Control Data: 1. Curing Compound: Manufacturer's Certification of Compliance, to include statement that product meets ASTM C 309, additional permeability requirement, and coverage. 2. Retardant for Exposed Aggregate Finish on Formed Surface: Manufacturer's Certification of Compliance including statement that product is suitable for and will meet job requirements. 3. Curing method, procedures and method of application to be used shall be in compliance with the requirements as specified herein. 10/18/07 CONCRETE CURING UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03370-1 PART 2 - MATERIALS 2.1 CURING COMPOUND A. Curing compound shall consist of a liquid which, when applied to fresh concrete by means of a spray gun, will form an impervious membrane over the exposed surfaces of the concrete. B. The membrane may be either asphaltic or paraffin derivatives to which other waterproofing materials may have been added. Concrete curing compounds shall be designated by type as follows: Type 1 - Clear or translucent with red fugitive dye Type 2 - White pigmented Type 3 - Light gray pigmented Type 4 - Black pigmented C. All curing compounds shall be furnished by the Contractor and shall be delivered ready- mixed in sealed original containers bearing the manufacturer's name and product identification. D. Provide curing compound meeting requirements of ASTM C 309, with additional requirement that permeability not exceed 0.039 gm/square cm/72 hours. E. Provide evaporation retardant where required to prevent rapid evaporation of water from fresh exposed concrete. F. When pigmented curing compounds are used, at the time of use, the compound shall be thoroughly mixed, with the pigment uniformly dispensed throughout the mixture. G. Unless otherwise specified, Type 1 curing compound shall be used. 2.2 FLOOR HARDENER (SURFACE-APPLIED) A. Floor hardener shall be a colorless, aqueous solution of zinc and/or magnesium fluosilicate. B. Each gallon of fluosilicate solution shall contain minimum of 2 pounds of crystals. C. All hardeners shall be furnished by the CONTRACTOR and shall be delivered ready mixed in sealed original containers bearing the manufacturer's name and product identification. o 10/18/07 UPPER AND LOWER FARADAY PUMP STATION REMOVAL CONCRETE CURING 03370-2 PART 3 - EXECUTION 3.1 CURING OF CONCRETE A. As soon after the completion of the specified finishing operations as the condition of the concrete will permit without danger of consequent damage thereto, all exposed surface shall either be sprinkled with water, covered with plastic sheet, or covered with earth, sand or burlap, or when not required to be painted, sprayed with Type 1 curing compound conforming with Article 1.1, Curing Compound of this section. B. Concrete that is water cured must be kept continuously wet for at least 10 days after being placed; preferably being covered, if possible, with at least two layers of not lighter than 7-ounce burlap. Handrail, base rail, railing posts, tops of walls, and similar parts of the structure, if water cured, must be covered with burlap as prescribed above, immediately following the finishing treatment specified therefore, and such covering shall not be removed in less than 4 days. Roadway areas, floors, slabs, curbs, walks, and the like, that are water cured may be covered with sand to a depth of at least 2 inches in lieu of the burlap as prescribed above, as soon as the condition of the concrete will permit, and such covering shall remain wet and in place for at least 10 days, unless otherwise directed by the Engineer or prescribed by the Specifications. C. When an impervious membrane (curing compound) is used, it shall be applied under pressure through a spray nozzle in such manner and quantity as to entirely cover and seal all exposed surfaces of the concrete with a uniform film. The membrane shall not