Loading...
HomeMy WebLinkAboutErrecas Inc; 2004-01-20; 38871DOC# 2006-0152192 Recording requested by: CITY OF CARLSBAD When recorded mail to: City Clerk City of Carlsbad 1200 Carlsbad Village Dr. Carlsbad, CA 92008 MAR 03, 2006 4:38 PM OFFICIAL RECORDS SAN DIEGO COUNTY RECORDER'S OFFICE GREGORY J. SMITH, COUNTY RECORDER FEES: 0.00 PAGES: 1 Space above this line for Recorder's Use 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 Carlsbad Municipal Water District (CMWD), a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work of improvement on the property hereinafter described was completed on June 17, 2005. 6. The name of the contractor for such work of improvement is Erreca's Inc. 7. The property on which the work of improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as the construction of the Alag Road, Poinsettia Lane, and Melrose Drive Recycled Water Transmission Main for the Encina Basin Water Reclamation Program, Phase II Project, Project No. 3887-1B. GLENN PRUIM Deputy Public Works Director VERIFICATION OF SECRETARY I, the undersigned, say: I am the Secretary of the Carlsbad Water Municipal District, 1200 Carlsbad Village Drive, Carlsbad, California, 92008. The Board of Directors of said District onFebruarv 21 2006, accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on February 21 . 2006, at Carlsbad, California. CARLSBAD MUNICIPAL WATER DISTRICT CMWD AB#611 Resolution No. 1268 2/21/2006 = «o.:.*c LORRAINE M. WOOD N?" Secretary 3 CARLSBAD MU N IC1 PALWATER Dl STRl CT San Diego County, California Contract Documents and Special Provisions For ALGA ROAD, POINSETTIA LANE, AND MELROSE DRIVE RECYCLED WATER TRANSMISSION MAIN CMWD PROJECT NO. 3887-B SWRCP PROJECT NO. C-06-3903-200 CONTRACT NO. 38871 April 2003 BOYLE ENGINEERING CORPORATION C 57669, Expiration 12/31/05 . I' Item . TABLE OF CONTENTS Paoe Notice Inviting Bids ......................................................................................................................... 6 Contractor's Proposal ................................................................................................................... 10 Equipment Material Source Information ....................................................................................... 17 Bid Security Form ......................................................................................................................... 18 Bidder's Bond to Accompany Proposal ........................................................................................ 19 Guidelines for Completing the "Designation of Subcontractor Amount of Subcontractor's Bid and "Designation of Owner OperatodLessor and Amount of Owner Operator/Lessor Work'' Forms ................................................................................................................................. 21 Designation of Subcontractors and Amount of Subcontractor's Bid ........................................... 23 Designation of Owner Operator/Lessor and Amount of Owner Operator/Lessor Work .............. 24 Bidder's Statement of Financial Responsibility ............................................................................ 25 Bidder's Statement of Technical Ability and Experience ............................................................. 26 Bidder's Certificate of Insurance for General Liability, Employers' Liability Automotive Liability and Workers' Compensation ........................................................................................... 27 - Bidder's Statement of Re-Debarment .......................................................................................... 28 Bidder's Disclosure of Discipline Record ..................................................................................... 29 Non-Collusion Affidavit to Be Executed by Bidder and Submitted with Bid ................................ 31 Contract Public Works .................................................................................................................. 32 Labor and Materials Bond ............................................................................................................ 38 Faithful PerformanceMlarranty Bond ........................................................................................... 40 Escrow Agreement for Surety Deposits In Lieu of Retention (Optional) ..................................... 42 @Revised: 07/29/02 Contract No . 38871 Page 1 of 77 Pages . SUPPLEMENTAL PROVISIONS Part 1 General Provisions . Section 1 1-1 1-2 1-3 Section 2 2-3 2-4 2-5 2-9 2-1 0 Section 3 3-3 3-4 3-5 Section 4 4-1 4-2 Section 5 5-1 5-4 5-6 Section 6 6-1 6-2 6-6 6-7 6-8 6-9 Section 7 7-3 7-4 7-5 7-7 7-8 7-1 0 7-1 3 Section 9 9-1 . 9-3 Terms Definitions. Abbreviations and Symbols Terms .................................................................................................................... 45 Definitions ............................................................................................................. 46 Abbreviations ........................................................................................................ 47 Scope and Control of the Work Subcontracts ......................................................................................................... 47 Contract Bonds ..................................................................................................... 48 Plans and Specifications ...................................................................................... 48 Surveying .............................................................................................................. 50 Authority of Board and Engineer .......................................................................... 52 Changes In Work Extra Work ............................................................................................................ 52 Changed Conditions ............................................................................................. 53 Disputed Work ...................................................................................................... 54 Control of Materials Materials and Workmanship ................................................................................. 57 Materials Transportation, Handling and Storage ................................................. 57 Utilities .................................................................................................................. 58 Location ................................................................................................................ 58 Relocation ............................................................................................................. 58 Cooperation .......................................................................................................... 58 Prosecution, Progress and Acceptance of the Work ........................................... 59 Construction Schedule and Commencement of Work ......................................... 59 Prosecution of Work ............................................................................................. 64 Delays and Extensions of Time ............................................................................ 67 Time of Completion .............................................................................................. 67 Completion and Acceptance ................................................................................ 67 Liquidated Damages ............................................................................................. 68 Responsibilities of the Contractor ........................................................................ 68 Liability Insurance ................................................................................................. 68 Workers’ Compensation Insurance ...................................................................... 68 Permits .................................................................................................................. 68 Project Site Maintenance ...................................................................................... 68 Public Convenience and Safety ........................................................................... 69 Laws to Be Observed ........................................................................................... 73 Measurement and Payment ................................................................................. 74 Measurement of Quantities for Unit Price Work .................................................. 74 ... .. Cooperation and Collateral Work ......................................................................... 68 Payment ................................................................................................................ 74 @Revised: 07/29/02 Contract No . 38871 Page 2 of 77 Pages Part 2 State of California. Water Resource Control Board Contract Requirements . 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 . 20 22 23 24 25 ... State Wage Rate Clause ............................................................................................... BPI Labor Code Section 1776; Complete Payroll Records; Certified and Available .......... BP1 Labor Code Section 1777.5; Employment of Properly Registered Apprentices ......... BP2 Labor Code Section 181 0; Definition: A Legal Day's Work .......................................... BP4 Labor Code Section 1813; Penalty for Overtime on any Public Works Contract ......... BP4 Labor Code Section 181 5; Minimum Overtime Pay ...................................................... BP4 Labor Code Section 1860; Contract Provision .............................................................. BP4 Labor Code Section 1861; Contractor Certification to Labor Code Section 3700 ....... BP4 Cultural Resource Protection ........................................................................................ BP4 State MBEPNBE Provisions; includes Attachment A and Attachment B ...................... BP6 MUST BE SUBMITTED WITH BID TO BE RESPONSIVE The Subletting and Subcontracting Fair Practices Act ............................................... BP13 Equal Opportunity Clause (40 CFR 608.4(b)) ............................................................. BP13 Nondiscrimination Clause ............................................................................................ BP14 Construction Contractors - Affirmative Action Requirements (41 CFR 604) ............. BP15 Elimination of Segregated Facilities ............................................................................ BP19 Certification of Non-Segregated Facilities ................................................................... BP20 Drug-Free Workplace Certification .............................................................................. BP21 Use of Debarred Contractors Prohibited ..................................................................... BP22 Responsibility for Removal. Relocation, or Protection of Existing Utilities ................. BP24 (Government Code Section 4215) Submitting of Bids and Agreeing to Assign (Government Code Section 4552) ......... BP25 Affirmative Action and Equal Employment Opportunity minority participation table .. BP26 Labor Code Section 6500 ............................................................................................ BP27 Public Contract Code Section 7105 ............................................................................ BP27 Public Contract Code Section 9203 ............................................................................ BP28 @Revised: 07/29/02 Contract No . 38871 Page 3 of 77 Pages SPECIAL CONDITIONS .. TECHNICAL SPECIFICATIONS ...................................................................................................... DIVISION 1 Section 01 200 Section 01 740 DIVISION 2 Section 02222 Section 02223 Section 02228 Section 02270 Section 02282 DIVISION 3 Section 03000 DIVISION 9 Section 09870 . Section 09900 Section 09952 Section 09954 Section 09961 DIVISION 15 Section 15041 Section 15044 Section 15050 Section 15061 Section 15080 Section 15090 Section 15091 Section 15092 Section 151 01 Section 151 03 Section 151 08 Section 151 22 Section 15220 Section 15240 Section 15292 DIVISION 16 Section 16640 . GENERAL REQUIREMENTS Measurement and Payment ................................................................ 1 to 8 Cleaning During Construction & Final Cleaning ................................. 1 to 2 SITE WORK Protecting Existing Underground Utilities ............................................ 1 to 2 Storm Water Runoff Control Program (California) .............................. 1 to 3 Connections to Existing Buried Pipelines ........................................... 1 to 2 Pipeline Trenching. Backfilling. and Compacting ................................ 1 to 8 Blasting ................................................................................................ 1 to 4 CONCRETE General Concrete Construction ........................................................... 1 to 13 FINISHES Tape Wrap and Concrete Mortar Coating for Painting and Coating ........................................................................... 1 to 9 Cold-Applied Wax Tape Coating ......................................................... 1 to 3 Polyethylene Sheet Encasement ........................................................ 1 to 2 Exterior of Steel Water Pipes ........................................................ 1 to 8 Fusion-Bonded Epoxy Linings and Coatings ...................................... 1 to 4 MECHANICAL Disinfection of Piping ........................................................................... 1 to 6 Hydrostatic Testing of Pressure Pipelines .......................................... 1 to 5 General Piping Requirements ............................................................. 1 to 4 Cement-Mortar Lined and Coated Steel Pipe and Specials ............... 1 to 21 Miscellaneous Piping Specialties ........................................................ 1 to 3 Blowoff Assemblies ............................................................................. 1 to 5 Manual Air Release Valves ................................................................. 1 to 4 Combination Air Valve Assemblies ..................................................... 1 to 4 Resilient Seated Gate Valves .............................................................. 1 to 5 Butterfly Valves .................................................................................... 1 to 6 Combination Air Release and Vacuum Valves ................................... 1 to 3 Flexible Pipe Couplings ....................................................................... 1 to 4 Copper Pipe and Tube ........................................................................ 1 to 4 Ductile Iron Pipe .................................................................................. 1 to 11 Polyvinyl Chloride (PVC) Distribution Pipe (AWWA C900) ................ 1 to 8 ELECTRICAL Cathodic Protection ............................................................................. 1 to 11 @Revised: 07/29/02 Contract No . 38871 Page 4 of 77 Pages APPENDICES - Appendix A Carlsbad Municipal Water District Standard Drawings INFORMATION FOR CONTRACTOR A. TO OBTAIN A COPY OF CURRENT PLAN HOLDERS LIST CITY OF CARLSBAD, PURCHASING PHONE (760) 602-2460 B. QUESTIONS PERTAINING TO PLANS AND CONTRACT DOCUMENTS CITY OF CARLSBAD SENIOR CIVIL ENGINEER, DAVID AHLES PHONE (760) 602-2748 @Revised: 07/29/02 Contract No. 38871 Page 5 of 77 Pages CARLSBAD MUNICIPAL WATER DISTRICT NOTICE INVITING BIDS Sealed bids will be deposited in the Bid Box located in the first floor lobby of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California, 92008-7314, until 4:OO P.M. on the 14th day of October , 2003 , at which time they will be opened and read, for performing the work as follows: 9,210 feet of 30-inch welded steel pipe and 3,115 feet of 12-inch polyvinyl chloride (PVC) pipe in Alga Road, Poinsettia Lane, and Melrose Drive. Project Name: Alga Road, Poinsettia Lane, and Melrose Drive, Recycled Water Transmission Main. CONTRACT NO. 38871 ALGA ROAD, POINSETTIA LANE, AND MELROSE DRIVE RECYCLED WATER TRANSMISSION MAIN The work shall be performed in strict conformity with the specifications as approved by the Board of Directors of the Carlsbad Municipal Water District on file with the Engineering Department. The specifications for the work include the Standard Specifications for Public Works Construction, 2003 Edition, and the supplements thereto all hereinafter designated "SSPWC" as issued by the Southern California Chapter of the American Public Works Association and as amended by the special provisions sections of this contract. Reference is hereby made to the plans and specifications for full particulars and description of the work. The Carlsbad Municipal Water District encourages the participation of minority and women-owned businesses. The Carlsbad Municipal Water District encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. The Carlsbad Municipal Water District may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the Carlsbad Municipal Water or another jurisdiction in the State of California as an irresponsible bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (IO) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the District to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the District or a state or federally chartered bank in California as the Escrow Agent. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The documents which comprise the Bidder's proposal and that must be completed and properly executed, including notarization where indicated are: - - *). \#Revised: 07/29/02 Contract No. 38871 Page 6 of 77 Pages 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit 4. Designation of Subcontractors and Amount of Subcontractor Bid 5. Designation of Owner Operator/Lessors and Amount of Owner Operator/Lessor Work Responsibility Experience 6. Bidder's Statement of Financial 7. Bidder's Statement of Technical Ability and 8. Acknowledgment of Addendum@) 9. 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 IO. Bidder' s Statement Re Debarment 11. Bidder's Disclosure Of Discipline Record 12. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) * Pursuant to California Public Contracts Code section 4104(a)(2)(A) receipt of portions of the information required on documents numbers four and five, above, may be submitted by the Bidder up to twenty-four (24) hours afler the deadline for submitting bids contained in this "Notice Inviting to Bid." All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $3,575.400.00. 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 California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases ahe contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does involve federal funds. The following classifications are acceptable for this contract: CLASSIFICATION DESCRIPTION A General Engineering If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. Sets of plans, special provisions, and Contract documents may be obtained at the Cashier's Counter on the first floor lobby at the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of $50.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit 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 award of the contract neither addition to, modification of nor interpretation of any provision in the contract documents will be given by any agent, - .. e= k#Revised: 07/29/02 Contract No. 38871 Page 7 of 76 Pages employee or contractor of the City of Carlsbad=nor may any bidder rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. The Carlsbad Municipal Water District reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The District Engineer is the District's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A pre-bid meeting and tour of the project site will not be held. All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis .of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price will be required for work on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to: 1) One hundred percent (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars (5,000,000. 2) Fifty percent (50%) of the total amount payable by the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($1 0,000,000). 3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract exceeds ten million dollars ($10,000,000). . m %#Revised: 07/29/02 Contract No. 38871 Page 8 of 77 Pages These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the District until they are released as stated in the Supplemental Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the District may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-V. 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The District does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the Board of Director's is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the District may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad, California, by Resolution No. 11 91, adopted on the lgTH day of August, 2003. . .. wputy City Clerk PUBLISH: August 28,2003 ,fSRevised: 07/29/02 Contract No. 38871 Page 9 of 77 Pages CARLSBAD MUNICIPAL WATER DISTRICT .- CONTRACT NO. 38871 ALGA ROAD, POINSETTIA LANE, AND MELROSE DRIVE RECYCLED WATER TRANSMISSION MAIN CONTRACTOR'S PROPOSAL Board of Directors Carlsbad Municipal Water District 5950 El Camino Real Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, Special Provisions and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 38871 in accordance with the Plans, Specifications, Supplemental Provisions and addenda thereto and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: Item - No. DescriDtion BID SCHEDULE Approx. Quantity and Unit Unit Price Total Mobilization and preparatory LS (NOT $/rn,LW $100, Cm-0 work at lump sum amount not to exceed TO EXCEED) One Hundred Thousand Dollars (Lump Sum) Construction schedule stipulated lump sum of Five Thousand Dollars (Lump Sum) LS Prepare SWPPP and BMP's, LS furnish and install erosion and $5,000.00 $5,000.00 GRevised: 07/29/02 Contract No. 38871 Page 10 of 76 Pages - 5 6 7 8 .- 9 &inch PVC CL-150 recycled 67 LF $ /75-- $ /1$72" water main, including excavation, backfill, compaction, aggregate base and asphalt paving testing, and disinfection at (&!&&d - Dollars per Linear Foot 12-inch PVC CL-150 recycled 2,680LF $ 99 - $.a.c3Zo - water main, including excavation, backfill, compaction, aggregate base and asphalt paving testing, and disinfection at Dollars per Linear Foot 2Ztk 12-inch PVC CL-200 recycled 70 LF $/e;4 $13 230 water main, includina excavation, backfill, compaction, aggregate base and asphalt paving testin , and disinfection at &re& -near Foot 12-inch ductile iron Class 350 370 LF $123 $43053 pipe, install in casing, excavation, backfill, compaction, aggregate base and asphalt paving, testing, and disinfection at A- Dollars per Linear Foot 24-inch welded steel pipe casing 260 LF $ zz'z- lGZ!Jzl CML, tape wrap with mortar shield, and installation at zm&!!&L 30-inch welded steel pipe CML, tape wrap with mortar shield, Excavation, backfill, compaction, Aggregate base and asphalt paving Testing, and disinfection at enear Foot 9,222 LF #%d&i&& @Revised: 07/29/02 Contract No. 38871 Page 11 of 76 Pages 10 2-inch blow-off assembly &&A.& %% Each u 11 4-inch blow-off assembly 12 1 -inch manual air release valve and assembly at - Dollars Each - 13 2-inch manual air release valve and assembly at Dollark Each -- 4 EA $358s $14‘3 54 6 EA $35ib5 $213 40 6 EA .!z&L $1 37 $0 14 2-inch combination air-release and vacuum valve assembly at Dollafs Each 15 8-inch Class 125 1 EA $/GO $/+6 o gate valve and assembly at w 16 12-inch Class 125 2 EA $1446 $3m0 gate valve and assembly at -- 6ZkEii 17 12-inch Class 200 1 EA $2035 G&c gate valve and assembly at 18 30-inch Class1 50 butterfly 5 EA $m?K $59 325‘ valve and assembly at - #Revised: 07/29/02 Contract No. 38871 Page 12 of 76 Pages - 19 . Cathodic protection test I stations with 2 anodes at L Dollaig Each 9 EA 20 Curb, gutter, and sidewalk replacement at Dollars per Linear Foot signing and striping, pavement markings, pavement markers, temporary signal loops, permanent signal loops, temporary railing (Type K) and crash cushion assemblies -=%---- 21 Furnish and install traffic control, LS 22 Furnish and install sheeting, LS shoring, and bracing for the protection of trench and workers in excavations at /4&%&& Dollars (Lump Sum) - &r;RwLaye 23 Overexcavation and rock % Dollars per Cubic Yard $ 74539 3,900 LF $ 20 $7rn Total amount of bid for Schedule in words: &dbh@WAfw& Total amount of bid for Schedule in numbers: {< 8-70, b40 Price(s) given above are firm for 90 days after date of bid opening. I P%ezl - The Undersigned has carefully checked all of the above figures and understands that the District will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad, the District may administratively authorize award of the contract to the second @[>E@ igWfy&&J&r~ &&hEo: security of the lowest bidder may be .forfeited. PI~OJ 2,- SA. DATE NATURE @Revised: 07/29/02 Contract No. 38871 Page 13 of 76 Pages .. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the f a contractor within the State of California, validly licensed under license number -%q , classification 1 c IZ which expires on , and that this statement is true and correct and has the legal effect of od 30. 2no 4 an affidavit. ' A bid submitted to the District by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City 5 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. Public Contract Code 5 10164. The Undersigned bidder hereby represents as follows: 1. That no Board of Directors member, officer, agent, or employee of the Carlsbad Municipal Water District is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the Board of Directors, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. - I - Accompanying this proposal is rbbMS &AI T, (Cash, Certified Check, Bond - or Cashier's Check) for ten percent (IO?&) 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 crafl or type of worker needed to execute the Contract and agrees to comply with its provisions. QRevised: 07/29/02 Contract No. 38871 Page 14 of 76 Pages ~~~~ License Detail California Home Page 1 of 2 Mondav. October 20.2003 Contractor License # 395434 Before relying on this information, you should be aware of the following limitations: CSLB complaint disclosure is restricted by law (B&P 7124.6). If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint andlor legal action information. are disclosed. the arbitration. onto the Board's license data base. Per B&P 7071.17, only construction related civil judgments known to the CSLB Arbitrations are not listed unless the contractor fails to comply with the terms of Due to workload, there may be relevant information that has not yet been entered I - - - Extract Date: 10/20/2003 * * * Business Information * ERRECAS INC P 0 BOX 640 LAKESIDE, CA 92040 Business Phone Number: (619) 390-6400 Entity: Corporation Issue Date: 11/14/1980 Expire Date: 11130/2004 * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications * * Description GENERAL ENGINEERING CONTRACTOR * * * Bonding Information * * CONTRACTOR'S BOND: This license filed Contractor's Bond number 349747 in the amount of $7,500 with the bonding company 10/20/2003 License Detail Page 2 of 2 SEABOARD SURETY COMPANY. Effective Date: 08l1911997 Contractor's Bondha History BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) CHARLES MIKE ERRECA certified that he/she owns 10 percent or more of the voting stocklequity of the corporation. A bond of qualifying individual is not required. Effective Date: 01/17/1995 BQl's Bondina History * * * Workers Compensation Information * * * This license has workers compensation insurance with the EAGLE PACIFIC INSURANCE COMPAM Policy Number: 180302471 Effective Date: 04/01/2003 Expire Date: 04/01/2004 Workers Compensation-Hisi * * * Miscellaneous Information [Date11 Description 1 ~~~~~]LASBESTOS CERT REMOVED] Personnel listed on this license (current or disassociated) are listed on other licenses. Personnel List Other Licenses _. License ~~ Number Reqm Contractor Name Request Salesperson Request Salesperson Name Request Personnel Name Request Q 2003 State of California. Conditions of Use Privacv Policy 10/20/2003 Personnel List Page 1 of 1 California Home Mondav. October 20.2W3 Contractor License # 395434 Click on the person's name to see a more detailed page of information on that person. Name LOUISE FLEGAL ERRECA CHARLES MIKE ERRECA MAX GORDON FRAZIER SCOTT CHARLES ERRECA CHARMAINE CLAUDETTE - BRIDWELL DAVID DANIEL SR EDICK THOMAS HAYWOOD HAMM JOHN RALPH EAST -DENNIS CONROY Title VICE PRESIDENT RMOIP VICE PRESIDENT VICE PRESIDENT VICE PRESIDENT VICE PRESIDENT VICE PRESIDENT VICE PRESIDENT SECRETARY Association Disassociation More Class A More C12 More Date Date 1 i114119ao 0912511 992 ii1i41i9ao 1 111 412000 1 i114119ao 1 111 411 980 1 111 412000 1 1 I1 011 986 1 112611 996 1 112611 996 1 112611 996 1 112611 996 License Number Request Contractor Name Request Personnel Name Request Salesperson Reguest Salesperson Name Request 0 2003 Sfate of California. Conditions of Use mvacv Policy 10/20/2003 - - IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business - (Street and Number) - City and State (4) Zip Code Telephone No. - IF A PARTNERSHIP, SIGN HERE: (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 City and State (4) Zip Code Telephone No. IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted FmA,5 ri.k 0 (Street and Number) .. - I - (2) VI& ?&s/odr Impress Corporate Seal here #Revised: 07/29/02 Contract No. 38871 Page 15 of 76 Pages I fw2drPc - - (3) Incorporated under the laws of the State of (4) Place of Business I2 570 s!Au 6#mdt) dsx ~MuaF3 (Street and Number) SIDE ; / City and State (5) Zip Code qzolco Telephone No. (IIL14) 340 - b400 NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation: if a #Revised: 07/29/02 Contract No. 38871 Page 16 of 76 Pages EQUIPMENT/MATERIAL SOURCE INFORMATION TO ACCOMPANY PROPOSAL CONTRACT NO. 38871 ALGA ROAD, POINSETTIA LANE, AND MELROSE DRIVE RECYCLED WATER TRANSMISSION MAIN The bidder shall indicate opposite each item of equipment or material listed below, the name of the one supplier and manufacturer of each item or equipment or material proposed to be furnished under the bid. Awarding of a contract under this bid will not imply approval by District or the manufacturers listed by the Bidder. Eauiment/Material Manufacturer fd?&tM 4LP”M. 1. 30” cement-mortar lined, tape and mortar-coated welded steel pipe 2. 30” butterfly valves (Manufacturer) L.VCOd (Mandacturer) 3. Air release valves Ub-J (Mandacturer) QRevised: 07/29/02 Contract No. 38871 Page 17 of 76 Pages BID SECURITY FORM CONTRACT NO. 38871 ALGA ROAD, POINSETTIA LANE, AND MELROSE DRIVE RECYCLED WATER TRANSMISSION MAIN (Check to Accompany Bid) (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a 'Certified *Cashiers check payable to the order of CARLSBAD MUNICIPAL WATER DISTRICT, in the sum of dollars ($ 13 this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the District provided this proposal shall be accepted by the District through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the District if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder. "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.) GRevised: 07/29/02 Contract No. 38871 Page 18 of 76 Pages BIDDER'S BOND TO ACCOMPANY PROPOSAL CONTRACT NO. 38871 ALGA ROAD, POINSElllA LANE, AND MELROSE DRIVE RECYCLED WATER TRANSMISSION MAIN KNOW ALL PERSONS BY THESE PRESENTS: That we, ERREA'S, INC. , as Princlpai. and SEABOARD SURETY mPAIiY, as Su- are held and firmly bound unto the Carlsbad Municipal Water Dlstrict, Carlsbad, Callfomia, in an amount as follows: (must be at least ten percent (10%) of the bld amount) !tm PERCENT OF BID AMOUNT for which payment, Wl and truly made, we bind ourselves. our helrs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-bounden Principal for: ALGA ROAD, PONlSElTlA LANE, AND MELRQSE DRIVE RECYCLED WATER TRANSMISSION MAIN CONTRACT NO. 38871 in the City of Carisbad, is accepted by the Board of Directors, and if the Principal shall duly enter into and execute a Contract including required bonds and insurdme policies within twenty (20) days from the date of award of Contract by the Board of Directors of the Carlsbad Municipal Water Distrlct of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it Shall be and remain in full force and effect. and the amount specified herein shall be forfeited to the said District. - In the went Principal executed this bond as an individual. it Is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. QRevised: 07/29/02 Contracl No. a Page 19 of 76 Pages -44- Execured by PRINCIPAL this Executed by SURETY this 15" day of PRINCIPAL: SURETY: day of OCdTo&&- 120a. SEPTEMBER .20Q-. - s , INC. SEABOARD SURETY CCMPANY (name of Surety) (name of Principal) - 8900 N. 22ND Am., STE. 300, PHOENIX, A!Z 95021 {address of Surety) d (602) 678-3434 (telephone number of Surety) apex l?&h% (print name here) It& PrnlDd r ocs Em (signature of Attoxy-in-m (ti* and organizatiop of Signatory) JAMES F. m-, ATI'OFWEY-IN-FACT (printed name of Attomey-in-Fact) (prinr kame here) (Attach corporate resolution showing current - . power of attorney.) (Proper notarial acknowledge of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one olficer signs, the corporation must attach a resolution cettlfled by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporatian.) (If signed by an individual partner, the partnership must attach a statement of partnership authorizing the partner to execute this instrument.) APPROVED AS TO FORM: RONALD R. BALL General Counsel By: ..- @Revised: 07/29/02 ConttactNo.3W1 Page 20 of 76Pages St. Paul Fire and Marine Insurance Company SI. Paul Mcrw Insurance Company Seaboard Surety Company United States Fidelity and Gumq Company Fidelity and Guaranty Insurance Company Fidctity and Guaranty Insurance Undcmrifcn, Inc. St Paul Medical Liability InsuranceCompany st surety SI. Paul Guardian Insumnec Company BondNo. SEPTDBE3 15, 2003 RIDER CONTAINING DISCLOSURE NOTICE OF TERRORISM COVERAGE This disclosure notice is required by the Terrorism Risk Insurance Act of 2002 (the "Act"). No action is required on your part. This Disclosure Notice is incorporated in and a part of the attached bond, and is effective the date of the bond. You should know that, effective November 26, 2002, any losses covered by the attached bond that are caused by certified acts of terrorism would be partially reimbursed by the United States under a formula established by the Act. Under this formula, the United States reimburses 90% of covered terrorism losses exceeding the statutorily established deductible paid by the insurance company providing the - coverage. Under the Act, there is a cap on our liability to pay for covered terrorism losses if the aggregate amount of insured losses under the Act exceeds $1 00,000,000,000 during the applicable period for all insureds and all insurers combined. In that case, we will not be liable for the payment of any amount which exceeds that aggregate amount of $1 00,000,000,000. The portion of your premium that is attributable to coverage for acts of terrorism is $o.oo. IMPORTANT NOTE: THE COST OF TERRORISM COVERAGE IS SUBJECT TO CHANGE ON ANY BONDS THAT PREMIUM IS CHARGED ANNUALLY. POWER OF ATTORNEY Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Mercury Insurance Company United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company 1407021 Power ofAttorney NO. 20988 Certificate No. KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws afthe State of New York, and that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury insurance Company are corporations duly organized under the law of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized undcr the laws ofthe State of Maryland. and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws ofthe State of iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin /herein culle~crivel) called ihe "Cdmponie.~'~, and that the Companies do hereby make. ConStiNte and appoint James F. Teghbneyer, Daniel P. Dole, John T. Dole and Nicki Edwards . their true and lawful Attomey(s)-&Fact, ofthecity of each in their separate capacity ifmore than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and ail bonds, undertakings. contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performancc of contracts and executing or guaranteeing bunds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and sealed this California , State Bonita lst day of December 1999 ,-. Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. h State of Maryland &e.Kl& ~~-.~~ PETER W, CARMAN. Vim Prcsidenr City of Baltimorc THOMAS E. HUIBREOTSE, Assistant Sccrctvly , before me, the undersigned officer, personally appeared Pcter W. Carman and On this Thomas E. Huibregtre, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company. St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company. Fidelity and Guaranty insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc.: and that the seals affixed to the foregoing instrument are the corporate SC~S of said Companies: and that they, as such. being authorized so to do. executed thi: foregoing instrument for the purposes therein contained by signing the names of thc corporations by themselves as duly authorized otficers. , 1999 December day of 1st In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 1st day of July. 2006. 86203 Rev. 7-2002 Printed in U.S.A. *"..d'"W" REBECCA EASLEYWNOKALA, Novary Public - CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Diego On 09/15/03 before me, Nicki Edwards, Notary Public, personally appeared James F. Teghtmeyer, I personally known to me -6R--o -to be the whose named is!.tue subscribed to the within instrur acknowledged to me that he/skei(key executed the same in hi: d nt &d * authorized capacity(*, and that by hislherickeir signaturei on the instrument the personfpl, or the entity upon behalf of which the personH acted, executed the instrument. WITNESS my hand and official seal. Signature of Notary CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT 0 LIMITED SIGNER IS REPRESENTING: NAME OF PERSON@) OR ENTITY(1ES) Seaboard Surety Company ?A-ICW 24 (7100) ~~ personally appeared INWEISI OF UWERlSll r -jd personally known to me -OR- 0 be awidwee to be the. person(s) whose name(s) ;rb/are subscribed to the within instrument and acknawledaed to methat M/&/theyexecuted the same in 'Ms/Mr/their authorized Eapacit (ies), and that bvMs/d/their ISEALI signature($ on- the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal. AlTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THE CERTIFICATE Tde or Tws 01 DocMan %Di& RlOHT THUMBFUNT Ioptmdl CAPAaTy CLAIMED BY SlOltERlSl O*IDNDUALISl oconmA*E OFFICERIS1 mTus) OPARTNERISI OLIUITED OGENERAL OATTORNM W FACT OTRUSTEEISI oomER: OGUARDIANICONSERVATOR RIGHT TnummHT IOptbndl CAPAaTy CLAIMED BY SPNERISI OINDNIDUALISI OCORFQFIATE OFFICERISI WW¶ OPARTNERISI OLIMITED OATTORWEY H FACT OTRVSTEElSl DGUARDIANICONSERVATOR OOTHER: OGENERAL WOLCOTTS FMUl e3240 R.v. 3.04 Imc. d- 8.2A1 o,SS4 WOLCOTTS FORMS. INC. ACKNOWLTDWENT WlTH UGLIER C*P*CITYRIPRLSENTATlONITWO FINGERWUNTS 7 State of County of 3 BIFM On dC~~stY2 /?,a3 before me, personally appeared 6 A. . (5Cm CCbMA.5 k hfl! F&?z;w /. INAMEffITLE OF OFFICER-, .... JANE DOE, NOM PUBLIC'I w. hh& IOATEI INAMEISI OF SIGNERIS% Micrc/l-a D. PonlUU c 'Jd personally known to me -dR- 0 personb) whqse name(s) islare subscribed to the within instrument and acknowledged to me that ,Ws%lthey executed the same in W/M/their authorized capacity(ies), and that by WlWtheir signatureb) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal. - (SEAL1 ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any I 1 1 unauthorized document. THIS CERTIFICATE MUST BE ATTACHE0 TO mE DOCUMENT DESCRIBED AT RIGHT: Tnb or Typ of Dasument N~W of P.~W ~ Date of Document Siimrlsl Other Than Nwd Abow Ji CAPACITY CLAIMED BY SPNERISJ OINDNIOUAL(S1 DCORPORATE OFFlCERlSl mTLu OPARTNERlSl OLlMlTED OATTORNEV IN FACT OTRUSTEEISI OGUAROIANICONSERVATOR OGENERAL OoniER: SINER IS REPRESENTINO INmm 01 P.r.onl.1 or EntItylb.1 RIGHT THUMBPRINT (Optbn.11 CAPACITY CLAIMED BY SIONERISI DINDIVIDUALISI OcoRrnRAn OFFlCERlSl mius OPARTNERlSl ULIMITED OAlTORNEV IN FACT OTRUSTEEISI OGUAROIANICONSERVATOR OGENERAL ooniER: ~~ EICNER IS REPRESENTINO INam of P.nonls1 or Enti(ylb.1 Company Profile Page 1 of 2 Company Profile SEABOARD SURETY COMPANY 385 WASHINGTON STREET, 102F ST. PAUL, MN 55102-1396 800-42 1-3880 Agent for Service of Process LORI CASTANEDA, 2730 GATEWAY OAKS DR SUITE 100 SACRAMENTO, CA 95833 Unable to Locate the Agent for Service of Process? Reference Information NAIC #: 22535 California Company ID #: 1189-0 Date authorized in California: License Status: UNLIMITED-NORMAL Company Type: Property & Casualty State of Domicile: NEW YORK NAIC Group #: 0164 June 10,1935 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 g!msay. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT DISABILITY FIRE LIABILITY MARINE MISCELLANEOUS http://cdinswww.insurance.ca.gov/pls/wu~co~prof/idb~co~prof~ut~.get~co~prof?p~EID=3 ... 10/20/2003 Company Profile Page 2 of 2 PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE Company Complaint Information Company Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies Want More? Helu Me Find a Company Representative in My Area Financial Rating Organizations Last Revised - October 16,2003 0124 PM Copyright @California Department of Insurance Disclaimer http://cdinswww.insurance.ca.gov/pls/wu~co~prof/idb~co~prof~utl.get~co~pro~p~EID=3 ... 10/20/2003 GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID" AND "DESIGNATION OF OWNER OPERATOR/LESSOR AND AMOUNT OF OWNER OPERATOWLESSOR WORK" FORMS REFERENCES Prior to preparation of the following Subcontractor and Owner Operator/Lessor disclosure forms Bidders are urged to review the definitions in section 1-2 of the SSPWC and of the Supplemental Provisions to this Contract especially, "Bid", "Bidder", "Contract", "Contractor", "Contract Price", "Contract Unit Price", "Engineer", "Subcontractor" and "Work" and the definitions in section 1-2 of the Supplemental Provisions especially "Own Organization" and "Owner OperatodLessor." Bidders are further urged to review sections 2-3 SUBCONTRACTS of the SSPWC and section 2-3.1 of these Supplemental Provisions. CAUTIONS 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 proposed to be performed by the Bidder by other than the Contractor'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 who the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed by the State of California who 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 on one-half on one percent (0.5%) of the Bidder's total bid 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 in integral part of the bid offer. Bidder shall use separate disclosure forms for each Subcontractor or Owner Operator/Lessor (O+O) of manpower and equipment that it proposes to use to complete the Work. Additional copies of their forms must be attached if required to accommodate the Contractor's decision to use more than one Subcontractor or Owner Operator/.Lessor. All items of information must be completely filled out. These forms 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. Neither the amount, in dollars, of work performed by the Bidder's own forces (as Contractor) nor the Bidder's overhead and profit for subcontracted items of the work is included to compute percentage of the work performed by Subcontractors or Owner OperatorslLessors. When the Bidder proposes that any bid item installed by a Subcontractor or Owner Operator/Lessor the amount, in dollars, of the bid item by each Subcontractor or Owner OperatodLessor must be entered under the columns "Amount of Subcontractor's Bid in Bid Item Including Subcontractor's Overhead 8. Profit" or "Amount of Owner Operator/Lessor Work in Bid Item Including Owner OperatodLessor's Overhead & Profit" unless the dollar amount of all work performed by any Subcontractor or Owner Operator/Lessor is less than one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($10,000) whichever is greater. If a Subcontractor or Owner Operator/Lessor installs or constructs any portion of a bid item the entire amount of the Contract Unit - @Revised: 07/29/02 Contract No. 38871 Page 21 of 76 Pages Price, less the Bidder's overhead and profit shall be multiplied by the Quantity of the bid item that the Subcontractor or Owner OperatodLessor installs to compute the amount of work so installed. 