be applied to any surface until all of the finishing operations have been completed; such surfaces being kept damp, until the membrane is applied. All surfaces on which a bond is required, such as construction joint, shear planes, reinforcing steel, and the like, shall be adequately covered and protected before starting the application of the curing compound in order to prevent any of the compound from being deposited thereon; and any such surface with which the compound may have come in contact shall immediately thereafter be cleaned. Care shall be exercised to prevent any damage to the membrane seal during the curing period. Should the seal be damaged before the expiration of 10 days after the placing of the concrete, additional impervious membrane shall be immediately applied over the damaged area. D. The top surface of highway bridge decks shall be cured by both the curing compound method, and by the water method except that the curing compound shall be either Pigmented Curing Compound-Chlorinated Rubber Base Type (State Specification 8030- 71D-04), or Pigmented Curing Compound Chlorinated Rubber Base white or Tinted (State Specification 8030-71D-05). The curing compound shall be applied progressively during the deck finished operations immediately after finishing operations are completed on each individual portion of the deck. The water cure shall be applied not later than 4 hours after completion of deck finishing or, for portions of the decks on which finishing is completed after normal working hours, the water cure shall be applied not later than the following morning. 10/18/07 CONCRETE CURING UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03370-3 E. Should any forms be removed sooner than 10 days after the placing of the concrete, the surface so exposed shall either be immediately sprayed with a coating of the curing compound, or kept continuously wet by the use of burlap or other suitable means until such concrete has cured for at least 10 days. F. When tops of walls are cured by the curing compound method, the side forms, except for metal forms, must be kept continuously wet for the 10 days following the placing of the concrete. G. If there is any likelihood of the fresh concrete checking or cracking prior to the commencement of the curing operations (due to weather conditions, materials used, or for any other reason), it shall be kept damp, but not wet, by means of an indirect fine spray of water until it is not likely that checking or cracking will occur, or until the curing operations are started in the area affected. 3.2 CURING METHODS A. Walls: 1. General: Where walls are to receive coatings, painting, cementitious material, or other similar finishes, do not use curing compounds. Use only water curing procedures. 2. Method 1: Leave concrete forms in place and keep sufficiently damp at all times to prevent opening of joints and drying of concrete. 3. Method 2: Apply specified curing compound, where allowed, immediately after removal of forms. 4. Method 3: Continuously sprinkle exposed surfaces. B. Slabs, Curb, and Roadway Areas: 1. Method 1: Protect surface by ponding. 2. Method 2: Cover with two layers of burlap or cotton mats and keep continuously wet. 3. Method 3: Cover with 2-inch layer of wet sand, earth, or sawdust, and keep continuously wet. 4. Method 4: Continuously sprinkle exposed surface. 5. Other agreed upon method that will provide moisture to be present and uniform at all times on entire surface of slab. C. The Engineer will determine the permissible rate of coverage of a curing compound. o o 10/18/07 UPPER AND LOWER FARADAY PUMP STATION REMOVAL CONCRETE CURING 03370-4 3.3 EVAPORATION RETARDANT APPLICATION S**" A. Spray onto surface of fresh concrete immediately after screeding to react with surface moisture. B. Reapply after smoothing surface with a bull float to ensure continuous, compacted monomolecular layer until final finishing is completed. C. After finishing, apply water curing as specified. 3.4 CURING AND PROTECTION IN COLD WEATHER A. Concrete shall not be placed during cold weather where conditions would require procedures as specified in ACI 306. B. The Engineer, at his option, may allow cold weather placement of concrete if an extended period of cold weather is anticipated. 3.5 CLEAR HARDENER APPLICATION (SURFACE APPLIED) A. Before application, thoroughly cure floors to receive hardener for minimum 28 days, keep clean, unpainted, free from membrane curing compounds, and dry with all work above them completed. B. Do not use curing compounds where floor hardeners are specified. Use water curing only. '**««•' C. Apply hardener evenly, using three coats, allowing 24 hours between coats as follows: 1. First Coat: 1/3 strength, second coat 1/2 strength, and third coat 2/3 strength, mix with water. 2. Apply each coat so as to remain wet on surface for 15 minutes. 3. Apply approved hardeners in accordance with manufacturer's instructions. 4. After final coat is completed and dry, remove surplus hardener from surface by scrubbing and mopping with water. 10/18/07 CONCRETE CURING UPPER AND LOWER FARADAY PUMP STATION REMOVAL 03370-5 REFERENCE DRAWINGS RISHT-OF-WAV 12" PVC INFLUENT SEWER PROVIDE WATER STOP AT WET WELL PENETRATION f BUBBLER LINE'- 5' INSIDE DIA.WET WELL ACCESS HOLE, FRAME, AND COVER, PER CMWD S-4 1 '-6" MIN. ALL AROUND — 1-1/2" PVC SUMPPUMP DISCHARGE 4" DIP SUCTION PIPING WITH 22 1/Z EL 6" PLUG VALVE CHECK VALVE BOTTOM PAD \- - SMITH & LOVELESS PACKAGE PUMP STATION. 12' INSIDE OIA. SETTING PLAN SCALE: 3/8"-r-0" 1/2" X Z/f X 1/2" TEE WITH 1/2" PLUG ACCESSIBLE- -,FROM WET WELL OPENING \ 3/(T SS BUBBLER LINE. SUPPORT OFF OF WET WELL WALL — — f%vcA N > WITH BUG SCREEN WALL COLLAR — 1/2" COPPER AIR UNE FOR WET WELL AERATION. TRANSITION 10 SS BEFORE ENTERING WET WELL. 1/2" SS AIR LINE, SUPPORT OFF OF WET WELL WALL 1-1/2" PVC SUMP PUMP DISCHARGE ANCHOR PIPE TO WET WELL WALL v 12" PVC INaUENT GRAVITY SEWER,PROVIDE WATER STOP ATWET WELL PENETRATION IE 122.65 12" SEWER EL 122.5 HW ALARM 1/2" SS BUBBLER LINE. SECURE TO WET WELL WALL 1/2* COPPER BUBBLER UNE FROM MAIN CONTROL PANEL.TRANSITION TO SS BEFORE ENTERING WET WELL , , CONSTRUCT 24" WIDE CONCRETE STEP. TOP OF STEP TO / / / BE WITHIN 12^ OF TOP OF ,'NTRANCE TUBE OPENING. SEE SHEET/ 29 FOR PLAN VIEW OF STEf' / FIE-'SGLASS ENTRANCE TUBE COVER FINISHED PAVEMENT 44" DIA. ENTRANCE TUBE M.J. CONNECTION X FLANGE WITH A ^ TOP OF FLANGE I2Z 9 1' x'/- - 6" DIP FORCE MAIN 1 SLOPE=0.005 • ENVIRONMENTAL CONTROL PANEL 1/2" SS AIR LINE, EXTEND TO - -, BOTTOM OF WET WELL GROUT ALL AROUND BASE OF WET WELL GROUT ALL AROUNDPUMP STATION CONCRETE SHALL BE 560-C-3250 PER GREEN BOOK i/r ss CAP WILSON ENGINEERING CONSULTING ENGINEERS703 PALOM-XR AIRPORT ROAD. SUITE 300 CARLSBAD, CA 92009 (619) 438-4422 //u^f^ 4/17/96 A 0. /\ AS-BUILT SJATE INITIAL ENGINEER OF WORK RFT/1SION DESCRIPTION SHEET 30 "AS BUILT1 ANDREW OVEN DATE RCF 4IOI5 FXP. 3/31/99 REVIEWED CITY OF CARLSBAD ENGINEERING DEPARTMENT SHEETS 34 PLWS FOR THE IMPROVEMENT OF: TEMPORARY SEWAGE LIFT STATION CARLSBAD RESEARCH CENTER UNIT 5 CMWD 88-203 EXISTING CONCRETE WALL ^ CORE DRILL PACK—, ""*"WITH NON-SHRINK \ GROUT \^ T^X •>.;.' VJ 1-1/2" MINIMUM ' / - / / n IfII V:A-'-LJV u _£_ PIPE TYPE AND CLASS PER MECHANICAL PLANS. FURNISH WITH WALL COLLAR OR WATERSTOP FOR PVC PIPE — • PIPE END SHALL BE FLANGED OR PLAIN END. AS SHOWN ONMECHANICAL PLANS END CAP --- SUPPORT CHANNEL. UNISTRUT SERIES P-1000, OR EQUAL FINISHED GRADE 1" BRASS PIPE - 3/4" HOSE BIBB WITH MALE HOSE THREADS . PIPE CLAMP, UNISTRUT SERIES P-1500, OR EQUAL 6" PVC FORCE MAIN ,. DETAIL A PIPE PENETRATION NTS DETAIL B HOSE BIBB 4" TYP- 3/8" DIAMETER HOLE, 4 PLACES r— ROTAMETER FISCHER 4 PORTER . MODEL 10A4555SXAHCFBX