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, the Subcontractor, or the Owner Operator Lessor as the case may be, that the Bidder OperatodLessor as the case may be, installing them Proposes as installer of said materials. The value of material incorporated in any Subcontractor or Owner Operator/Lessor installed bid item that is supplied by the shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor or Owner Operator/Lessor installing said item.. The item number from the "CONTRACTOR'S PROPOSAL" (Bid Sheets) shall be entered in the "Bid Item No." column. When a Subcontractor or Owner OperatodLessor has a Carlsbad business license the number must be entered on the form. If the Subcontractor does not have a valid business license enter "NONE" in the appropriate space. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The number of additional form pages shall be entered on the first form page of each type so duplicated. Bidder may, at its option, combine bid items on a single row in the chart on the disclosure forms. If using this option the Bidder must indicate the bid item numbers to which the information in the row pertains. This option may be used where the subcontractor or Owner OperatodLessors constructing or installing less than 100 percent of a bid item. The percentages and dollar amounts may be the sums of the bid items listed in that row. When the Bidder proposes using a subcontractor or owner operatodLessor to construct or install less than 100 percent of a bid item the Bidder shall attach an explanation sheet to the designation of subcontractor or designation of Owner OperatodLessor forms as applicable. The explanation sheet shall be provided by the Contractor to clearly apprise the Agency of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract and Owner Operator/Lessor amounts for purposes of award of the contract shall determined by the Board of Directors in conformance with the provisions of the contract documents and the Supplemental Provisions. The decision of the Board of Directors shall be final. .- - #Revised: 07/29/02 Contract No. 38871 Page 22 of 76 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS CONTRACT NO. 38871 ALGA ROAD, POINSETTIA LANE, AND MELROSE DRIVE RECYCLED WATER TRANSMISSION MAIN 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 the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts 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 than one-half of one percent (0.5%) of the Bidder's total bid of 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. Full Company Name of Subcontractor: A!#d /SJ& Subcontractor's Location of Business *29 hbTLbS /&{ Street Address 42 1 fr Zip CR State 52W 4 le: L, City - "Subcontractor's Telephone Number plus Area Code: 87q sa // *Subcontractor's California State Contractors License No. & Classification: *Subcontractor's Carlsbad Business License No.: ddeu0 Uld m3szf4 - Explanation: Column 1 - Bid Item No. from the bid proposal, pages 10 through 14, inclusive. Column 2 -The dollar amount of the item to be performed by the subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor's own forces. Column 4 -The dollar amount of the Bidder's overhead and profit for the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 10 through 14 inclusive. *Pursuant to section 4104(a)(2)(A) California Public Contracts Code receipt of the portions of the information precede by an asterisk required on this document may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." Page of 3 pages of this Subcontractor Designation form QRevised: 07/29/02 Contract No. 38871 Page 23 of 76 Pages ! DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR’S BID ITEMS CONTRACT NO. 38871 ALGA ROAD, POINSETTIA LANE, AND MELROSE DRIVE RECYCLED WATER TRANSMISSION MAIN 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 the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts 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 than one-half of one percent (0.5%) of the Bidder‘s total bid of 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. Full Company Name of Subcontractor: q7& . bestar, &uJru~C taw45 I Subcontractor’s Location of Business 930 1 d- Street Address *Subcontractor’s Telephone Number plus Area Code: Iff 23 F 6 f7 / *Subcontractor’s California State Contractors License No. & Classification: *Subcontractor’s Carlsbad Business License No.: Jl/LrlUd CJ ZzbO 6 - Explanation: Column 1 - Bid Item No. from the bid proposal, pages 10 through 14, inclusive. Column 2 - The dollar amount of the item to be Derformed bv the subcontractor. Column 3 - The dollar amount of the item to be performed bi Contractor’s own forces. Column 4 -The dollar amount of the Bidder‘s overhead and profit for the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 10 through 14 inclusive. *Pursuant to section 4104(a)(2)(A) Califo.rnia Public Contracts Code receipt of the portions of the information precede by an asterisk required on this document may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the “Notice Inviting Bids.” Page 2 of 3 pages of this Subcontractor Designation form GRevised: 07/29/02 Contract No. 38871 Page 23 of 76 Pages - DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS CONTRACT NO. 38871 ALGA ROAD, POINSETTIA LANE, AND MELROSE DRIVE RECYCLED WATER TRANSMISSION MAIN 'Amount of item Subcontractor's Bid In Bid item including 'Amount of Work In Bid Item Performed by bid Itern , Subcontractor's Overhead 81 Contractor Excluding ' Profit Overhead 81 Profit do. zn $ /7,7t7 $ sms 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 the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts 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 than one-half of one percent (0.5%) of the Bidder's total bid of ten thousand dollars ($10,000) whichever is greater and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. Full Company Name of Subcontractor: *Amount of I Contractor's Overhead 81 Profit in Bid item S &6/: n Subcontractor's Location of Business 1!3\ G& Ad< Street Address 5Ad IM.sUKks Fa6 ?-2cfo3 City State ZIP 'Subcontractor's Telephone Number plus Area Code: 76 4 47l- 9Pd7 *Subcontractor's California State Contractors License No. & Classification: Fm 9 f b c-w 'Subcontractor's Carlsbad Business License No.: - _II ~ I$ I$ I$ Exuianation: Column 1 - Bid Item No. from the bid proposal, pages 10 through 14, inclusive. Column 2 - The dollar amount of the item to be performed by the subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor's own forces. Column 4 - The dollar amount of the Bidder's overhead and profit for the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 10 through 14 inclusive. 'Pursuant to section 41 04(a)(2)(A) California Public Contracts Code receipt of the portions of the information precede by an asterisk required on this document may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." Page 5 of 3 pages of this Subcontractor Designation form '3Revised: 07/29/02 Contract No. 3@ll. Page 23 of 76 Pages _- DESIGNATION OF OWNER OPERATOWLESSOR AND AMOUNT OF OWNER OPERATOWLESSOR WORK CONTRACT NO. 38871 ALGA ROAD, POINSETTIA LANE, AND MELROSE DRIVE RECYCLED WATER TRANSMISSION MAIN The Bidder certifies that it has used the sub-bid of the following listed Owner Operator/Lessor in preparing this bid for the Work and that the listed Owner Operator/Lessor will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et. eq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act. The Bidder further certifies that no additional Owner Operator/Lessor will be allowed to perform any portion of the Work in excess of than one-half on one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($10,000 whichever is greater and that no changes in the Owner Operator/Lessor listed work will be made except upon the prior approval of the Agency. Full Owner Operator/Lessor Name: Location of Business Street Address City State Zip 'Owner Operator/Lessor Telephone Number plus Area Code: 'City of Carisbad Business License No.: OWNER OPERATOR/LESSOR WORK ITEMS Explanation: Column 1 - Bid Item No. from the bid proposal, pages 10 through 14, inclusive. Column 2 - The dollar amount of the item to be performed by the subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor's own forces. Column 4 - The dollar amount of the Bidder's overhead and profit for the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 10 through 14, inclusive. "Pursuant to section 41 04(a)(2)(A) California Public Contracts Code receipt of the portions of the 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." - information precede by an asterisk required on this document may be submitted by the Bidder up to Page of pages of this Owner OperatodLessor form *). %#Revised: 07/29/02 Contract No. 38871 Page 24 of 76 Pages BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY (To Accompany Proposal) CONTRACT NO. 38871 ALGA ROAD, POINSETTIA LANE, AND MELROSE DRIVE RECYCLED WATER TRANSMISSION MAIN Copies of the latest Annual Report, audited financial statements or Balance Sheets may submitted under separate cover marked CONFIDENTIAL. #Revised: 07/29/02 Contract No. 38871 Page 25 of 76 Pages be Erreca's, Inc. Financial Statements and Additional Information for the Years Ended September 30,2002 and 2001 and Independent Auditor's Report i David P. Bohne Charles F. Combs Jeanne M. Emerson David B. Larson Robert P. Ludwig Lary H. Stokes LARSON, LUDWIG & STOKES LLP CERTIFIED PUBLIC ACCOUNTANTS 8954 Rio San Diego Drive Suite 602 San Diego, California 92108-1607 Telephone (619) 294-9090 Facsimile (619) 294-9091 IIscpas@aol.com Indeuendent Auditor’s Report Board of Directors and Stockholders Erreca’s, Inc. Lakeside, California We have audited the accompanying balance sheets of Erreca’s, Inc. as of September 30, 2002 and 2001, and the related statements of income and retained earnings and cash flows for the years then ended. These financial statements are the responsibility of the Company’s management. Our responsibility is to express an opinion on these financial statements based on our audits. We conducted our audits in accordance with U.S. generally accepted auditing standards. Those standards require that we plan and perform the audit to obtain reasonable assurance about whether the financial statements are free of material misstatement. An audit includes examining, on a test basis, evidence supporting the amounts and disclosures in the financial statements. An audit also includes assessing the accounting principles used and significant estimates made by management, as well as evaluating the overall financial statement presen- tation. We believe that our audits provide a reasonable basis for our opinion. In our opinion, the financial statements referred to above present fairly, in all material re- spects, the financial position of Erreca’s, Inc. as of September 30, 2002 and 2001, and the results of its operations and its cash flows for the years then ended in conformity with US. generally accepted accounting principles. December 4,2002 .- Erreca’s, Inc. Balance Sheets September 30 2002 2001 Assets Current Assets Cash and cash equivalents Certificates of deposit Contracts receivable - net Prepaid employee benefits Revenues in excess of billings on I Income tax refunds receivable Other current assets Total current assets Noncurrent Assets Contract receivable in litigation Property and equipment - net Other noncurrent assets Total noncurrent assets tracts - $ 67,168 $ 885,796 2,000,000 2,000,000 14,298,499 8,581,500 2,500,000 2,500,000 488,314 836,637 180,912 323.416 179.952 19,858,309 14,983,885 Jncompleted con- 555,071 10,588,798 7,540,047 55,542 55.542 11,199,411 7,595,589 a057.720 $22.579.474 See notes to financial statements - I I I I I I I I I I I I I I 2 September 30 2002 2001 Liabilities and Stockholders’ Equity Current Liabilities Accounts payable $ 9,901,825 $ 5,590,590 Accrued liabilities 446,547 381,838 Billings in excess of revenues from uncompleted con- tracts 1,473,408 1,500,922 Lines of credit 3,000,000 2,500,000 Income taxes payable 296,528 Deferred income taxes 1,034,082 1,016,182 Current portion of long-term debt 1,262,864 1,423,799 Current portion of capital lease obligations 1,569,472 502.057 Total current liabilities 18,688,198 13,211,916 Noncurrent Liabilities Subcontracts payable in litigation 276,336 107.855 1,575,983 1,129,139 Deferred compensation Deferred income taxes Long-term debt 661,262 1,301,723 Capital lease obligations 2.957.861 474.972 Total noncurrent liabilities 5,579,297 2,905,834 Commitments and Contingencies Stockholders’ Equity Capital stock, no par value, 2.000 shares authorized, 800 shares issued and outstanding 90,015 90,015 Retained earnings 6,700,210 6,371,709 Total stockholders’ equity 6.790,225 6,461,724 $31.057.720 $22.579.474 3 Erreca's, Inc. Statements of Income and Retained Earnings Year Ended SeDtember 30 2002 200 1 Construction Operations Construction revenues Cost of construction revenues Selling, general and administrative expense Interest expense Other Income Interest income Gain on disposals of equipment Other income Gross profit Income from operations Total other income Income tax expense Retained Earnings Beginning of year See notes to financial statements Income before income tax expense Net income End of year $65,358,010 $51,895,676 60,972,391 48.202,387 4,385,619 3,693,289 3,446,808 2,941,353 532,848 495,871 405,963 256,065 149,011 178,507 42,967 68,639 26.560 19,553 218.538 266,699 624,501 522,764 296,000 220.044 328,501 302,720 6,371,709 6,068.989 $6.700, 21 0 $6.371,709 4 I' ~ Citv of Carlsbad October 2,2003 ADDENDUM NO. 1 RE: ALGA ROAD, POlNSElTlA LANE AND MELROSE DRIVE Contract No. 3887-1 Please include the attached addendum in the Notice to BiddedRequest for Bids you have for the above project. This addendum--receipt acknowledged--must be attached to your Request for Bid when your bid is submitted. b!M SARTORIO Buyer JS:jlk Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 u Bid e sSig tur 1635 Faraday Avenue Carlsbad, CA 92008-7314 - (760) 602-2430 - FAX (760) 602-8553 www.ci.car1sbad.ca.u~ Business License (760) 602-2495 - Utility Billing (760) 602-2420 - @ Purchasing (760) 602-2460 - FAX (760) 602-8556 - Bid Line (760) 602-2464 CITY OF CARLSBAD ALGA ROAD, POINSETTIA LANE & MELROSE DRIVE RECYCLED WATER TRANSMISSION MAIN Contract No. 3887-1 Addendum No. 1 From: No. of Pages: Date: Bid Opening Date: David Ahles, Project Manager Phone: (760) 602-2748 Fax: (760) 602-8562 2 (including this page) October 2,2003 October 14, 2003 4:OO prn (unchanged) A. Supplemental Provisions, Section 7-10.3.6, (Page 72 of 77), Preparation of New, or Modifications and Additions to Existing Traffic Control Plan Sheets, Add the following: If the Contractor elects to submit new or modify the TPC included in the plan for the work covered under Stage 8, the Engineer has determined that increasing the work area as shown in this addendum would be beneficial to the City. ,- Contract No. 3887-1 Addendum No. 1 1 MELROSE DRIVE 5'-6' a' , 12' B. Add the following notes to Drawing Sheet 2: NOTES: 12' 12' 18' 12' 12' 12' , (I' n YrnW n n n at N at 11 1L 11 ,:>., *. :... .:, /,..,.. I ._, ~ n E=lh- I n ILJ 12' 11' P m 24. 25 5'4' N - PROTECT IN PLACE EXISTING MEDIAN IMPROVEMENTS AND LANDSCAPING. DAMAGE TO EXISTING MEDIAN IMPROVEMENTS AND LANDSCAPING SHALL BE REPAIRELYREPLACED. CONSTRUCTION ACTIVITIES WITHIN MELROSE DRIVE PERMIT THE USE OF THE MEDIAN DURING CONSTRUCTION. AT THE END OF EACH WORK DAY ALL MATERIALS AND EQUIPMENT PLACED IN THE MEDIAN SHALL BE REMOVED AND THE ROADWAY PLACED IN A SAFE CONDITION. Contract No. 38871 Addendum No. 1 2 BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) CONTRACT NO. 38871 ALGA ROAD, POINSETTIA LANE, AND MELROSE DRIVE RECYCLED WATER TRANSMISSION MAIN Name and Address The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the District to judge his/her responsibility, experience and skill. An attachment can be used. Name and Phone Amount No. of Person Type of of Date Contract @Revised: 07/29/02 Contract No. 38871 Page 26 of 76 Pages ~~~ License I# 395434 12570 Slaughterhouse Canyon Road PO. Box 640 Lalteside, CA 92040 List of References m- 2000 2000 2001 - 2001 2001 2002 2003 2003 2003 Project Narne Parhliill Reservoir Ofay Lirie G Scripps Parkway Route 125 Irtlerchaitge Roufe 125 lnlerchange Sanla Luz RCW Pliase 1 "D" Pipeline RCW 30" Derrk Lirie Olay P/S Conveyance System Reservoit- Piping 30" Wafer Main 16" Waler Main Waler Main Relocalion Waler Main Relocalion 24" K 30" CML K C 24" CML 8 C RCW 30" CML K C 16" Foi-ce hfairi Value &cy/Owrier Confacf -- Cify of Escortdido Roger Danes '1.0 lnilliofl (760) 839-4681 Ofay Wafer Disfrict Jim Peasley 1.2 inillion (619) G70-2207 Sltea Honies Greg Ponce 100,000 (858) 653-4208 Helix Wafer District Lyle Lee 195,000 (619) 466-0585 Padre Dan1 Water Jamie Philpot 200,000 District (619) 595-3860 Cify of San Diego Me1 Driscol 1.2 million (858) 484-4775 Cify of Carlsbad John Meckenburg 400,000 (760) 931-4717 Olivenhain Water George Briest 450,000 Disfrict (760) 632-4640 Melropolilan Wasfe Craig Wltilfen7ore 3.6 millioi? Wafer Disfrict (850) 292-6411 Oflice (619) 390-6400 Fax (619) 443-2758 Estimating (619) 390-6400 (619) 443-3002 Shop (619) 443-7551 (619) 443-7624 BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) CONTRACT NO. 38871 ALGA ROAD, POINSETTIA LANE, AND MELROSE DRIVE RECYCLED WATER TRANSMISSION MAIN 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: dcomprehensive General Liability d Workers Compensation d Automobile Liability F! Employer's Liability 2. Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Employer's Liability, Automobile Liability and Workers Compensation in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: (1) Meet the conditions stated in The Notice Inviting Bids, the Standard Specifications for Public Works Construction and the Supplemental Provisions for this project for each insurance company that the Contractor proposes. (2) Cover anv vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. - @Revised: 07/29/02 Contract No. 38871 Page 27 of 76 Pages ~~~~ ~~~ ~~ PRODUCER The Wooditch Company Insurance Services, Inc. LPark Plaza, #400 THIS CERTIFICATE IS ISSUED AS A MAlTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. - - . -. - ThE POL C ESOF IhSrPAhCE LISTED BE-Ofi nl AhV REOrlREMEhT. TERMORCOhDlTOhOF At INSURED Erreca's, Inc. Lakeside CA 92040 P.O. Box 640 / PERTAlh TnE NSJRAhCE AFFORDED BY T C ES AGGREGATE L M TS ShOAh MAY r(AU ,DD'L '- ,SRD TYPE OF INSbWCE -. . GENERAL LIABILITY - X X COMMERC A. GEhERAL L AB ~ Ty ' CLAMMSMADE OCCJF X Blkt. . ContriituaJ . X XCU, BFPD . .. GEN ~ AGGREGATE - MI1 APP. ES PEF .. .. INSURERA: st. Paul Fire and MarineAgLl -k INSURER@ Eagle Pacific Insurance Co. * * C@l b INSURER C INSURER D INSURERE ALLOWNEDAUTOS SCHEDULED AUTOS ANY AUTO AGGREGATE EXCESSIUMBRELLA LlABlLlN I- ;CC;lP.oN 9 CLAIMS MADE DEDUCTIBLE WORKEKS COMPENSATION AND EMPLOYERS LIABILITY ANY PROPRlETOWPARTNERiEXECUTlVE OFFICEWMEMBER EXCLUDED? If J. describe under SECIAL PROVISIONS below OTHER 5 UPTION OF OPERATIONS I LOCATIONS I VEH 04/01/04 i BEEN ISSUED TO THE INSURED NAME0 ABOVE FORTHE POLICY PERIOD INDICATED. NOTWITHSTANDING 5 5 x lT~k%%~ 1 IOTH- ER E.L. EACHACCIDENT 5 1,000,000 E.L.DlSEASE.EAEMPLOYEE 5 1,000,000 E.L.DlSE4SE-POLICYLIMIT 51,000,000 COkACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUE0 OR POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH SEEN REDUCED BY PAID CLAIMS. CITYCA~ - POLICY NUMBER KC06100061 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WlLL -hWL 30 DAYS WRITTEN KC06100061 150302471 .ES I EXCLUSIONS ADDED BY ENWRS Fm%mE 04/01/03 04/01/03 04/01/03 !NT I SPEClAL PRI ,Except 10 Day notice of cancellation for non-payment oj -TION )ATE (MMIDDNYI LIMITS 04/01/04 PRODUCTS.COMPlOPAGG 1 $ 2,000,000 1 BODILY INJURY (Per pwoanl 5 BODILY INJURY (Per Bceidenl) PROPERTY DAMAGE (Per aceidenl) OTHERTHAN AUTO ONLY IlONS ?remiurn. The City City of Carlsbad Attn: Skip Hammann 1635 Faraday Ave. Carlsbad CA 92008-7314 I ACORD 25 (2001108) NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, -. @ ACORD CORPORATION 1988 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. -CORD 25 (ZOOl/OS) **Workers Comp Carrier: Please note the insurer's policy payment obligations are backed by a cut-through to National Indemnity Company, an A++ rated Berkshire Hathaway subsidiary. ADDITIONAL PROTECTED PERSONS ENDORSEMENT - CONTRACTORS GENERAL LIABILITY - INCLUDING COMPLETED WORK - This endorsement changes your Contractors Commercial General Liability Protection. TheStPaul How Coveraae Is Changed There are two changes which are described below. 1. The following is added to the Who is Protected Under This Agreement section. This change adds certain protected persons and limits their protection. Additional protected person. The person or organization named below is an protected person as required agreement entered into covered injury or damaged arising out of: 4 4 additional by a contract 01 by you. But only for your work for that person or organization; your completed work for that person or organization if your contract of agreement requires such coverage; premises you own, rent, or lease from that person or organization; or your maintenance, operation, or use of equipment leased from that person or organization. 4 We explain what we mean by your work and your completed work in the Products and completed work total limit section. architect, engineer, or surveyor professional services. Architect, engineer, or surveyor professional services includes: the preparation or approval of maps, drawings, opinions, reports, surveys, change orders, designs, or specification; and services. supervisory, inspection, or engineering 2. The following is added to the Other primary insurance section. This change broadens coverage. We’ll consider this insurance to be primary to and non-contrihutory with the insurance issued directly to additional protected person listed below if: your contract specifically requires that we consider this insurance to be primary or primary and non-contributory; or you request before a loss that we consider this insurance to be primary or primary and non-contributory insurance. Other Terms If the additional protected person is an architect, engineer, or surveyor, we won’t cover injury or damage arising out of the performance or failure to perform All other terms of your policy remain the same. Person or Organization: The City of Carlsbad , its officials, employees and volunteers RE: Alga Road, Poinsetia Lane, and Melrose Drive, Project No.3887-1. Name of Insured Policy Number KC06 1000 1 Effective Date 04/01/03 Erreca’s, Inc. Processing Date December 22,2003 GO322 Rev. 12-97 Printed in USA. +St. Paul Fire and Marine Insurance Co. 1997 All Rights Reserved Endorsement Page 1 CONTRACTORS RECOVERING DAMAGES FROM A THIRD PARTY ENDORSEMENT This endorsement changes your General Rules. How Coverage Is Changed The StPaul recovery and fail to do so. we'll pay all of the emenses we incur in bringing such The following replaces the Recovering Damages From A Third Party section. Recovering Damages From A Third Party Any protected person under this policy may be able to recover all or part of a loss from someone other than us. Because of this, each protected person must do all that's possible after a loss to preserve any right of recovery available. If we make a payment under this policy that right of recovery will belong to us. But we will not have this right of recovery against any: + parent Company or owned or controlled + affiliated company over which you have subsidiary; or management control. We will work with you or any protected person in the exercise of our right of recovery. If we recover any amount as a result of exercising such right, the amount will be divided as follows: Any protected person or other insurer who paid amounts in excess of the limits of coverage that apply under this policy will be reimbursed for the actual amount paid Next, we'll be reimbursed for any payments we've actually made Then, if any amounts remains, any protected person or other insurer who paid amounts before the limits of coverage for this policy applied will be reimbursed for the actual amount paid. Recovery expenses. The expenses incurred in obtaining a recovery of any payment we make under this policy from someone other than us will be divided in the same ratio as that recovery is shared. However, if we bring legal action against someone else to recover losses on our own or try to obtain Waiver of rlghts of recovery. We waive any right of recovery we may have against any person or organization that you agree in a written contract to waive. But we'll waive such a right of recovery only for the payments we make under your Contractors Commercial General Liability Protection for covered bodily injury or property damage or medical expenses that result from: Your ownership, maintenance, or use of a premises that you rent, lease, or borrow from others, or own; or Your products, your work, or your completed work We also waive any right of recovery we may have against any person or organization that you agree in a written contract to waive for any payment we make under your Contractors General Liability Protection for: Covered personal injury; or Covered advertising injury. The written contract that requires this waiver of right of recovery must be made before and be in effect when: The bodily injury or property damage happens; or + The event that causes the bodily injury resulting in the medical expenses happens: or + The personal injury offense or advertising injury offense is committed. We explain the terms your products, your work, and your completed work in the Products and completed work total limit section. Other Terms All other terms of your policy remain the same. ~~~~ ~ ~~ Name of Person or Organization: The City of Carlsbad , its officials, employees and volunteers Re: Alga Road, Poinsettia Lane, and Melrose Drive, Project No.3887-1 Name of Insured Policy Number KC06100061 Effective Date: 04/01/03 Erreca's, Inc. Processing Date: December 22,2003 GO326 Rev. 7-01 Printed in USA. Endorsement The St. Paul Fire & Marine Named Insured: Erreca’s Inc. Policv#: KC06100061 Effective Date: 04/01/03 Processina Date: 12/22/03 ADDITIONAL PROTECTED PERSONS ENDORSEMENT This endorsement changes your Auto Liability Protection HOW YOUR COVERAGE IS CHANGED There are two changes which are explained below. 1. The following is added to the “Who is Protected Under This Agreement” section. This change broadens coverage. Additional Protected Persons. Any person or organization you are required in a person. written contract to show as an additional protected person is an additional protected. But only for covered injury or damage that results from an accident involving the ownership, use, maintenance, loading or unloading of a covered automobile. The limits of liability provided for the additional protected person will not: - be greater than the limits of liability required in the contract; or increase the limits of liability in this agreement, - 2. The following is added to the “Other Insurance” section: This agreement is excess over other valid and collectible insurance available to the additional protected person, whether primary, excess, contingent, or on any other basis. Other Terms: All other terms of your policy remain the same. Schedule: The City of Carlsbad , its officials, employees and volunteers RE: Alga Road, Poinsettia Lane, and Melrose Drive, Project No.3887-1. 40502 Ed. 1-80 Printed in USA WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA This endorsement changes the policy to which it is attached effective on inception date of the policy unless a different date is indicated below. ( The following “attaching clause” need be completed only when this endorsement is issued subsequent preparation of the policy.) This endorsement, effective 4/01/2003 12:OIam forms a part of Policy No. IS0302471 Issued to: Erreca’s, Inc. By: Eagle Pacific Insurance Co. Premium: Determined at Audit We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. SCHEDULE : Person or Organization: The City of Carlsbad , its officials, employees and volunteers RE: Alga Road, Poinsettia Lane, and Melrose Drive, Project No.3887-1. WC 04 03 06 (Ed. 4-84) - r r L. r BIDDER'S STATEMENT RE DEBARMENT CONTRACT NO. 38871 ALGA ROAD, POINSETTIA LANE, AND MELROSE DRIVE RECYCLED WATER TRANSMISSION MAIN (To Accompany Proposal) 1. Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? 2. If yes, what wadwere the name@) of the agency(ies) and what wadwere the period(s) of debarment@)? Attach additional copies of this page to accommodate more than two debarments. party debarred party debarred agency agency period of debarment period of debarment r L r BY CONTRACTOR: Page of I of I pages of the Re Debarment form QRevised: 07/29/02 Contract No. 38871 Page 28 of 76 Pages 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. 4) BIDDER’S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) ALGA ROAD, POINSETTIA LANE, AND MELROSE DRIVE RECYCLED WATER TRANSMISSION MAIN 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? -JL Yes no Has the suspension or revocation of your contractors license ever been stayed? 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 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 If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefor. (If needed attach additional sheets to provide full disclosure.) Page \ of 2/ pages of this Disclosure of Discipline form GRevised: 07/29/02 Contract No. 38871 Page 29 of 76 Pages ~ ~ - - -___ - __ BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) CONTRACT NO. 38871 ALGA ROAD, POINSETTIA LANE, AND MELROSE DRIVE RECYCLED WATER TRANSMISSION MAIN 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: d T-c -0 n tracto r) (print namehitie) Page z of 2/ pages of this Disclosure of Discipline form QRevised: 07/29/02 Contract No. 38871 Page 30 of 76 Pages - ___ NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID CONTRACT NO. 38871 ALGA ROAD, POINSETTIA LANE, AND MELROSE DRIVE RECYCLED WATER TRANSMISSION MAIN PUBLIC CONTRACT CODE SECTION 7106 State of California 1 ) ss. Countyof &J~'EGO C&lZi& , being first duly sworn, deposes [Name of Bidder) and says that he or she is (Title) - (Name 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. I declare under penalty of erjury that the foregoing is true and correct and that this affidavit was executed on the dayof 7-0 8t;"R ,2003. 65 1 20 03. (NOTARY SEAL) " Signature of NO& Revised: 07/29/02 Contract No. 38871 Page 31 of 76 Pages CONTRACT PUBLIC WORKS This agreement is made thisADm day of Jh/lcfik\I , 20*, by and between the Carlsbad Municipal Water District of Carlsbad, Califofnia, a municipal corporation, (hereinafter called "District"), and ERRECA'S. INC. whose principal place of business is 12570 SLAUGHTERHOUSE CANYON RD. LAKFSIDF CA 920~0 (hereinafter called "Contractor"). District and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: Alga Road, Poinsettia Lane, and Melrose Drive, Recycled Water Transmission Main, Contract No. 38871 (hereinafter called "project"). 2. equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Designation of Owner Operator/Lessors, Bidder's Statements of Financial Responsibility, Technical Ability and Experience, Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the Supplemental Provisions, addendum(s) to said Plans and Specifications and Supplemental Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the District will be the interpreter of the intent of the Contract Documents, and the District's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, District shall make payment to the Contractor per section 9-3 PAYMENT of the Standard Specifications for Public Works Construction (SSPWC) 2003 Edition, and the supplements thereto, hereinafter designated "SSPWC," as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Supplemental Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, - .- GRevised: 07/29/02 Contract No. 38871 Page 32 of 76 Pages 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by District about underground conditions or other job conditions is for Contractor's convenience only, and District does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by District. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify District, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 251 17 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class 111 disposal site in accordance with provisions of existing law. B. indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. District shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between District and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the District and the City of Carlsbad, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or -_ Differing Conditions. Subsurface or latent physical conditions at the site differing from those -. #Revised: 07/29/02 Contract No. 38871 Page 33 of 76 Pages indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the District or City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City and District against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City and District. Defense costs include the cost of separate counsel for City and District, if City or District request separate counsel. 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 District's policy for insurance as stated in Resolution No. 772. (A) Coverages and Limits. Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the District and City, or its agents, officers or employees are additional insured. b. Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions: a. The District and City, its officials, employees, and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the District or City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability and employers' liability. @Revised: 07/29/02 Contract No. 38871 Page 34 of 76 Pages b. The Contractor's insurance coverage shall be primary insurance as respects the District and City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the District or City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. to the District and City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after thirty (30) days' prior written notice has been given to the District by certified mail, return receipt requested. (D) Deductibles and Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the District, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the District and City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the District or City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V. insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by the Board of Directors in Resolution No. 772. (H) Verification of Coverage. Contractor shall furnish the District with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the District and are to be received and approved by the District before the Contract is executed by the District. (I) 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 the Supplemental Provisions I section. The contractor shall initially submit all claims over $375,000 to the District using the informal dispute resolution process described in Public Contract Code subsections 201 04.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, - . Any failure to comply with reporting provisions of the policies shall not affect coverage provided - Cost of Insurance. The Cost of all insurance required under this agreement shall be included -. @Revised: 07/29/02 Contract No. 38871 Page 35 of 76 Pages all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the District must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the District, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the Carlsbad Municipal Water District seeks to recover penalties pursuant to the False Claims Act, it is entitled to 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 Carlsbad Municipal Water District to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. - -‘ ,- 4c hgt I have read and understand all provisions of Section 11 above. - (Initial) 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor’s principal place of business as specified above, Contractor shall so inform the District by certified letter accompanying the return of this Contract. Contractor shall notify the District by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier’s check, or certified check may be substituted for any monies withheld by the District to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the District may be substituted for monies withheld to ensure performance under this Contract. - GRevised: 07/29/02 Contract No. 38871 Page 36 of 76 Pages 15. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 16. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or " Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED -- - (CORPORATE SEAL) CONTRACTOR: By: ATTEST: - President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. If signed by an individual partner, the partnership must attach a statement of partnership authorizing the partner to execute this instrument. APPROVED AS TO FORM: RONALD R. BALL General Counsel eneral Counsel QRevised: 07/29/02 Contract No. 38871 Page 37 of 76 Pages 11 State of PAL,+ b&l;A. 'C Countyof .cAh\ 31- OnJdf.~G17!b~ before me,$&& 5: /F.DDO personally appeared Fa21 INAMETnTLE OF OFFICER-, e.. JANE'DOE. NOT*RVfPUBLIC*I INAMEISI OF SlGNERlSll Uy\iCMCL3. W&U - b\A \ 'gdpersonally known to me -OR- 0 wkhee- to be the person(s) whqse name(s) flare subscribed to the within instrument and ackn wledged to me that l&?#&t;:y ezuted the sa e lbBiltheir authorized c'ap cit (ies!, and that by &/&!/their signature(s) on the instrument the Dersonk). N DIEGO COUNTY M~C~,,,,,, M~, 15,2004 I Witness my hand and official seal. ISEALI - ISIGNAN OF I?OTARYI ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. mis CERTIFICATE rh or TW of ~ocu-n MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT Numberof Pages ~ DDfa of Documonf Spnsrl.1 Other Than Namod Ab- RIGHT THUMBPRlNT IOptionalI Ij 1 L e CAPACITY CLAIMED BY SIONERISI OINDIVIDUALISI OCORFURATE DFFlCERlSl "IT-* OPARTNERISI OLlMlTED OATTORNEY IN FACT OTRUSTEEISI OGUARDIANICONSERVATOR OGENERAL OomER: SIGNER IS REPRESENTINO INarne of Psnonld or EntRylio.1 RIGHT THUMBPRINT IOptionall CAPACITV CLAIMED BY SIGNERISI 0 INDIVIDUALISI OCORPDRATE OFFICERIS) ,"TE¶ OPARTNERISI OLlMlTED OATTORNEY IN FACT OTRUSTEEISI OGUARDlANlCONSERVATOR OOTHER: OGENERAL SIGNER IS REPRESENTINO INams 01 Psrson1.l or Entitylld wxcons Fow e1240 R.". 3.04 tPrm <I- 0.2.4 01994 WOLCOTTS FORMS. INC. ALL PURWSE ACKNOMEDGMENT WITH UGNER CAPACIWIREPRESENTATlONrrWO FINGERPRINTS Erreca’s Inc. Sianatories Charles Erreca, President Scoff C. Erreca, Sr. Vice PresidenUSecreta Thomas Hamm, Vice President Max Frazier, Vice President Michael D. Conroy, CFO/Asst. Secretary personally appeared Ph? fl. mw. (NAMES1 OF SIGNERISII mersonally known to me -OR- 0 person(s) whose name(s) ware subscribed to the within instrument and acknowledged to me that xecu ed the !$E"?? ew&lt hei r authorized capacityhesj, and that by Bif/W/their signatureb) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal. COMM 11 1253711 NOTARY PUBLIC-CALIFORNR 8 ISEALI d&& & ISIGNATYFIE OF NOTARY1 ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. mis CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT Th or Type of Dosumont NU~W of PW~S ~ oats Of DOE"mC"1 SbmrIsl 0th Than Namsd Abow RIGHT THUMBPRINT IOptionalI I CAPACITY CLAIMED BY SIGNERIS) OINOIVIDUALISI OCORWRATE OFFlCERlSl lTlTLESi OPARTNERISI OLIMITED OATTORNEY IN FACT OGENERAL OTRUSTEEISI OGU ARDl ANlCONSERV ATOR OOTHER: RIGHT THUMBPRINT IOptiinall CAPACITY CLAIMED BY SIGNERISI OINOIVIDUALISI OCORWRATE OFFlCERlSl "ITUS) OPARTNERISI OLlMlTEO OATTORNEY !N FACT OTRUSTEEISI OGUAROIAN/CONSERVATOR OOTHER: OGENERAL SIGNER IS REPRESENTING: IN.- of Per.onl.1 or EnUtylls~l WOLCOTTS fORM 83240R.r. 3.04 lpriucl- 8.2N W PURPOSE ACKNOWLEOGMENT WTH SIGNER C*PACIMREPRISENTATION~O FINGERPRINTS O!994 WOLCOTTS FORMS. INC. BOND NO. TB1820 WHEREAS, the Board of Directors of the City of Carlsbad, State of California, by Resolution No. 1197, adopted December 2,2003, has awarded to ERRECAS. INC. (hereinafter designated as the "Principal"), a Contract for: Alga Road, Poinsettia Lane, and Melrose Drive, Recycled Water Transmission Main, Contract No. 38871 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 Secretary of the Board of Directors (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, ERRECAS, INC., as Principal, (hereinafter designated as the "Contractor"), and as Surety, are held firmlv bound unto the Carlsbad MuniciDal Water District in the sum of TWO MILLION EIGHT HUNDRED SEVENTY THOUSAND, SIX HUNDRED FORTY-EIGHT Dollars ($ 2.870.648.00 ), said sum beina an amount eaual to: One hundred Dercent (100%) of the total amount Davable under the terms of the contract by the Carlsbad Municipal Water'District, 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 hislher 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 of 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 thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. a Revised 7/29/02 Contract No. 38871 Page 38 of 76 Pages t+c Executed by CONTRACTOR this 5 day of ,20& CONTRACTOR: ERRECA'S, INC. (name of Contractor) By: MAX (print name here) VICE PRESIDENT By: Executed by SURETY this 23RD day SURETY: SEABOARD SmETY COMPANY (name of Surety) 8900 N. 22ND AVE., STE. 300 PHOENIX, AZ 85021 -601 8 (address of Surety) (602) 678-3434 Altordey-in-Fact) (signatw By: JAMES F. TM;7FIMcIER, A?TORNCY-IN-FACT (printed name of Attorney-in-Facij MI- D. CONROY (attach corporate resolution showing current power (print name here) of attorney) CTO 1 ASST. SECRFTARY (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 @ Revised 7/29/02 Contract No. 38871 Page 39 of 76 Pages Bond No. m1820 RIDER CONTAINING DISCLOSURE NOTICE OF TERRORISM COVERAGE This disclosure notice is required by the Terrorism Risk Insurance Act of 2002 (the "Act"). No action is required on your part. This Disclosure Notice is incorporated in and a part of the attached bond, and is effective the date of the bond. You should know that, effective November 26, 2002, any losses covered by the attached bond that are caused by certified acts of terrorism would be partially reimbursed by the United States under a formula established by the Act. Under this formula, the United States reimburses 90% of covered terrorism losses exceeding the statutorily established deductible paid by the insurance company providing the coverage. Under the Act, there is a cap on our liability to pay for covered terrorism losses if the aggregate amount of insured losses under the Act exceeds $1 00,000,000,000 during the applicable period for all insureds and all insurers combined. In that case, we will not be liable for the payment of any amount which exceeds that aggregate amount of $1 00,000,000,000. The portion of your premium that is attributable to coverage for acts of terrorism is $o.oo. IMPORTANT NOTE: THE COST OF TERRORISM COVERAGE IS SUBJECT TO CHANGE ON ANY BONDS THAT PREMIUM IS CHARGED ANNUALLY. POWER OF ATTORNEY Seaboard Surety Company United States Fidelity and Guaranty Campnnv I ---' 1 1407059 Certificate No. KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws ofthe State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the Statc of Maryland and that Fidelity and Guaranty ln~urilnce Company is a corporation duly organized under the laws of the State of Iowa. and that Fidelity and Guaranty Insurance Undewriters. Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein colleaively called the "Companie.~'-i. and that the Companies do hereby make, constitute and appoint James F. Teghhneyer, Daniel P. Dole, John T. Dole and Nicki Edwards Bonita California ofthe City of ,State , their true and lawful Attorney(s)-in-Fact, each in their scparate capacity if more than one is named above, to sign its name as surcty to, and to cxecutc, scal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof on hehalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performancc of contracts and executing ur guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowcd by law. 1st DW3llber 1999 IN WITNESS WHEREOF, the Companies have caused this instrument to he signed and sealed this day of ,- A I Seaboard Surety Company , United States Fidelity and Guaranty Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, he. State of Maryland (I City of Baltimore , before me. the undersigned officer, personally appeared Peter W. Caman and On this day of Thomas E. Huibregtse, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company. St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc.; and that the seals affixed to the foregoing instrument are the corporate seais of said Companies; and that they, as such. being authorized so to do, executed thc foregoing instrument far the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. THOMAS E. HUIBREGTSE. Assistant Secrcfary 1st December 1999 86203 Rev. 7-2002 Printed in U.S.A. J I4 ,. r P This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are now in full force and effect, reading as follows: - RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached; and RESOLVED FURTHER, that Attorney(s)-in-Fact shall have the power and authority, an4 in any case, subject to the terms and limitations of the Power of Attorney issued them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by such Attorney(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I, Thomas E. Huihregtse, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I hereunto set my hand this 23Pa dayof DEmm 2003 To verifi the authenticiw of this Power ofAttorney, call 1-800-421-3880 and ask for the Power ofAttomey clerk. Please refer to the Power ofAttomey number, the above-named individuals and the details of the bond to which thepower is attached - CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT itate of California Zounty of San Diego In 12/23/03 before me, Nicki Edwards, Notary Public, iersonally appeared James F. Teghtmeyer, personally known to me JdR-&!. PP ' ce to be the personw whose nameH idare subscribed to the within instrument and acknowledged to me that helskeltbeji executed the same in bish&heiF authorized capacity(@ and that by hislheriikeir signatureH on the instrument the persod or the entity upon behalf of which the person@ acted, executed the instrument. WITNESS my hand and official seal. Signature of Notary icii ,a* &&l&I OPTIONAL 'hough rhc data bclom i$ not required h) law, it may prove valuable to pcrsons rcl! ing on the documcnt 3nd soiild prcvenr raudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT 3 INDIVIDUAL 7 CORPORATE OFFICER 1 PARTNER(S) 0 LIMITED 4 ATTORNEY-IN-FACT 1 TRUSTEE@) 1 GUARDIANICONSERVATOR )THER lIGNER IS REPRESENTING: JAME OF PERSON(S) OR ENTITY(1ES) leahoard Surety Company CA-ICW 24 (7100) Kpersonally known to me -OR- 0 widwee-to be the person(s1 whose name(s) Mare subscribed to the '&thin instrument and acknowledged to me that pals#elthey executed the same in Mwltheir authorized caDacitv(ies1, and that by MM/their sianaturek) on the inztrument the person(s1, or the entitv uoon behalf of which t'he' person(s) acted, executed the instrument. Witness my hand and official seal. , ISEALI ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. TnlS CERTCICATE r~ oc TW ot D~WM MUST BE ATTACHED TO TnE DOCUMENT ~mbsr ot PWS ~ ome of ommant Sinorlsl Omor Than Nd Abow DESCRIBED AT RIGHT RIGHT THUMBPRINT IOptional) I CAPACITY CLAIMED BY SICNERISI OINDIVIOUALIS) OCORPORATE OFFICERISI nt- OPARTNERISI OLlMlTED DATTORNEY IN FACT OTRUSTEEIS) OGUAROlANlCONSERVATOR OOTHER: OGENERAL SIQNER (8 REPRESENTINO INemo of hnon1.l or Em*Ylied RIGHT THUMBPRINT IOptbnall I CAPACITY CLAIMED BY SIGNERIS) OINDIVIOUALISI OCORWRATE OFFICERISI mwo) OPARTNERISI OLlMlTEO OATTORNEY IN FACT OGENERAL omusmisi OGUARDl ANlCONSERVATOR OOTHER: SIONER 18 REPRESENTINO: INma 01 Par.onIs1 or Entity(is.l FAITHFUL PERFORMANCEWARRANTY BOND WHEREAS, the Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad, State of California, by Resolution No. 1197 , adopted December 2, 2003 , has awarded to ERRECAS. INC., (hereinafter designated as the "Principal"), a Contract for: Alga Road, Poinsettia Lane, and Melrose Drive, Recycled Water Transmission Main, Contract No. 38871 in the Carlsbad Municipal Water District, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the Secretary of the Board of Directors (City Clerk of the City of Carlsbad), all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, ERRECAS INC. , as Principal, (hereinafter designated as the "Contractor"), and COMPANY as Surety, are held and firmly bound unto the Carlsbad Municipal Water District, in the sum of TWO MILLION EIGHT HUNDRED SEVENTY THOUSAND. SIX HUNDRED FORTY-EIGHT Dollars ($2.870.648.00 -), said sum being equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid to District or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS 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 Carlsbad Municipal Water District, 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 District in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. e '4Revised: 07/29/02 Contract No. 38871 Page 40 of 76 Pages r 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 L;d" Executed by SURETY this 23m dayof @ 2003 3- day of DECDU3E3 CONTRACTOR: SURETY: ERRECA'S, INC. SEABOARD SLIRmY COMPANY (name of Contractor) (name of Surety) 8900 N. 22ND Am., STE. 300 PHOENIX, AZ 85021 -601 8 By: (address of Surety) MAX FRAZIER (602) 678-3434 (print name here) (telephone number of Surety) VICE PRESIDW By: 4 4.4&--- (Title and Organization of Signatory) (signature oWttoMy-in-fact) JAMES F. TM;IpIMEyER, A"3RW-IN-FACF - (printed name of Attorney-in-Facf) (sign here) MICHAEL D CONROY (Attach corporate resolution showing current t CFO 1 ASST. (print SECRETARY name here) power of attorney.) (Title and Organization of signatory) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL General Counsel t By: % & uty General Counsel - GRevised: 07/29/02 Contract No. 38871 Page 41 of 76 Pages SL Paul Fire and Marine Inzu-er Company SL Paul Mcrrvry lnsurvlce Company Seaboard Sumty Company United Stater Fidelity and Guznnty Company Fidelity and Guimnty Imunna Company Fidelity and Guaranty h-ce lhdemriftrs, Inc. St Paul Medical Ljabiiity Insurance Company RIDER CONTAINING DISCLOSURE NOTICE OF TERRORISM COVERAGE This disclosure notice is required by the Terrorism Risk Insurance Act of 2002 (the "Act"). No action is required on your part. This Disclosure Notice is incorporated in and a part of the attached bond, and is effective the date of the bond. You should know that, effective November 26, 2002, any losses covered by the attached bond that are caused by certified acts of terrorism would be partially reimbursed by the United States under a formula established by the Act. Under this formula, the United States reimburses 90% of covered terrorism losses exceeding the statutorily established deductible paid by the insurance company providing the coverage. Under the Act, there is a cap on our liability to pay for covered terrorism losses if the aggregate amount of insured losses under the Act exceeds $1 00,000,000,000 during the applicable period for all insureds and all insurers combined. In that case, we will not be liable for the payment of any amount which exceeds that aggregate amount of $1 00,000,000,000. The portion of your premium that is attributable to coverage for acts of terrorism is $o.ao. IMPORTANT NOTE: THE COST OF TERRORISM COVERAGE IS SUBJECT TO CHANGE ON ANY BONDS THAT PREMIUM IS CHARGED ANNUALLY. \ POWER OF ATTORNEY Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company United States Fidelity and Guaranty Company Fidelity and Guaranty lnnuranee Company Fidelity and Guaranty Insurance Underwriters, Inc -. . ~ Power OfAttorney No. 20988 1407060 Certificate No. KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws ofthe State of Iowa. and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the Statc of Wisconsin /herein collecrivelj called the "Companiec'>. and that the Companies do hereby make, constitute and appoint James F. Teghtmeyer, Daniel P. Dole, John T. Dole and Nicki Edwards ,their true and lawful Attorney(s)-in-Fact, of the City of each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof on behalf of the Compaoies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings requircd or permined in any actions oc proceedings allowed by law. California , State Bonita 1999 1st December IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and sealed this day of ,~. Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Ine State of Maryland City of Baltimore 0 THOMAS E. HUIBREGTSE. As~idtanf Sccrrtary 1999 , , before me, the undersigned officer, personally appeared Peter W. Carman and On this Thomas E. Huibreyse, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company. United Statcs Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwritcrs, Inc.; and that the seals affixed to the foregoing instrument are the corporate seals of said Companies: and that thcy, as such, being authorized so to do, executed the foregoing instmment for the purposes thercin contained by signing the names of the corporalions by themselves as duly authorized officers. DL%CIIlber day of 1st @-&"""d.6;* In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 1st day of July, 2006. REBECCA EASLEY-ONOKALA, Notary Puhlic 86203 Rev. 7-2002 Printed in U.S.A. / T This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are now in full force and effect, reading as follows: , RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed executed and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached and RESOLVED FURTHER, that Attorney(s)-in-Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of Attorney issued them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by such Attorney(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I, Thomas E. Huibregtse, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. do hereby certify that the above and foregoing is a true and correct copy of the Power ofAttorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, 1 hereunto set my hand this 23PD day of DECEMBER . 2003 , To verifi the authenticity of this Power OfAttorney, call 1-800-421-3880 and ask for the Power ofAfrorney clerk. Please refer io the Power ofAttorney number, the above-named individuals and the details of the bond to which thepower is attached -* .. - CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT state of California 2ounty of San Diego In 12/23/03 before me, Nicki Edwards, Notary Public, iersonally appeared James F. Teghtmeyer, a personally known to me to be the person@ whose name(al isiarc subscribed to the within instrument and acknowledged to me that he/sheC(key executed the same in hisilw,%& authorized capacity(iees; and that by his- . ignaturd) on the instnnnent the person@, or the entity upon behalf of which the personM acted, executed the instrument. WITNESS my hand and official seal. b(, bL' &&,o~cw Signature of Notary OPTIONAL 'hough the data below is not required by law, it may prove valuable to persons relying on the document and could prevent raudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT 1 INDIVIDUAL 1 CORPORATE OFFICER 1 PARTNER(S) 0 LIMITED a ATTORNEY-IN-FACT 7 TRUSTEE(S) 1 GUARDIANKONSERVATOR )THER lIGNER IS REPRESENTING: TAME OF PERSON(S) OR ENTITY(1ES) kaboard Surety Company CA-ICW 24 (7100) State of I I before me,TmI\r k-and$, IDAT~ INAMEITITLE OF OFFICER-L~JANE DOE, NOTARY PUBLIC') personally appeared Ax Fa2'lkc ; INAMfISI OF SIGNERIS11 - $personally known to me -OR- 0 p rson(s) whose name(s) 4 are subscribed to the 'within instrument and acknowledoed to me that Wlthefexecut d the same in JaW&/their authorized aDacitv(ies), and that by &&tS&their sianature(s1 on the inStrument the person(s), or the entitv uDon behalf of which the' person(s) acted, executed the instrument. itness my hand and official seal. , ISEALI - ISIGNATUVOF NOTARY1 ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. mis CERTIFICATE MUST BE AlTACHED Tnb or Type 01 Documsm TO THE DOCUMENT DESCRIBED AT RIGHT Number at Paws ~ one at Dacument RIGHT THUMBPRINT IOptionalI - CAPACITY CLAIMED BY SIGNERISI OINDIVIDUALISI OCORWRATE OFFICERISI (TIUS, OPARTNERISI OLlMlTED OATTORNEY IN FACT OTRUSTEEISI OGUARDIANICONSERVATOR OOTHER: OGENERAL SIGNER IS REPRESENTINO INmm 01 Psrmonld or Entfivliesl RIGHT THUMBPRINT IOption.ll CAPACITY CLAIMED BY SIGNERISI OINOIVIOUALISI OCORWRATE OFFICERISI ,nwLLsI OPARTNERISI OLlMlTED OOENERAL OATTORNEY IN FACT OTRUSTEEISI OGUARDIANICONSERVATOR OOTHER: SIGNER IS REPRESENTINO: INams 01 Psrronlsl or Entityliasl OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the Carlsbad Municipal Water District whose address is 5950 El Camino Real, Carlsbad, California, 92008, hereinafter called "District" and whose address is hereinafter called whose address is hereinafter "Contractor" and called "Escrow Agent." For the consideration hereinafter set forth, the District, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the District pursuant to the Construction Contract entered into between the District and Contractor for Alga Road, Poinsettia Lane, and Melrose Drive, Recycled Water Transmission Main, Contract No. 38871 in the amount of dated (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the District shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the District within 10 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the Escrow Agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the District and Contractor. Securities shall be held in the name of the , and shall designate the Contractor as the beneficial owner. 2. The District shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the District makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the District pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the District. These expenses and payment terms shall be determined by the District, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the District. - GRevised: 07/29/02 Contract No. 38871 Page 42 of 76 Pages 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from District to the Escrow Agent that District consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The District shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the District of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the District. 8. Upon receipt of written notification from the District 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 District and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the District and Contractor shall hold Escrow Agent harmless from Escrow Agent's 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 District and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: .- - For District: Title FINANCE DIRECTOR Name Signature Address For Contractor: Name Signature Address For Escrow Agent: Name Signature Address GRevised: 07/29/02 Contract No. 38871 Page 43 of 76 Pages At the time the Escrow Account is opened, the District and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For District: For Contractor: For Escrow Agent: - Title MAYOR Name Signature Address Title Name Signature Address Title Name Signature Address @Revised: 07/29/02 Contract No. 38871 Page 44 of 76 Pages SUPPLEMENTAL PROVISIONS FOR ALGA ROAD, POINSETTIA LANE, AND MELROSE DRIVE RECYCLED WATER TRANSMISSION MAIN CONTRACT NO. 38871 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 1, GENERAL PROVISIONS SECTION 1 -- TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS 1-1 TERMS Add the following section: 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. Add the following section: 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. Add the following section: 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. Add the following section: 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. ,--- GRevised: 07/29/02 Contract No. 38871 Page 45 of 77 Pages 1-2 DEFINITIONS. Modify as follows: The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Agency - the Carlsbad Municipal Water District of Carlsbad, California. Board of Directors - the Board of Directors of the Carlsbad Municipal District of the City of Carlsbad. Executive Manager - the Executive Manager of the Carlsbad Municipal Water District or hidher approved representative. Dispute Board - persons designated by the Executive Manager to hear and advise the Executive Manager on claims submitted by the Contractor. The Executive Manager is the last appeal level for informal dispute resolution. Engineer - the District Engineer of the Carlsbad Municipal Water District or hidher approved representative. The District Engineer is the third level of appeal for informal dispute resolution. Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 ”own organization” means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor’s Own Organization and will not be included for the purpose of compliance with section 2-3.1 of the Standard Specifications and these Supplemental Provisions. Owner OperatodLessor -Any person who provides equipment or tools with an operator provided who is employed by neither the Contractor nor a subcontractor and is neither an agent or employee of the Agency or a public utility. Principal Inspector - The Senior Inspector’s immediate supervisor and second level of appeal for informal dispute resolution. Project Inspector - the Engineer’s designated representative for inspection, contract administration and first level for informal dispute resolution. Project Manager - the District Engineer of the Carlsbad Municipal Water District or hidher approved representative. Senior Inspector - the Project Inspector’s immediate supervisor and first level of appeal for informal dispute resolution. - - e= WRevised: 07/29/02 Contract No. 38871 Page 46 of 77 Pages 1-3 ABBREVIATIONS - 1-3.2 Common Usage. Add the following: Abbreviation Apts Bldg CMWD CSSD cfs Comm DR E G Gar GNV gPm IE LCW D MSL MTBM NCTD OHE OMWD ROW S SDNR SDRSD SFM T UE W WD gal - Word or Words Apartment and Apartments Building band Buildings Carlsbad Municipal Water District Carlsbad Supplemental Standard Drawings Cubic Feet per Second Commercial Dimension Ratio Electric Gas Gallon and Gallons Garage and Garages Ground Not Visible gallons per minute Invert Elevation Leucadia County Water District Mean Sea Level (see Regional Standard Drawing M-12) Microtunneling Boring Machine North County Transit District Overhead Electric Olivenhain Municipal Water District Right-of-way Sewer or Slope, as applicable San Diego Northern Railway San Diego Regional Standard Drawings Sewer Force Main Telephone Underground Electric Water, Wider or Width, as applicable Vallecitos Water District SECTION 2 -- SCOPE AND CONTROL OF THE WORK 2-3 SUBCONTRACTS. 2-3.1 General. Add the following: Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or to deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The Board of Directors shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the Board of Directors and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the Board,of Directors shall be final. ~- qRevised: 07/29/02 Contract No. 38871 Page 47 of 77 Pages 2-4 CONTRACT BONDS. Modify the second sentence of paragraph one as follows: Delete, "who is listed in the latest version of US. Department of Treasury Circular 570." Modify Paragraphs three and four to read: The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in the amount of 100 percent of the contract price . The Contractor shall provide bonds to secure payment of laborers and material suppliers, in an amount equal to: 1) One hundred percent (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000). 2) Fifty percent (50%) of the total amount payable, by the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($1 0,000,000). 3) Twenty-five percent (25%) of the total amount payable be the terms of the contract if the contract exceeds ten million dollars ($1 0,000,000). Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and material suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. Add the following: All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. 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. - instrument entitling or authorizing the person who executed the bond to do so. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. Add the following: The specifications for the work include the Standard Specifications for Public Works Construction, (SSPWC), 2003 Edition, and the supplements thereto, hereinafter designated "SSPWC". as written and promulgated by the Joint Cooperative Committee of the Southern California Chapter American Public Works Association and Southern California Districts Associated General Contractors of California, and as amended by the Supplemental Provisions section of this contract. The construction plans consist of one set designated as City of Carisbad Drawing No. 405-8 and consists of 43 sheets. The standard drawings used for this project are the latest edition of the San - QRevised: 07/29/02 Contract No. 38871 Page 48 of 77 Pages Diego Area Regional Standard Drawings, hereinafter designated SDRS, as issued by the San Diego County Department of Public Works, together with the most recent edition of the Carlsbad Municipal Water District Supplemental Standard Drawings. Copies of some of the pertinent standard drawings are enclosed as an appendix to these Supplemental Provisions. 2-5.2 Precedence of Contract Documents. modify as follows: If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) State Water Resources Control Board Requirements. 3) Supplemental Provisions. 4) Plans. 5) Technical Specifications. 6) Standard Plans. a) City of Carlsbad Supplemental Standard Drawings. b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) State of California Department of Transportation Standard Plans. 5) Standard Specifications for Public Works Construction (SSPWC), 2003 Edition. 6) Reference Specifications. 7) Manufacturer’s Installation Recommendations. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 7) above. Detailed plans and plan views shall have precedence over general plans. 2-5.3.3 Submittals. Add the following: 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 has been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor’s letterhead. The Letter of Transmittal shall contain the following: 1) Project title and Agency contract number. 2) Six complete sets. 3) Contractor’s certification statement. 4) Specification section number@) and drawing number pertaining to material submitted for review. 5) Submittal number. (Submittal numbers shall be consecutive including subsequent submittals.) 6) Description of the contents of the submittals. 7) Identification of deviations from the contract documents. - - GRevised: 07/29/02 Contract No. 38871 Page 49 of 77 Pages When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that he has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "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: Add the following: 2-5.4 Record Drawings. The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer upon completion of the work. Payment for performing the work required by section 2-5.4 shall be included in various bid items and no additional payment will be made therefor. - 2-9 SURVEYING - 2-9.1 Permanent Survey Markers. Delete sections 2-9.1 and replace with the following: The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The surveyor shall file corner record(s) as required by $5 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.2 Survey Service. Delete sections 2-9.2 and replace with the following: The Contractor shall hire and pay for the services of a surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. - GSRevised: 07/29/02 Contract No. 38871 Page 50 of 77 Pages Feature Staked Stake Description a RP + Marker Utilities 0, Q Recycled Water Stake Centerline or Parallel to Centerline Lateral Setting Tolerance Spacing@, @ Spacing a,@ (Within) s 15 m (50’) on tangents & curves when R> 300m (1 000’) & s 7.5m (25’) on cuives when as appropriate 10 mm (%“) Horizontal & 7 mm (’14”) Vettical installation k inspection of the features or adjacent facilities tor which they provide control. RP means reference point for the purposes of this table @ > means greater than, or equal to, the number following the symbol. 2 means less than, or equal to, the number following the symbol. (3 The cut datum for utilities shall be the top of the pipe or conduit. Main .- .. (R s 3&rn (low’) or where grade I 0.30% 1 @Revised: 07/29/02 Contract No. 38871 Page 51 of 77 Pages Add the following section: 2-9.2.3 Payment for Survey. Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.3.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made therefor. Payment for the replacement of disturbed monuments and the filing of corner records shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made therefor. - 2-10 AUTHORITY OF BOARD AND ENGINEER Add the following section: 2-10.1 Availability of Records. The Contractor shall, at no charge to the agency, provide copies of all records in the Contractor’s or subcontractor’s possession pertaining to the work that the Engineer may request. Add the following section: 2-10.2 Audit And Inspection. Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor’s and its subcontractor‘s performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor’s staff and the staff of all subcontractors to the contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor‘s ongoing business operations. Contractor and all of its subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. SECTION 3 --CHANGES IN WORK 3-3 EXTRA WORK. 3-2.2.1 Contract Unit prices. Add the following: In the case of an increase or decrease in quantity of a minor bid item in excess of 25 percent of the original quantity bid adjustment of contract unit price for such items will be limited to that portion of the change in excess of 25 percent of the original quantity listed in the Contractor’s bid proposal for this contract. Adjustments in excess of 25 percent may, at the option of the Engineer, be paid pursuant to section 3-3, Extra Work. 3-3.2.2 ( c ) Tool and Equipment Rental. second paragraph, modify as follows: Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, “Labor Surcharge & Equipment Rental Rates” published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the GRevised: 07/29/02 Contract No. 38871 Page 52 of 77 Pages Contractor and subcontractors, if any. The labor rates published therein are not a part of this contract. 3-3.2.3 Markup. Delete section 3-3.2.3 from the 1995 and 1996 Supplements to the SSPWC and replace with the following: (a) 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 Work by Contractor. The following percentages shall be added to the Contractor‘s costs and To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor’s actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. add the following after the second sentence: Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. 3-4 CHANGED CONDITIONS. Delete the second sentence of paragraph three, delete paragraph five (5), and add the following: The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor’s failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the District with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. - @Revised: 07/29/02 Contract No. 38871 Page 53 of 77 Pages 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. Add the following: The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. Delete second sentence of paragraph one and add the following: Prior to proceeding with dispute resolution pursuant to Public Contract Code (PCC) provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Senior Inspector 3. Principal Inspector 4. Public Works Director 5. Executive Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the District will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor’s report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the District will provide its position within 10 working days of receipt of said additional information or Contractor’s presentation of its report. The Contractor may appeal each level’s position up to the Executive Manager after which Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the Executive Manager. Actual approval of the claim is subject to the change order provisions in the contract. - @w \#Revised: 07/29/02 Contract No. 38871 Page 54 of 77 Pages All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: - ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(i) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(l) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(l) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(l) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to - - GRevised: 07/29/02 Contract No. 38871 Page 55 of 77 Pages 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 Titie 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) 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 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. - arbitration process. - @Revised: 07/29/02 Contract No. 38871 Page 56 of 77 Pages - SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.3.1 General. Add the following: The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.4 Test of Materials. Delete the phrase, "and a reasonable amount of retesting", from the third sentence of the first paragraph. Add the following: Except as specified in these Supplemental Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications and the Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by him before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.6 Trade names or Equals. Delete the following phrase: "Unless otherwise authorized by the Engineer, the substantiation of offers must be submitted within 35 days after the award of Contract." Add the following: The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. Add the following section: 4-2 MATERIALS TRANSPORTATION, HANDLING 8, STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quality and quality received, prepare storage area@), 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 - @Revised: 07/29/02 Contract No. 38871 Page 57 of 77 Pages 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. Ail 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. Add the following: The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. Contractor shall contact SDG&E prior to construction and coordinate for standby as required by SDG&E for their facilities. Provide minimum notification as required by SDG&E. POTHOLE EXISTING UTILITIES: Existing utilities shown on the drawings are approximate only based on as-builts obtained from utility companies. Provide traffic control and obtain permits prior to commencing potholing. Pothole and survey all existing utilities crossing the new pipeline and at connection points prior to ordering any materials. Provide ail equipment, materials, supplies, and labor for the prosecution of pothole and survey. Determine potential conflicts and submit pothole and survey data to the Engineer for review. Coordinate possible changes to the new pipeline based on Engineer’s determination. Pothole data shall be submitted in a clear format and shall include existing utility horizontal location, elevation, size, configuration, angular alignment, and materials of construction. Allow minimum of two weeks for modification of new pipeline to meet field conditions. This shall be the first item of work prior to beginning any construction. Coordinate potholing requirements and schedule during the pre- construction meeting. All cost for potholing shall be considered as part of the pipeline bid items and no additional compensation will be allowed. 5-4 RELOCATION. Delete the first paragraph and substitute the following: In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon request to the Engineer, may be permitted to temporarily omit the portion of work affected by the utility. Such omission shall be for the Contractor’s convenience and no additional compensation will be allowed therefor. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-6 COOPERATION. Add the following: A new 30-inch pipeline is planned for construction west of Station 150+00 in Poinsettia Lane per City Drawing Number 405-88 and may overlap in construction schedule with this project. Contractor shall coordinate with this pipeline construction Contractor prior to verify project progress and GRevised: 07/29/02 Contract No. 38871 Page 58 of 77 Pages connection schedule. Contractor shall provide written correspondence of coordination effort and connection schedule to the Engineer for review. SECTION 6 -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete subsection 6-1 and substitute the following: Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within 20 calendar days after receipt of the "Notice to Proceed." Add the following section: 6-1 .I Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per section 6-4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. Add the following section: 6-1.1 .I 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. Add the following section: 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities required to represent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Schedule shall include detail of all project phasing, staging, and sequencing, including all milestones necessary to define beginning and ending of each phase or stage. Add the following section: 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. Add the following section: 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. @Revised: 07/29/02 Contract No. 38871 Page 59 of 77 Pages ~~~~ ~~ Add the following section: 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. Add the following section: 6-1.2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows 95 compatible “Suretrak” program by Primavera or “Project” program by Microsoft Corporation to prepare the Baseline Construction Schedule and all updates thereto. The Contractor shall submit to the Agency an 89 mm (3.5”) data disk with all network information contained thereon, in a format readable by a Microsoft Windows 95 system. The Agency will use a “Suretrak”, “Project” or equal software program for review of the Contractor’s schedule. Should the Contractor elect to use a scheduling program other than the “Suretrak” program by Primavera or “Project” program by Microsoft Corporation the Contractor shall provide the Engineer three copies of the substituted program that are fully licensed to the Agency and 32 class hours of on-site training by the program publisher for up to eight Agency staff members. The classes shall be presented on Mondays through Thursdays, inclusive, between the hours of 8:00 a.m. and 200 pm. The location dates and times of the on-site training shall be submitted to the Engineer for approval five working days before the start of the on-site training. The training shall be completed prior to the submittal of the first Baseline Construction Schedule. Add the following section: 6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activities, including submittals, interfaces between utility companies and other agencies, project milestones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the Contractor’s plan for project execution, to accurately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity’s description shall accurately define the work planned for the activity and each activity shall have recognizable beginning and end points. Add the following section: 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. Add the following section: 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. Add the following section: 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 default by Contractor, per section 6-4. Add the following section: 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 timespan of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline QRevised: 07/29/02 Contract No. 38871 Page 60 of 77 Pages 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. Add the following section: 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 special 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 special 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. Add the following section: 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. Add the following section: 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 B.1. Add the following section: 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. Add the following section: 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon each activity’s schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy and electronic media conforming to section 6-1.3.3 Electronic Media per the submittal . #Revised: 07/29/02 Contract No. 38871 Page 61 of 77 Pages requirements of section 2-5.3 and will include each item and element of sections 6-1.2 through 6-1.2.9 and 6-1.3.1 through 6-1.3.7. Add the following section: 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. Add the following section: 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. Add the following section: 6-1.3.3 Electronic Media. The schedule data disk shall be a 31/2” high density diskette, labeled with the project name and number, the Contractor’s name and the date of preparation of the schedule data disk. The schedule data disk shall be readable by the software specified in section 6-1.2.2 Schedule Software and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. Add the following section: 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. Add the following section: 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. Add the following section: 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. Add the following section: 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.” Add the following section: 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. Add the following section: 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 - - - @Revised: 07/29/02 Contract No. 38871 Page 62 of 77 Pages corrections and changes noted in the Engineer’s comments prior to receipt of payment per section 6-1 B.2. Add the following section: 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 B.