OR EQUAL W/ DIRECT READING SCALE (CFM) 1/2" BALL VALVE 1/2" TEE DIM. AS REQUIRED 1/2" UNION-- 1/2" BALL VALVE 1/2" COPPER PIPE TO AIR INJECTION ACCESS HOLE 1/2" COPPER PIPE TO WET WELL PRESSURE GAGEMARSHALLTOWN NO. G143852 PLACES -1/ff1 STEEL PLATEGALVANIZED 1/2" ELBOW 1/2* AIR LINE 1/2" UNION -1/2" AIR LINE 1/2" NEEDLE VALVE CRANE NO. 86 1/2" PRESSURE REGULATING VALVE ' -— 1/2" TEE '- 1/2" UNION 1/2" BALL VALVE — 1 ff SOLENOID VALVE 1/2" UNION 1/2" BALL VALVE " ' ' FROM AIR RECEIVER -1/2" BALL VALVE UNION — 1/2" PRESSURE REGULATING VALVE (SET TO 15 psi) - PRESSURE GAGE MARSHALLTOWN NO. 14382 1/2" NEEDLE VALVE CRANE NO. B6 DETAIL D AIR FEED CONTROL PANEL NTS TOO CONCRETE PER GREEN BOOK I WATER METER 1" COPPER WATER LINE PIPE PENETRATIONS IN 'v ACCESS HOlE PER DETAIL A \ 1. ALL PIPING IS COPPER. VALVES AND FITTINGS ARE BRASS, UNLESS OTHERWISE NOTED. 2 AIR PANEL TO BE MOUNTED IN MAIN CONTROL PANEL ENCLOSURE. 3. ALL BALL VALVES TO BE JAMESBURY TYPE 2000. OR EQUAL. ACCESS HOLE SIMILAR-* TO SRRSD S-2 6" X 6" X 4" TEE DRESSER COUPLING STYLE138 OR EQUALTWO DRESSER . COUPLINGS /A ACCESS HOLE FRAME AND - COVER, CMWD S-4 FLAT TOP. RATED FOR H-20 TRAFFICLOAD FINISHED 1 PAVEMENT x ff - 45" EL, MJ X BELL THRUST BLOCK PER CMWO STANDARDS 6" - 45' EL. MJ X MJ - 1/2" CORP. STOP. MUELLER NO. H-10013 OR EQUAL 1/2" CHECK VALVE. STOCKHAM FIG. B-322B OR EQUAL. TYP OF TWO - 1/2" COPPER AIR LINE, CORE DRILL AND PACK WITH GROUT 4" GALV. CAP 4" NIPPLE, 6" LONG 4" 45' ELBOW 4" PLUG VALVE - T.P. = 123.7 J — COMPANION FLANGE THREADED ADAPTER ff X 6" X 4" TEE.PROVIDE PIPE SUPPORT UNDER TEE. PLAN VIEW SECTION A-A DETAIL C AIR INJECTION AND EMERGENCY CONNECTION ACCESS HOLE SCALE: 3/Sf-r-ff TOP OF FINISH , PAVEMENT #5 O 12" O.C., TOP AND 90TTOMEACH WAY - CONCRETE SHALL 9E 560-C-3250 PER GREEN SOOK LENGTH AMD WIDTH DETAIL E EQUIPMENT PAD NTS PLANS PREPARED BY WILSON ENGINEERING CONSULTING ENGINEERS 703 PALOMAR AIRPORT ROAD. SUITE 300 , DATE INITIAL 'NGINEER OF WORK REVISION DESCRIPTION , DATE INITUL DATE 'VITAL SHEET 4 "AS BUILT ANDREW OVEN RCE 41015 EXP. -3/31/99 DATE S ' ' ^^^"*|tii iu t-Y-tf INSPECTOIT (J DATE CITY OF CARLSBAD ENGINEERING DEPARTMENT SHEETS 34 PLANS FOR THE IMPROVEMENT OF: TEMPORARY SEWAGE LIFT STATION CARLSBAD RESEARCH CENTER UNIT 5 APPR?^§!&£JL^7$<*%S tfZfTf ENGINEER RCE 23885 EXP 12/31/97 / OWN RV- _ . CHKD RY:!gfi^Rvwn Rv:^T3SS^ PROJECT NO. CT 85-24 T/*?(ATE DRAWING NO 294-1 CMWD 88-203 C#C - &XOWO &e rusr/iu.eD AfJOMainsf/au. 8£ z/0 cants* 3"CO SCH8O PVC fSO V 30 SERVICE WIRING Sf S.0.6ff B'-o" tot/6.73 Ate COfKKlTf fAO DIMCHSIONSMD AHCHORIHG SYSffM P£f> GfNERKTOR MFGR . SUBMIT LAYOUT FOR AfPftOVALBEFOftE MSTALLATION. f! \*tr 6$* 1* W^ 'MOVE 6 8AS£ WITH 3/f'ffOCX err Jif W /2SKHJ, .ere, IN V WET WILL v HIGH TEMP VHIGH TEMP\f.ow LEVSL \MOTOR *t \ MOTOR'S --, Y^ r^-n UTILITY .POWER I ^ HIL V STL. IN TRANSFER SWITCH TELEMETRY BLOCK DIAGRAM <S££ £££C/T RSCOffO OUGS. £Z f£3 A 7. DIALER SHALL BE PROVIDED WITH LISHTHIN6 AHD SURGEPKOTECTIOU. Z. ISOLATIOU AHD COHFISUKATIOH SMALL B£ AS REQUIRED BY THE TELEPHOHE COMPANY. iZ. 13. 14. 15. 16. 17. 18. ELECTRICAL NOTES TOE ELECTRICAL WORK INCLUDES FURNISHING ALL LABOR MATERIALS, TOOLSAND EOUIWENT FOR THE COMPLETE INSTALLATION OF THE ELECTRICAL WORK AS SHOWN ON THE DRAWINGS. CONTRACTOR OBTAINS ANO PAYS FOR PERMITS AND ARRANfiES FOR ALL NECESSARY INSPECTIONS AS REQUIRED Br THE AUTHORITIES HAVINGJURISDICTION. CONTRACTOR SHALL EXAMINE THE SITE AND COMPARE THE DRAWINGS WITH THE EXISTING CONDITIONS. BY THE ACT OF SUBMITTING A 610, CONTRACTOR IS STATING HE HAS MADE SUCH EXAMINATIONS ANO HAS MADE ALLOWANCES IN PREPARING HIS BID. CONTRACTOR SHALL CHECK FIELD CONDITIONS TO DETERMINE THAT MATERIALS AND CONSTRUCTION METHODS SPECIFIED ARE IN ACCORDANCE WITH GOOD CONSTRUCTION PRACTICE. SERVICES TO THE FACILITY SHALL BE INSTALLED IN ACCORDANCE WITH THE REQUIREMENTS OF THE TELEPHONE AND POWER COMPANY. CONTRACTOR SHALL VERIFY SERVICE POINTS IN THE FIELD ANO COORDINATE SERVICES WITH THE UTILITY COMPANIES. WHERE THERE IS A DISCREPANCY BETWEEN ANY TWO REQUIREMENTS ON THESE PLANS, CONTRACTOR SHALL. WITHOUT DELAY, BRING SUCH DISCREPANCY TOTHE ATTENTION OF THE OWNER'S REPRESENTATIVE WHO WILL DETERMINE WHICH REQUIREMENT SHALL GOVERN. ALL MATERIALS AND WORKMANSHIP SHALL CONFORM TO THE BEST MODERN PRACTICE. IN THE TRADE ANO KITH THE RECOMMENDATIONS AND REQUIREMENTS OF THE NATIONAL ELECTRIC CODE AND LOCAL COOES. AFTER AWARD OF THE CONTRACT, CONTRACTOR SHALL SUBMIT THREE COPIES.OF SHOP DRAWINGS TO OWNER REPRESENTATIVE BEFORE INSTALLATION OF EQUIPMENT FOR SHOP DRAWING APPROVAL. FOR SUBSTITUTION APPROVAL, CONTRACTOR SHALL SUBMIT FOUR COPIES OF SHOP ORAWING OR DESCRIPTIVE LITERATURE REQUIRED TO GIVE ANENGINEERING EVALUATION OF EACH ITEM BEING SUBSTITUTED. CONTRACTOR SHALL SUBMIT 10 DAYS AFTER AWARD OF CONTRACT A LIST OF MATERIALITEMS THAT WILL CAUSE DELAY OF JOB COMPLETION. RECORD DRAWINGS SHALL BE KEPT UP TO DATE AS JOB PROGRESSES ANO SHALL BE TURNED OVER TO OWNER REPRESENTATIVE AT THE COMPLETION OFTHE JOB. CONTRACTOR ASSUMES ALL RESPONSIBILITY FOR STORAGE OF MATERIALS,DAMAGE TO EQUIPMENT ANO SAFETY TO PERSONNEL UNTIL FINAL ACCEPTANCE BY OWNER. THE DRAWINGS INDICATE DIAGRAMMATICALLY THE DESIRED LOCATION OR ARRANGEMENT OF THE ELECTRICAL EQUIPMENT. THE CONTRACTOR SHALL EXERCISE PROPER JUDGMENT TO SECURE THE BEST POSSIBLE INSTALLATIONIN THE AVAILABLE SPACE. ALL CONDUIT SHALL BE RIGID GALVANIZED STEEL UNLESS OTHERWISE NOTED. ADAPTS* TYPICAL CONDUIT RISER NO SCALE ZJL.—fc^> r. LIBERATO D TORTOR1CI AS-BUILT-. 3.-7-T R.C.E. 24096 DATE REVIEWED BY' DATE /m^nqj/f f-1 I'Sl^ No. 2«096 ~i"uv-•-*-"/*. J>.-t'i»l'>-rfsK\l| .jv*3, ALL CONDUCTORS SHALL 1NOTED. :. STRANDED COPPER TYPE THUN UNLESS OTHERWISE ALL WORK SHALL BE GUARANTEED FOR A PERIOD OF ONS YEAR AFTER DATEOF ACCEPTANCE OF THE INSTALLATION. WHERE PVC CONDUIT IS NOTED, IT SHALL BE HEAVY WALL ELECTRICAL TYPEFOR DIRECT BURIAL APPLICATION, AND SHALL BE CONCRETE ENCASED. A PLASTIC WARNING STRIP (12" WIDE). SHALL BE PLACED IN THE TRENCHABOVE THE CONDUIT RUN. ALL NONMETALLIC POWER CONDUITS SHALL HAVE AN INSULATED (COLORGREEN) GROUNDING CONDUCTOR INSTALLED ANO BONDED AT BOTH ENDS. ALL FUSES SHALL BE CURRENT LIMITING 8USSMANN FUSETRON DUAL-ELEMENTFUSE UNLESS OTHERWISE NOTED. ALL CONDUITS SHALL HAVE A MINIMUM 24 INCH EARTH COVER. TELEPHONE CONDUITS SHALL BE SEPARATED FROM POWER CONDUITS BY 12 INCHES WHERECONDUITS ARE INSTALLED IN A TRENCH. 19. THE CONTRACTOR SHALL ARRANGE TO HAVE THE TELEPHONE COMPANY PULL IN THE TELEPHONE CONDUCTORS TO THE PUMP STATION ANO TERMINATE THETELEPHONE CONDUCTORS IN A J-BOX INSIDE THE PUMP STATION. THE J-BOX SHALL BE LARGE ENOUGH FOR ANY REQUIRED TELEPHONE FURNISHEDEQUIPMENT. ANY EXTRA COST FOR INSTALLING THE TELEPHONE CONDUCTORS SHALL BE INCLUDED IN THE BID. THE CONTRACTOR SHALL CONNECT THE ALARM CONTACT IN ACCORDANCE WITH THE RECEIVING END EQUIPMENTREQUIREMENTS. THE RECEIVING END TERMINATIONS SHALL BE COORDINATED BY MR. LARRY WILLEY, WITH CARLSBAD TREATMENT FACILITY (PHONE438-5604). 20. ALL EXPOSED CONDUIT RISERS SHALL BE GALVANIZED STEEL CONDUIT. SEE LETTER DATED NOVEMBER 5 1990 ON FILE AT THE OFFICE OF THE CITY ENGINEER. JSAtE /**• r. murk emylMccrn, Inc. JJ3S f A,t,t4f EnLlfft ui»enAT<i o.R.C.E. MO»J cure '•PL RICK ENGINEERING COMPANY PLANNERS- CIVIL ENGINEERS- LAUD SVKVETOHS JSJ 5. KANCMO SAHTA FC HO. SUITE IOO SAN KAROOS,CAUF. SiOSt PHOHt 744-ttOO 3oa pa PICO £w, CAHtsaiw, CM.IF. atoot mate rss-istreotmncr flfK CJTt MO.