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. Add the following section: 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. Add the following section: 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. Add the following section: 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. Add the following section: 6-1.8 Measurement and Payment. Construction Schedule will be paid for at the stipulated lump sum price of Five Thousand dollars ($5,000.00). The stipulated lump sum price paid for Construction Schedule shall include full compensation for furnishing all labor, materials including, but not limited to, the computer hardware and software, tools, equipment, and incidentals; and for doing all the work involved in attending meetings, preparing, furnishing, updating, revising the tabular, bar and flow chart Construction Schedules and narrative reports required by these special provisions and as directed by the Engineer. The Engineer’s determination that each and any construction schedule proposed by the Contractor complies with the requirements of these special provisions shall be precedent to each and any payment for the Construction Schedule. Payments for Construction Schedule will be made as per sections 6-1.8.1 through 6-1 J.3. GRevised: 07/29/02 Contract No. 38871 Page 63 of 77 Pages - Add the following section: 6-1.8.1 Initial Payment. Thirty percent of the stipulated lump sum price for the Construction Schedule will be made when the Engineer has accepted a Construction Schedule for this project. Add the following section: 6-1.8.2 Monthly Updated Construction Schedule Payments. Monthly Updated Construction Schedule Payments equal to fifty percent of the stipulated lump sum price divided by the sum of the number of months of project duration plus one will be made subsequent to the initial payment for the Construction Schedule for each monthly Construction Schedule, updated as required herein, that the Engineer has accepted as sufficient within the month that the monthly progress payment pertains. No payment shall be made, nor shall any payment accrue, for any monthly updated construction schedule that is not marked "Accepted by the Engineer on or before the twentieth working day of the month such monthly updated construction schedule is due per section 6-1.3 Preparation of Schedule Updates and Revisions. The sum of the amounts paid for Construction Schedule during the initial and subsequent payment periods, or extensions to the contract, shall not exceed the stipulated lump sum price for Construction Schedule. Add the following section: 6-1.8.3 Concluding Payment. A Final payment of 20% of the stipulated lump sum price for the Construction Schedule will be made when both one hundred percent of the contract work is completed and the Engineer has accepted a final construction schedule update prepared and submitted by the Contractor as required herein that shows the actual beginning and ending dates and all other data that is required for baseline and update schedules for each activity shown on the baseline construction schedule and updates thereto that the Engineer accepted for this project. - 6-2 PROSECUTION OF WORK. Add the following section: 6-2.1 Order of Work. The work to be done shall consist of furnishing labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. The work includes construction of 30-inch diameter welded steel pipeline, 12-inch PVC pipe, 12-inch ductile iron pipe, and appurtenances as shown on the drawings. The following descriptions outlining the order of work are provided for the Contractor's review and information. . . . . . Pothole existing utilities and provide any conflicting data to the Engineer for review and modification to proposed pipeline. Notify existing utility owners prior to construction. Construct and test 12-inch pipeline as indicated in the Construction Sequence provided on the plans. Construct and test 30-inch pipeline as indicated in the Construction Sequence provided on the plans. Notify City prior to connecting to existing pipelines. Remove temporary caps, thrust blocks, and make connection to existing pipelines per plans. The descriptions are overviews only and shall not relieve the Contractor from its responsibilities to perform the coordination and work in accordance with the plans and specifications. Some phases or portions of phases may overlap each other and/or occur during the same time period for work at: - . End of existing portion of Poinsettia Lane. End of project in Melrose Drive. @Revised: 07/29/02 Contract No. 38871 Page 64 of 77 Pages Add the following section: 6-2.2 Construction Phasing. -. Staae 1 Stage 1 consists of connecting the proposed line with the existing line, which is located on the north side of Aviara Parkway, in the northwest quadrant of the intersection of Aviara Parkway and El Camino Real. Traffic will be closed in the curbside vehicle and bike lanes for the westbound traffic on Alga Road/Aviara Parkway and the curb lane for the southbound traffic on El Camino Real. Since there is only one receiving lane for westbound on Aviara Parkway, the northbound dual left turn lanes will be reduced to one turn lane. Delineators shall be installed to separate the travel lanes from the work zones and allow construction vehicles to operate with the work zone. Work hours will be from 8:30 AM to 3:30 PM for this stage. Staae 2 Stage 2 consists of installing the proposed line through the median on the west side of the intersection of Aviara Parkway/Alga Road and El Camino Real. The work zone spans the westbound median lane, both left-turn lanes and one eastbound through lane. Eastbound left-turn lanes will not be allowed at the intersection due to the lack of protection from the signal phasing. Traffic will be closed in the median lane for westbound traffic on Aviara Parkway/Alga Road, both eastbound left-turn lanes on Aviara Parkway, and the eastbound median lane on Aviara Parkway. Since there is only one receiving lane for westbound on Aviara Parkway, the northbound dual left- turn lanes will be reduced to one turn lane. The median left-turn will be closed to allow for smoother turns onto Aviara Parkway. Delineators shall be installed to separate the travel lanes from the work zones and allow construction vehicles to operate with the work zone. Work hours will be from 8:30 AM to 3:30 PM for this stage. Staae 3 Stage three consists of installing the proposed line through the intersection of Aviara Parkway/Alga Road and El Camino Real. Crossing the intersection will take place in two stages. This stage installs the "outer" portions of the line, both sections located in the eastbound curbside lane of Aviara Parkway and Alga Road. Traffic will be closed in both the vehicle and bicycle lanes for the duration of the stage. Traffic will also be closed to two southbound and northbound lanes on El Camino Real, leaving only one through lane in both directions. Only one southbound and westbound left-turn lanes will remain open due to reducing the number of receiving lanes to one. Northbound and westbound right-turn movements will not be allowed at the intersection due to the geometry of the work zones. Vehicles will be required to proceed to the next available U-turn to complete those movements. Delineators shall be installed to separate the travel lanes from the work zones and allow construction vehicles to operate with the work zone. Pedestrians will be unable to cross on the south side of the intersection. Work hours will be from 9:00 AM to 5:OO PM for this stage. Staae 4 Stage four consists of completing the installation of the line through the intersection of Aviara Parkway/Alga Road and El Camino Real. This section of the work zone includes one southbound through lane, both northbound left-turn lanes, and one northbound through lane on El Camino Real. Traffic will be closed in all of these lanes. The eastbound curbside lane on Aviara Parkway will be closed to traffic and one westbound left-turn lane will be closed. Northbound left-turns will not be allowed at this intersection due to the lack of protection from the signal phasing. Delineators shall be installed to separate the travel lanes from the work zones and allow construction vehicles to operate with the work zone. Pedestrians will be unable to cross on the south side of the intersection. Work hours will be from 9:30 AM to 2:30 PM for this stage. bRevised: 07/29/02 Contract No. 38871 Page 65 of 77 Pages Stage 5 Stage five consists of installing the proposed line along Alga Road from the intersection with El Camino Real to the location of the connection to the existing line at Alicante Road. The stage requires traffic to be closed in both eastbound and westbound median lanes along Alga Road. Traffic from Estrella De Mar will be required to make right-turn only movements. Delineators shall be installed to separate the travel lanes from the work zones and allow construction vehicles to operate with the work zone. Work hours will be from 8:30 AM to 3:30 PM for this stage. Stage 6 Stage six consists of completing the installation of the proposed line Alga Road at the intersection of Alicante Road. The stage requires the westbound curbside vehicle and bicycle lanes of Alga Road closed to traffic. Eastbound U-turns at this intersection will be prohibited because of the lack of space to perform the movement. Delineators shall be installed to separate the travel lanes from the work zones and allow construction vehicles to operate with the work zone. Work hours will be from 8:30 AM to 3:30 PM for this stage. Stage 7 Stage seven consists of installing the proposed line along Melrose Drive on the east side. This stage requires the curbside vehicle and bicycle lanes to be closed to traffic. Residential traffic at Paseo Corto will be given access during construction. Delineators shall be installed to separate the travel lanes from the work zones and allow construction vehicles to operate with the work zone. Work hours will be from 8:30 AM to 3:30 PM for this stage. Stage 8 Stage eight consists of five (5) phases (A through E), installing the proposed line in the northbound and southbound median lanes of Melrose Drive. Traffic will be closed in these lanes for the duration of each stage. Residential access will be give at all side streets affected by the work zone closures. Pedestrians will not be allowed to cross Melrose drive at any intersections with lane closures. Delineators shall be installed to separate the travel lanes from the work zones and allow construction vehicles to operate with the work zone. Work hours will be from 8:30 AM to 3:30 PM for these stages. Stage 9 Stage nine consists of installing the proposed line across the intersection of Melrose Drive and Poinsettia Lane. This process will consist of two stages. This stage includes two northbound through lanes, the southbound left-turn lane, one southbound through lane, and the southbound right-turn lane. All traffic will be closed in these lanes. Both left and right-turn lanes will be prohibited at the intersection due to signal phasing and the geometry of the work zones. Vehicles will be required to make a U-turn at the next intersection to return and complete the movement. One northbound left-turn lane will be closed because there will be only one open receiving lane on Poinsettia Lane. Pedestrians will be prohibited from crossing the intersection on the north side. Delineators shall be installed to separate the travel lanes from the work zones and allow construction vehicles to operate with the work zone. Work hours will be from 8:30 AM to 3:30 PM for this stage. Stage 10 Stage 10 consists of completing the installation of the proposed line across the intersection of Melrose Drive and Poinsettia Lane. The proposed work zone will include two southbound through lanes along Melrose Drive. Traffic will be closed in these two through lanes. Pedestrians will be prohibited from crossing the intersection on the north side. Delineators shall be installed to separate the travel lanes from the work zones and allow construction vehicles to operate with the work zone. Work hours will be from 8:30 AM to 3:30 PM for this stage. - @Revised: 07/29/02 Contract No. 38871 Page 66 of 77 Pages Add the following section: 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project Meetings. Each Project Meeting shall be attended by the Contractor’s Representative. The Project Representative shall be the individual determined under section 7-6, ‘The Contractor’s Representative”, SSPWC. 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. - 6-6 DELAYS AND EXTENSIONS OF TIME. 66.4 Written Notice and Report. Modify as follows: 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) therefor. 6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the work to completion within 200 working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. Add the following: Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:OO a.m. and 4:OO p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in hislher sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. 6-8 COMPLETION AND ACCEPTANCE. Delete the second paragraph and add the following: The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer’s judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board’s acceptance of the Work the Engineer will cause a “Notice of Completion” to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. Delete the first sentence of the third paragraph and substitute the following two sentences: All work shall be warranted for one (1) year after recordation of the ”Notice of Completion” and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. .- @Revised: 07/29/02 Contract No. 38871 Page 67 of 77 Pages - 6-9 LIQUIDATED DAMAGES. Modify the last sentence of the first paragraph and the first sentence of the second paragraph and add the following: For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of One Thousand Dollars ($1,000.00). Execution of the Contract shall constitute agreement by the Agency and Contractor that $1,000 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. SECTION 7 -- RESPONSIBILITIES of the CONTRACTOR 7-3 LIABILITY INSURANCE. Add the following: All insurance is to be placed with insurers that have a rating in Best‘s Key Rating Guide of at least A-:V and are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. 7-4 WORKERS’ COMPENSATION INSURANCE. Add the following: All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers’ compensation insurance. 7-5 PERMITS. Delete the first sentence and add the following sentences: Except as specified herein the Contractor will obtain, at no permit fee to the Contractor, all encroachment, right-of-way, grading, resource agency and building permits necessary to perform work for this contract on Agency property, in streets, highways (except State highway right-of-way), railways or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit@) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefor. - 7-7 COOPERATION AND COLLATERAL WORK. Add the following section: 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Add the following: Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in 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 therefor. GRevised: 07/29/02 Contract No. 38871 Page 68 of 77 Pages 7-8.5 Temporary Light, Power and Water. Add the following: The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefor. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. 7-8.6 Water Pollution Control. Contractor shall comply with all requirements of the Storm Water Pollution and Monitoring Plan that is required to be developed for this project in accordance with the CSWRCB Order Number 92-08DWQ, NPDES General Permit Number CAS000002, and the WDR for discharge of storm water related activities during construction. Add the following section: 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. Add the following: The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City’s contracted waste disposal company, Coast Waste Management at 929-941 7. 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 3-112 inches by 8-112 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 Attachment “A,” @Revised: 07/29/02 Contract No. 38871 Page 69 of 77 Pages - In addition to the notifications, the contractor shall post no parking signs 48 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the no parking signs 48 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 48 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional compensation for printing and distributing these notices. 7-10.3 Street Closures, Detours, Barricades. Modify the second paragraph as follows: At least 5 working days prior to closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1) The Engineer ..................................................................................... (760) 438-1161 X-4411 2) Carlsbad Fire Department Dispatch .................................................. (760) 931-21 97 3) Carlsbad Police Department Dispatch ............................................. (769) 931-21 97 4) Carlsbad Traffic Signals Maintenance ............................................... (760) 438-2980 X-2937 5) Carlsbad Traffic Signals Operations .................................................. (760) 438-1161 X-4500 6) North County Transit District ............................................................. (760) 743-9346 7) Coast Waste Management ................................................................ (760) 929-9400 7-10.3 Street Closures, Detours, Barricades. Add the following: Traffic controls shall be in accordance with the plans, Chapter 5 of the California Department of Transportation "Manual of Traffic Controls," 1996 edition and these Supplemental Provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at hislher sole option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($20.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. Add the following section: 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of section 214-5.1 .et 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 21 0-1.6 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 - - QRevised: 07/29/02 Contract No. 38871 Page 70 of 77 Pages performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS “Standard Specifications”, except the sleeves shall be 180 mm (7”) long. Personal vehicles of the Contractor‘s employees shall not be parked within the traveled way, including any section closed to public traffic. Whenever the Contractor’s vehicles or equipment are parked on the shoulder within 1.8 m (6‘) of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at 7.6 m (25’) intervals to a point not less than 7.6 m (25’) past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A C23 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a sign post or telescoping flag tree with flags. The sign post or flag tree shall be placed where directed by the Engineer. Add the following section: 7-10.3.2 Maintaining Traffic. The Contractor’s personnel shall not work closer than 1.8 m (6), nor operate equipment within 0.6 m (2’) from any traffic lane occupied by traffic. For equipment the 0.6 m (2’) shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. During the entire construction, a minimum of one paved traffic lane, not less than 14 feet wide, shall be open for use by public traffic in each direction of travel, unless otherwise shown on the Traffic Control Plans. Add the following section: 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, CALTRANS “Manual of Traffic Control”, 1996 edition and provisions under “Maintaining Traffic” elsewhere in these Supplemental Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. GRevised: 07/29/02 Contract No. 38871 Page 71 of 77 Pages Add the following section: 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until he has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. Add the following section: 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in Chapter 5 of the 'Traffic Manual", 1996 edition published by CALTRANS. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. - Add the following section: 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the 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. The Contractor may choose to modify, add to or supplement the TCP shown on the sheets of Drawing 405-8 of the contract documents or substitute TCP to further its own interests. Such substitution shall be prepared in type and kind as sheet(s) 19 to 43 of Drawing 405-8. The level of detail, format, and graphics shall be of quality and size no less than shown on the sheets of Drawing 405-8. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and of the "MANUAL OF TRAFFIC CONTROLS", 1996 Edition as published by the State of California Department of Transportation. GRevised: 07/29/02 Contract No. 38871 Page 72 of 77 Pages 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. Such modification, addition, supplement, and/or new design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such modification, addition, supplement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall conform to the requirements of section 2-5.3 Shop Drawings and Submittals. - Add the following section: 7-10.3.7 Payment. The Contractor shall provide traffic control at the contract lump sum price bid. The contract lump sum price paid for "traffic control" shall include full compensation for furnishing all labor (including flagging costs), materials (including signs), tools, equipment and incidentals, and for doing all the work involved in preparation, reproduction and changing of traffic control plans, placing, applying traffic stripes and pavement markers with bituminous adhesive, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the plans and approved additions and modifications, as specified in these special provisions, and as directed by the Engineer. All expenses and time to prepare and review modifications, additions, supplements and/or new TCP designs shall be included in the lump sum bid for traffic control and no additional payment will be made therefor. Flagging costs will be paid for as a part of the Lump Sum Amount for "Traffic Control." The cost of labor and material for portable concrete barriers will be paid for at the unit price bid. When there is no bid item for the cost of labor and material for portable concrete barriers, they will be paid as an incidental to the work being performed, and no additional payment will be made therefor. Progress payments for "Traffic Control" will be based on the percentage of the improvement work completed. Add the following section: 7-10.4.4 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-13 LAWS TO BE OBSERVED. Add the following: Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. @Revised: 07/29/02 Contract No. 38871 Page 73 of 77 Pages SECTION 9 -- MEASUREMENT & PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK 9-1.4 Units of Measurement. Modify as follows: The system of measure for this contract shall be the US. Standard Measures. 9-3 PAYMENT. 9-3.1 General. Delete the eighth paragraph and substitute the following: Guarantee periods, shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion." 9-3.2 Partial and Final Payment. Delete the second paragraph and substitute the following: Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of the Standard Specifications (SSPWC). Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (IO) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. Add paragraph 6 et seq. as follows: After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. The estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. - QRevised: 07/29/02 Contract No. 38871 Page 74 of 77 Pages If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in subsection 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor’s claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Add the following: Except for those final payment items disputed in the written statement required in subsection 9-3.2 all claims of any dollar amount 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 subsection 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor’s claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under subsection 3-5, Disputed Work, for those claims remaining in dispute. Add the following section: 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. Add the following section: 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be made at the stipulated lump-sum price bid therefor in the bid schedule. The Contract lump-sum price paid for mobilization shall not exceed one hundred thousand dollars ($100,000), 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 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. - - specifications. The Contractor hereby agrees that the stipulated lump sum amount is sufficient for QRevised: 07/29/02 Contract No. 38871 Page 75 of 77 Pages - Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilization And Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatory work will be allowed therefor. GRevised: 07/29/02 Contract No. 38871 Page 76 of 77 Pages ATTACHMENT “A” RESIDENT NOTIFICATION EXAMPLE .- CITY OF CARLSBAD CONSTRUCTION WORK ABC CONTRACTORS OFFICE # (76O)XXX-XXXX FIELD # (76O)XXX-XXXX >ear resident: 4s a part of the City of Carlsbads and Carlsbad Municipal Water listrict‘s ongoing program to maintain its water, recycled water, mi sewer facilities, your street will be closed to allow for pipeline :onstruction. This construction will require the closing of your ;treet to through traffic for Xdays. Your street, from XYZSt. to YYZ Ave. will be closed to through traffic on: MON. TUE. WED. THU. FRI. DATE: rom 7:OOA.M. to 5:OO P.M. If you don’t plan to leave your home by 7:OO A.M. on the above iate(s) please park your car on an adjacent street in your ieighborhood that will not be impacted. ABC is the Contractor that will be performing the construction vork for the city and you may call them at (76O)XXX-XXXX if you lave any questions regarding the project. Mail delivery may be jelayed if the postman cannot reach the mailbox that day. If you lave a moving company scheduled for that day please call and nform the Contractor of the date. If you have any concerns which :annot be addressed by the Contractor, you may call the City’s ingineering Inspection Department at 438-1 161 x4323. Xy of Carlsbad. Thank you for your cooperation as we work to make a better @Revised: 07/29/02 Contract No. 38871 Page 77 of 77 Pages STATE OF CALIFORNIA, WATER RESOURCE CONTROL BOARD CONTRACT REQUIREMENTS BOILERPLATE 1 - STATE WAGE RATE CLAUSES (Facilities Plan Approval after June 18,1998, Federal Wage Rates are Pursuant to Sections 1720 et seq., and 1770 et seq., of the California Labor Code. the successful bidder shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations for public works projects of more than one thousand dollars ($l,oOO). Copies of such prevailing rate or per diem wage are on file at City of Carlsbad which copies shall be made available to any interested party on request, The successful bidder shall post a copy of such determinations at each job site. The successful bidder intending to use a craft or classification not shown on the prevailing rate determinations may be required to pay the rate of the craft or classification most closely related to it. 2 - LABOR CODE SECTION 1776 COMPLETE PAYROLL RECORDS: CERTIFIED AND AVAILABLE (a) Each contractor and subcontractor shall keep an accurate payroll record, showing the name. address, social security number, work classification, and straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the public work. (b) The payroll records enumerated under subdivision (a) shall be certified and shall be available for inspection at all reasonable hours at the principal office of the contractor on the following basis: (I) A certified copy of an employee’s payroll record shall be made available for inspection or furnished to the employee or his or her authorized representative on request. (2) A certified copy of all payroll records enumerated in subdivision (a) shall be made available for inspection or furnished upon request to a representative of the body awarding the contract, the Division of Labor Standards Enforcement, and the Division of Apprenticeship Standards of the Department of Industrial Relations. (3) A certified copy of all payroll records enumerated in subdivision (a) shall be made available upon request by the public for inspection or for copies thereof. However, a request by the public shall be made through either the body awarding the contract, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement. If the requested payroll records have not been provided pursuant to paragraph (Z), the requesting patty shall, prior to being provided the records, reimburse the costs of preparation by the contractor, subcontractors, and the entity through which the request was made. The public shall not be given access to the records at the principal office of the contractor, (c) The certified payroll records shall be on forms provided by the Division of Labor Standards Enforcement or shall contain the same information as the forms provided by the division. (d) Each contractor shall file a certified copy of the records enumerated in subdivision (a) with the entity that requested the records within 10 days after receipt of a written request. (e) Any copy of records made available for inspection as copies and furnished upon request to the public or any public agency by the awarding body, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement shall be marked or obliterated in a manner so as to prevent disclosure of an individual’s name, address, and social security number. The name and address of the contractor awarded the contract or performing the contract shall not be marked or obliterated. BP-1 March 17,2000 (printed 11/25/02) (f) The contractor shall inform the body awarding the contract of the location of the records enumerated under subdivision (a), including the street address, city and county, and shall, within five working days, provide a notice of a change of location and address. (9) The contractor shall have IO days in which to comply subsequent to receipt of written notice specifying in what respects the contractor must comply with this section. In the event that the contractor fails to comply within the 10- day period, he or she shall, as a penalty to the state or political subdivision on whose behalf the contract is made or awarded, forfeit twenty-five dollars ($25) for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, these penalties shall be withheld from progress payments then due. (h) The bcdy awarding the contract shall cause to be inserted in the contract stipulations to effectuate this section. These stipulations shall foc the responsibility for compliance with this section on the prime contractor. (i) The director shall adopt rules consistent with the California Public Records Act, (Chapter 3.5 (commencing with Section 6250), Division 7, Title 1, Government Code) and the Information Practices Act of 1977, (Title 1.8 (commencing with Section 1798), Part 4, Division 3, Civil Code) governing the release of these records, including the establishment of reasonable fees to be charged for reproducing copies of records required by this section. 3- LABOR CODE SECTION 1777.5 EMPLOYMENT OF PROPERLY REGISTERED APPRENTICES Nothing in this chapter shall prevent the employment of properly registered apprentices upon public works. Every such apprentice shall be paid the standard wage paid to apprentices under the regulations of the craft or trade at which he or she is employed, and shall be employed only at the work of the craft or trade to which he or she is registered. Only apprentices, as defined in Section 3077, who are in training under apprenticeship standards and written apprentice agreements under Chapter 4 (commencing with Section 3070) of Division 3, are eligible to be employed on public works. The employment and training of each apprentice shall be in accordance with the apprenticeship standards and apprentice agreements under which he or she is training. When the contractor to whom the contract is awarded by the state or any political subdivision, or any subcontractor under him or her, in performing any of the work under the contract or subcontract, employs workers in any apprenticeable craft or trade, the contractor and subcontractor shall apply to the joint apprenticeship committee administering the apprenticeship standards of the craft or trade in the area of the site of the public work for a certificate approving the contractor or subcontractor under the apprenticeship standards for the employment and training of apprentices in the area or industry affected. However, approval as established by the joint apprenticeship committee or committees shall be subject to the approval of the Administrator of Apprenticeship. The joint apprenticeship committee or committees, subsequent to approving the subject contractor or subcontractor, shall arrange for the dispatch of apprentices to the contractor or subcontractor in order to comply with this section. Every contractor and subcontractor shall submit contract award information to the applicable joint apprenticeship committee which shall include an estimate ofjourneyman hours to be performed under the contract, the number of apprentices to be employed, and the approximate dates the apprentices will be employed. There shall be an affirmative duty upon the joint apprenticeship committee or committees administering the apprenticeship standards of the craft or trade in the area of the site of the public work to ensure equal employment and affirmative action in apprenticeship for women and minorities. Contractors or subcontractors shall not be required to submit individual applications for approval to local joint apprenticeship committees provided they are already covered by the local apprenticeship standards. The ratio of work performed by apprentices to journeymen who shall be employed in the craft or trade on the public work may be the ratio stipulated in the apprenticeship standards under which the joint apprenticeship committee operates, but, except as otherwise provided in this section, in no case shall the ratio be less than one hour of apprentices work for every five hours of labor performed by a journeyman. However, the minimum ratio for the land surveyor classification shall not be less than one apprentice for each five journeymen. Any ratio shall apply during any day or portion of a day when any journeyman, or the higher standard stipulated by the joint apprenticeship committee, is employed at the job site and shall be computed on the basis of the hours worked BP-2 March 17,2000 (printed 11/25/02) during the day by journeymen so employed, except for the land surveyor classification. The contractor shall employ apprentices for the number of hours computed as above before the end of the contract. However, the contractor shall endeavor, to the greatest extent possible, to employ apprentices during the same time period that the journeymen in the same craft or trade are employed at the job site. Where an hourly apprenticeship ratio is not feasible for a particular craft or trade, the Division of Apprenticeship Standards, upon application of a joint apprenticeship committee, may order a minimum ratio of not less than one apprentice for each five journeymen in a craft or trade classification. The contractor or subcontractor, if he or she is covered by this section, upon the issuance of the approval certificate. or if he or she has been previously approved in the craft or trade, shall employ the number of apprentices or the ratio of apprentices to journeymen stipulated in the apprenticeship standards. Upon proper showing by the conmtor that he or she employs apprentices in the craft or trade in the state on all of his or her contracts on an annual average of not less than one hour of apprentice work for every five hours of labor performed by ajourneyman. or in the land surveyor classification, one apprentice for each five journeymen, the Division of Apprenticeship Standards may grant a certificate exempting the contractor from the I-to-5 hourly ratio as set forth in this section. This section shall not apply to contracts of general contractors or to contracts of specialty contractors not bidding for work through a general or prime contractor_ when the contracts of general contractors or those specialty contractors involve less than thiiny thousand dollars ($30,000) or 20 working days. Any work performed by ajourneyman in excess of eight hours per day or 40 hours per week, shall not be used to calculate the hourly ratio required by this section. "Apprenticeable craft or trade," as used in this section, means a craft or trade determined as an apprenticeable occupation in accordance with rules and regulations prescribed by the Apprenticeship Council. The joint apprenticeship committee shall have the discretion to grant a certificate, which shall be subject to the approval of the Administrator of Apprenticeship, exempting a contractor from the 1-to-5 ratio set forth in this section when it finds that any one of the following conditions is met: (aj Unemployment for the previous three-month period in the area exceeds an average of I5 percent . (b) The number of apprentices in training in such area exceeds a ratio of 1 to 5 (c) There is a showing that the apprenticeable craft or trade is replacing at least one-thirtieth of its journeymen annually through apprenticeship training, either on a statewide basis, or on a local basis. (d) Assignment of an apprentice to any work performed under a public works contract would create a condition which would jeopardize his or her life or the life, safety, or property of fellow employees or the public at large or if the specific task to which the apprentice is to be assigned is of such a nature that training cannot be provided by a journeyman. When exemptions are granted to an organization which represents contractors in a specific trade from the 140-5 ratio on a local or statewide basis the member contractors will not be required to submit individual applications for approval to local joint apprenticeship committees, if they are already covered by the local apprenticeship standards. A contractor to whom the contract is awarded, or any subcontractor under him or her, who, in performing any of the work under the contract, employsjourneymen or apprentices in any apprenticeable craft or trade and who is not contributing to a fund or funds to administer and conduct the apprenticeship program in any craft or trade in the area of the site of the public work, to which fund or funds other contractors in the area of the site of the public work are contributing, shall contribute to the fund or funds in each craft or trade in which he or she employs journeymen or apprentices on the public work in the same amount or upon the same basis and in the same manner as the other contractors do, but where the trust fund administrators are unable to accept the funds, contractors not signatory to the trust agreement shall pay a like amount to the California Apprenticeship Council. The contractor or subcontractor may add the amount of the contributions in computing his or her bid for the contract. The Division of Labor Standards Enforcement is authorized to enforce the payment of the contributions to the fund or funds as set forth in Section 227. The body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this section. The stipulations shall fix the responsibility of compliance with this section for all apprenticeable occupations with the prime contractor. All decisions of the joint apprenticeship committee under this section are subject to Section 3081 BP-3 March 17,2000 (printed 11/25/02) 4 - LABOR CODE SECIlON 1810 DEFINITION A LEGAL DAY'S WORK Eight hours labor constitutes a legal day's work in all cases where the same is performed under the authority of any law of this State, or under the direction, or control. or by the authority of any officer of this State acting in his official capacity. or under the direction, or control or by the authority of any municipal corporation, or of any officer thereof. A stipulation to that effect shall be made a part of all contracts to which the State or any municipal corporation therein is a Party. 5 - LABOR CODE SECTION 1813 PENALTY FOR OVERTIME ON ANY PUBLIC WORK CONTRACT The contractor shall, as apenalty to the State or political subdivision on whose behalf the contract is made or awarded, forfeit twenty-five dollars ($25) for each workman employed in the execution of the contract by the contractor or by any subcontractor for each calendar day during which such workman is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of this article. In awarding any contract for public work. the awarding body shall cause to be inserted therein a stipulation to this effect. The awarding body shall take cognizance of all violations of this article committed in the course of the execution of the contract, and shall report them to the ofkicer of the State or political subdivision who is authorized to pay the contractor money due him under the contract. 6- LABOR CODESECTION 1815 MINUlUM OVERTIME PAY Notwithstanding the provisions of Sections 1810 to 1814. inclusive, of this code, and notwithstanding any stipulation inserted in any contract pursuant to the requirements of said sections, work performed by employees of contractors in excess of 8 hours per day, and 40 hours during any one week. shall be permitted upon public work upon compensation for all hours worked in excess of 8 hours per day at not less than one and one-half (1.5) times the hasic rate of pay. 7- LABOR CODE SECTION 1860 CONTRACT PROVISION The awarding body shall cause to be inserted in every public works contract a clause providing that, in accordance with the provisions of Section 3700 of the Labor Code, every contractor will be required to secure the payment of compensation to his employees. 8 - LABOR CODE SECTION 1861 CONTRACTOR CERTIFICATION TO LABOR CODE SECTION 3700 Each contractor to whom a public works contract is awarded shall sign and tile with the awarding body the following certification prior to performing the work of the contract: "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." 9 - CULTURAL RESOURCES In accordance with the National Historic Preservation Act of 1966, (16 U.S.C. 470), the following procedures are implemented to insure historic preservation and fair compensation to the Contractor for delays attendant to cultural resources investigations. In the event potential Historical, Architectural, Archeological, or Cultural Resources (herein after cultural resources) are discovered during subsurface excavations at the site of construction, the following procedures shall be instituted: 1) at the location of such potential cultural resources find. The Engineer shall issue a "Stop Work Order" directing the Contractor to cease all construction operations BP-4 March 17,2000 (printed 11/25/02) 2) Such “Stop Work Order” shall be effective until such time as a qualified archeologist can be called to assess the value of these potential cultural resources and make recommendations to the State Water Resources Control Board Cultural Resources Officer. Any “Stop Work Order” shall contain the following: a) b) C) d) e) If the archeologist determines that the potential find is a bonafide cultural resource, at the direction of the State Water Resources Control Board Cultural Resources Officer, the Engineer shall extend the duration of the “Stop Work Order” in writing, and the Contractor shall suspend work at the location of the find. Equitable adjustment of the construction contract shall be made in the following manner: 1) Time Extension If the work temporarily suspended is on the “critical path”, the total number of days for which the suspension is in effect shall be added to the number of allowable contract days. If aponion of work at the time of such suspension is not on the “critical path”, but subsequently becomes work on the critical path, the allowable contract time will be computed from the date such work is classified as on the critical path. 2) Additional ComDensation If, as a result of a suspension of the work, the Contractor sustains a loss which could not have been avoided by his judicious handling of forces, and equipment, or redirection of forces or equipment to perform other work on the contract. there shall be paid to the Contractor an amount as determined by the Engineer to be fair and reasonable Compensation for the Contrackor’s actual loss in accordance with the following: A clear description of the work to be suspended; Any instructions regarding issuance of further orders by the Contractor for material SeNiCeS; Guidance as the action to be taken on subconbacts; Any suggestions to the Contractor as to minimization of his costs; Estimated duration of the temporary suspension. a) Idle Time of Eauioment Compensation for equipment idle time will be determined on a force account (time and materials) basis, and shall include the cost of extra moving of equipment and rental loss. The right-of-way delay factor for each classification of equipment shown in the California Department of Transponation publication entitled, Eauioment Rental Rates and the General Prevailine Wage Rates, will be applied to any equipment rental rates. b) Idle Time of Labor compensation for idle time of workers will be determined by the Engineer as “Labor” less any actual productivity factor of this portion of the work force. C) Increased costs of labor and materials will be compensated only to the extent such increase was in fact caused by the suspension, as determined by the Engineer. Compensation for actual loss due to idle time of either equipment or labor shall not include markup for profit. The hours for which compensation will be paid will be the actual normal working time during which such delay condition exists, but will in no case exceed eight hours in any one day. The days for which compensation will be paid shall be full or partial calendar days, excluding Saturdays, Sundays, and legal holidays, during the existence of such delay. Increased Costs of Labor and Materials BP-5 March 17, 2000 (printed 11/25/02) 10 - STATE MBUWBE PROVISIONS CONTRACT PROVISIONS OF THE STATE WATER RESOURCES CONTROL BOARD (SWRCB) DIVISION OF CLEAN WATER PROGRAMS RELATIVE TO THE UTILIZATION OF MINORITY BUSINESS ENTERPRISE (MBE) AND WOMEN BUSINESS ENTERPRISE (WBE) ON CLEAN WATER PROGRAM CONSTRUCTION CONTRACTS IN CALIFORNIA This document and attachments shall he included by the owner as a contract provision for all conslruction contracts exceeding $lO,oOO. Compliance with the requirements of this document and attachments satisfies the MBElWBE requirements of the U. S. Environmental Protection Agency and the SWRCB. This document supersedes any conflicting requirements. Failure to take the five (5) affirmative steps listed under Requirements, Section A, prior to hid opening and to submit "Minority Business EnterpriselWomen Business Enterprise Information" (Anachment B) with the hid shall cause the bid to he rejected as a non-responsive bid. DEFTNITIONS BONA FIDE MINORITY BUSINESS ENTERPRISE (MBE) MEANS: An MBE that has submitted a "Minority Business EnterpriseNomen Business Enterprise Self Certification" (Attachment A) to. and been accepted as, a bona fide MBE by the owner. In addition, the following requirements apply: 1. An independent business concern which is at least 51% owned and controlled by minority group member(s) (see definition of Minority Group Member). Ownership and control can he measured by: a. Responsibility for performance of contract work. b. Management responsibility. c. At least 51% share of profits and risk. d. Other data (such as voting rights) that may he related to ownership and/or control In cases where a firm is owned and controlled by a minority woman or women. the percentage may he credited towards MBE participation or as WBE participation, or allocated, but may not he credited fully to both. 2. BONA FIDE WOMEN BUSINESS ENTERPRISE WBE) MEANS: A WBE that has submitted Attachment A to, and been accepted as, a hona fide WBE by the owner. In addition, the following requirements apply: I. An independent business which is at least 51 % owned by a woman or women who also control and operate it. a. Ownership. Determination of whether a business is at least 51% owned by a woman or women shall he made without regard to community property laws. For example, an otherwise qualified WBE which is 51% owned by a married woman in a community property state will not he disqualified because her husband has a 50% interest in her share. Similarly. a business which is 51% owned by a married man and 49% by an unmarried woman will not become a qualified WBE by virtue of his wife's 50% interest in his share of the business. BP-6 March 17, 2000 (printed 11/25/02) h. Control and operation. "Control" means exercising the power to make policy decisions and "operate" means being actively involved in the day-to-day management of the business. JOINT VENTURE CJVl A business enterprise formed by a combination of firms under a N agreement. To qualify as a hona fide MBENBE, the minority-ownedlwoman or women owned and controlled firms in the N must: I. Satisfy all requirements for hona fide MBENBE participation in their own rights. In cases where a minority woman or women-owned firm participates in a JV, the percentage may he credited towards MBE participation or as WBE participation, or allocated, hut may not he credited fully to both. Share a clearly defined percentage of the ownership. management responsibilities, risks, and profits of the JV. Only this percentage will he credited towards the MBENBE goal. 2. MINORITY GROUP MEMBERS A minority group member is an individual who is a citizen of the United States and one of the following: Native Americans consist of American Indian, Eskimo, Aleut, and native Hawaiian Black Americans consist of U.S. citizens, other than Hispanic, having origins in any of the black racial groups of Africa. Asian Pacific Americans consist of US. citizens having origins in any of the original peoples of the Far East, Southeast Asia, and the Indian Subcontinent. This area includes, for example, China, Japan, Korea. the Philippines, Vietnam, Samoa. Guam, the U.S. Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia, and Taiwan. The Indian subcontinent takes in the countries of India, Pakistan, Bangladesh, Sri Lanka, Sikkim. and Bhutan. Hispanic Americans consist of U.S. citizens with origins from Pueno Rico, Mexico, Cuba, or South or Central America. Only those persons from Central and South American countries who are of Spanish oripin, descent, or culture should he included in this category. Persons from Brazil, Guyana, Surinam or Trinidad, for example, would he classified according to their race and would not necessarily be included in the Hispanic category. In addition, this category does not include persons from Portugal, who should he classified according to race. 1. 2. 3. 4. BROKERAGE MEANS Buying and selling for others on commission of other fee basis without maintaining a warehouse or other similar inventory storage facilities (supplier and wholesale arrangements may also fall into this business enterprise category). CONSTRUCTION MEANS Erection, building. alteration, remodeling, improvement or extension of buildings, structures, or other property REOUIREMENTS A. Positive Effort Documentation The bidder must take affirmative steps prior to bid opening to assure that MBEs and WBEs are used whenever possible as sources of supplies, construction and services. Failure to take such stem Drior to hid ooening and to submit Attachment B with the hid shall cause the hid to be reiected as non-resuonsive. Affirmative steps shall be as follows: 1. Including qualified MBEs and WBEs on solicitation lists BP-7 March 17, 2000 (printed 11/25/02) The bidder must document that it requested assistance from the Small Business Administration and the Office of Minority Business Enterprise MBUWBE assistance centers and that this request for assistance was received by the MBWBE assistance centers at least five (5) working days prior to the need for referrals (see affirmative step no. 5) 2. Assure that MBEs and WBEs are solicited whenever they are potential sources The bidder must document that it has provided invitations to MBENBE bidders at least seven (7) working days prior to the need of a hid response. The bidder must document that invitations were sent to at least three (3) (or all if less than three) MBENBE contractorslsuppliers for each item of work referred by the MBENBE assistance center(s). The invitations must adequately specify the item(s) for which sub-hids were requested. The documentation of the bidder’s effort to show positive efforts must indicate a real desire for a positive response: i.e., certified letter with return receipt requested or telephone call documentation. A regular letter or an unanswered telephone call is not adequate positive effort. The bidder must submit to the owner documentation consisting of a list of all sub-bidders for each item of work that MBEs or WBEs were solicited including dollar amounts for both MBENBE and non-MBUWBE sub-bidders. Divide total requirements, when economically feasible. into small tasks or quantities to permit maximum participation of MBEs and WBEs. A bidder must document that it gave consideration to dividing the contract into small proprietary portions (paving, electrical, landscaping, etc.). If this was not done, documentation must he submitted explaining why it could not he done. Establish delivery schedules, where the requirements of the work permit, which will encourage participation by MBEs and WBEs. The bidder must document that it gave consideration to establishing a project schedule which would allow MBEs and WBEs to hid the work as subcontractors or suppliers. If this is not done, document reasons why the project schedule, or portions thereof, cannot he modified so as to accommodate interested MBEs and WBEs. Use of the services and assistance of the Small Business Administration and the Office of Minority Business Enterprise of the U. S. Department of Commerce, as appropriate. The bidder must present documentation that contact was made with both of the offices listed below. Their services are provided at no cost to the bidder. Do not write. The internet web site contains local SBA and MBDA centers. The local center may provide the bidder with a listing of MBE/WBE firms. If a list was not provided, bidder must explain why it was not and describe what MBENBE solicitation list was used. 3. 4. 5. Small Business Administration: <http://www.sba.gov> Office of Minority Business Enterprise: Regional Office US. Dept. of Commerce <http://www,mbda.gov> Government Contracting Office 455 Market Street. Suite 600 San Francisco, CA 94105 Telephone: (415) 744-8429 Minority Business Development Agency (MBDA) San Francisco, CA 94105 Telephone: (415) 744-3001 In addition, the bidder is encouraged to procure supplies and services from labor surplus area firms. BP-8 March 17, 2000 (printed 11/25/02) B. Other Reouirements 1. The apparent successful low bidder must submit documentation showing that, prior to bid opening, all required positive efforts were made. This documentation must be received by the owner within ten (IO) working days following bid opening (except Attachment B which is to be submitted with the bid). Failure to submit Attachment B with the bid will cause the bid to be reiected as non-resvonsive. If the apparent successful low bidder has rejected or considered as non-responsible andlor non- responsive any low MBE or WBE sub-bidder, a complete explanation must be provided to the owner. Each MBEIWBE firm to be utilized must complete the Attachment A, which is to be with the documentation submitted to the owner by the apparent successful low bidder. If additional MBEIWBE subcontracts become necessary after the award of the prime contract, Attachment B must be provided to the owner by the Prime Contractor within ten (IO) working days following the award of each new subcontract. Any deviation from the information contained in Attachment B shall not result in a reduction of MBENBE participation without prior approval of the owner. When brokerage type arrangements are utilized, only the amount of commission or fee will be eligible for MBElWBE consideration. Failure of the apparent low bidder to perform the five affirmative steps prior to bid opening andlor to submit Attachment B with its bid will lead to its bid being declared non-responsive by the owner. The owner may then award the contract to the next low responsive, responsible bidder meeting the requirements of these contract provisions. The owner also may rebid the contract. 2. 3. 4. 5. 6. 7. C. State's "Fair Share" Obiectives The SWRCB has established the following fair share objectives for this construction contract: 20 R of the total bid dollar amount of this contract for MBE. 10 % of the total bid dollar amount of this contract for WBE. (The owner may contact the SWRCB, Division of Clean Water Programs, Design Review Unit at (916) 227-4588 for questions on the state's fair share objectives.) D. Local/Reeional Obiectives The owner may have established IocaUregional objectives and those requirements may be attached if appropriate. BP-9 March 17,2000 (printed 11/25/02) ATTACHMENT A MINORITY BUSINESS ENTERPRISEIWOMEN'S BUSINESS ENTERPRISE (MBEIWBE)' SELF CERTIFICATION STATE WATER RESOURCES CONTROL BOARD DIVISION OF CLEAN WATER PROGRAMS Firm Name: Phone: Address: Principal Service or Product: I 3 Prime Contractor 3- Subcontractor 2- Broker C- Sole Ownership 0- Corporation C- Partnershio 0- Joint Venture 2- Supplier of MateriallService I I I I Names of Owners Percent MBE-Ethnic WBE Ownership Identity' Additional proofs may be required upon written challenge of this certification by any person or agency. Falsification of this certification by a firm selected to perform Federally funded work may result in a determination that the firm is non-resuonsible and ineligible for future contracts. Certified by: Title: (Signature) Name: Date: ' Refer to definitions on the next page BP-io March 17, ZOO0 (printed 11/25/02) -DEFINITIONS- MINORITY BUSINESS ENTERPRISENOMEN’S BUSINESS ENTERPRISE (MBEMBE) An MBE or WBE is a business which is at least 51 percent owned and controlled by minority group members or by woman or women. Owners must exercise actual day-to-day mana, Oement. MINORITY GROUP MEMBERS American Indians Persons having origins in any of the original peoples of North America. To qualify in this group. a person must be a citizen of the United States and meet one or more of the following: (1) Be at least one-fourth Indian descent (as evidenced by registration with the Bureau of Indian Affairs). Characteristic Indian appearance and features. (2) (3) Characteristic Indian name (4) (5) Recognition in the community as an Indian. Membership in a tribe. band or poup of American Indians (recognized by the Federal Government), as evidenced by a tribal enrollment number or similar indication. Black Americans US. citizens, other than Hispanic, having origins in any of the black racial groups of Africa Asian Americans U.S. citizens having origins in any of the original peoples of the Far East, Southern Asia, the Indian subcontinent or the Pacific Islands. This area includes, for example, China, Japan, Korea, the Philippine Islands and Samoa. The Indian subcontinent takes in the countries of India, Pakistan. Bangladesh, Sri Lanka. Nepal. Sikkim, and Bhutan. Hispanic Americans US. citizens of Mexican, Puerto Rican, Cuban, or other Spanish culture or origin. regardless of race. Only those persons from Central and South American countries who are of Spanish origin, descent, or culture should be included in this category. Persons from Brazil, Guyana, Surinam or Trinidad, for example, would be classified according to their race and would not necessarily he included in the Hispanic category. In addition, the category does not include persons from Portugal, who should be classified according to race. American Eskimos and American Aleuts BP-11 March 17, 2000 (printed 11/25/02) LOAK RECIPIENTS NAME CONTRACT NO, OR SPECIFICATION NO PROJECT DESCRIPTION 17 MBE 3 WBE I NAME AND ADDRESS (Include ZIP Code. DOB. & SSNI PROJECT LOCATION NAME AND ADDRESS (Include ZIP Code. DOE. & SSN) PHONE 2 MBE 1 WBE AMOUNT OFCONTRACT 12 MBE 3 WBE I NAME AND ADDRESS (Include ZIP Code. DOB, & SSN) 3 SUBCONTRACTOR 3 JOINTVENTURE 3 SUPPLIEWSERVICE 1 BROKER AMOUNT OFCONTRACT TOTALMBEAMOW $ TOTAL WBE AMOUNT: $ ACTUAL MBE PARTICIPATION: -9% ACTUAL WBE PARTICIPATION: -9% MBE GOAL -9% WBE GOAL: -% -SIGNATURE OF PERSON COMPLETING FORM: PHONE I 3 MBE X WBE 0 SUBCONTRACTOR 3 SWPLIEWSERVICE 2 JOINTVENTURE 3 BROKER AMOUNT OF CONTRACT TITLE PHONE: DATE: FORM 4700-8 (rev 2/98) NAME AND ADDRESS (Include ZIP Code. DOE, & SSN) PHONE BP-12 March 17, 2000 (printed 11/25/02) 3 SUBCONTRACTOR 2 JOINTVENTURE 3 SUPPLIEWSERVICE J BROKER AMOUNT OF CONTRACT PHONE 3 MBE 3 WBE 3 SUBCONTRACTOR 2 SUPPLIEWSERVICE J JOINTVENTURE 3 BROKER AMOUNT OF CONTRACT NAME AND ADDRESS (Includc ZIP Code. DOB. & SSN) PHONE 1 I - THE SUBLE?TING AND SUBCONTRACTING FAIR PRACTICES ACT Any person making a hid or offer to perform a contract shall, in his or her hid or offer, set forth the following: 1) The name and the 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 improvemenL 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 hid or in the case of bids or offers for the construction of streets or highways, including bridges in excess of one-half or 1 percent of the prime contractor’s total bid or ten thousand dollars ($lO.OoO), whichever is greater. 2) The portion of work that will be done by each subcontractor under this act. The prime contractor shall list only one subcontractor for each portion of work as is defined by the prime contractor in his or her bid or offer. These requirements apply to the information required relating to subcontractors certified as minority or women business enterprises. For purposes of this requirement. “subcontractor” and “prime contractor” shall have the same meaning as those terms are defined in Section 41 13 of the Public Contracts Code. 12 - During the performance of this contract the contractor agrees as follows: 40 CFR 60-8.4(b) - EQUAL OPPORTUNITY CLAUSE (in relevant part) (I) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not he limited to the following: Employment, upgrading, demotion or transfer. recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training including apprenticeship. The contractor agrees to post, in conspicuous places available to employees and applicants for employment, notices to he provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will. in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. (3) The contractor will send, to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to he provided advising the said labor union or workers representatives of the contractor’s commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the contractor’s noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated. or suspended in whole or in part, and the contractor may he ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order I1246 or September 24, 1965, and such other sanctions may be imposed and remedies invoked a s provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or orders of the Secretary of Labor, or as otherwise provided by law. BP-13 March 17, ZOO0 (printed 11/25/02) (7) The contractor will include the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24,1965, so that such provisions will he binding upon each subcontractor or vendor. The contractor will take such action with respect to any suhcontract or purchase order as the administering agency may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided however, That in the event a contractor becomes involved in, or is threatened with litigation with a subcontractor or vendor, as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. 13 - NONDISCRIMINATION CLAUSE NONDISCRIMINATION CLAUSE 1. During the performance of this contract, contractor and its subcontractors shall not unlawfully discriminate against any employee or applicant for employment because of race, religion, color, national origin, ancestry, physical handicap, medical condition, marital status, age (over 40) or sex. Contractors and subcontractors shall insure that the evaluation and treatment of their employees and applicants for employment are free of such discrimination. Contractors and subcontractors shall comply with the provisions of the Fair Employment and Housing Act (Government Code Section 12900 et seq.) and the applicable regulations promulgated thereunder (California Adminiswative Code, Title 2, Section 7285.0 et seq.). The applicable regulations of the Fair Employment and Housing Commission implementing Government Code, Section 12900. set forth in Chapter 5 of Division 4 of Title 2 or the California Administrative Code are incorporated into this contract by reference and made a part hereof as if set forth in full. Contractor and its subcontractor shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other agreement. This contractor shall include the nondiscrimination and compliance provisions of this clause in all subcontracts to perform work under the contract. 2. THE UNDERSIGNED CERTIFIES THAT THE CONTRACTOR WILL COMPLY WITH TH!? ABOVE REQUIREMENTS. CONTRACTOROR SUBCONTRACTOR NAME: CERTIFIED BY: NAME: TITLE SIGNATURE: DATE: BP-14 March 17,2000 (printed 11/25/02) 14- 41 CFR60-4.2 CONSTRUCTTON CONTRACTORS--AFFIRMATNE ACTION REQUIREMENTS (in relevant part) Notice of requirement for Affirmative Action to ensure Equal Employment Opportunity (EEO) by Executive Order 11246. as amended by Executive Order 11375. I, The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Time- Goals for minority participation Goals for female participation tables For duration of the 16.9% 6.9% Contract with the City for each trade for each trade (Contact SWRCB, Division of Clean Water Programs, at (916) 227-4586 for assistance with the minority goal and timetables. E-mail <musialr@cwp.swrcb.ca.gov>: Office of Federal Contract Compliance Programs' web site for compliance issues and preaward registry is <http://www.dol.gov/dol/esdpublic/ofcp-or€>) These goals are applicable to all the Contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area. the contractor also is subject to the goals for both its federally involved and non-federally involved construction. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Pan 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation ofthe contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within IO working days of award of any aonsuuction subcontract in excess of $lO,oOO at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed. 4. As used in this Notice, and in the contract resulting from this solicitation, the "covered area" is (insert description of the geographical areas where the contract is to be performed giving the state, county and city, if any). 5 60-4.3 Equal opportunity clauses (in relevant part) Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) BP-15 March 17,2000 (printed 11/25/02) 1. As used in these specifications: a. "Covered area'' means the geographical area described in the solicitation from which this contract resulted, b. '"Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delerates authority; c. "Employer identification number" means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, US. Treasury Department Form 941. d. "Minority" includes: (i) Black (all persons having origins in any of the Black African racial groups not of Hispanic Origin); (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless of race); (iiij Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (ivj American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $lO.OOO the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the US. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subconuactors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7 a through p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered Construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the non-working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. BP-16 March 17,2000 (printed 11/25/02) I. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor’s compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites. and in all facilities at which the Contractor’s employees are assigned to work. The Contractor, where possible. will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents. and other on-site supervisory personnel are aware of and carry out the Contractor’s obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such faci I ies. b. Establish and maintain a current list of minority and female recruitment sources, provide witten notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations’ responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred hack to the Contractor by the union or, if referred, not employed by the Contractor. this shall he documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor’s efforts to meet its obligations. e. Develop on-the-job training opportunities andlor participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor’s employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor’s EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company’s EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment. layoff, termination or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents, General Foremen. etc., prior to the initiation of construction work at any job site. A witten record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor’s EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor’s EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor’s recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. BP-17 March 17,2000 (printed 11/25/02) j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor3 work force. 1;. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. I. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor’s obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are Non-Segreegated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy hetween the sexes. 0. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors’adherence to and performance under the Contractor’s EEO policies and affirmative action obligations. 8. Contractors are encourazed to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through p). The efforts of a contractor association, joint contractor-union. contractor-community, or other similar group of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under la through p of these Specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry. ensures that the concrete benefits of the program are reflected in the Contractor’s minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however. is the Contractor’s and failure of such a group to fulfill an obligation shall not he a defense for the Contractor’s noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). IO. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. I I. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall he in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph I of these specifications. so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order. the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. BP-18 March 17, 2000 (printed 11/25/02) 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.&, mechanic. apprentice trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish diffcrent standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). 15 - ELIMINATION OF SEGREGATED FACILITIES NOTICE TO PROSPECTIVE FEDERALLY-ASSISTED CONSTRUCTION CONTRACTORS (a) A Certification ofNon-Segregated Facilities, as required by the May 9, 1967 Order (32 F.R. 7439, May 19,1967) on Elimination of Segregated Facilities, by the Secretary of Labor, must be submitted prior to the award of a Federally-assisted construction contract exceeding $lO,OM) which is not exempt from the provisions of the Equal Opportunity Clause. (b) Contractors receiving Federally-assisted construction contract awards exceeding $10,000 which, are not exempt from the provisions of the Equal Opportunity Clause, will be required to provide for the forwarding of the following notice to prospective subcontractors for supply and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATION OF NON-SEGREGATED FACILITIES (a) A Certification of Non-Segregated Facilities, as required by the May 9, 1967 Order (32 F.R. 7439, May 19, 1967) on Elimination of Segregated Facilities, by the Secretary of Labor, must he submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. (h) Contractors receiving subcontract awards exceeding $lO,oOO which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supply and construction contracts where the subcontracts exceed $IO,OOO and are not exempt from the provisions of the Equal Opportunity Clause. BP-19 March 17,2000 (printed 11/25/02) I6 - CERTIFICATION OF NON-SEGREGATED FACILITIES Environmental Protection Agency Region IX 75 Hawthorne Street San Francisco, California 94105 CERTIFICATION OF NON-SEGREGATED FACILITIES (Applicable to federally assisted construction contracts and related subcontracts exceeding %1O,ooO which are not exempt from the Equal Opportunity Clause.) The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control. where segregated facilities are maintained. The federally assisted construction contractor certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contact. As used in tbis certification, the term “segregated facilities” means any waiting rooms, work areas, restrooms and wash rooms, rcstaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas. transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race. creed, color, or national origin, because of habit, local custom, or otherwise. The federally assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specified time period) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt form the provisions of the Equal Opportunity Clause, and that he will retain such certifications in his tiles. ~ Signature Date Name and Title of Signer (Please Type) Note: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. BP-20 March 17, 2000 (printed 11/25/02) 17 - DRUG-FREE WORKPLACE CERTIFICATION DRUG-FREE WORKPLACE CERTIFICATION r CONTRACTOWAPPLICANT The contractor or applicant named above hereby certifies compliance with Government Code Section 8355 in matters relating to providing a drug-free workplace. The above named contractor or applicant will: 1. Publish a statement notifying employees that unlawful manufacture, distribution, dispensation, possession, or use of a controlled substance is prohibited and specifying actions to be taken against employees for violations, as required by Government Code Section 8355(a). Establish a Drug-Free Awareness Program as required by Government Code Section 8355(b), to inform employees about all of the following: (a) The dangers of drug abuse in the workplace, (b) The person’s or organization’s policy of maintaining a dNg-free workplace, (c) Any available counseling, rehabilitation and employee assistance program, and (d) Penalties that may be imposed upon employees for drug abuse violations. Provide as required by Government Code Section 8355(c), that every employee who works on the proposed contract or loan: (a) Will receive a copy of the company’s dNg-free policy statement, and (b) Will agree to abide by the terms of the company’s statement as a condition of employment on the contract 2. 3. or loan. CERTIFICATION I, the official named below. hereby swear that I am duly authorized legally to bind the contractor or loan recipient to the above described certification. I am fully aware that this certification, executed on the date and in the county below, is made under penalty of perjury under the laws of the State of California. OFFICIAL’S NAME: DATE EXECUTED CONTRACTOWAPPLICANT SIGNATURE TITLE: EXECUTED IN COUNTY OF BP-2 1 March 17, ZOO0 (printed 11/25/02) 18 - PART 32--GOVERNMENT WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) AND GOVERNMENT WIDE REQUIREMENTS FOR DRUG-FREE WORKPLACE (GRANTS) Appendix A to Pan liZ,--Cenification Regarding Debarment. Suspension, and Other Responsibility Matters-Primary Covered Transactions Instructions for Certification 1. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. 2. The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such person from participation in this transaction. 3. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government. the department or agency may terminate this transaction for cause or default 4. The prospective primary participant shall provide immediate written notice to the department or agency to which this proposal is submitted if at any time the prospective primary panicipant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 5. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction. participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is being submitted for assistance in obtaining a copy of those regulations. 6. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, debarred. suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. 7. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 8. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the List of Parties Excluded from Federal Procurement and Non- procurement Programs. 9. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. IO. Except for transactions authorized under paragraph 6 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, suspended, debarred, ineligible, or voluntarily excluded from participation in this BP-22 March 17,2000 (printed 11/25/02) transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. Certification Regarding Debarment, Suspension, and Other Responsibility Matters-Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency: (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining. attempting to obtain. or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement. theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property: (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (I)(b) of this certification: and (d) Have not within a three-year period preceding this applicatiodproposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Appendix B to Part 32-Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions Instructions for Certification I. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government the department or agency with which this transaction originated may pursue available remedies, including suspension andlor debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or had become erroneous by reason of changed circumstances. 4. The terms covered transaction. debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meaning set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. "be prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. BP-23 March 17, 2000 (printed 11/25/02) 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, ineligible, or voluntarily excluded from covered transactions. unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the List of Parties Excluded from Federal Procurement and Nonprocurement Programs. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9. subpart 9.4. suspended, debarred. ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government. the department or agency with which this transaction originated may pursue available remedies. including suspension andlor debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntar) Exclusion-Lower Tier Covered Transactions (I) The prospective lower tier participant certifies. by submission of this proposal. that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 19 - RESPONSIBILITY FOR REMOVAL, RELOCATION, OR PROTECTION OF EXISTING UTILITIES; CONTRACTS AND PROVISIONS GOVERmENT CODE SECTION 421 5 (in relevant part) The contract documents shall include provisions to compensate the contractor for the costs of locating, repairing damage not due to the failure of the contractor to exercise reasonable care, and removing or relocating such utility facilities not indicated in the plans and specifications with reasonable accuracy, and for equipment on the project necessarily idled during such work. The contract documents shall include provisions that the contractor shall not be assessed liquidated damages for delay in completion of the project, when such delay was caused by the failure of the public agency or the owner of the utility to provide for removal or relocation of such utility facilities. (1 974) 20 - SUBMITTING OF BIDS AND AGREEING TO ASSIGN GOVERNMENT CODE SECTION 4552 (in relevant part) In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing body all rights, title. and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 US. 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. materials, or services by the bidder for sale to the purchasing body pursuant to the hid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder. (1978) BP-24 March 17,2000 (printed 11/25/02) 21 - NON-COLLUSION AFFIDAVIT PUBLIC CONTRACTS CODE SECTION 7 106 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITED WITH BID State of California County of SS ; being first duly sworn, deposes and says that he or she is of the pan) making the toreeoinp hid. that the hid is not made in the interest of, or on behalf of. anv undisclosed person. pannership. -- company, association, organization. or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or 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 hidder, 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 the effectuate a collusive or sham bid. personally known to me OR proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed 10 the within instrument and acknowledged to me that helshelthey executed the same in hislherltheir authorized capacity(ies), and that by hislherltheir signatures(s) on the instrument the person(s), or entity upon behalf of which the person(s) acted, executed the instrument. Subscribed and sworn to before me on (Notary Public) BP-25 March 17,2000 (printed 11/25/02) Minority Participation Goals for California Affirmative Action/Equal Employment Opportunity for Construction Contractors Aggregate Work Force Standard Metropolitan Statistical Area (SMSA) 41 CFR 560 - 4.6 All areas/all trades Female participation goal 6.9% Ares minority participation Goal (4a) minority panicipation Goal (Bi 174 Redding: Nan-SMSA 6.8 Larren: Mcdoc: Plum: Shasta: Siskiyou; Tehema 175 Eureka: Nom-SMSA Counties 66 Dtl None; Humboldt: Trinity 176 San Francisco-OaklandSsn Jose: SMSA Counties: Salmas-$p&pMonrcnv 7120 28.9 Monterty 7360 San Francisco-Oakland 2U Alameda: Contra Costa: Marin: San Francisco: San Mateo 7400 san Jose 19.6 sanra Clara 7485 santa Cruz 14.9 7500 Sam Rosa 9.1 8720 Valleio-Fm-Naoa 17.1 santa CNZ So no ma. Napa; Solano Non-SMSA Cou nties 23.2 Lake: Mendocino: San Benito in Sacramenla: SMSA Counties: 6920 sacramenta 16.1 Placer; Sacramento; Yolo Non-SMSA Co nulies 14.2 Butte: Colusa; El Dorado: Glenn: Nevada: Sierra; Sutter; Yuba 178 Stockton-Modato: SMSA Counties: 5170 Mcdcsto 12.3 8120 Stockton 24.3 Stanislaus San Joaquin Non-SMSA Counties 19.8 Alpine: Amador: Calavcras; Mkposa: Mereed; Tuolumne 179 Fresw-Bakersfield SMSA Counties: 0680 Bakersfield 19.1 2x40 Frerno 26,! hS"0 Elon-SMSA Count ies 23.4 ffings: Madera; Tulm Kern 180 LasAngels: SMSA Counties: 9360 Anaheim-Santa Ana-Wen Grove 11.9 Los Angela Ventura. Riverside: San Bmardino. 6wO Omard-S: i Vallev-Ventura 21.5 I9 0 -0 .. 7480 Sam Barbara-Sanra~ana-~nmooc 19.7 Sank Barbara Lb-SMSA Count ies 24.6 Inyo; Mono; San Luis Obisbo 181 San Diego: SMSA Counrics: 7320 San Diem 16.9 San Diego Non-SMSA Cow ties 16.2 Imperial BP-26 March 17, 2000 (printed 11/25/02) 23 - 6500. injury. the division shall require the issuance of a permit prior to the initiation of any practices, work, method, operation. or process of employment. The permit requirement of this section is limited to employment or places of employment that are any of the following: LABOR CODE SECTION 6500 (a) For those employments or places of employment that by their nature involve a substantial risk of (1) required to descend. (2) the equivalent height. (3) equivalent height. (4) This subdivision does not apply to motion picture, lelevision, or theater stages or sets, including. but not (b) Construction of trenches or excavations that are five feet or deeper and into which a person is The construction of any building, structure, falsework. or scaffolding more than three stories high or The demolition of any building, structure, falsework, or scaffold more than three stories high or the The underground use of diesel engines in work in mines and tunnels. limited to, scenery, props, backdrops, flats, greenbeds, and grids. stages or sets. if there has occurred within any one prior calendar year in any combination at separate locations three serious injuries, fatalities. or serious violations related to the construction or demolition of sets more than 36 feet in height for the motion picture. television, and theatrical production industry. An annual permit shall he required for employers who construct or dismantle motion picture. television. or theater stages or sets that are more than three stories OT the equivalent height. A single permit shall be required under this subdivision for each employer, regardless of the number of locations where the stages or sets are located. An employer with a currently valid annual permit issued under this subdivision shall not he required to provide notice to the division prior to commencement of any work activity authorized by the permit. The division may adopt procedures to permit employers to renew by mail the permits issued under this subdivision. For purposes of this subdivision. "motion picture, television, or theater stages or sets" include, but are not limited to, scenery, props, backdrops, flats, greenbeds, and gnds. 24 - 71 05. cost of repairing or restoring damage to the work, which damage is determined to have been proximately caused by an act of God, in excess of 5 percent of the contracted amount, provided, that the work damaged is built in accordance with accepted and applicable building standards and the plans and specifications of the awarding authority. However, contracts may include provisions for terminating the contract. The requirements of this section shall not he mandatory as to construction contracts financed by revenue bonds. This section shall not prohibit a public agency from requiring that a contractor obtain insurance to indemnify the public agency for any damage to the work caused by an act of God if the insurance premium is a separate hid item. If insurance is required, requests for bids issued hy public agencies shall set forth the amount of the work to be covered and the contract resulting from the requests for bids shall require that the contractor furnish evidence of satisfactory insurance coverage to the public agency prior to execution of the contract. For the purposes of this section: '"Public agency" shall include the state, the Regents of the University of California, a city, county, On or after January 1. 2W0, this subdivision shall apply to motion picture, television. or theater PUBLIC CONTRACT CODE SECTION 7105 (a) Construction contracts of public agencies shall not require the contractor to he responsible for the (b) (I) district, public authority. public agency, municipal utility, and any other political subdivision or public corporation of the state. "Acts of God" shall include only the following occurrences or conditions and effects: earthquakes in excess of a magnitude of 3.5 on the Richter Scale and tidal waves. Public agencies may make changes in construction contracts for public improvements in the course of construction to bring the completed improvements into compliance with environmental requirements or standards established by state and federal statutes entered into. The contractor shall be paid for the changes in accordance with the provisions of the contract governing payment for changes in the work or, if no provisions are set forth in the contract, payment shall he as agreed to by the parties. include the power, by mutual consent of the contracting parties, to terminate, amend, or modify any contract within the scope of such authority. (2) (c) (d) (I) Where authority to contract is vested in any public agency, excluding the state, the authority shall BP-2 7 March 17,2000 (printed 11/25/02) (2) Paragraph (1) shall not apply to contracts entered into pursuant to any statute expressly requiring that contracts be let or awarded on the basis of competitive bids. Contracts of public agencies, excluding the state. required to be let or awarded on the basis of competitive bids pursuant to any statute may be terminated, amended, or modified only if the termination. amendment, or modification is so provided in the contract or is authorized under provision of law other than this subdivision. The compensation payable. if any, for amendments and modifications shall be determined as provided in the contract. The compensation payable, if any. in the event the contract is so terminated shall be determined as provided in the contract or applicable statutory provision providing for the termination. (3) at the discretion of the public agencies. 25 - 9203. improvement of any public structure. building, road, or other improvement, of any kind which will exceed in cost a total of five thousand dollars (SS.oOO), shall be made as the legislative body prescribes upon estimates approved by the legislative body, but progress payments shall not be made in excess of 95 percent of the percentage of actual work completed plus a like percentage of the value of material delivered on the ground or stored subject to, or under the control of, the local agency, and unused. The local agency shall withhold not less than 5 percent of the contract price until final completion and acceptance of the project. However, at any time after 50 percent of the work has been completed, if the legislative body finds that satisfactory progress is being made, it may make any of the remaining progress payments in full for actual work completed. to a twenty-five thousand dollar ($25,ooO) limit for purposes of subdivision (a). Contracts of public agencies may include provisions for termination for environmental considerations PUBLIC CONTRACT CODE SECTION 9203 (a) Payment on any contract with a local agency for the creation, construction, alteration, repair, or (b) Notwithstanding the dollar limit specified in subdivision (a), a county water authority shall be subject BP-28 March 17, 2000 (printed 11/25/02) March 17,2000 This Page is Intentionally left blank. BP-i TECHNICAL SPECIFICATIONS SECTION 01200 MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01 A. B. 1.02 A. 0. 1.03 WORK LISTED IN THE SCHEDULE OF WORK ITEMS Work under this contract will be paid on a unit price or lump-sum basis as outlined on the Bid Form for the quantity of work installed. The unit prices and lump-sum prices include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work involved to complete the work included in the contract documents. WORK NOT LISTED IN THE SCHEDULE OF WORK ITEMS The General Provisions and items in the Supplemental Provisions, general requirements, and specifications which are not listed in the schedule of work items of the bid form are, in general, applicable to more than one listed work item, and no separate work item is provided therefor. Include the cost of work not listed but necessary to complete the project designated in the contract documents in the various listed work items of the bid form. The bids for the work are intended to establish a total cost for the work in its entirety. Should the Contractor feel that the cost for the work has not been established by specific items in the bid form, include the cost for that work in some related bid item so that the proposal for the project reflects the total cost for completing the work in its entirety. SHEETING, SHORING, AND BRACING Payment for sheeting, shoring, and bracing for the protection of life and limb, in conformance with the applicable safety orders, shall be made at the contract lump-sum bid price. PART 2 - MATERIALS 2.01 2.02 GENERAL (MEASUREMENT) Measurement for unit price quantities shall be based upon the appropriate bid item in the proposal. The actual quantity of measurement shall be as constructed by the Contractor in place in conformance with the Plans and Specifications. LINEAR MEASUREMENTS Pipelines' and related facilities' measurements shall be made horizontally and/or vertically along the centerline of the pipeline and related facilities through tees, bends, valves, fittings and as shown on the Plans for its limits or as otherwise specified in the Special Provisions. 1 of8 SECTION 01200 MEASUREMENT AND PAYMENT 2.03 2.04 2.05 2.06 AREAMEASUREMENTS Measurement for bid items involving area units shall be based upon the surface area measured in acres, square yards, square feet or as indicated in the bid item. VOLUME MEASUREMENTS Measurement for bid items involving volume units shall be based upon the volume measured in cubic yards, tons or as indicated in the bid item. UNIT MEASUREMENTS Measurement for bid items involving units of the item shall be based upon the number of units counted as indicated in the bid item. LUMP SUM MEASUREMENT Measurement for a lump sum bid item shall be considered as a complete project or a completed portion of a project constituting a unit. The items to be included in the lump sum bid shall be as specified in the proposal bid item and/or the Standard or Special Provisions. PART 3 - EXECUTION 3.01 GENERAL This section covers methods of measurement and payment for items of work under this Contract. The total Bid Price shall cover all work required by the Contract Documents. All costs in connection with the proper and successful completion of the work, including furnishing all materials, equipment, supplies, and appurtenances; providing all construction plant, equipment, and tools; and performing all necessary labor and supervision to fully complete the work, shall be included in the unit and lump sum prices bid. All work not specifically set forth as a pay item in the Bid Form shall be considered a subsidiary obligation of Contractor and all costs in connection therewith shall be included in the prices bid. 3.02 ESTIMATED QUANTITIES All estimated quantities stipulated in the Bid Form or other Contract Documents are approximate and are to be used only (a) as a basis for estimation the probable cost of the work and (b) for ths purpose of comparing the bids submitted for the work. The actual amounts of work done and materials furnished under unit price items may differ from the estimated quantities. The basis of payment for work and materials will be the actual amount of work done and materials furnished. Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amounts of work actually performed and materials actually furnished and the estimated amounts therefor. APRIL 2003 2 of 8 SECTION 01200 MEASUREMENT AND PAYMENT 3.03 3.04 3.05 3.06 3.07 MOBILIZATION AND PREPARATORY WORK This item covers all the work necessary for mobilization and preparatory work and providing all items identified in the Supplemental Provisions section 9-3.4.1 and in complete accordance with the Contract Documents. Payment for mobilization and preparatory work will be made at the not to exceed lump sum price and based on the project progress defined in Section 9-3.4.1. CONSTRUCTION SCHEDULE This item covers all work necessary for preparing, updating and submitting the construction schedule per the Supplemental Provisions Section 6-1 and in complete accordance with the Contract Documents. Payment for constructions schedules will be made at the stipulated lump sum price identified in the Bid Schedule and based on the progress defined in Section 6-1.8. PREPARE SWPPP AND BMP'S, FURNISH AND INSTALL EROSION CONTROLS This item covers all work necessary for preparing the Storm Water Pollution Prevention Plan as identified in Supplemental Provisions Section 7-8.6, Specification Section 02270 and in complete accordance with the Contract Documents. The work includes, but is not limited to, all materials, labor, supplies and equipment required to install, maintain and remove the erosion and sedimentation controls, including coordination with the Agency for implementation of the monitoring plan. Payment for preparing the SWPPP and MP, implementation of the SWPPP, and coordination with the Agency will be made at the lump sum price indicated in the Proposal. PROVIDE AND INSTALL 8-INCH CL-150 C900 PVC PIPE This item covers all work necessary for furnishing and installing 8-inch PVC C900 pipe in complete accordance with the Contract Documents. The work includes, but is not limited to, all materials, labor, supplies and equipment required to pothole existing utilities, furnish and install pipe, fittings, thrust blocks, adapters, backfill, compaction, pavement, testing and disinfection of pipeline to provide a complete operable system. Payment for construction of 8-inch PVC pipe will be made at the unit price indicated in the Proposal. PROVIDE AND INSTALL 12-INCH GL-150 C900 PVC PIPE This item covers all work necessary for furnishing and installing 12-inch PVC C900 pipe in complete accordance with the Contract Documents. The work includes, but is not limited to, all materials, labor, supplies and equipment required to pothole existing utilities, furnish and install pipe, fittings, thrust blocks, adapters, backfill, compaction, pavement, testing and disinfection of pipeline to provide a complete operable system. APRIL 2003 3 of 8 SECTION 01200 MEASUREMENT AND PAYMENT Payment for construction of 12-inch PVC pipe will be made at the unit price indicated in the Proposal. 3.08 PROVIDE AND INSTALL 12-INCH CL-200 C900 PVC PIPE This item covers all work necessary for furnishing and installing 12-inch PVC C900 pipe in complete accordance with the Contract Documents. The work includes, but is not limited to, all materials, labor, supplies and equipment required to pothole existing utilities, furnish and install pipe, fittings, thrust blocks, adapters, backfill, compaction, pavement, testing and disinfection of pipeline to provide a complete operable system. Payment for construction of 12-inch PVC pipe will be made at the unit price indicated in the Proposal. 3.09 PROVIDE AND INSTALL 12-INCH CL-350 DUCTILE IRON PIPE This item covers all work necessary for furnishing and installing 12-inch ductile iron pipe in complete accordance with the Contract Documents. The work includes, but is not limited to, all materials, labor, supplies and equipment required to pothole existing utilities, furnish and install pipe in casing, fittings, adapters, backfill, compaction, pavement, testing and disinfection of pipeline to provide a complete operable system. Payment for construction of 12-inch ductile iron pipe will be made at the unit price indicated in the Proposal. 3.10 PROVIDE AND INSTALL 24-INCH WELDED STEEL PIPE CASING This item covers all work necessary for furnishing and installing 24-inch steel pipe casing in complete accordance with the Specification Section 15061 and other related sections included in the Contract Documents. The work includes, but is not limited to, all materials, labor, supplies and equipment required to furnish and install the casing, spacers, end seals, and annular sealing devices to provide a complete operable system. Payment for construction of 24-inch steel casing pipe will be made at the unit price indicated in the Proposal. 3.11 PROVIDE AND INSTALL 30-INCH WELDED STEEL PIPE, CML WITH TAPE WRAP AND MORTAR SHIELD This item covers all work necessary for furnishing and installing 30-inch steel pipe in complete accordance with the Specification Sections 09870, 15061 and other related sections included in the Contract Documents. The work includes, but is not limited to, all materials, labor, supplies and equipment required to pothole existing utilities per Special Provisions Section 5-1, furnish and install pipe, fittings, adapters, backfill, compaction, pavement, testing and disinfection of pipeline to provide a complete operable system. Payment for construction of 30-inch steel pipe will be made at the unit price indicated in the Proposal. APRIL 2003 4 of 8 SECTION 01200 MEASUREMENT AND PAYMENT 3.12 3.13 3.14 3.15 3.16 PROVIDE AND INSTALL %INCH BLOWOFF ASSEMBLY This item covers all work necessary for furnishing and installing 2-inch blowoff assembly in complete accordance with the Contract Documents. The work includes, but is not limited to all materials, labor, supplies and equipment required to install valves, piping, cathodic protection, thrust blocks, backfill, compaction, pavement, and testing to provide a complete operable system. Payment for construction of the blowoff assembly will be made at the unit price indicated in the Proposal. PROVIDE AND INSTALL 4-INCH BLOWOFF ASSEMBLY This item covers all work necessary for furnishing and installing 4-inch blowoff assembly in complete accordance with the Contract Documents. The work includes, but is not limited to all materials, labor, supplies and equipment required to install valves, piping, cathodic protection, thrust blocks, backfill, compaction, pavement, and testing to provide a complete operable system. Payment for construction of the blowoff assembly will be made at the unit price indicated in the Proposal. PROVIDE AND INSTALL 1-INCH MANUAL AIR RELEASE ASSEMBLY This item covers all work necessary for furnishing and installing 1-inch manual air release assemblies in complete accordance with the Contract Documents. The work includes, but is not limited to all materials, labor, supplies and equipment required to install the valves, piping, cathodic protection, concrete supports, backfill, compaction, pavement, and testing to provide a complete operable system. Payment for construction of the manual air release assemblies will be made at the unit price indicated in the Proposal. PROVIDE AND INSTALL 2-INCH MANUAL AIR RELEASE ASSEMBLY This item covers all work necessary for furnishing and installing 2-inch manual air release assemblies in complete accordance with the Contract Documents. The work includes, but is not limited to all materials, labor, supplies and equipment required to install the valves, piping, cathodic protection, concrete supports, backfill, compaction, pavement, and testing to provide a complete operable system. Payment for construction of the manual air release assemblies will be made at the unit price indicated in the Proposal. PROVIDE AND INSTALL 2-INCH COMBINATION AIR-RELEASE AND VACUUM ASSEMBLY This item covers all work necessary for furnishing and installing 2-inch air vacuum and air release assemblies in complete accordance with the Contract Documents. The work includes, but is not limited to all materials, labor, supplies and equipment required to install the air vacuum/air release valve, shut-off valves, piping, cathodic protection, air APRIL 2003 5 of 8 SECTION 01200 MEASUREMENT AND PAYMENT 3.17 3.18 3.19 3.20 valve can and cover, concrete supports, thrust blocks, backfill, compaction, pavement, and testing to provide a complete operable system. Payment for construction of the combination air-release and vacuum assemblies will be made at the unit price indicated in the Proposal. PROVIDE AND INSTALL 8-INCH CLASS 125 GATE VALVE ASSEMBLY This item covers all work necessary for furnishing and installing 8-inch resilient wedge gate valve assemblies in complete accordance with the Contract Documents. The work includes, but is not limited to all materials, labor, supplies and equipment required to install valves, valve can and cover, concrete supports, anchor blocks, backfill, compaction, pavement, and testing to provide a complete operable system. Payment for construction of gate valve assemblies will be made at the unit price indicated in the Proposal. PROVIDE AND INSTALL 12-INCH CLASS 125 GATE VALVE ASSEMBLY This item covers all work necessary for furnishing and installing 12-inch resilient wedge gate valve assemblies in complete accordance with the Contract Documents. The work includes, but is not limited to all materials, labor, supplies and equipment required to install valves, valve can and cover, concrete supports, anchor blocks, backfill, compaction, pavement, and testing to provide a complete operable system. Payment for construction of gate valve assemblies will be made at the unit price indicated in the Proposal. PROVIDE AND INSTALL 12-INCH CLASS 200 GATE VALVE ASSEMBLY This item covers all work necessary for furnishing and installing 12-inch resilient wedge gate valve assemblies in complete accordance with the Contract Documents. The work includes, but is not limited to all materials, labor, supplies and equipment required to install valves, valve can and cover, concrete supports, anchor blocks, backfill, compaction, pavement, and testing to provide a complete operable system. Payment for construction of gate valve assemblies will be made at the unit price indicated in the Proposal. PROVIDE AND INSTALL 30-INCH CLASS 150 BUTTERFLY VALVE ASSEMBLY This item covers all work necessary for furnishing and installing 30-inch butterfly valve assemblies in complete accordance with the Contract Documents. The work includes, but is not limited to all materials, labor, supplies and equipment required to install valves, valve can and cover, concrete supports, anchor blocks, backfill, compaction, pavement, and testing to provide a complete operable system. Payment for construction of butterfly valve assemblies will be made at the unit price indicated in the Proposal. APRIL 2003 6 of 8 SECTION 01200 MEASUREMENT AND PAYMENT 3.21 3.22 3.23 3.24 3.25 CATHODIC PROTECTION TEST STATIONS This item covers all work necessary for furnishing and installing the cathodic protection test stations with two anodes in complete accordance with the Contract Documents. The work includes, but is not limited to, all materials, labor, supplies and equipment to install the anodes, test stations, excavation, backfill, compaction, pavement, and testing to provide a complete operable system. Payment for the test stations will be made at the unit price indicated in the Proposal. CURB, GUTTER, AND SIDEWALK REPLACEMENT This item covers all work necessary for replacing curb, gutter, and sidewalk in complete accordance with the Contract Documents. The work includes, but is not limited to, all materials, labor, supplies and equipment required to construct the curb, gutter, and sidewalk, including backfill, compaction, and testing to provide a complete operable system. Payment for curb, gutter, and sidewalk replacement will be made at the unit price indicated in the Proposal. TRAFFIC CONTROL This item covers all work necessary for providing and maintaining traffic control per Supplemental Provisions Section 7-10 and in complete accordance with the Contract Documents. The work includes, but is not limited to, all materials, labor, supplies and equipment required to provide and maintain the traffic control, signing and striping, pavement markings and markers, temporary signal loops, temporary railings and crash cushion assemblies, and replacing signal loops per approved plans and per the traffic control permit. Payment for traffic control will be made at the lump sum price indicated in the Proposal. SHEETING, SHORING AND BRACING The price shall constitute full compensation for all temporary sheeting, shoring, and bracing required by the Contract Document and/or site conditions. Sheeting, shoring and bracing shall include all planning, design, engineering fees (including designer inspection and certification of installation), furnishing and constructing, removal and disposal of such temporary sheeting, shoring and bracing, complete, as required under the provisions of any permits, Section 6705 of the California Labor Code, and in accordance with the requirements of CALOSHA and the Construction Safety Orders of the State of California. Payment for all temporary sheeting, shoring, and bracing will be made at the lump sum price under this Bid Item. OVEREXCAVATION AND ROCK REFILL This item covers all labor and materials necessary to provide overexcavation and rock refill in complete accordance with the Contract Documents. The work includes, but is not APRIL 2003 7 of 8 SECTION 01200 MEASUREMENT AND PAYMENT limited to, all materials, labor, supplies and equipment to overexcavate unsuitable materials to an approved depth and providing rock refill per Engineer’s approval. Payment for overexcavation and rock refill will be made at the unit price indicated in the Proposal. END OF SECTION APRIL 2003 a of a SECTION 01200 MEASUREMENT AND PAYMENT SECTION 01740 CLEANING DURING CONSTRUCTION & FINAL CLEANING PART 1 - GENERAL 1.01 A. 0. C. D. 1.02 A. 0. C. D. DESCRIPTION This section includes cleaning during construction and final cleaning on completion of the work. At all times maintain areas covered by the Contract and adjacent properties and public access roads free from accumulations of waste, debris, and rubbish caused by construction operations. Conduct cleaning and disposal operations to comply with local ordinances and antipollution laws. Do not burn or bury rubbish or waste materials on project site. Do not dispose of volatile wastes, such as mineral spirits, oil, or paint thinner, in storm or sanitary drains. Do not dispose of wastes into streams or waterways. Use only cleaning materials recommended by manufacturer of surface to be cleaned. CLEANING DURING CONSTRUCTION During execution of work, clean site, adjacent properties, and public access roads and dispose of waste materials, debris, and rubbish to assure that buildings, grounds, and public properties are maintained free from accumulations of waste materials and rubbish. Wet down dry materials and rubbish to lay dust and prevent blowing dust. Provide containers for collection and disposal of waste materials, debris, and rubbish. Cover or wet excavated material leaving and arriving at the site to prevent blowing dust. Clean the public access roads to the site of any material falling from the haul trucks. PART 2 - MATERIALS (NOT USED) APRIL 2003 1 of2 SECTION 01740 CLEANING DURING CONSTRUCTION & FINAL CLEANING PART 3 - EXECUTION 3.01 FINAL CLEAN-UP Replace, per City requirements, street improvements such as curbs and gutters, barricades, traffic islands, signalization, fences, signs, mail boxes, etcetera that are cut, removed, damaged, or otherwise disturbed by the construction. END OF SECTION APRIL 2003 2 of 2 SECTION 01740 CLEANING DURING CONSTRUCTION & FINAL CLEANING SECTION 02222 PROTECTING EXISTING UNDERGROUND UTILITIES PART 1 - GENERAL 1.01 A. B. C. D. E. F. 1.02 DESCRIPTION This section includes materials and procedures for protecting existing underground utilities. Utilities include, but are not limited to: San Diego Gas & Electric underground and overhead electrical, gas pipelines. Pacific Bell underground and overhead telephone. CableVision/Adelphia cable, fiberoptic. SFPP oil. City of Carlsbad sewer, water, recycled water, and storm drain. Vallecitos Water District sewer, water, and recycled water. RELATED WORK SPECIFIED ELSEWHERE Pipeline Trenching, Backfilling, and Compacting: 02223. PART 2 - MATERIALS 2.01 REPLACEMENT IN KIND Except as indicated or as specifically authorized by the Engineer, reconstruct utilities with new material of the same size, type, and quality as that removed. PART 3 - EXECUTION 3.01 GENERAL A. Replace in kind street improvements, such as curbs and gutters: fences: signs; paved surfaces: etcetera, that are cut, removed, damaged, or otherwise disturbed by the construction. Where utilities are parallel to or cross the pipeline trench but do not conflict with the permanent work to be constructed, follow the procedures given below and as indicated on the drawings. Notify the utility owner 48 hours in advance of the crossing construction and coordinate the construction schedule with the utility owner’s requirements. For utility B. APRIL 2003 1 of2 SECTION 02222 PROTECT1 NG EXIST1 NG UNDERGROUND UTILITIES C. D. 3.02 A. B. C. 3.03 A. B. 3.04 crossings not shown on the drawings, refer to the instructions of the Engineer for guidance. Coordinate with San Diego Gas and Electric (SDG&E) prior to construction for standby notice per SDG&E requirements for gas and electric lines parallel or crossing the project alignment. Determine the true location and depth of utilities and service connections which may be affected by or affect the work. Determine the type, material, and condition of these utilities. In order to provide sufficient lead time to resolve unforeseen conflicts, order materials and take appropriate measures to ensure that there is no delay in work. Expose utilities in advance of the pipeline construction. PROCEDURES Protect in Place: Protect utilities in place, unless abandoned, and maintain the utility in service, unless otherwise specified. Cut and Plug Ends: Cut abandoned utility lines and plug the ends with brick and mortar or concrete plug. Plug utility lines with an 8-inch wall of brick and mortar or concrete plug. Dispose of the cut pipe as unsuitable material. Remove and Reconstruct: Where necessary or as required by the Engineer, remove the utility and, after passage, reconstruct it with new materials. Provide temporary service for the disconnected utility. COMPACTION Utilities Protected in Place: Backfill and compact under and around the utility so that no voids are left. Where utilities are concrete encased, use the alternative construction method (sand slurry) for backfill around the utility. Alternative Construction - Sand Slurry: Sand slurry consisting of one sack (94 pounds) of portland cement per cubic yard of sand and sufficient moisture for workability may be required for backfill to aid in reducing compaction difficulties. Submit specific methods and procedures for the review of the Engineer prior to construction. ADJACENT PARALLEL UTILITIES Protect existing parallel utilities and thrust blocks from any disturbances and repair the lines and associated appurtenances if they are damaged in any way. Reduce pressure in parallel lines and branch lines when trenching adjacent to existing thrust blocks that bear against the trench. Contractor shall coordinate with the City of Carlsbad Water District at (760) 438-3367 for depressurizing of adjacent parallel lines prior to construction. Contractor shall pothole to identify limits of existing thrust blocks prior to construction. All costs incurred for protection of utilities or any costs incurred due to the presence of the lines, whether or not they lie within the new construction, shall be borne in full by the Contractor. APRIL 2003 END OF SECTION 2 of 2 SECTION 02222 PROTECTING EXISTING UNDERGROUND UTILITIES SECTION 02223 PIPELINE TRENCHING, BACKFILLING, AND COMPACTING PART 1 - GENERAL 1.01 1.02 A. B. C. D. E. 1.03 1.04 1.05 DESCRIPTION This section includes materials, installation, and testing of trench excavation, backfilling, and compacting. RELATED WORK SPECIFIED ELSEWHERE Standard Drawings. Standard Specifications for Public Works Construction (SSPWC). Protecting Existing Underground Utilities: 02222. Blasting: 02228. General Concrete Construction: 03000. EARTHWORK AND REPAIRS IN THE CITY OF CARLSBAD RIGHTS-OF-WAY Conform to the requirements and provisions of the permits issued by those agencies in addition to the requirements of these specifications. If a permit is not required, earthwork and repairs shall conform to City of Carlsbad requirements. SAFETY PRECAUTIONS Observe safety precautions in all phases of the work. Included shall be trench shoring, bracing, lighting, and barricades as dictated by reason and by the Safety Orders of the Division of Industrial Safety, State of California (CAUOSHA). Acquire an exemption letter or trenching permit from CAUOSHA and comply with Labor Code Section 6705, Excavation Plans For Worker Protection. Submit a copy of the exemption letter or trenching permit with excavation drawings to the Agency prior to excavation work. OBSTRUCTIONS The Contractor’s attention is directed to the possible existence of pipe, thrust blocks, and other underground improvements which may or may not be shown on the drawings. Preserve and protect any such improvements whether shown on the drawings or not. Expose such improvements, except for thrust blocks, in advance of the pipeline construction to allow for changes in the alignment as necessary. Where it is necessary to remove and replace or to relocate such improvements in order to prosecute the work, they shall be removed, maintained, and permanently replaced by the Contractor at his expense. Protect existing underground utilities in accordance with Section 02222. APRIL 2003 1 Of8 SECTION 02223 PIPELINE TRENCHING, BACKFILLING, AND COMPACTING 1.06 A. B. 1.07 A. B. C. D. E. F. G. 1.08 1.09 1.10 SUBMITTALS Submit shop drawings in accordance with the General Provisions. Submit a report from a testing laboratory verifying that imported material is asbestos-free and conforms to the specified gradations or characteristics. TESTING FOR COMPACTION The Agency or the agency having jurisdiction over the area of the work will require the Contractor to test for compaction as described below. Determine the density of soil in place by the sand cone method, ASTM D 1556, or by nuclear methods, ASTM D 2922 and D 3017. Determine laboratory moisture-density relations of soils by ASTM D 1557. Determine the relative density of cohesionless soils by ASTM D 4253 and D 4254. Sample backfill materials by ASTM D 75. "Relative compaction" is the ratio, expressed as a percentage, of the inplace dry density to the laboratory maximum dry density. Make excavation for compaction tests at the locations and to the depths designated by the Engineer. Backfill and recompact the excavations at completion of testing. When tests indicate that the compaction is less than the specified relative compaction, rework and retest those areas until the specified relative compaction has been obtained. PIPE BASE The pipe base shall be defined as a layer of material immediately below the bottom of the pipe and extending over the full trench width in which the pipe is bedded. Thickness of pipe base shall be a minimum of 6 inches. PIPE ZONE The pipe zone shall include the full width of trench from the bottom of the pipe to a horizontal level 12 inches above the top of the pipe. Where multiple pipes are placed in the same trench, the pipe zone shall extend from the bottom of the lowest pipe to a horizontal level above the top of the highest or topmost pipe. Thickness of pipe zone above the highest top of pipe shall be a minimum of 12 inches. 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 or to the existing surface in unpaved areas. APRIL 2003 2 of 8 SECTION 02223 PIPELINE TRENCHING, BACKFILLING, AND COMPACTING ._ 1.1 1 PAVEMENT ZONE The pavement zone includes the asphalt concrete and aggregate base pavement section placed over the trench backfill. Asphalt concrete and aggregate base materials and installation shall be per SSPWC and per the plans. 1.12 WATER FOR CONSTRUCTION A portion of the project is located within the Vallecitos Water District (VWD) and CMWD. The Contractor is responsible for obtaining water for construction from the Agency in which the work site is located. PART 2 - MATERIALS 2.01 NATIVE EARTH BACKFILL--TRENCH ZONE Native earth backfill used above the pipe zone shall be excavated fine grained materials or loose soil free of asbestos, organic matter, roots, debris, rocks larger than 6 inches in diameter, clods, clay balls, broken pavement, and other deleterious materials. Backfill material shall be so graded that at least 40% of the material passes a No. 4 sieve. The coarser materials shall be well distributed throughout the finer material. Backfill materials that are obtained from trench excavated materials to the extent such material is available, shall be either screened directly into the trench or screened during the trenching operation. If screened during trenching, the material shall be maintained free of unscreened material during the handling and backfilling process. Hand selecting of rocks from earth as it is placed into the trench will not be permitted in lieu of the specified screening. Under no circumstances will native earth backfill be allowed or used in the pipe base or pipe zone areas. Backfill shall be moisture conditioned to within approximately 2% of the optimum moisture content prior to being placed in trench. 2.02 IMPORTED MATERIAL FOR BACKFILL--TRENCH ZONE Imported material shall conform to that specified for native earth backfill or imported sand. Imported sand used in the pipe base and pipe zone shall consist of natural or manufactured granular material, or a combination thereof, free of deleterious amounts of organic material, mica, loam, clay, and other substances. Under no circumstances will decomposed granite or native earth backfill be allowed or used in the pipe base or pipe zone areas. Imported sand shall have sand equivalency (SE) of 30 per ASTM D2419 and maximum chloride and sulfate concentrations of 200 mg/l and 500 mg/l respectively. 2.03 IMPORTED SAND--PIPE BASE AND PIPE ZONE APRIL 2003 3 of a SECTION 02223 PIPELINE TRENCHING, BACKFILLING, AND COMPACTING 2.04 2.05 A. B. C. D. 2.06 ROCK REFILL FOR FOUNDATION STABILIZATION Rock refill shall be crushed or natural rock having the following gradation: Percent Passing Sieve Size Bv Weioht 3 inches 100 1-112 inches 70 - 100 3/4-inch 60 - 100 No. 4 25- 55 No. 30 10- 30 No. 200 0- 15 CONCRETE FOR BELOW GROUND INSTALLATIONS Concrete for anchors, collars, cradles, encasements, supports, and thrust blocks shall be Class A for reinforced items and Class C for unreinforced items per Section 03000, except use rapid set concrete mix where indicated. Provide anchor blocks at valves in pipe having rubber gasket bell and spigot or unrestrained mechanical joints. Provide concrete support blocks at valves in polyvinyl chloride pipe, ductile iron pipe or steel pipe. Provide thrust blocks at fittings in pipe having rubber gasket bell and spigot or unrestrained mechanical joints. Do not provide thrust blocks for ductile iron or polyvinyl chloride pipe with restrained joints or steel pipe having welded, flanged, or butt strap joints unless detailed on the drawings or otherwise required. WATER FOR COMPACTION Water used in compaction shall have a maximum chloride concentration of 500 mg/l, a maximum sulfate concentration of 500 mg/l, and shall have a pH of 7.0 to 9.0. Water shall be free of acid, alkali, or organic materials injurious to the pipe or coatings. Salt water will not be allowed. PART 3 - EXECUTION 3.01 COMPACTION REQUIREMENTS Unless otherwise shown on the drawings, otherwise described in the specifications or required by the agency having jurisdiction over the area of the work, relative compaction in pipe trenches shall be a minimum as follows: A. Pipe base--gO% relative compaction. APRIL 2003 4 of 8 SECTION 02223 PIPELINE TRENCHING, BACKFILLING. AND COMPACTING 6. C. D. E. F. 3.02 3.03 3.04 3.05 3.06 3.07 A. Pipe zone--gO% relative compaction. Backfill above pipe zone not beneath paving--90% relative compaction. Backfill above pipe zone in paved areas--95% relative compaction. Rock refill for foundation stabilization--EO% relative density Imported sand refill for overexcavation--90% relative compaction. SHEETING, SHORING, AND BRACING OF TRENCHES Trenches shall have sheeting, shoring, and bracing conforming with 29CFR 1926, Subpart P--Excavations, CAUOSHA requirements, and the Agency's requirements. SIDEWALK, PAVEMENT, AND CURB REMOVAL Cut and remove bituminous and concrete pavements regardless of the thickness, and curbs and sidewalks prior to excavation of the trenches with a pavement saw, hydrohammer, or pneumatic pavement cutter. Width of the pavement cut shall be at least equal to the required width of the trench at ground surface. Haul pavement and concrete materials from the site. Do not use for trench backfill. BLASTING Perform blasting operations in accordance with Section 02228. DEWATERING Provide and maintain means and devices to remove and dispose of all water entering the trench excavation during the time the trench is being prepared for the pipelaying, during the laying of the pipe, until cement mortar of exterior joints has set hard, when concrete is being deposited and during the hydration process, and until the backfill at the pipe zone and trench zone has been completed. These provisions shall apply during the noon hour as well as overnight. Dispose of the water in a manner to prevent damage to adjacent property and in accordance with the Regional Water Quality Control Board requirements. Do not drain trench water through the pipeline under construction. MATERIAL REPLACEMENT Remove and replace any trenching and backfilling material which does not meet the specifications, at the Contractor's expense. TRENCH WIDTHS Pipe trench widths in the pipe zone will be limited as follows: Mini m u m Maximum Pipe Diameter Trench Width Trench Width APRIL 2003 5 of 8 SECTION 02223 PIPELINE TRENCHING, BACKFILLING, AND COMPACTING 0. 3.08 A. B. C. D. 3.09 3.10 A. 0. 1" through 8" O.D. + 12" O.D. + 18 10" through 16" O.D. + 16" O.D. + 24" 18" through 24" O.D. + 20" O.D. + 36 27" through 36" O.D. + 24" O.D. + 48 Trench width at the top of the trench will not be limited except by the work zone where width of excavation would undercut adjacent utilities, structures and footings. In such case, width of trench shall be such that there is at least 2 feet between the top edge of the trench and the utility structure or footing. Where shoring or encasement is required, trench widths shall be increased accordingly. TRENCH EXCAVATION Perform all excavation regardless of the type, nature, or condition of the material encountered to accomplish the construction. Do not operate excavation equipment within 5 feet of existing structures or newly completed construction. Excavate with hand tools in these areas. Excavate the trench to the lines and grades shown on the drawings with allowance for pipe thickness, sheeting and shoring if used, and for pipe base. If the trench is excavated below the required subgrade, refill any part of the trench excavated below the subgrade at no additional cost to the Agency with imported sand. Place the refilling material over the full width of trench in compacted layers not exceeding 6 inches deep to the established grade with allowance for the pipe base. Trench depth shall accommodate the pipe and the pipe base at the elevations shown in the profile on the drawings. In the absence of such profile, the top of pipe shall be located 4 feet below the surface elevation of the centerline of the street or 3 feet below existing ground at the pipe location, whichever is lower. Construct trenches in rock by removing rock to a minimum of 6 inches below bottom of pipe and backfilling with imported sand. LOCATION OF EXCAVATED MATERIAL During trench excavation, place the excavated material only within the working area or within areas approved by the Agency. Do not obstruct any roadways or streets. Conform to federal, state, and local codes governing the safe loading of trenches with excavated material. LENGTH OF OPEN TRENCH Limit the length of open trench to 500 feet in advance of pipelaying or amount of pipe installed in one working day. Complete backfilling and temporary or first layer paving not more than 120 feet in the rear of pipelaying. APRIL 2003 6 of 0 SECTION 02223 PIPELINE TRENCHING, BACKFILLING, AND COMPACTING C. D. E. 3.1 1 3.12 ~3.13 A. Where pipelines are located beneath or adjacent to existing paved roads, backfill all trenches at the end of each workday and place temporary or first layer of paving. Clean all new and adjacent existing paved surfaces of residual excavated and backfill materials. Perform dust control operations in these areas with a brush or vacuum type mobile street sweeper. No open trenches will be allowed in these areas. Where open trenches are not required to be backfilled at the end of the day per these specifications but in the opinion of the Engineer pose a hazard to the public, the trench shall be surrounded with temporary chain link fence panels or be backfilled. Provide ingress and egress to buildings and property at all times. Provide steel covering for vehicular access. FOUNDATION STABILIZATION After the required excavation has been completed, the Engineer will inspect the exposed subgrade to determine the need for any additional excavation. It is the intent that additional excavation be conducted in all areas within the influence of the pipeline where unacceptable materials such as soft, spongy or deleterious materials exist at the exposed grade. Overexcavation shall include the removal of all such unacceptable material that exists directly beneath the pipeline to a minimum width equal to the maximum trench width and to a depth determined by the Engineer. Backfill the trench to the established subgrade of the pipe base with rock refill material for foundation stabilization. Place the foundation stabilization material over the full width of the trench and compact in layers not exceeding 6 inches deep to the required grade. Place imported sand on the compacted foundation stabilization and apply water to wash the sand into the voids of the rock refill material. Continue this procedure until the voids of the rock refill have been filled with imported sand. Do not apply water in such quantities that it will damage the integrity of the foundation stabilization. Rock refill material and imported sand may be placed and compacted at the same time. CONCRETE FOR BELOW GROUND INSTALLATIONS Encase pipe with concrete to the line and dimensions indicated or place concrete between the undisturbed ground and the pipe or fittings to be restrained or supported. Quantity or bearing area of the concrete against undisturbed ground shall be as shown on the standard drawings, drawings, or as directed by the Engineer. Provide temporary support on the pipe, fittings, or valves until the concrete has obtained a 3-day cure. Place concrete such that the pipe joints, fittings, or valves are accessible for repairs. Spade or rod the concrete during placement to eliminate honeycombing. Backfilling of the trench adjacent to the concrete will not be allowed until the concrete has cured for at least 3 days. Allow concrete to cure for at least 7 days prior to subjecting the concrete to pipeline pressure. Where rapid set concrete mix has been used, the 3-day and 7-day cure time is not required. Backfill the rapid set concrete mix as soon as the concrete is hard (approximately one to two hours) and place pipeline into service. TRENCH BACKFILLING Place the specified thickness of pipe base material (imported sand) over the full width of trench and compact to the specified relative compaction. Grade the top of the pipe base APRIL 2003 7 of a SECTION 02223 PIPELINE TRENCHING, BACKFILLING, AND COMPACTING ahead of the pipelaying to provide firm, continuous, uniform support along the full length of the trench for the pipe, fittings, and valves. Excavate bell holes at each joint to permit proper assembly and inspection of the entire joint. Fill and compact the area excavated for the joints with the pipe base material. After the pipeline has been bedded and the cement mortar used in the exterior joints has set hard, place pipe zone material (imported sand) simultaneously on both sides of the pipe, fittings, and valves, keeping the level of backfill the same on each side. Carefully place the material around the pipe so that the pipe barrel is completely supported and that no voids or uncompacted areas are left beneath the pipe. Use particular care in placing material on the underside of the pipe to prevent lateral movement during subsequent backfilling. Do not drop sharp, heavy pieces of material directly onto the pipe or the tamped material around the pipe. Compact imported sand in the pipe zone by hand tamping only. Care shall be exercised in backfilling to avoid damage to pipe coatings and polyethylene encasement. Push the native earth backfill or imported material for backfill carefully onto the imported sand previously placed in the pipe zone. Do not permit free fall of the material until at least 2 feet of cover is provided over the top of the pipe. Compact backfill material in the trench zone to the specified relative compaction by mechanical compaction or hand tamping. Place and compact imported sand in the pipe zone in layers not exceeding 12 inches of compacted thickness. Place and compact native earth or imported material for backfill in the trench zone in layers not exceeding 8 inches of compacted thickness. MECHANICAL COMPACTION OR HAND TAMPING Place imported sand and backfill materials in uniform layers of the indicated thickness. Compact each layer to the required minimum relative compaction at the optimum moisture content. Do not use heavy-duty compaction equipment with an overall weight in excess of 125 pounds until backfill has been completed to a depth of 2 feet over the top of pipe. Do not use high impact hammer type equipment except where the pipe manufacturer warrants in writing that such use will not damage the pipe. DISPOSAL OF EXCESS EXCAVATED MATERIAL Dispose of excess excavated material offsite. Contractor shall make his own arrangements for the disposal of the excess material and bear all costs incidental to such disposal. 8. C. D. E. F. 3.14 3.1 5 END OF SECTION APRIL 2003 8 of 8 SECTION 02223 PIPELINE TRENCHING, BACKFILLING, AND COMPACTING SECTION 02228 BLASTING PART 1 - GENERAL 1.01 1.02 1.03 A. B. C. 1.04 A. B. C. D. E. 1.05 A. 0. DESCRIPTION This section includes procedures for blasting for excavation. RELATED WORK SPECIFIED ELSEWHERE Pipeline Trenching, Backfilling, and Compacting: 02223. PERMITS AND SAFETY ORDERS Obtain transport and blasting permits required by San Diego County, the State of California, City of Carlsbad, and any applicable agency having jurisdiction. Comply with the requirements specified in the General Industry Safety Orders of the California Division of Industrial Safety. Coordinate with all adjacent parallel and crossing utility agencies prior to performing any blasting. SUBMllTALS Submit copy of blaster's license for each blasting supervisor. Submit layout and design of onsite explosive storage magazines, permanent and/or mobile. Submit site specific blasting plan at least five (5) working days before starting any blasting work. Submit seismic monitoring procedure. Submit daily blasting report and seismic monitoring report BLASTING PLAN The blasting plan shall contain sufficient information to describe the proposed blast and the material and equipment to be utilized. The blasting plan shall include the following information: Graphical and written descriptions of general location, orientation, number, diameter, depth of blast holes, and calculated powder factor. Manufacturer's data on material and equipment including type of explosive, cartridge size, detonator, blasting monitors (both air and vibration), and other equipment required to perform the blast. APRIL 2003 1 Of4 SECTION 02228 BLASTING C. D. E. F. G. H. 1.06 Total weight of explosive in the blast and maximum weight per hole and charge weight per delay period. The sequencing, type, and manufacturer of the delays used. Provisions to ensure that flyrock does not result from the blasting operations. Methods to prevent overblasting and loosening of blocks of rock not indicated to be removed or disturbed. Description of the methods of monitoring for blast-induced ground vibration and air-blast overpressure. Description of the preblast inspection procedure. REPORTS AND RECORDS Prepare and maintain on site all daily reports and records necessary for prosecution of the work, which shall be accessible to the Owner's Representative during normal working hours. Include the blast reports for any blasting work. PART 2 - MATERIALS 2.01 MATERIALS AND EQUIPMENT Furnish materials and equipment as required for blasting operations. Material usage, including transportation and storage, shall conform to all applicable regulatory agency requirements. PART 3 - EXECUTION 3.01 3.02 A. B. C. BLASTING HOURS Blast only between the hours of 9:00 a.m. and 4:OO p.m. during any weekday, Monday through Friday, unless special circumstances warrant another time or day and special approval is granted in writing by the Agency and the agency having jurisdiction. BLASTING PROCEDURES Control fly rock and debris to prevent damage to persons or structures. Use blasting mats in developed areas. Equipment used for drilling of holes shall have a positive means of dust control. Do not perform blasting closer than 10 feet to existing water, gas, sewer, or other buried utilities. Use controlled blasting techniques to keep the air blast overpressure, vibrations, and noise within the limits herein specified. APRIL 2003 2 of 4 SECTION 02228 BLASTING D. E. 3.03 A. B. 3.04 3.05 3.06 Provide minimum two working days notice in writing to all residences, businesses, and utility agencies within 400 feet of the blast area. Control fly-rock and debris from blasting. Contain fly rock within the project right of way so that it shall not represent a hazard to people, vehicles, existing improvements, or vegetation. Clean the blasting site of debris associated with the blasting operation at the end of each working day. Blasting operations may be suspended by the Engineer for any one or more of the following: 1. Safety precautions are inadequate. 