£(£cr.sae<tinaf.SHfET 18 CITY OF CARLSBAD DERtflTMEHT ^3. PLANS FOR THE IMPROVEMENT OF-. SEWER PUMP STATION CARLSBAD RESEARCH CENTER 07.85-84 UNIT^ 23889 OWNBf t CHKO BY PROJECT Nt CT8S-E4 SCALfS. HQFtiVSR:_ DRAWING tf 264-6 CRMWD 85-205 'JOB N8 87I2J " FAS PRORLE F&/ , r / /, RICK ENGINEERING COMPANY CIVH. ENGINEERS: PUNNING CONSUUWITS : SURVEYORS 9620 FRIARS ROAD SAN OCGO. CALIFORNIA 82110 [«19I ZS1 070T 30M PtO PICO DRIV0 CARLSBAD. CALIFORNIA 93008 C619] 729'4jBT »a S. XANCHO SANTA FE RD. SAN MARCOS. CA. *2O«8 (elfl) 744 4800 A77 // - 0OLT^ ffi/TSlro MATCH f/^e a.ct -'/I fSCOMC AHCHOKS Oft fTUP ANCUSXS W/HU7S PIPE SUPPORT I'CH£CK Mi/f Nd.Z PRESSURE RELIEF VALVE (47MO 5 PHV? 1C fCHCCK C/H Cf NO ? •I'SHUTOFF V«LV£ NO. ! HISS SIS l'Wfr£K SUPPLY ttfff GALV STL SCH •M /W SUPPORT , Sff 0£T TiV/S SMT I /,/// / i I , , , . / c/y / // / / / / / / / / 7 7 // / / //////// /////// / / / / / / / / / / / // / / '/'A '2"fSI*'//V6/C#e£H l/Siff / / / 'efXSr'GfatlS7p£4/?&>t/4£*f / W fJTfr ipife / / / / / A A -2'WATTKUHC SCH 4OPVC BACKFLOW PREVENTER DETAIL „ AS-BUILTI ~-*~-<~ A-7-17 LIBERATO 0 TORTORICI R.C.E. E4O96 -OATE REVIEWED BY' INSPECTOR DATE SEE LETTER DATED NOVEMBER S, 1990 ON FILE AT THE OFFICE OF THE CITY ENGINEER. MMVXTE CONTRACT JSMK />** «. wrvrir cmyiacerit, imc. LIBERATO D. TORTORICI R.C.E. 24096 KFK SVXGE TANKPROFILC>jor^>SCALE SHEET20 CIT.Y OF CARLSBAD ENQMEERtHa DEPARTMENT 23 IMPROVEMENT PLANS FORi SEWER PUMP STATION CARLSBAD RESEARCH CENTER CT.85-24UM1T4 CITY ENGINEEH OWN BY: CHKD BY:FIELD'BY; PDOJCCTNO. CT 85-24 SCALES:HORZ: YEH! DRAWING NO. 264-6 JOB NO. UBERATO 0 TORTORICI . tf/feW TO3UIT SEE LETTER DATED NOVEMBER 5, 1990 ON FILE AT THE OFFICE OF THE CITY ENGINEER.l/Z" & GUIS. <ST££i &X-T, jcv •*? -sreei. we /J9r-/5*a«c<i/z» cote* *«s to"* io'*t>' rze, cu fits SOJfSD IV-/6, PAMT to' PLUG MLfs, o./. fiesrem t MLveeox e s^/toe tz yep see PIP/MS PLAN POK COA/T. BKOOKS #tZ/8T&, 12JPC3. FOX V PUMP STATION ///z sen so PVC SUMP PUMP Disa MCHOK AS REQ'D 3lt S 5 •»f£ SUPPORT 3/6 STAINLESS STFfi (NO GALVIH WfTWELL) ^TATI^N 4 RICK ENGINEERING COMPANY PLANNERS- fIVU. ENGINEERS-LANO SURVEYORS 3SS f. RANCHO SANTA ff Ha SUITC fOO SAM HAKCOS,CAUf. not* PHOHC r*4-4too 30tt PK PICO OR., CAfHSOAD, CALIF. 3tOOt PHONE 719-tftT pmvm comwAcr JMLi X A 3AF-T- CL/MS UDDEK,m/f££ s^fTr BSLT-SWITH LOWS/IMG oevce-s. A*6rtJIOM'OFswtf'-STATION CITY OF CARLSBADENSIffERINS 0£fW>TM£NTKtrts/oH ro PUMP STATION SLAC. PLANS FOR THE IMPROVEMENT OF' SEWER PUMP STATION CARLSBAD RESEARCH CENTERCT85-24UMIT4,R£V/S/Q*/S /*f£ WE C/Tr K£W£- - ,•••• ,_[ £"BAS£ W/3/4'KKK /•A* «. m*rk cmglmcert, imc J213-* 4rn,V* E*tit*m ffff supfoeT, see O. TOKTOHICI R.C.t. 240«« CRMWD 85-305 ARA.QA.y AVE. 2 tmti viunc, Mrr 3. NO! UJtD 4. /50W HIM WtEiSl/W JflOIUM S. 57VWO6V It. POWER ««/»T»OL rANCL "PSCP", ENCLOSURE. MWMAN * A -7tCPK7ilg LI'S SOCKCT . 41 WAIT * /JT7 TB . 8 MM// SW/TCW W.H/i 3K /A 200A. tH'JV. S rjtt flAW SWIf'CW /DU^L fiEMewT Fi/ses, sau«f D 11. h :i : an*' it. TfAftsfe/t 12. AUTO i rfiKinn VITH »WC,LD owe / /2O/Z40V Ifl2fjtr PAUgl . . T/Mf MAW <TZ7iB- JOO . MI'-RuTiL MOOfL ZOO. IHSIDt l/DLTMETER . SW/TLH- . PIPE- 3"-/'/i" iiALV. 6FLL fcDJCER. 27. UcArHiKP-oor BOH U1TH I-2OA n DUPLEX KEC£rTACLE. 4.' Z7. SA«C 4S Z7 EXCEPT INDOOR BOX. 30. 3.1. (XHEXHTOR EXCfCISE fUHCTIOH 52. TElfMIMftL STRIP /-"/Z 34. Z"C 3--3/O /-"<« GROUND. 55 9/4 "£ 3-«/Z arSA-S,7 i-'HCOMTTKU. I- £ POLE SW'TCH « 1-ZCkllOV MMAS-iOK 57- Z"C 3-~3/0 I - -£, GKOUND V4"C 1--I4 LQH1RCL a--H.tU.RH I-V2CJOUHD 3». v«'c i-eo/ie j^4 awe COPPER UFER GROUND. BC /* 4.2. CURKKT TKAfllFO«H£K 5£IONOAK> if/IOS TO SITE PLAN 'A"-}' FKOH CT TO 4MMCTTX iVI7CH . LIBERATO D TORTORICI SEE LETTER DATED NOVEMBER 5, 199O ON FILE AT THE OFFICE OF THE CITY ENGINEER. AJCOT &KTWC /JVC •stifKfAieA'T ra 7/te PRIVATE CONTRACT CIT.y OF CARLSBAD ENGINEERING DEPARTMENT IMPROVEMENT PL/WS FOR' SEWER PUMP STATION CARLSBAD RESEARCH CENTER CT.85-24UMT4 •pflOJECT NO. CT 85-24 ORAWMO NO J-64-6SCALE I"-lie"SECTION S>SECTION A , AS-BUILT R.C.E. 24O96 DATE 1 PANEL SHALL BE FURNISHED BY PUMP STATION MANUFACTURER COMPLETE WITH ALL HIRING AND COMPONENTS IN PLACE. 2. TELEPHONE DIALER SHALL BE "ADVANCE MODEL »510" WITH 4 ALARM INPUTS AND 8 DIALER OUTPUTS. 