2. Ground motion vibration levels exceed specified limits of particle velocity or frequency. 3. Existing structural conditions are aggravated or adjacent improvements are damaged as a result of blasting. Blasting methods endanger the stability of intact rock outside the prescribed limits of excavation. Skilled operators and/or licensed foreman are not present. 4. 5. Blasting operations shall not resume until modifications have been made to correct the conditions that resulted in the suspension. MAXIMUM PARTICLE VELOCITIES The maximum particle velocity at the nearest point to pipelines shall be 6.0 inches per second at a minimum frequency of 10 hertz. In the event neither of these limitations is met, perform excavations, repair as necessary, and backfill the excavations whether damage is discovered or it is determined no damage has been incurred. The maximum particle velocity at any other structure within 300 feet of the blast area shall be 0.5 inch per second at frequencies of 10 hertz or less and shall progress linearly to 2.0 inches per second at a frequency of 40 hertz or greater in accordance with the recommendations of the United States Bureau of Mines Publication RI 8507, Figure 11.14. AIR BLAST OVERPRESSURE Air blast overpressure at the property or right of way lines shall not exceed 0.03 psi and shall not exceed 0.03 psi at any structure within 400 feet of the blast area. NOISE LEVELS Impact or impulsive noise from blasting operations shall not exceed 140 dB measured at the nearest structure or property line. FIELD MEASUREMENT Measure peak particle velocity with a seismograph capable of producing a permanent record and capable of internal dynamic calibration. Record air blast overpressure with a APRIL 2003 3 of 4 SECTION 02228 BLASTING ~~ ~~ peak impact recording instrument having linear frequency response. Place a seismograph at the nearest structure to the blast area to monitor the ground motion particle velocity and frequency during each blast. 3.07 FIELD MEASUREMENT Conduct preblast inspections including survey of all residences and ground levels within - 300 feet of blast area. Monitor ground vibrations throughout blasting period. Conduct post blast inspections of all areas and provide the final inspection report to the Engineer five (5) days after completion of blast operation. END OF SECTION APRIL 2003 4 of 4 SECTION 02228 BLASTING SECTION 02270 STORM WATER RUNOFF CONTROL PROGRAM (CALIFORNIA) PART 1 - GENERAL 1.01 A. B. 1.02 A. 6. C. D. 1.03 1.04 1.05 DESCRIPTION This section describes work necessary by the Contractor to allow the Agency to comply with the existing California State Water Resources Control Board (SWRCB) General Construction Activity Storm Water Permit No. CAS000002 (general permit) for discharges of storm water associated with construction activities as the permit requirements are edited to fit. Specifically, this includes the development and implementation of a Storm Water Pollution Prevention Plan (SWPPP) and Monitoring Program (MP). The work must reflect the Contractor's experience, resources, and capabilities in determining and meeting the requirements of the general permit. Disposal of construction water from operations such as groundwater dewatering and water used for testing, disinfecting, and flushing pipelines is not part of the work under this section. Refer to Sections 02223, 15041, and 15044 for permit requirements for those discharges. RELATED WORK DESCRIBED ELSEWHERE General Provisions. Pipeline Trenching, Backfilling, and Compacting: 02223, Disinfection of Piping: 15041. Hydrostatic Pressure Testing of Pipelines: 15044. GENERAL CONSTRUCTION ACTIVITY STORM WATER PERMIT The Contractor shall note that compliance with the requirements contained in the general permit may require the use of erosion and sedimentation control procedures outside the limits of immediate construction activity. NOTICE OF INTENT The general permit requires the Agency to file a Notice of Intent (NOI) with the SWRCB. A copy of this NO1 must be included in the SWPPP. The Agency will file the NO1 with the SWRCB and provide a copy to the Contractor for inclusion in the SWPPP. SUBMITTALS Submit the SWPPP and MP following the procedure described for shop drawings in Section 01300. APRIL 2003 1 Of3 SECTION 02270 STORM WATER RUNOFF CONTROL PROGRAM 1.06 MEASUREMENT AND PAYMENT A. All costs to the Contractor for preparing the SWPPP and MP for the Agency's approval shall be included as part of the lump-sum bid amount stated in the Proposal. In addition, the Contractor shall be responsible for all of his costs associated with the implementation of the SWPPP and coordination with the Agency for the Agency's implementation of the MP, including the installation, maintenance, and removal of erosion control practices specified in the SWPPP upon completion of the project or as requested by the Engineer. B. PART 2 - MATERIALS 2.01 2.02 2.03 STORM WATER POLLUTION PREVENTION PLAN The Contractor shall develop a SWPPP in accordance with the requirements specified in the general permit. MONITORING PROGRAM The Contractor shall develop an MP in accordance with the requirements specified in the general permit. OTHER PRODUCTS Products to be determined by the Contractor for use in his development and implementation of the SWPPP and MP. PART 3 - EXECUTION 3.01 A. 0. C. D, E. GENERAL The SWPPP and MP shall be developed and submitted by the Contractor and accepted by the Agency prior to commencement of construction activities. The Contractor shall comply with all conditions identified in the general permit which could apply to the work under this contract. The Contractor shall be responsible for the compliance of his personnel and subcontractors with the SWPPP and for cooperation with the Agency in the implementation of the MP. The SWPPP shall be kept on site during construction activity and made available upon request of a representative of the RWQCB and/or other regulatoty agency. The Contractor shall amend the SWPPP whenever there is a change in construction or operations which may affect the discharge of significant quantities of pollutants to surface waters, groundwaters, or a municipal storm sewer system. APRIL 2003 2 of 3 SECTION 02270 STORM WATER RUNOFF CONTROL PROGRAM 3.02 STORM WATER POLLUTION PREVENTION PLAN The SWPPP shall provide a description of potential sources which are likely to add significant quantities of pollutants to storm water discharges or which may result in nonstorm water discharges from the construction site. MONITORING PROGRAM The Contractor shall develop a MP as identified in the general permit. The Agency will implement the MP developed by the Contractor; however, the Contractor shall also be responsible for monitoring his actions and the activities of those responsible to the Contractor. The Contractor shall allow representatives of the Agency, RWQCB, and/or other regulatory agencies to enter upon the construction site, inspect the construction site for compliance, and sample and monitor the construction site discharges. The MP will extend past the completion date for this contract. The Contractor's responsibilities for the MP will cease upon acceptance by the Agency of all work under the contract. DUTY TO COMPLY The Contractor shall comply with all conditions identified in the general permit and the SWPPP. Nonadherence with the conditions specified in the general permit may constitute a violation of the Clean Water Act and the Porter-Cologne Water Quality Control Act and may be grounds for enforcement action by the RWQCB. The Contractor shall take all reasonable steps to minimize or prevent any discharge in violation of the general permit. COMPLIANCE CERTIFICATION An officer or other authorized representative of the Contractor shall certify in writing to the Agency annually and at the completion of construction, if it occurs before the next annual report, that its construction activity is and has been in compliance or has been modified to comply with the requirements of the general permit and the SWPPP. If the Contractor determines that he cannot certify compliance with any of the general permit and SWPPP requirements, he shall notify the Agency immediately. The notification shall identify the type of noncompliance, describe the actions necessary to achieve compliance, and include a time schedule when compliance will be achieved. Each noncompliance notification to the Agency shall be submitted within 15 days of identification of the event by the Contractor. END OF SECTION 3.03 A. B. C. D. 3.04 A. B. 3.05 A. APRIL 2003 3 of 3 SECTION 02270 STORM WATER RUNOFF CONTROL PROGRAM SECTION 02282 CONNECTIONS TO EXISTING BURIED PIPELINES PART 1 - GENERAL 1.01 1.02 A. B. C. D. E. F. G. H. 1.03 A. 8. DESCRIPTION This section includes materials and installation of ductile iron, steel, and polyvinyl chloride (PVC) (cast-iron O.D.) pipelines. Connection locations are as identified on the drawings. RELATED WORK SPECIFIED ELSEWHERE Protecting Existing Underground Utilities: 02222. Tape Coating System with Mortar Shield for the Exterior of Steel Water Pipelines: 09870. Painting and Coating: 09900. Polyethylene Sheet Encasement (AWWA C105): 09954. Fusion-Bonded Epoxy Linings and Coatings: 09961. Ductile Iron Pipe: 15240 Polyvinyl Chloride (PVC) Distribution Pipe (AWWA C900): 15292 Cement-mortar lined and coated steel pipe and specials: 15061 SUBMITTALS Submit shop drawings in accordance with the General Provisions. Submit shop drawing for design and fabrication of steel outlet connections to existing steel pipes. PART 2 - MATERIALS 2.01 CONNECTIONS TO EXISTING STEEL PIPES AND OUTLETS Connect to existing steel pipes with buttstraps as shown on the drawings. For steel outlets, provide a fabricated steel collar with nozzle. Minimum thickness of collar plate and nozzle shell shall be 3/8 inch. Width of collar from the inside surface of the outlet to the outside edge of the collar shall be one-third to one-half of the diameter of the outlet. Collar may be oval or rectangular with rounded corners. An entire wrapper plate may be substituted for the collar. Steel material shall have a minimum yield stress of 30,000 psi. APRIL 2003 1 of2 SECTION 02282 CONNECTIONS TO EXISTING BURIED PIPELINES PART 3 - EXECUTION 3.01 3.02 A. B. C. 3.03 A. VERIFICATION OF PIPE O.D. PRIOR TO INSTALLATION Excavate the points of connection prior to submittal of shop drawings. Verify O.D. prior to ordering materials. INSTALLING CONNECTIONS TO EXISTING STEEL PIPES Remove any existing coating to a point 3 inches beyond the area of the pipe which will be covered by the collar or wrapper. Weld the collar to the pipe shell. Weld the entire circumference of the collar. After installation, coat with epoxy per Section 09900, System No. 5. Then wrap the entire connection and tapping valve with cold-applied wax tape per Section 09870 and polyethylene sheet wrap per Section 09954. INSTALLING CONNECTIONS TO PVC OR DIP PIPES Connect to PVC or DIP pipes with closure couplings, high deflection couplings, or coupling adapters per Sections 15240, 15292, and as indicated on the drawings. Install shall be per manufacturer’s installation recommendations. END OF SECTION APRIL 2003 2 of 2 SECTION 02282 CONNECTIONS TO EXISTING BURIED PIPELINES .. SECTION 03000 GENERAL CONCRETE CONSTRUCTION PART 1 - GENERAL 1.01 1.02 A. B. 1.03 A. B. C. D. E. F. DESCRIPTION This section includes materials, installation, and testing of formwork, reinforcing steel, joints, concrete, and finishing and curing for pipeline anchors, collars, cradles, encasements, supports, and thrust blocks. Replace curb, gutter, and sidewalk to match existing conditions per SSPWC Section 303-5 and cross-referenced sections. RELATED WORK SPECIFIED ELSEWHERE Standard Drawings. Painting and Coating: 09900 SUBMITTALS Submit shop drawings in accordance with the General Provisions. Submit manufacturer’s catalog data and descriptive literature for form ties, spreaders, corner formers, form coatings and curing compound, bond breakers, joint sealant, backing rod, joint filler, control joints, expansion joint dowels, epoxy bonding compound, floor hardener, color additive, and rapid set cement. Submit mill test certificates identifying chemical and physical analyses of each load of reinforcing steel delivered. Submit reinforcing bending lists and placing drawings for all reinforcing. Placing drawings shall be coordinated with the concrete placing schedule. Furnishing such lists shall not be construed that the lists will be reviewed for accuracy. The Contractor shall be wholly and completely responsible for the accuracy of the lists and for furnishing and placing reinforcing steel in accordance with the details shown on the plans and as specified. Submit concrete mix design at least 15 days before placing concrete. Submit six copies of a report from a testing laboratory verifying that aggregate material contains less than 1% asbestos by weight or volume and conforms to the specified gradations or characteristics PART 2 - MATERIALS 2.01 FORMWORK A. Design forms according to ACI 347. APRIL 2003 1 Of 13 SECTION 03000 GENERAL CONCRETE CONSTRUCTION B. C. D. 2.02 2.03 A. B. 2.04 A. B. C. 2.05 2.06 2.07 2.08~ Class I Forms: Use steel forms, ply form, or smooth-surface plywood 3/4-inch minimum thickness for straight surfaces and 1/2-inch minimum thickness for curved surfaces. Class II Forms: Use plywood in good condition, metal, or smooth-planed boards free from large or loose knots with tongue and groove or ship lap joints. Forms shall be oiled. Class II forms may be used for exterior concrete surfaces which are 1 foot or more below finished grade. Use Class I forms for all other surfaces. BOND BREAKER Bond breaker shall be a nonstaining type which will provide a positive bond prevention, such as Williams Tilt-Up Compound, as manufactured by Williams Distributors, Inc., Seattle, Washington; Silcoseal 77, as manufactured by SCA Construction Supply Division, Superior Concrete Accessories, Franklin Park, Illinois; or Agency-approved equal. FORM RELEASE AGENT Form release agent shall effectively prevent absorption of moisture and prevent bond with the concrete. Agent shall be nonstaining and nontoxic after 30 days. For steel forms, release agent shall prevent discoloration of the concrete due to rust. REINFORCING STEEL Reinforcement shall conform to ASTM A 615, Grade 60. Fabricate reinforcing in accordance with the current edition of the Manual of Standard Practice, published by the Concrete Reinforcing Steel Institute. Bend reinforcing steel cold. Deliver reinforcing steel to the site bundled and tagged with identifying tags. WELDED WIRE FABRIC Welded wire fabric shall conform to ASTM A 185. TIE WIRE Tie wire shall be 16-gauge minimum, black, soft annealed. BAR SUPPORTS Bar supports in beams and slabs exposed to view after form stripping shall be galvanized and plastic coated. Use concrete supports for reinforcing in concrete placed on grade. JOINT SEALANT Joint sealant shall be a multipart, gray, nonstaining, nonsagging, polyurethane sealant, which cures at ambient temperature to a firm, flexible, resilient, tear-resistant rubber. APRIL 2003 2of 13 SECTION 03000 GENERAL CONCRETE CONSTRUCTION 2.09 2.10 2.1 1 Sealant shall be RC 270 of Products Research and Chemical Corporation, Mameco International Vulkem 227, Multi-Chem MC287, or Agency-approved equal. Technical Reauirements Consistency Gun grade Tack free time Pot life Hardness 35 Shore A, r5 24 hours at 75°F and 50% R.H. 1 to 3 hours Elongation 700% Tensile strength, ASTM D 412 Peel strength on concrete Temperature service range Immersion in water Continuous 300 psi No loss of bond after 24 hours at 150% elongation -40°F to +175"F BACKING ROD FOR EXPANSION JOINTS Backing rod shall be an extruded closed-cell polyethylene foam rod, such as Minicel backer rod, manufactured by Industrial Systems Department, Plastic Products Group of Hercules, Inc., Middletown, Delaware; Ethafoam SB, as manufactured by Dow Chemical Company, Midland, Michigan; or Agency-approved equal. The rod shall be 1/4-inch larger in diameter than the joint width. Where possible, provide full-length sections for the joint; minimize splices. Apply backup rod and bond breaker tape in expansion joints. BOND BREAKER TAPE Bond breaker tape shall be an adhesive-backed glazed butyl or polyethylene tape which will adhere to the premolded joint material or concrete surface. The tape shall be the same width as the joint. The tape shall be compatible with the sealant. PREFORMED CONTROL JOINT Preformed control joint shall be a one-piece, flexible, PVC joint former, such as Kold-Seal Zip-Per Strip KSF-150-50-50, manufactured by Vinylex Corp., Knoxville, Tennessee, or a one-piece steel strip with preformed groove, such as Keyed Kold Retained Kap, manufactured by Burke Concrete Accessories, Inc., San Mateo, California, or Agency-approved equal. Provide the preformed control joint material in full-length unspliced pieces. APRIL 2003 30f 13 SECTION 03000 GENERAL CONCRETE CONSTRUCTION 2.12 2.13 A. B. C. D. 2.14 2.15 2.16 2.17 A. B. PREMOLDED JOINT FILLER Joint filler shall be preformed, nonextruded type constructed of closed-cell neoprene conforming to ASTM D 1752, Type I, as manufactured by W. R. Grace Company of Cambridge, Massachusetts; W. R. Meadows, Inc., Elgin, Illinois; or Agency-approved equal. STEEL EXPANSION JOINT DOWELS Steel expansion joint dowels shall conform to one of the following: Epoxy coated steel bar dowels with a 12-mil coating thickness. Steel bar dowels shall conform to ASTM A 36 or ASTM 615, plain rounds, Grade 40. Epoxy coating shall be in conformance with ASTM A 775; or Stainless steel bar dowels conforming to ASTM A 276, Type 302. Exposed portion of expansion joint dowels shall be thoroughly greased prior to casting of adjoining wall or slab. CEMENT Cement shall conform to ASTM C 150, Type II, with maximum tricalcium aluminate not to exceed 8%. The maximum percent alkalies shall not exceed 0.6%. RAPID SET CEMENT Rapid set cement is a dry blend of hydraulic cement and other ingredients that provides fast sets and high strengths within an hour. Cement shall be free of calcium chloride. Use 400 pounds of rapid set cement per cubic yard of mix and combine with the sand and aggregate as specified for Class A concrete. Rapid set cement shall be as manufactured by CTS Cement Manufacturing Company or Agency-approved equal. Deliver the rapid set cement, sand, and aggregate to the job site in a dry and uncombined condition. Use a mobile mixer truck to combine the components with water at the point of use. Diamond Concrete Supply (61 9-287-2566), or Valley Short Pour (760-732-1 102), are businesses that can provide this service. AGGREGATES Aggregates shall comply with ASTM C 33 and shall contain less than 1% asbestos by weight or volume and be free from any substances that will react with the cement alkalies. CONCRETE ADMIXTURES Concrete shall contain an air-entraining admixture. Admixture shall conform to ASTM C 260, except it shall be nontoxic after 30 days and shall contain no chlorides. Admixtures shall be Master Builders MB-AE IO, Sika AER (Sikamix 104), or Agency-approved equal. Concrete shall contain a water-reducing admixture. The admixture shall conform to ASTM C 494, Type A or D, except it shall contain no chlorides, shall be nontoxic after 30 days, APRIL 2003 40f 13 SECTION 03000 GENERAL CONCRETE CONSTRUCTION C. 2.18 A. B. C. D. 2.1 9 A. 0. 2.20 A. and shall be compatible with the air-entraining admixtures. The amount of admixture added to the concrete shall be in accordance with the manufacturer's recommendations. Admixtures shall be Master Builders Pozzolith polymer-type normal setting; Plastocrete (Sikamix 160) Normal Set, Sika Chemical Corporation; or Agency-approved equal. Do not use any admixture that contains chlorides or other corrosive elements in any concrete. GROUT Nonshrink grout shall conform to the Corps of Engineers Specification for Nonshrink Grout, CRD-C621-83, and to these Specifications. Use a nongas-liberating type, cement base, premixed product requiring only the addition of water for the required consistency. Grout shall be UPCON High Flow, Master Flow 713, or Agency-approved equal. Components shall be inorganic. Ordinary type grout (dry pack) shall consist of one part portland cement to two parts sand (100% passing a No. 8 sieve), Add sufficient water to form a damp formable consistency. Expansive Grout: Premixed, cementitious mixture with a minimum 28-day strength of 3,500 psi. Provide air-entraining content as recommended by the manufacturer. Epoxy Grout: 1. Mix the two components of epoxy bonding compound in compliance with the manufacturer's instructions. Use sand that is oven dry and meets the following gradation requirements for epoxy grout: 2. Sieve Size: p&gQ No. 100 % Passing: 100 30 +I5 5 i.5 MORTAR Mortar or grout placed on horizontal construction joints shall be a mixture of cement, sand, and water in the same proportions used in the concrete but with coarse aggregate omitted. Mortar used for repair of concrete shall be made of the same materials as used for concrete, except that the coarse aggregate shall be omitted and the mortar shall consist of not more than one part cement to two and one-half parts sand by damp loose volume. The quantity of mixing water shall be no more than necessary for handling and placing. BONDING COMPOUND Epoxy bonding compound shall be Concresive 1001 LPL, Adhesive Engineering Company, San Carlos, California; Sikadur Hi-Mod (Sikastix 370), Sika Chemical APRIL 2003 50f 13 SECTION 03000 GENERAL CONCRETE CONSTRUCTION Corporation, Lyndhurst, New Jersey; Epoxtile 2391 by W. R. Grace and Company; Euco Epoxy 463 by Euclid Chemical Company; or Agency-approved equal. Nonepoxy bonding compound shall be Weldcrete by Larsen Products Corp., Link by Sta-Dry Manufacturing Corp., Euco Weld by Euclid Chemical Co., or Agency-approved equal. The compound shall be rewettable for up to two weeks. B. 2.21 CONCRETE MIX DESIGN A. B. C. Conform to ASTM C 94, except as modified by these Specifications. Air content as determined by ASTM C 231 shall be 4% *I%. Maximum water-cement ratio for Class A concrete = 0.45 by weight. D. Use classes of concrete as described in the following table: 28-Day Strength Cement Content lin Ibs oer C.Y.1 Compressive Minimum 4,000 564 Class Tvoe Of Work A Concrete not otherwise specified. Concrete fill at cradle, supports across pipe trenches. B Pavement. C Miscellaneous unreinforced concrete. 3,000 500 2,000 376 E. Measure slump in accordance with ASTM C 143. Slump shall be as follows: 1. Pavement: 2 inches max. 2. Proportion and produce the concrete to have a maximum slump as shown. A tolerance of up to I-inch above the indicated maximum shall be allowed for individual batches provided the average for all batches or the most recent 10 batches tested, whichever is fewer, does not exceed the maximum limit. Concrete of lower than usual slump may be used provided it is properly placed and consolidated. Aggregate size shall be 3/4-inch maximum for slabs and sections 8 inches thick and less. Aggregate size shall be I-inch maximum for slabs and sections greater than 8 inches and smaller than 17 inches. Aggregate size shall be 1-1/2 inches maximum for all larger slabs and sections. Aggregate size for floor grout shall be maximum 3/8-inch. Floor grout, miscellaneous unreinforced concrete: 4 inches max. F. APRIL 2003 6of 13 SECTION 03000 GENERAL CONCRETE CONSTRUCTION G. H. 2.22 A. B. Combined aggregate grading shall be as shown in the following table: Maximum Aggregate Size 1-112-inch I-inch 3/4-inch 318-inch Aggregate Grade 467 57 67 8 per ASTM C 33 Mix design for pumped concrete shall produce a plastic and workable mix. The percentage of sand in the mix shall be based on the void content of the coarse aggregate. CONCRETE TESTS The Agency will require the Contractor to test for concrete quality as described below. 1. 2. 3. 4. 5. 6. Frequency of Sampling: Cast four concrete test cylinders from each 50 cubic yards, or fraction thereof, of each class of concrete placed in any one day. Sampling and curing of cylinders shall conform to ASTM C 31. Strength Testing: Test cylinders in accordance with ASTM C 39. Test one cylinder at 7 days for information; test two cylinders at 28 days for acceptance: and hold one cylinder for verification. Strength acceptance will be based on the average of the strengths of the two cylinders tested at 28 days. If one cylinder of a 28-day test manifests evidence of improper sampling, molding, or testing, other than low strength, discard it and use the fourth cylinder for the test result. Determine concrete slump by ASTM C 143 with each strength test sampling and as required to establish consistency. Determine air content of the concrete using ASTM C 231 to verify the percentage of air in the concrete immediately prior to depositing in forms. The average value of concrete strength tests shall be equal to or greater than the specified 28-day strength. No test shall be less than 90% of the specified 28-day strength. If the 28-day strength tests fail to meet the specified minimum compressive strength, the concrete will be assumed to be defective and one set of three cores from each area may be taken as selected by the Engineer and in accordance with ASTM C 42. If the average compressive strength of the set of three concrete cores fails to equal 90% of the specified minimum compressive strength or if any single core is less than 75% of the minimum compressive strength, the concrete will be considered defective. The Agency may require additional coring, nondestructive load testing, or repair of defective concrete. Costs of coring, testing of cores, load testing, and required repairing pertaining thereto shall be paid by the Contractor at no extra cost to the Agency. To facilitate concrete sampling and testing, the Contractor shall: APRIL 2003 70f 13 SECTION 03000 GENERAL CONCRETE CONSTRUCTION 2.23 A. B. 2.24 A. 8. 1. Furnish labor, equipment, and materials to assist the Engineer in obtaining and handling samples at the project site. 2. Advise the Engineer in advance of concrete placing operations to allow for scheduling and completion of quality testing. 3. Provide and maintain facilities for safe storage and proper curing of concrete test specimens on the project site, as required by ASTM C 31. CURING COMPOUND Curing compound shall conform to ASTM C 309. Curing compound shall be compatible with required finishes and coatings and shall meet the State of California Clean Air Quality Standards which limit the quantity of volatile organic compounds to 350 grams per liter. MATS, PAPER, AND SHEETING FOR CURING Burlap mats shall conform to AASHTO Specification M182. Sisal-kraft paper and polyethylene sheets shall conform to ASTM C 171. PART 3 - EXECUTION 3.01 FORM TOLERANCES A. Failure of the forms to produce the specified concrete surface and surface tolerance shall be grounds for rejection of the concrete work. Rejected work shall be repaired or replaced at no additional cost to the Agency. The following table indicates tolerances or allowable variations from dimensions or positions of structural concrete work: B. Maximum Tolerance +1/4" -0.0" Projected ends of anchors Anchor bolt setting Finished concrete, all locations + 1 14' - 1 14" +1/4" -114" in 10 feet Max fl" in total length C. The planes or axes from which the above tolerances are to be measured shall be as follows: APRIL 2003 SECTION 03000 GENERAL CONCRETE CONSTRUCTION D. 3.02 A. B. 3.03 3.04 A. B. 3.05 3.06 A. 1. Projected ends of anchors: Plane perpendicular to the end of the anchor as located on the drawings. Anchor bolt setting: Centerline of anchor bolt. Finish concrete: The concrete surface as located on the drawings. 2. 3. Where equipment is to be installed, comply with manufacturer's tolerances if more restrictive than above. FORM SURFACE PREPARATION Clean form surfaces to be in contact with concrete of foreign material prior to installation. Coat form surfaces in contact with concrete with a release agent prior to form installation. FORM REUSE Reuse only forms which provide a uniform surface texture on exposed concrete surfaces. Apply light sanding or other surface treatment between uses for uniform texture. Plug unused tie rod holes with corks, shave flush, and sand the concrete surface side. Do not patch forms other than filling tie rod holes, except in the case of Class II forms. Do not use metal patching discs on Class I forms. REMOVAL OF FORMS The following table indicates the minimum allowable time after the last cast concrete is placed before forms, shoring, or bracing may be removed: Sides of encasements 24 hours Do not remove forms from concrete which has been placed with outside air temperature below 50°F without first determining if the concrete has properly set without regard for time. Do not apply heavy loading on green concrete. Immediately after forms are removed, the surface of the concrete shall be carefully examined and any irregularities in the surface shall be repaired and finished as specified. EMBEDDED ITEMS Set anchor bolts and other embedded items accurately and hold securely in position until the concrete is placed and set. Check all special castings, channels, or other metal parts that are to be embedded in the concrete prior to and again after concreting. Check all nailing blocks, plugs, and strips necessary for the attachment of trim, finish, and similar work prior to concreting. PIPES AND WALL SPOOLS CAST IN CONCRETE Install pipes, wall spools, and wall anchors before placing concrete. Do not weld, tie or otherwise connect the pipes, spools or anchors to the reinforcing steel. APRIL 2003 9of 13 SECTION 03000 GENERAL CONCRETE CONSTRUCTION B. 3.07 3.08 A. B. C. D. E. F. G. Support pipe and fabricated fittings, to be encased in concrete, on concrete piers or pedestals. BEVELED EDGES (CHAMFER) Form 3/4-inch beveled edges on exposed concrete edges and corners, beam soffit corners, and where indicated on the drawings. Reentrant corners in concrete members shall not have fillets, unless otherwise shown in the drawings. The top edges of slabs, walkways, beams, and walls may be beveled with an edging trowel in lieu of using chamfer strips. CONSTRUCTION JOINTS Layout of construction joints shall be as shown in the drawings and according to the following guideline: 1, Place expansion joint fillers every 30 feet in straight runs of walks, at right-angle turns, and wherever concrete walks butt into vertical surfaces. For control joints of nonstructural slabs, provide partial depth plastic strips set flush with finished surface or 1/8-inch-wide joints cut with a diamond saw. Use control joints one-quarter to one-third the depth of the slab unless otherwise indicated. Construction joints shall be keyed, unless otherwise detailed. Form keyways by beveled strips or boards placed at right angles to the direction of shear. Except where otherwise shown on the drawings or specified, keyways shall be at least 1-1/2 inches in depth over at least 25% of the area of the section. When it is necessary to make a joint because of an emergency, furnish and place reinforcing dowels across the joint. Embed dowels 48 bar diameters each side of the joint. Size and number of dowels shall match reinforcing in the member. Furnishing and placing such reinforcing steel shall be at the Contractor’s expense. After the pour has been completed to the construction joint and the concrete has hardened, thoroughly clean the entire surface of the joint of surface laitance, loose or defective concrete, and foreign material, and expose clean aggregate by sandblasting the surface of construction joints before placing the new concrete. Cover horizontal construction joints with mortar. Spread uniformly and work thoroughly into all irregularities of the surface. The water-cement ratio of the mortar in place shall not exceed that of the concrete to be placed, and the consistency of the mortar shall be suitable for placing and working. In case of emergency, place additional construction joints. (An interval of 45 minutes constitute cause for an emergency construction joint.) Space horizontal construction joints at least 8 inches below bottom of slabs. APRIL 2003 10 Of 13 SECTION 03000 GENERAL CONCRETE CONSTRUCTION 3.09 INSTALLATION OF PREMOLDED JOINT FILLER Install in joint accurately as shown. Attach to concrete with a bonding agent recommended by the joint sealant and joint filler manufacturer for compatibility. INSTALLATION OF JOINT SEALANTS Immediately before installing the joint sealant, clean the joint cavity by sandblasting or power wire brushing. Install bond breaker tape per manufacturer's instructions. After the joints have been prepared as described above, apply the joint sealant. Apply the primer, if required, and joint sealant only with the equipment and methods recommended by the joint sealant manufacturer. Application criteria for the sealant materials, such as temperature and moisture requirements and primer cure time, shall be in accordance with the recommendations of the sealant manufacturer. Apply masking tape along the edges of the exposed surface of the exposed joints. Trowel the joints smooth with a tuck pointing tool wiped with a solvent recommended by the sealant manufacturer. After the sealant has been applied, remove the masking tape and any sealant spillage. PLACING REINFORCEMENT Place reinforcing steel in accordance with the current edition of Recommended Practice for Placing Reinforcing Bars, published by the Concrete Reinforcing Steel Institute. Place reinforcing in accordance with the following, unless otherwise indicated: 1. Reinforcement indicated on the drawings is continuous to the farthest extent possible. Terminate bars 2 inches clear from faces of concrete. Reinforcing steel, before being positioned and just prior to placing concrete, shall be free from loose mill and rust scale and from any coatings that may destroy or reduce the bond. Clean reinforcing steel by sandblasting or wire brushing and remove mortar, oil, or dirt to remove materials that may reduce the bond. Do not straighten or rebend reinforcing steel in the field. Do not use reinforcing with bends not shown in the drawings. Position reinforcing steel in accordance with the drawings and secure by using annealed wire ties or clips at intersections and support by concrete or metal supports, spacers, or metal hangers. Do not place metal clips or supports in contact with the forms. Bend tie wires away from the forms to provide the specified concrete coverage. Bars additional to those shown on the drawings, which may be found necessary or desirable by the Contractor for the purpose of securing reinforcement in position, shall be provided by the Contractor at his own expense. Place reinforcement a minimum of 2 inches clear of any metal pipe or fittings. 3.10 A. B. C. D. 3.1 1 A. B. C. D. E. F. APRIL 2003 11 of 13 SECTION 03000 GENERAL CONCRETE CONSTRUCTION G. H. 3.12 3.13 3.14 3.15 3.16 A. B. 3.17 3.18 A. B. C. D. Secure reinforcing dowels in place prior to placing concrete. Do not press dowels into the concrete after the concrete has been placed. Roll welded wire fabric used for reinforcement flat before placing concrete. Extend fabric to within two inches of the slab edges and lap splices at least 1-1/2 courses of the fabric and a minimum of 6 inches. Tie laps and splices at ends and at 24 inches on center. Pull the fabric into position as the concrete is placed by means of hooks, and work concrete under the fabric to ensure that it is placed at the proper distance above the bottom of the slab. SITE-MIXED CONCRETE Conform to ACI 304. READY-MIXED CONCRETE Conform to ASTM C 94. PLACING CONCRETE Conform to ACI 304. PUMPING CONCRETE Conform to ACI 304.2R-71. WEATHER REQUIREMENTS Conform to ACI 305 for placing during hot weather. Conform to ACI 306 for placing during cold weather. BONDING TO OLD CONCRETE Coat the contact surfaces with epoxy bonding compound. The method of preparation and application of the bonding compound shall conform to the manufacturer’s printed instructions and recommendations for specific application for this project. CURING CONCRETE Conform to ACI 308. Water cure with burlap mats unless optional curing methods are permitted. Do not use curing compound on surfaces which are to be coated with clear floor hardener. It is the responsibility of the Contractor to select the appropriate curing method in response to climatical and/or site conditions occurring at the time of concrete placement. Take appropriate measures as described in ACI 305 and 306 for protecting and curing concrete during hot and cold weather. APRIL 2003 12 of 13 SECTION 03000 GENERAL CONCRETE CONSTRUCTION 3.19 A. B. C. D. 3.20 A. B. REPAIR OF DEFECTS Do not repair defects until concrete has been reviewed by the Engineer. Surface Defects: Repair surface defects that are smaller than I-foot across in any direction and are less than 1/2-inch in depth. Repair by removing the honeycombed and other defective concrete down to sound concrete, make the edges perpendicular to the surface and at least 3/8-inch deep, thoroughly dampen the surface, work into the surface a bonding grout (one pan cement to one part fine sand), fill the hole with mortar, match the finish on the adjacent concrete, and cure as specified. Severe Defects: Repair severe defects that are larger than surface defects but do not appear to affect the structural integrity of the structure. Repair by removing the honeycombed and other defective concrete down to sound concrete, make the edges of the hole perpendicular to the surface, sandblast the surface, coat the sandblasted surface with epoxy bonding compound, place nonshrink grout, match the finish on the adjacent concrete, and cure as specified. Major Defects: If the defects are serious or affect the structural integrity of the structure or if patching does not satisfactorily restore the quality and appearance to the surface, the Agency may require the concrete to be removed and replaced, complete, in accordance with the provisions of this section. REPAIR OF CRACKS Repair cracks in concrete structures that are wider than l/lO-inch in width by cutting out a square edged and uniformly aligned joint 3/8-inch wide by 3/4-inch deep, preparing exposed surfaces of the joint, priming the joint, and applying polyurethane joint sealant. If the cracks are serious or affect the structural integrity or function of the element, the Engineer may require the concrete to be removed and replaced, complete, in accordance with the provisions of this section. APRIL 2003 END OF SECTION 13 of 13 SECTION 03000 GENERAL CONCRETE CONSTRUCTION SECTION 09870 TAPE COATING SYSTEM WITH MORTAR SHIELD FOR THE EXTERIOR OF STEEL WATER PIPELINES PART 1 - GENERAL 1.01 1.02 A. B. 1.03 1.04 A. B. C. D. 1.05 DESCRIPTION The steel pipe shall be coated with polyethylene tapes in accordance with AWWA C214. Fittings and specials shall be coated with cold-applied polyethylene tapes in accordance with AWWA C209. A reinforced cement mortar shield shall be applied in accordance with AWWA C205. Any modifications to the aforementioned standards are as stated herein. RELATED WORK ELSEWHERE The Contractor shall refer to the following specification section(s) for additional requirements: Painting and Coating: 09900. Cement-Mortar Lined and Coated Steel Pipe and Specials: 15061. QUALIFICATIONS OF MANUFACTURERS Manufacturer to demonstrate a minimum of five years’ successful application of tape coating system on similar diameter steel water pipelines as specified herein. SUBMITTALS Submit all materials per AWWA C214. List of tape coating materials indicating manufacturer, product numbers, and thickness of materials related to tape system for joints and repairs. Certification of test results for each batch of liquid adhesive and each tape material specified shall be in accordance with AWWA C214. Tape application procedure approved by tape manufacturer. COORDINATION WITH TAPE MANUFACTURER The pipe manufacturer shall require the tape material manufacturer to furnish qualified factory technical representative to visit the site for technical support at the beginning of the pipe installation as may be necessary to instruct Contractor on appropriate tape application methods in the field or to resolve problems. This visit shall be coordinated to allow City Inspection and Maintenance Staff to participate in the instruction. The Contractor shall allow time for representative to give field-taping instructions to his workforce. APRIL 2003 1 of8 SECTION 09870 TAPE COATING SYSTEM WITH MORTAR SHIELD FOR THE EXTERIOR OF STEEL WATER PIPELINES PART 2 - MATERIALS 2.01 A. B. 2.02 2.03 2.04 A. 0. C. D. E. F. POLYETHYLENE TAPE COATING Provide polyethylene tape coating in accordance with AWWA C214 with a reinforced cement mortar shield in accordance with AWWA C205 and as specified herein. Plant and field applied liquid adhesive, polyethylene tape, and plant and field applied repair tape shall be furnished by a single manufacturer. The physical properties of tape materials shall meet or exceed the requirements of AWWA C214 when tested in accordance with the methods described in Section 5.3, "Coating System Tests". The tape coating systems consist of an exterior polyethylene tape over the bare metal surface of steel pipe with a reinforced cement mortar coating applied over the tape system. Tape coating systems are specified for: 1. Normal plant cold-applied tape 2. Plant cold-applied tape for special sections, connections and fittings, and plant repairs of cold-applied tape Field joint, field coated fittings and repair of field cold-applied tape. 3. LIQUID ADHESIVE Liquid adhesive shall consist of a mixture of suitable rubber and synthetic compounds and a solvent in accordance with AWWA C214. The liquid adhesive shall be Polyken #lo39 primer. STORAGE PRIMER Storage primer on the exposed steel at the tape cutbacks shall be Polyken #924. PLANT APPLIED POLYETHYLENE TAPE SYSTEM, POLYKEN YGlll(80 MIL) Liquid adhesive shall be Polyken #lo39 primer. Anti-corrosion inner layer tape shall be Polyken #989 (20 mil), black. First mechanical outer layer tape shall be Polyken #955 (30 mil), gray. Second mechanical outer layer tape shall be Polyken #956 (30 mil), white. Reinforced cement mortar shield 3/4-inch thick. Weld Stripping Tape shall be Polyken #933 (25 mil), if required. APRIL 2003 2 of 8 SECTION 09870 TAPE COATING SYSTEM WITH MORTAR SHIELD FOR THE EXTERIOR OF STEEL WATER PIPELINES 2.05 A. 0. C. D. E. 2.06 A. 0. C. D. PLANT COLD-APPLIED TAPE COATINGS FOR SPECIAL SECTIONS, CONNECTIONS MATERIAL Liquid adhesive shall be Polyken #lo39 primer. Anti-corrosion inner layer shall be Polyken #932-50 (50 mil), black. Mechanical layer outer tape for plant fittings and plant repair cold-applied polyethylene tape shall be Polyken #955 (30 mil), white. Reinforced cement mortar shield 3/4-inch thick. Weld stripping tape shall be Polyken #933 (25 mil), if required. AND FITTINGS, AND PLANT REPAIR COLD-APPLIED POLYETHYLENE TAPE FIELD JOINT, FIELD COATED FITTINGS, AND FIELD REPAIR COLD-APPLIED POLYETHYLENE TAPE Primer shall be Polyken #1029. Joint filler tape to be Polyken #939 (125 mil), black. Field joint, field fitting, and field repair outer layer tape shall be Polyken #932, (50 mil). Mechanical layer outer tape for field joint, field fittings and field repair shall be Polyken #932-50, continue inner layer with 50% overlap. PART 3 - EXECUTION 3.01 A. 0. 