3. GAS DETECTOR SHALL BS PER SPECIAL PROVISIONS. 4. PANEL SHALL BE NEHA 3R, BUG, RODENT AND WEATHERPROOF. EXTERNAL HARDWARE SHALL BE STAINLESS STEEL TYPE 316. DOORS SHALL 8E NEOPRENE GASKETEO AND PAOLOCKABLE. ALL EQUIPMENT SHALL BE FULLY ACCESSIBLE 'FOR OPERATION AND MAINTENANCE FROM THE FRONT. THE PUMP STATION CONTROL PANEL SHALL BE OF SUFFICIENT SIZE TO ADEQUATELY HOUSE ALL INSTRUMENTATION SHOWN ON THESE DRAWINSS AND SPECIFIED IN THE SPECIAL PROVISIONS INCLUDING BUT NOT LIMITED TO BUBBLER COMPRESSORS AND CONTROLS, 2 UN STRIP CHART RECORDER, ALL MOTOR CONTROLS REQUIRED FOR SUCCESSFUL OPERATION OF PUMP STATION. A/= o 0>0> 00) 0)<j> 6 ©© <P FROM ~PSCP" TO SDStE XFEK PUMP H' 1 CONTROL N'Z CONTROL SUMP PUMP BLtV/ttDCHUM/P. GAS OCT. SENSOf KT6HSDETS0ISOK STAHDBf 6EH 5Uft6£ COMfff. COHD J-WCfl ife'wc 3/4'PVC l&'WC 3/4' PVC 3/4 "PTC 3/4'PVC /'MS 3/4'PfC Z'PVC 3(4'prc i/4'prc 3/fm CABLE ft/awe 3'l*6 9" 14 3*1 + 6 9"/4 3'a<6t5'l4 (,'IZ'S 3"f/?1t7WSH Moue 3*2/0*6 Z'lZ+6 14 '14 3*/frGf£/4 PURPOSE. MAIN SERVICE MOTOR FEEDER CONTROLS MOT OK FEEDER CONTROLS FOD.COUTRtALM FEEDERl CONTROLS ALARM SI&NALS SPAK£ POWEK FF.F.PF.K HEATEK FttDBK CONTROL' ALARM FDffJ fOt/rfOt SEE LETTER DATED NOVEMBER 5, 1990 ON FILE AT THE OFFICE OF THE CITY ENGINEER. A UXX-OUT-STOf t* Tesr/XIM SVSHSOJKJM SWm/MMi OS fltWOED AT £ACM ALPHA MO. PART. CABLE & CONDUIT SCHEDULEFOH CONTINUATION S££ PUMP STA PLAN THIS DW6 (SEE SHEET NO. 1 A AVE. £ ifVCP GRAVITY SEWER co. feoesM arts.. co., £ 18'ACP WATER LIMf ZOO 4,480V 30 comsK/AL SAfe AKTBf. •SOCK6T 11. /UffBMAr/C TXtiUSfSf SHMX12. Aufo/MT/c TXiwsfex siutrcaI3.4SO- 00/240 V >j 7S*v* OKT TXWSfOOMG*It tSA, 2flX£,K. /$a, zfete, teoYcrrefMf.«. vettj s»3£<? 3 face /Has snrree17. /ae A gas 3O/I/MMV /ai/z&r /JKarr COHTIUUEOSEE.DE.T~A~ THIS Attro Tssr SWITCHKxw/cu /iv I-KONI 3J s&ijgMftK* — 6*' CMK. AW PUMP STA. POWER & CONTROL PNL mPSCP SITE PLAN SCALE: 1'. 80' NOTES:I- MOTOR STARTERS SHALL HAVEPROVISIONS FOR PADLOCKINGCIRCUIT BREAKER ON /OFFPOSITION. ISO If/ HP SODIUM INDUSTRIAL-^ LUMINAIRE FOR STANCHION C^ MTG W/AU6LE REFRACTOR VtV APPLETON TYPE LPSL OR "^ APPROVED EQUAL/PUMP STATION DRYIVELL \ \/ ENTRANCE TUBE\ \.CONTffOLPNL'PSCP"wo wsrAii. AU eautPMewr as* rxe &KSAI.MW/S/OMS AM M 4££aet>Atlce Uffrtfre&e&x., STATS AUO MAC asoes RICK ENGINEERING COMPANY PLANNERS- CIVIL ENGINEERS• LMS SURVCYORS 3SS S. fUf/CHO SANTA Ff KB. SUITS IOO SAN MAKCOS,OU.IF. S20SS PHONC r*4-4tOO 3O«S AO PICO Of., CMLStAO, C4UF ftoos PHONE 7Z9-499T PKIVtTf CONTRACT $06 fe fssu/neMeuTS. .cave. *EX sm SP£C FOK PUBLIC CAST METAL CONDUIT F/TTIU6S CITY OF CARLSBAD DETAIL-B" PLANS FOR THE IMPROVEMENT OF SEflER PUMP STATION CARLSBAD RESEARCH CENTER CT.85^4UNIT4 /#*• t. mmrk cmgimeers, IMC. I23S-» tremUm Ktflf** C*. 93»»*-41t7 ftg 25889 ' CITY ENGINEER JOB N» 87I2B FARADAY A V E. |4/0 BARE CU. GROUND EXOTHERMIC. WELD TO POLE BASE AND GROUND ROD. AIR INJECTION ANDEMERGENCY ACCESS HOLE 480V. M, 3W METERPEDESTAL. PROVIDE «' HIGH CONCRETE PAD PER UTILITY COMPANYREQUIREMENTS LEGEND © 80KW. 480V. 3«. 3W EMERGENCY GENERATOR KOHLER MODEL 0BOROZJ SEE DETAIL 'A' ON THIS SHEET FOR POLE MOUNT CONCRETE BASE 1QQAS 9QAF 3P $ WP HP EXIST. PVC C C.O. DISC. X XL XN XFMR XFER LOS DUPLEX OUTLET (GROUND FAULT INTERRUPTER) POLE MOUNTED LIGHT FIXTURE W/ POLE MOUNTED PHOTOCELL JUNCTION BOX GROUND CONNECTION I/2'C. 2012 WIRE (HASH MARKS INDICATE QUANTITY OF f\2 WIRES) ELECTRICAL HOME WIN DISCONNECT SWITCH, f INDICATES FUSED PANEL80ARD UNDERGROUND CONDUIT AND WIRE INDICATES 100AMP SWITCH 90 AMP FUSE 3 POLE TOGGLE SWITCH WEATHER PROOF HORSE POWER EXISTING POLYVINYL CHLORIDE CONDUIT CONDUIT ONLY DISCONNECT EXISTING TO REMAIN EXISTING TO BE RELOCATED EXISTING IN NEW LOCATION TRANSFORMER TRANSFER LOCKOUT STOP PUSHBUTTONS 100AMP, 480V, 3*. 3P AUTO. TRANSFER SWITCH (KOHLER MODEL 5340 WITH EXTRA AUX. CONTROLS) 100AMP. 120/208V. 3». 4WPANEL 'HP1 W/ 9KVA XMFR AND 30AMP DISC. SWITCH CONTROL PANEL SHALL BE COMPLETE WITH MOTOR STARTERS, DISC. SWITCHES. INDICATORS. LOGIC AND AUTO DIALER PER SPECIFICATIONS COL 1D'-0" L fVO BASE CU. GROUND ARDUNC POLE BASE - HANDHOLE - POLE BASE COVER * POLE BASE - HEX NUT AND ANCHOR BOLTS (« PLCS.) PER MANUFACTURER'S RECOMMENDATIONS -WEATHER PROOFGASKETED DOORS LIGHT SWITCH. MOUNT XFER SWITCH ON UNISTRUT FRAME GF1 DUPLEX • OUTLET 3/4'C. 3 1*12 GND. TO FIXTURE TYPE CONCRETE PAD- (SEE DETAIL E. SHEET 31)FRONT EXTERIOR ELEVATION I I/2'C. 301 +- 1|8 GND. TO GENERATOR TO METER PEDESTAL - 480V 30.3W 100AMP AUTOTRANSFERSWITCH IIU / / PANEL HP o I " 1v HA \ irtg / Q. ooo ^-4ooo Q ooo ^ooo — / • i - MOUNT PANELBOARO ON UNISTRUT FRAME - HOA STARTERS/ DISCONNECT SMTCHES 1 -FUSE DISC. SWITCH > TO UNISTRUTI FRAI - 12'X12" SPUCE BOX SUPPORT EQUIPMENT UMIS .ME ^—1 1/2'C. 3j(n -f 116 GND FRONT INTERIOR ELEVATION 3/8"0 (W11) STEEL WIRE SPIRALSOF 8" PITCH TIED TO REBAR CONCRETE POLE FOUNDATION JH VERTICAL REBAR (4 PLCS. MIN.) PANEL ENCLOSURE ELEVATION NTS LIGHT FIXTURE "A" POLE MOUNTING DETAIL __MORAES/PHAM & ASSOCIATES CONSUITINC ELECTRICAL Ji HECHAmCAL ENGWEEBS DATE IKfTlAL ENGINEER OF WORK REVISION DESCRIPTION ,AS-BUILr REVIEWEP 8Y: ^•^ CITY OF CARLSBAD ENGINEERING OEPARTMENT SHEETS 34 PLANS FOR THE IMPROVEMENT OF: TEMPORARY SEWAGE UFT STATION CARtBAD RESEARCH CENTER UNIT 5 >!" . if^_ye# __/ vi^^v [f^ ^*j *- / • ,CITY ENGINFFR^/RrV J36M FVP. 12/31/9T " QftTE PROJECT NO. CT 85-24 DRAWING NO. 294-1 CMWD 88-203 FARADAY A V E. EXISTING 6" PVC FORCE MAIN EXISTING 12" PVCGRAvrTY SEWER AT STA 15+01 EXISTING IT PVC CLASS 150 WATER EXISTING 1 WATER SERVICE AT STA 15-t-llEXISTING 2" IRRIGATION LINE TELEPHONE COMPANY A SEE SHEET 32. PEDESTALLL^ MOVED 300' NORTH AT LOT 103.— HOSE BIBB, SEE DETAIL B, SHEET 31 -T.P. 123.8, TOR CONTINUATION SEE SHEET 3 OF IMPROVEMENT PLANS FOR CARLSBAD 85-24. DWG NO. 294-1 BACKFLOW PREVENTOR PERCARLSBAD MWD STDS W-3/ -±^—"r — > AND w-20 _r^ijr~^^-^: 6" PVC FORCE MAIN. SLOPE-0.005 12' WIDE DOUBLE SWING GATE '"WfTH GATE LOCK SYSTEMTO ALLOW SDG4E ACCESS AIR INJECTION AND EMERGENCYCONNECTION ACCESS HOLE SEE DETAIL C SHEET 31 IE 122.8. FOR CONTINUATION SEE SHEET 3 OF IMPROVEMENT PLANS FOR CARLSBAD 85-24. DWG NO. 294-1 THRUST BLOCK PER CARLSBAD MWD STANDARD8' OF WT PVC INFLUENT SEWER, SLOPE «= 0.02 SITE FENCINGSEE SHEET 344" DIP VENT WITH BUG SCREEN 51 INSIDE D1A. WET WELL - SEE SETTING PLAN SHEET 30 FLEXIBLE COUPLINGDRESSER STYLE 138. OR EQUAL SITE GRADING AND PAVINGSEE SHEET 34 SOGtE METER PEDESTAL,SEE SHEET 32 1/2" COPPER AIR LINE -—ITO WET WELL 6" DIP FORCE MAIN, SLOPE-0.005 1/2" COPPER AIR LINE TO AIR INJECTION ACCESS HOLE 4" DIP SUCTION PIPING WITH 22 1/Z EL 1/2" COPPER BUBBLER LINE TO WET WELL AIR COMPRESSOR AND RECIEVER PAD. SEE DETAIL E SHEET 31. LENGTH AND WIDTH PER MANUFACTURER'S RECOMMENDATIONS 1/2" COPPER AIR PIPING FROMAIR COMPRESSOR/RECEIVER TO . AIR FEED CONTROL PANELX.OOA1J-0 * ' —L/ ~ MECHANICAL SITE PLAN - e_ FARADAY AVE. CURB AND SIDEWALK EMERGENCY GENERATOR PAD, SEE DETAIL E SHEET 31. LENGTH AND WIDTH PER MANUFACTURER'S RECOMMENDATIONS. SMITH 4 LOVELESS PACKAGE PUMP STATION, 12' INSIDE D1A.,SEE SETTING PLAN SHEET 30 . PAD, SEE DETAIL E SHEET 31DTH AS NECESSARY TOENCLOSURES E STEP FOR ACCESS TOIE SECTION A-A SHEET 30. ) _.,.„_._ FLANS PREPARED BY WILSON ENGINEERING CONSULTING ENGINEERS703 PALOMAR AIRPORT ROAD, SUITE 300CARLSBAD, CA 92009 (619) 438-4422 DATE A.O. INITIAL 1 - - REVISION DESCRIPTION DATE INITIAL DATT;INITIAL SHEET 29 -AANDR RCE" "AS BUILT ve£u_i £>-»•-_ EW OVEN 015 f-yp 3/31/99 REVIEWED BY: ^_ INSPECTOR7 7 DATE (• Y- ft DATE CITY OF CARLSBADENGINEERING DEPARTMENT SHEETS 34 PLANS FOR THE IMPROVEMENT OF: TEMPORARY SEWAGE LIFT STATION CARLSBAD RESEARCH CENTER UNIT 5 CfTY ENG^EER RC£ 23889 EXP 1 2/31/97 ' DATE OWN RY _CHKD BY- gfigRVWD BY: "ffw PROJECT NO. CT 85-24 DRAWING NO. 294-1 CMWD 88-E03