3.02 A. POLYETHYLENE TAPE COATING Apply polyethylene tape coating to pipe in accordance with AWWA C214. Apply polyethylene tape coating to fittings and specials in accordance with AWWA C209. Apply the reinforced cement mortar shield in accordance with AWWA C205. Any modifications to the aforementioned standards are as stated herein. Certificate of Compliance: Prior to shipment of pipe, furnish a certificate of compliance stating that tape materials and work furnished hereunder will comply or have complied with the requirements of these specifications and AWWA C214 and C209. STRAIGHT RUN PIPE APPLICATION For straight run pipe, plant applied conditions, the polyethylene tapes shall be a four-layer system consisting of: (1) liquid adhesive; (2) corrosion prevention tape (inner layer): (3) mechanical protective tape (first outer layer); (4) mechanical protective tape (second outer layer). APRIL 2003 3 of a SECTION 09870 TAPE COATING SYSTEM WITH MORTAR SHIELD FOR THE EXTERIOR OF STEEL WATER PIPELINES B. Perform the entire coating operation as a one-station operation by experienced workers skilled in the application of polyethylene tapes and cement mortar coating under qualified supervisors. Do not allow additional handling following initial set up of pipe section, from application of primer to mortar coating. All equipment for blasting and application of the tape coating system shall be of such design and condition to comply with all the requirements of AWWA C214 and these specifications. Immediately repair or replace equipment that, in the opinion of the Engineer, does not produce the required results. Include equipment and a repair procedure for correcting defective tape application for use under this specification in the steel pipe fabrication plan. Make available for review a copy of this portion of the fabrication plan, and any updates, at the location of the coating operation, and a repair procedure for correcting defective tape application. Remove the exterior weld bead along the entire exterior surface of the pipe. The exterior weld bead shall be flush with the exterior surface of the pipe with a tolerance of plus 1132- inch. Surface preparation shall conform to AWWA C214 and the following. 1, C. D. E. Bare pipe shall be clean of all foreign matter such as mud, mill lacquer, wax, coal tar, asphalt, oil, grease, or any contaminants. Remove welding slag or scale from all welds by wire brushing, hammering, or other satisfactory means. Remove welding splash globules prior to priming. Prior to blast cleaning, inspect surfaces and, if required, preclean in accordance with the requirements of SSPC SP-1, Solvent Cleaning, to remove oil, grease, and all foreign deposits. Remove visible oil and grease spots by solvent wiping. Use only approved solvents that do not leave any residue. Include in the manufacturer's fabrication plan the cleaning solvent applications procedure and safety precautions. 2. F. Blast cleaning shall conform to AWWA C214 and the following. 1. Blast the pipe surface using a commercially available shot grit mixture to achieve a prepared surface equal to that which is specified in SSPC SP-6, Commercial Blast Cleaning. For plant mortar lined pipe, perform blast cleaning of said exterior surfaces after the initial curing of the spun mortar lining. Perform the exterior blast cleaning in such a manner as not to endanger the mortar lining in the pipe. Completely remove corrosion and foreign substances from the exterior of the pipe in the cleaning operation, and apply liquid adhesive after completion of blast cleaning. Achieve from abrasive blasting an anchor pattern profile a minimum of 1.0 mil, but not exceeding 3.0 mils. Measure the anchor pattern or profile of the blasted surface using comparator tape as specified herein. 2. 3. APRIL 2003 4 of a SECTION 09870 TAPE COATING SYSTEM WITH MORTAR SHIELD FOR THE EXTERIOR OF STEEL WATER PIPELINES 4. Inspect the blast cleaned exterior pipe surface for adequate surface preparation prior to application of the liquid adhesive. Surface comparator tapes are to be used by the manufacturer in at least eight random areas, along any given 40-foot length of pipe. The results of the surface comparator tapes are to be documented on the quality control sheet for each pipe section. Coat each pipe section with liquid adhesive and tape within the same day of being blast cleaned. Do not allow blasted and/or blasted and primed pipe to sit overnight. All blasted and primed pipe must be coated by the end of the day. No coating will be permitted on pipe sections showing evidence of rust. 5. G. Liquid adhesive application shall conform to AWWA C214 and the following. 1. Prior to liquid adhesive application, clean the pipe surface free of foreign matter such as sand, grease, oil, grit, rust particles, and dirt. Apply the liquid adhesive in a uniform thin film at the coverage rate recommended by the manufacturer. Meet the recommendations of the manufacturer for the state of dryness of the liquid adhesive prior to the application of the inner layer of tape. Limit the application of liquid adhesive to that length of pipe which can be taped within the same workday. Pipe coated with liquid adhesive that was not taped within the same workday shall be rejected at the discretion of the Engineer. The liquid adhesive shall be removed and the surface shall be reprimed. Protect liquid adhesive coated pipe sections from moisture, dirt, sand, and other potentially contaminating materials Apply storage primer to the exposed steel pipe at tape cutbacks to prevent oxidation of the cleaned metal surface. Apply minimum of 1.5 mils and maximum of 2.5 mils of storage primer to exposed steel per the manufacturer’s recommendations. 2. 3. 4. 5. H. Inner layer tape application: 1. Apply the inner layer tape directly onto the primed surface using approved mechanical dispensing equipment to assure adequate, consistent tension on the tape as recommended by the tape manufacturer. Use rollers to apply pressure on the tape as it comes in contact with the pipe. Make necessary adjustments to mechanical application equipment to assure a uniform, tight coating. Maintain a tight, smooth, mechanically induced, wrinkle-free coating throughout the application process. The application of tension shall be such that the width of tape will be reduced between 1% to 2 percent of tape width prior to the pull. Provide a pressure readout gauge and chart recorder, suitable to the Engineer, with the tape let-off machine to document the tape tension during application. 2. APRIL 2003 5 of 8 SECTION 09870 TAPE COATING SYSTEM WITH MORTAR SHIELD FOR THE EXTERIOR OF STEEL WATER PIPELINES 3. Apply inner layer tape at a minimum roll temperature of 70°F. Continuously monitor the temperature of the tape within 12 inches of the point of contact with the pipe surface. Use a chart recorder, suitable to the Engineer, to document the temperature of the tape during application. Sections where the tape application tension and temperature is not maintained within manufacturer's recommendations shall be rejected and the tape removed from the entire pipe section and reapplied. Continuously electronically test the inner tape layer at 6,000 volts immediately following application of the tape by a holiday tester permanently mounted to the tape application station and equipped with an indicator light and audio buzzer, suitable to the Engineer to alert the workmen of the presence of holidays in the coating system. Spirally wrap the inner layer tape over longitudinally or spirally welded pipe. Provide a 1-inch minimum tape overlap. Splice each new roll by overlapping the new tape over the end of the preceding roll by at least 6 inches. Perform this end lap splice by hand or by a mechanical applicator so that the splice is wrinkle free and maintains the continuity of the inner wrap coating. Maintain the wrapping angle of the new roll parallel to that of the previous roll. Provide tape cutbacks based on the joint type required, cutting the tape edge parallel to the end of the pipe. Perform cutbacks using a cutting device that is guided from the end of the pipe to insure a uniform, straight cutback. 4. 5. 6. 7. I. Mechanical outer layer tape application. 1. Apply the first mechanical outer layer of tape over the inner layer tape using the same type of mechanical equipment used in the application of the inner layer tape. No overlap splice of the other layer coinciding with the overlap splice of the inner layer will be permitted. Provide a minimum 6-inch separation between overlap of splices. Apply two mechanical outer layers of tape as specified herein. The inner layer tape shall be electrically tested, inspected, and approved prior to the application of the first mechanical outer layer tape and the first mechanical outer layer tape shall also be visually inspected and approved prior to the application of the second mechanical outer layer tape. Ensure that both mechanical outer layer tapes are smooth, tight and wrinkle-free. Apply mechanical outer layer tapes in accordance with the requirements for the inner layer tape, except that the minimum tape roll application temperature shall be 90°F. Monitoring for tension and temperature will be required for the mechanical outer layer tapes. The use of rollers to apply pressure on the tape is not required during application of the mechanical outer layer tapes. Holiday testing of the mechanical outer layer tapes is not required during tape application. Test the complete tape system prior to coating as specified herein. Apply a reinforced cement mortar shieid over the outer layer of tape in accordance with AWWA C205. Cement mortar shall be 3/4-inch thick. 2. J. APRIL 2003 6 of 8 SECTION 09870 TAPE COATING SYSTEM WITH MORTAR SHIELD FOR THE EXTERIOR OF STEEL WATER PIPELINES K. 3.03 A. B. C. D. 3.04 A. 0. C. D. APRIL Storage primer application shall conform to AWWA C214 as modified herein: 1. Prior to storage primer application, clean the pipe surface free from foreign matter such as sand, grease, oil, grit, rust particles and dit?. Apply primer only to a dry pipe surface. Whenever the ambient air temperatures are cold enough to cause gelling of the primer, the use of heaters will not be permitted to return the primer back to a fully liquid state. Use new primer at a minimum of 40°F. Apply storage primer to the exposed steel pipe at tape cutbacks to prevent oxidation of the cleaned metal surface. Apply minimum of 1.5 mils and maximum of 2.5 mils of storage primer to exposed steel per the manufacturer’s recommendations. Do not place storage primer on the edge of the steel plate. 2. 3. FITTINGS COATED AT THE PLANT Coat fittings that cannot be machine coated in accordance with AWWA C209 using materials as specified herein. Weld bead preparation, surface preparation, blast cleaning and liquid adhesive shall be as specified for straight run pipe. Apply an inner layer tape of Polyken #932-50 with a I-inch minimum tape overlap on all plant coated fittings. Apply an outer layer of cold-applied polyethylene tape as specified herein with a 55 percent overlap on all plant-coated fittings. Provide a minimum thickness of 110 mils for the total tape coat system for plant-coated fittings. Test all completed tape coated fittings in the presence of the Engineer with an electrical flaw detector prior to the application of the cement mortar coating. Applied voltage shall be in the range of 11,000 to 15,000 volts. Repair any holidays found. Repair cement mortar coating defects in accordance with the approved repair procedures. Apply cement mortar coating in accordance with AWWA C205, over the tape-coated fittings after completion of tape coating, testing and inspections. TAPE APPLICATION TO FITTINGS, SPECIALS AND PIPE JOINTS (FIELD) Field cold-applied plastic tape coating shall be in accordance with AWWA C209, as modified herein. Prior to welding any field joints, wrap an 18-inch strip of heat resistance material over the entire coated pipe section to avoid damage to the plant applied coating by the hot weld spatter. Clean the pipe surface free of mud, mill lacquer, wax, tar grease, or any foreign matter. The pipe surface shall be free of any moisture and all foreign matter prior to the application of prime. Pack irregularities in joint with elastameric joint filler. 2003 7 of 8 SECTION 09870 TAPE COATING SYSTEM WITH MORTAR SHIELD FOR THE EXTERIOR OF STEEL WATER PIPELINES E. F. G. H. 3.05 3.06 3.07 A. 0. C. Apply primer by brush or roller (4 mil wet, 1 mil dry). After primer has dried, apply tape to the joint and extend a minimum of 3-inch onto the plant coated adjacent tape wrap. Maintain 55 percent overlap on all field joint tape to produce a minimum thickness of 100 mils. Apply tape with sufficient tension to conform to the surface. The finish wrap shall produce a smooth, wrinkle-free surface. The tape system for pipe joints is shown in Section 2.6. INSPECTION OF TAPE COATING Test the final applied tape coating in the presence of the engineer with an electrical flaw detector. Repair all holidays and physical damage. MORTAR SHIELD Apply mortar coating in accordance with Section 15061 over the tape-coated pipe immediately upon completion of tape wrapping, testing, and inspections. PROTECTING COATED PIPE The Contractor shall protect all coated surfaces from damage prior to and during the pipe installation in accordance with these specifications. In transporting the coated pipe, it shall rest in saddles shaped to the outside diameter of the coated pipe. The saddles shall be in contact with the bottom of the pipe along an arc of at least 60 degrees. Saddles shall be completely lined with adequate padding. No nails or any other fasteners that may damage the coating will be allowed in the installation of the padding of the saddles. While laying tape coated steel pipe, the pipe shall not be rolled or skidded when it is in contact with the ground at any point. Immediately before the coated pipe is lowered into the trench the Contractor shall provide a visual and holiday inspection of the coating on the entire pipe coating system. Coated pipe shall be lowered into the trench using saddled, not choked, belt slings. The use of chains, hooks, or other equipment which might damage the pipe coating will not be permitted. All other pipe handling equipment and methods shall be approved by the Engineer. Pipe stored alongside of the trench shall be supported on padded skids, sand bags, or rock-free sand berms. APRIL 2003 END OF SECTION 8 of a SECTION 09870 TAPE COATING SYSTEM WITH MORTAR SHIELD FOR THE EXTERIOR OF STEEL WATER PIPELINES SECTION 09900 PAINTING AND COATING PART 1 - GENERAL 1.01 A. B. C. D. 1.02 1.03 A. B. C. DESCRIPTION This section includes materials and application of painting and coating systems for the following surfaces: Submerged Metal. Exposed Metal. Polyvinyl Chloride. RELATED WORK SPECIFIED ELSEWHERE Standard Drawings. SUBMllTALS Submit shop drawings in accordance with the General Provisions. Submit coating manufacturer’s technical and material safety data sheets for the products to be applied. Data sheets shall show the following information: 1. 2. 3. 4. 5. 6. 7. Percent solids by volume. Minimum and maximum recommended dry-film thickness per coat for prime, intermediate, and finish coats. Recommended surface preparation. Recommended thinners. Statement verifying that the specified prime coat is recommended by the manufacturer for use with the specified intermediate and finish coats. Application instructions including recommended equipment and temperature limitations. Curing requirements and instructions. Submit the name of the company and abrasive to be used, the generic type of abrasive, the State of California Air Resources Board (CARB) certification, and product data sheets. APRIL 2003 1 of9 SECTION 09900 PAINTING AND COATING PART 2 - MATERIALS 2.01 PAINTING AND COATING SYSTEMS A. Coating products shall conform to San Diego Air Pollution Control District Rule 67.0, where products cannot contain more than 350 grams per liter or 2.80 pounds of volatile organic material per gallon of coating product as applied. The following index lists the various painting and coating systems by service and generic type. PAINT COATINGS SYSTEM INDEX No. Title Generic Coating Submeraed Metal Coatina Svstem 5. Water Exoosed Metal Coatina Svstems EPOXY Submerged or Intermittently Submerged Metal, Potable 10. Exposed Metal, Corrosive Environment High Build Epoxy (2 Coat System) 15. Exposed Metal, Atmospheric Weathering Environment Alkyd 20. Exposed Metal, Exterior Synthetic Enamel PVC Coatina Svstem 41. PVC, Ultraviolet Exposure Polyurethane B. These systems are specified in detail in the following paragraphs. For each coating, the required surface preparation, prime coat, intermediate coat (if required), topcoat, and coating thicknesses are described. Mil thicknesses shown are minimum dry-film thicknesses. At least two manufacturer’s products are listed for each system. 2.02 SUBMERGED METAL COATING SYSTEM A. System No. 5 -- Submerged Metal, Recycled Water: 1. 2. Type: Two-component, three-coat epoxy system. Service Conditions: For use with steel structures, piping, valves, or equipment in recycled water service. - 3. Surface Preparation: SSPC-SP 10. 4. Coating System: Apply three coats of Ameron 395, Kop-Coat Hi-Gard, Engard 460 HS, or Agency-approved equal. Apply to a minimum dry film thickness of 12 mils total. APRIL 2003 2 of 9 SECTION 09900 PAINTING AND COATING 2.03 EXPOSED METAL COATING SYSTEMS A. System No. 10 -- Exposed Metal, Corrosive Environment: 1. Type: High build epoxy finish coat having a minimum volume solids of 60%, with an inorganic zinc prime coat. Service Conditions: For use with metal structures, pipes, or valves subjected to water condensation. 2. 3. Surface Preparation: SSPC-SP 10. 4. Prime Coat: Self-curing, two component inorganic zinc rich coating recommended by the manufacturer for overcoating with a high build epoxy finish coat. Minimum zinc content shall be 12 pounds per gallon. Provide Ameron 3105, Kop-Coat Inorganic Zinc No. 701, Engard 519, or Agency-approved equal. Apply to a thickness of 3 mils. 5. Finish Coat: Provide Ameron 383HS, Kop-Coat Hi-Gard, Engard 460 HS, or Agency-approved equal. Apply to a minimum dry film thickness of 12 mils total. System No. 15 -- Exposed Metal, Atmospheric Weathering Environment: 1. B. Type: Gloss alkyd enamel having a minimum volume solids content of 46% with alkyd primer. Service Conditions: For use on exterior metal and piping subject to sunlight and weathering. 2. 3. Surface Preparation: SSPC-SP 6. 4. Prime Coat: Provide Kop-Coat 622HB, Ameron 5105, Engard 126 HS, or Agency-approved equal. Apply to a minimum dry film thickness of 2 mils. 5. Finish Coats: Provide two coats Kop-Coat 500HB Enamel: two coats Ameron 5401 HS; two coats Engard 222 HS; 1.5 mils each coat; or Agency-approved equal. C. System No. 20 -- Exposed Metal, Exterior: 1. 2. Type: Gloss synthetic enamel with OSHA safety color-coding. Service Conditions: For use on exterior metal piping appurtenances, such as valve box lids, hydrant heads, guard posts, air valve enclosures, and water sample point enclosures. 3. Surface Preparation: SSPC-SP 1. Apply one coat of vinyl wash primer on galvanized, zinc, or bronze surfaces use Sinclair No. 71 13, or Agency-approved equal. 4. Prime Coat: Sinclair No. 15N (non-ferrous or ferrous) or No. 14N (galvanized or zinc), 1.5 mils or Agency-approved equal. APRIL 2003 3 of 9 SECTION 09900 PAINTING AND COATING 5. Finish Coats: Provide two coats Sinclair No. 7500 (OSHA White), NO. 7571 (OSHA Yellow), No. 7572 (OSHA Orange), No. 7573 (OSHA Green), or No. 7574 (OSHA Blue), 2 mils each coat; or Agency-approved equal. 2.04 PVC COATING SYSTEM A. System No. 41 -- PVC, Ultraviolet Exposure: 1, 2. 3. Surface Preparation: SSPC-SP 1. Then lightly abrade the surface with Type: Polyurethane enamel having a minimum volume solids of 52%. Service Conditions: PVC piping exposed to sunlight. medium-grain garnet paper. 4. Prime Coat: None. 5. Finish Coat: Provide one coat Ameron 450 HS, 2 mils; one coat Rustoleum HS9400, 2 mils: one coat Tnemec Series P71, 2 mils: or Agency-approved equal. 2.05 ABRASIVES FOR SURFACE PREPARATION A. Abrasives used for dry unconfined blast cleaning shall conform to the requirements of CARB Executive Order G-425. Use abrasives that are currently certified by CARB and appear on the Approved Abrasives List. Abrasives used for preparation of iron and steel surfaces shall be one of the following: 1. 2. 3. 4. Abrasives used for preparation of copper and aluminum surfaces shall be one of the following: 1. 2. In the above gradations, 100% of the material shall pass through the first stated sieve size and 100% shall be retained on the second stated sieve size. B. 16 to 30 or 16 to 40 mesh silica sand or mineral grit. 20 to 40 mesh garnet. Crushed iron slag, 100% retained on No. 80 mesh. SAE Grade G-40 or G-50 iron grit. C. Crushed slag, 80 to 100 mesh. Very fine silica sand, 80 to 100 mesh. D. APRIL 2003 4 of 9 SECTION 09900 PAINTING AND COATING PART 3 - EXECUTION 3.01 A. B. C. D. E. 3.02 A. B. C. D. E. WEATHER CONDITIONS Do not paint in the rain, wind, snow, mist, and fog or when steel or metal surface temperatures are less than 5°F above the dew point. Do not apply paint when the relative humidity is above 85% or the temperature is above 90°F. Do not paint when temperature of metal to be painted is above 120°F. Do not apply paints if air or surface temperature is below 40°F or expected to be below 40°F within 24 hours. Do not apply epoxy, acrylic latex, and polyurethane paints on an exterior or interior surface if air or surface temperature is below 60°F or expected to drop below 60°F in 24 hours. SURFACE PREPARATION Do not sandblast or prepare more surface area than can be coated in one day. Remove all sharp edges, burrs, and weld spatter. Do not sandblast PVC piping or equipment. Do not sandblast epoxy, enamel coated, or fusion-bonded epoxy pipe that has already been factory coated, except to repair scratched or damaged coatings. Surface preparation shall conform with the SSPC specifications as follows: Solvent Cleaning Hand Tool Cleaning Power Tool Cleaning White Metal Blast Cleaning Commercial Blast Cleaning Brush-Off-Blast Cleaning Pickling Near-White Blast Cleaning SP 1 SP 2 SP 3 SP 5 SP 6 SP 7 SP 8 SP 10 Wherever the words "solvent cleaning," "hand tool cleaning," "wire brushing," or "blast cleaning" or similar words are used in these specifications or in paint manufacturer's specifications, they shall be understood to refer to the applicable SSPC (Steel Structure Painting Council, Surface Preparation Specifications, ANSI AI 59.1) Specifications listed above. Dust blasting is defined as cleaning the surface through the use of very fine abrasives, such as siliceous or mineral abrasives, 80 to 100 mesh. Apply a fine etch to the metal surface to clean the surface of any contamination or oxide. Remove oil and grease from metal surfaces in accordance with SSPC-SP 1. Use clean cloths and cleaning solvents and wipe dry with clean cloths. Do not leave a film or greasy residue on the cleaned surfaces before sandblasting. APRIL 2003 5 of 9 SECTION 09900 PAINTING AND COATING F. G, 3.03 A. B. C. D. 3.04 3.05 A. B. C. Remove weld spatter and weld slag from metal surfaces and grind smoothly rough welds, beads, peaked corners, and sharp edges in accordance with SSPC-SP 2 and SSPC-SP 3. Neutralize welds with a chemical solvent that is compatible with the specified coating materials. Use clean cloths and chemical solvent. Wipe dry with clean cloths. Do not leave a residue on the cleaned surfaces. ABRASIVE BLAST CLEANING Use dry abrasive blast cleaning for metal surfaces. Do not use abrasives in automatic equipment that have become contaminated. When shop or field blast cleaning with handheld nozzles, do not recycle or reuse blast particles. After blast cleaning and prior to application of coating, dry clean surfaces to be coated by dusting, sweeping, and vacuuming to remove residue from blasting. Apply the specified primer or touch-up coating within the period of an eight-hour working day. Do not apply coating over damp or moist surfaces. Reclean prior to application of primer or touch-up coating any blast-cleaned surface not coated within said eight-hour period. Keep the area of the work in a clean condition and do not permit blasting particles to accumulate and constitute a nuisance or hazard. During blast cleaning, prevent damage to adjacent coatings. Schedule blast cleaning and coating such that dust, dirt, blast particles, old coatings, rust, mill scale, etc., will not damage or fall upon wet or newly coated surfaces. PROCEDURES FOR ITEMS HAVING SHOP-APPLIED PRIME COATS Handle shop-primed items with care during unloading, installation, and erection operations to minimize damage. Do not place or store shop-primed items on the ground or on top of other work unless ground or work is covered with a protective covering or tarpaulin. Place shop-primed items above the ground upon platforms, skids, or other supports. FIELD TOUCH-UP OF SHOP-APPLIED PRIME COATS Remove oil and grease surface contaminants on metal surfaces in accordance with SSPC-SP 1. Use clean rags wetted with a degreasing solution, rinse with clean water, and wipe dry. Remove dust, dirt, salts, moisture, chalking primers, or other surface contaminants that will affect the adhesion or durability of the coating system. Use a high-pressure water blaster or scrub surfaces with a broom or brush wetted with a solution of trisolium phosphate, detergent, and water. Before applying intermediate or finish coats to inorganic zinc primers, remove any soluble zinc salts that have formed by means of scrubbing with a stiff bristle brush. Rinse scrubbed surfaces with clean water. Remove loose or peeling primer and other surface contaminants not easily removed by the previous cleaning methods in accordance with SSPC-SP 7. Take care that remaining APRIL 2003 6 of 9 SECTION 09900 PAINTING AND COATING D. E. F. G. H. 3.06 A. 0. 3.07 3.08 A. 0. primers are not damaged by the blast cleaning operation. Remaining primers shall be firmly bonded to the steel surfaces with blast-cleaned edges feathered. Remove rust, scaling, or primer damaged by welding or during shipment, storage, and erection in accordance with SSPC-SP 10. Take care that remaining primers are not damaged by the blast cleaning operation. Remaining primers shall be firmly bonded to the steel surfaces with blast-cleaned edges feathered. Use repair procedures on damaged primer which protects adjacent primer. Blast cleaning may require the use of lower air pressure, smaller nozzles, and abrasive particle sizes, short blast nozzle distance from surface, shielding, andor masking. After abrasive blast cleaning of damaged and deflective areas, remove dust, blast particles, and other debris by dusting, sweeping, and vacuuming; then apply the specified touch-up coating. Surfaces that are shop primed with inorganic zinc primers shall receive a field touch-up of organic zinc primer to cover all scratches or abraded areas. Other surfaces that are shop primed shall receive a field touch-up of the same primer used in the original prime coat. PAINTING SYSTEMS All materials of a specified painting system, including primer, intermediate, and finish coats, shall be produced by the same manufacturer. Thinners, cleaners, driers, and other additives shall be as recommended by the paint manufacturer for the particular coating system. Deliver paints to the jobsite in the original, unopened containers. PAINT MIXING Prepare multiple-component coatings using all of the contents of the container for each component as packaged by the paint manufacturer. Do not use partial batches. Do not use multiple-component coatings that have been mixed beyond their pot life. Provide small quantity kits for touchup painting and for painting other small areas. Mix only the components specified and furnished by the paint manufacturer. Do not intermix additional components for reasons of color or othemise, even within the same generic type of coating. PROCEDURES FOR THE APPLICATION OF COATINGS Conform to the requirements of SSPC-PA 1. Follow the recommendations of the coating manufacturer including the selection of spray equipment, brushes, rollers, cleaners, thinners, mixing, drying time, temperature and humidity of application, and safety precautions. Stir, strain, and keep coating materials at a uniform consistency during application. Apply each coating evenly, free of brush marks, sags, runs, holidays, and other evidence of poor APRIL 2003 7 of 9 SECTION 09900 PAINTING AND COATING C. D, E. F. G. 3.09 A. B. C. D. E. F. G. H. workmanship. Use a different shade or tint on succeeding coating applications to indicate coverage where possible. Finished surfaces shall be free from defects or blemishes. Do not use thinners unless recommended by the coating manufacturer. If thinning is allowed, do not exceed the maximum allowable amount of thinner per gallon of coating material. Stir coating materials at all times when adding thinner. Do not flood the coating material surface with thinner prior to mixing. Do not reduce coating materials more than is absolutely necessary to obtain the proper application characteristics and to obtain the specified dry-film thicknesses. Remove dust, blast particles, and other debris from blast-cleaned surfaces by dusting, sweeping, and vacuuming. Allow ventilator fans to clean airborne dust to provide good visibility of working area prior to coating applications. Remove dust from coated surfaces by dusting, sweeping, and vacuuming prior to applying succeeding coats. Apply coating systems to the specified minimum dry-film thicknesses as measured from above the peaks of the surface profile. Apply primer immediately after blast cleaning and before any surface rusting occurs, or any dust, dirt, or any foreign matter has accumulated. Reclean surfaces by blast cleaning that have surface colored or become moist prior to coating application. Apply a brush coat of primer on welds, sharp edges, nuts, bolts, and irregular surfaces prior to the application of the primer and finish coat. The brush coat shall be done prior to and in conjunction with the spray coat application. Apply the spray coat over the brush coat. SURFACES NOT TO BE COATED Do not paint the following surfaces unless otherwise noted on the drawings or in other Standard Specification sections. Protect during the painting of adjacent areas: Cement mortar coated pipe and fittings. Stainless steel. Metal plateshameplates or letters. Concrete surfaces. Fencing. Copper tubing, red brass piping and PVC piping, except where required for color-coding. Grease fittings. Buried pipe unless specifically required in the piping specifications. APRIL 2003 8 of 9 SECTION 09900 PAINTING AND COATING 3.10 SURFACES TO BE COATED Coat surfaces as described below: Coat aboveground and exposed piping or piping in enclosures as described in the various piping specifications. Color shall be as indicated or as selected by the Engineer. Coat valves as described in the various valve specifications. Aboveground valves or valves in enclosures shall match the color of the connecting piping. Coat exposed surfaces of enclosures, valve boxes, and test boxes as described in the particular specifications for the above items. DRY FILM THICKNESS TESTING Measure coating thickness specified for metal surfaces with a magnetic-type dry-film thickness gage. Test the finish coat (except zinc primer and galvanizing) for holidays and discontinuities with an electrical holiday detector, low-voltage, and wet-sponge type. Provide measuring equipment. Provide detector as manufactured by Tinker and Rasor or K-D Bird Dog. Provide dry-film thickness gage as manufactured by Mikrotest or Elcometer. Check each coat for the correct dry-film thickness. Do not measure within eight hours after application of the coating. If the item has an improper finish color or insufficient film thickness, clean and topcoat the surface with the specified paint material to obtain the specified color and coverage. Hand or power-sand visible areas of chipped, peeled, or abraded paint, feathering the edges. Then prime and finish coat in accordance with the specifications. Work shall be free of runs, bridges, shiners, laps or other imperfections. A. B. C. 3.1 1 A. B. APRIL 2003 END OF SECTION 9 of 9 SECTION 09900 PAINTING AND COATING SECTION 09952 COLD-APPLIED WAX TAPE COATING PART 1 - GENERAL 1.01 1.02 1.03 A. B. 1.04 DESCRIPTION This section includes materials and application of a three-part, cold-applied wax tape coating system for buried piping. RELATED WORK SPECIFIED ELSEWHERE Polyethylene Sheet Encasement (AWWA C105): 09954. SUBMITALS Submit shop drawings in accordance with the General Provisions. Submit manufacturer’s catalog data sheets and application instructions. MEASUREMENT AND PAYMENT Payment for the work in this section shall be included as part of the lump-sum bid amount stated in the Proposal. PART 2 - MATERIALS 2.01 PRIMER A. Primer shall be a blend of petrolatums, plasticizers, and corrosion inhibitors having a paste-like consistency. The primer shall have the following properties: 1. Color: Brown. 2. 3. Flash Point: 350°F. 4. Primer shall be Trenton Wax Tape Primer, Denso Paste Primer, or equal. Pour Point: 100°F to 1 10°F. Coverage: 1 gallorVl00 square feet. B. 2.02 WAXTAPE A. Wax tape shall consist of a synthetic-fiber felt, saturated with a blend of microcrystalline wax, petrolatums, plasticizers, and corrosion inhibitors, forming a tape coating that is easily formable over irregular surfaces. The tape shall have the following properties: APRIL 2003 1 Of3 SECTION 09952 COLD-APPLIED WAX TAPE COATING 0. 2.03 A. 0. 2.04 1. Color: Brown. 2. 3. 4. Tape Width: 6 inches. 5. Dielectric Strength: 100 voltdmil. Wax tape shall be Trenton No. 1 Wax Tape, Denso "Densyl Tape," or equal. PLASTIC WRAPPER Wrapper shall be a polyvinylidene chloride plastic with three 50-gauge plies wound together as a single sheet. The wrapper shall have the following properties: 1. Color: Clear. 2. Thickness: 1.5 mils. 3. Tape Width: 6 inches. Plastic wrapper shall be Trenton Poly-Ply, Denso Tape PVC Self-Adhesive, or equal. POLYETHYLENE SHEET COATING See Section 09954. Saturant Pour Point: 1 15°F to 120°F. Thickness: 50 to 70 mils. PART 3 - EXECUTION 3.01 A. 0. C. D : WAX TAPE COATING APPLICATION Surfaces shall be clean and free of all dirt, grease, water, and other foreign material prior to the application of the primer and wax tape. Apply primer by hand or brush to all surfaces of the fitting. Work the primer into all crevices and completely cover all exposed metal surfaces. Apply the wax tape immediately after the primer application. Work the tape into the crevices around fittings. Wrap the wax tape spirally around the pipe and across the fitting. Use a minimum overlap of 55% of the tape width. Apply tape to flanges, mechanical and restrained joint bolts, nuts and glands, and grooved-end couplings to 6 inches beyond each side of the item. Work the tape into the crevices and contours of irregularly shaped surfaces and smooth out so that there is a continuous protective layer with no voids or spaces under the tape. APRIL 2003 2 of 3 SECTION 09952 COLD-APPLIED WAX TAPE COATING E. Overwrap the completed wax tape installation with the plastic wrapping material. Wrap spirally around the pipe and across the fitting. Use a minimum overlap of 55% of the tape width and apply two layers or applications of overwrap. Secure plastic wrapper to pipe with adhesive tape. APPLICATION OF POLYETHYLENE SHEET COATING TO BURIED PIPING Wrap completed wax tape coating system with polyethylene film per Section 09954 and secure around the adjacent pipe circumference with adhesive tape. 3.02 END OF SECTION APRIL 2003 3 of 3 SECTION 09952 COLD-APPLIED WAX TAPE COATING SECTION 09954 POLYETHYLENE SHEET ENCASEMENT (AWWA (2105) PART 1 - GENERAL 1.01 1.02 1.03 A. B. 1.04 DESCRIPTION This section includes materials and installation of a polyethylene sheet encasement for buried steel and iron pipe, fittings, and valves. RELATED WORK SPECIFIED ELSEWHERE Flexible Pipe Couplings: 15122. SUBMITTALS Submit shop drawings in accordance with General Provisions. Submit manufacturer’s catalog literature and product data sheets describing the physical, chemical, and electrical properties of the encasement material. MEASUREMENT AND PAYMENT Payment for the work in this section shall be included as part of the lump-sum bid amount stated in the Proposal. PART 2 - MATERIALS 2.01 POLYETHYLENE WRAP The encasement shall consist of a linear low-density polyethylene film of at least 8 mils thickness conforming to AWWA C105. 2.02 PLASTIC ADHESIVE TAPE Tape shall be Calpico Vinyl Tape, Polyken 900, Scotchwrap 50, or equal. PART 3 - EXECUTION 3.01 A. B. Apply a single wrapping. APPLYING SHEET COATING TO BURIED PIPING AND FllTlNGS Apply wrapping per AWWA C105. APRIL 2003 1 of2 SECTION 09954 POLYETHYLENESHEETENCASEMENT (AWWA C105) C. Overlap adjoining polyethylene tube coatings a minimum of 1 foot and wrap prior to placing concrete anchors, collars, supports, or thrust blocks. Hand wrap the polyethylene sheet, apply two layers, and secure in place with 2-inch-wide plastic adhesive tape. APPLYING SHEET COATING TO BURIED VALVES Wrap with a flat sheet of polyethylene. Place the sheet under the valve and the flanges or joints with the connecting pipe and fold in half. Extend the sheet to the valve stem and secure the sheet in place with 2-inch-wide plastic adhesive tape. Apply a second layer and secure with tape. Secure the sheets with tape around the valve stem below the operating nut and around the barrel of the connecting pipe to prevent the entrance of soil. Pour concrete anchor and support blocks after the wrap has been placed. APPLYING SHEET COATING TO BURIED FLEXIBLE PIPE COUPLINGS Apply two layers or wraps around the coupling. Overlap the adjoining pipe or fitting a minimum of 1 foot and secure in place with tape. Apply tape around the entire circumference of the overlapped section on the adjoining pipe or fitting. 3.02 3.03 3.04 REPAIR OF POLYETHYLENE MATERIAL Repair polyethylene material that is damaged during installation. Use polyethylene sheet, place over damaged or torn area, and secure in place with 2-inch-wide plastic adhesive tape. END OF SECTION APRIL 2003 2 of 2 SECTION 09954 POLYETHYLENE SHEET ENCASEMENT (AWWA C105) SECTION 09961 FUSION-BONDED EPOXY LININGS AND COATINGS PART 1 - GENERAL 1.01 1.02 A. 0. C. 1.03 A. B. C. 1.04 DESCRIPTION This section includes materials, application, and testing of one part, fusion bonded, heat cured, thermosetting, 100% solids epoxy linings and coatings on steel, cast iron, and ductile-iron equipment, such as valves, flexible pipe couplings, and fittings. RELATED WORK SPECIFIED ELSEWHERE Painting and Coating: 09900. Flexible Pipe Couplings and Expansion Joints: 15122. Polyvinyl Chloride (PVC) Distribution Pipe (AWWA C900): 15292. SUBMllTALS Submit shop drawings in accordance with the General Provisions. Submit manufacturer's catalog literature and product data sheets, describing the physical and chemical properties of the epoxy coating. Describe application and curing procedure. Submit coating application test records for measuring coating thickness and holiday detection for each item or pipe section and fitting. Describe repair procedures used. MEASUREMENT AND PAYMENT Payment for the work m this section shall be included as part of the lump-sum bid amount stated in the Proposal. PART 2 - MATERIALS 2.01 PIPING AND EQUIPMENT SURFACES A. The Contractor shall require the equipment suppliers to provide equipment that is free of salts, oil, and grease to the coating applicator. The Contractor shall require pipe suppliers to provide bare pipe that is free of salts, oil, and grease to the coating applicator. 6. APRIL 2003 1 Of4 SECTION 09961 LININGS AND COATINGS FUSION-BONDED EPOXY 2.02 SHOP-APPLIED EPOXY LINING AND COATING Lining and coating shall be a 100% solids, thermosetting, fusion-bonded, dry powder epoxy resin: Scotchkote 134 or 206N, Lilly Powder Coatings "Pipeclad 1500 Red," H. B. Fuller 1F-3003, or equal. Epoxy lining and coating shall meet or exceed the following requirements: Hardness (minimum) Abrasion resistance (maximum value) Adhesion (minimum) Tensile strength Penetration Adhesion overlap shear, 1/8-inch steel panel, 0.010 glue line Impact (minimum value) Barcol 17 (ASTM D 2583) Rockwell 50 ("M" scale) 1,000 cycles: 0.05 gram removed 5,000 cycles: 0.1 15 gram removed ASTM D 1044, Tabor CS 17 wheel, 1,000-gram weight 3,000 psi (Elcometer) 7,300 psi (ASTM D 2370) 0 mil (ASTM G 17) 4,300 psi, ASTM D 1002 100 inch-pounds (Gardner 5/8-inch diameter tup) 2.03 FIELD-APPLIED EPOXY COATING FOR PATCHING Use a two-component, 80% solids liquid resin, such as Scotchkote 306. PAINTING AND COATING OF FLEXIBLE PIPE COUPLINGS Line and coat couplings the same as the pipe. Color shall match the color of the pipe fusion epoxy coating. 2.04 PART 3 - EXECUTION 3.01 SHOP APPLICATION OF FUSION-BONDED EPOXY LINING AND COATING--GENERAL A.~ Grind surface irregularities, welds, and weld spatter smooth before applying the epoxy. The allowable grind area shall not exceed 0.25 square foot per location, and the maximum total grind area shall not exceed 1 square foot per item or piece of equipment. APRIL 2003 2 of 4 SECTION 09961 LININGS AND COATINGS FUSION-BONDED EPOXY 0. C. D. E. F. 3.02 A. Do not use any item, pipe, or piece of equipment in which these requirements cannot be met. Remove surface imperfections, such as slivers, scales, burrs, weld spatter, and gouges. Grind outside sharp corners, such as the outside edges of flanges, to a minimum radius of 114 inch. Uniformly preheat the pipe, item, or piece of equipment prior to blast cleaning to remove moisture from the surface. The preheat shall be sufficient to ensure that the surface temperature is at least 5°F above the dew point temperature during blast cleaning and inspection. Sandblast surfaces per SSPC SP-5. Protect beveled pipe ends from the abrasive blast cleaning. Apply a phosphoric acid wash to the pipe, item, or piece of equipment after sandblasting. The average temperature, measured in three different locations, shall be 80°F to 130°F during the acid wash procedure. The acid wash shall be a 5% by weight phosphoric acid solution. The duration in which the acid is in contact with the surface shall be determined by using the average temperature as tabulated below: Contact Time PiDe TemDerature (OF) Jseconds) 80 85 90 95 100 105 110 130 52 45 36 33 28 24 21 10 After the acid wash has been completed, remove the acid with demineralized water having a maximum conductivity of 5 micromhodcm at a minimum nozzle pressure of 2,500 psi. Apply lining and coating by the electrostatic spray or fluidized bed process. Minimum thickness of lining or coating shall be 15 mils. Heat and cure per the epoxy manufacturer's recommendations. The heat source shall not leave a residue or contaminant on the metal surface. Do not allow oxidation of surfaces to occur prior to coating. Do not permit surfaces to flash rust before coating. SHOP APPLICATION OF FUSION-BONDED EPOXY LINING AND COATING TO PIPE--ADDITIONAL REQUIREMENTS Apply lining and coating per AWWA C213 except as modified herein. APRIL 2003 3 of 4 SECTION 09961 LININGS AND COATINGS FUSION-BONDED EPOXY B. Grind 0.020 inch (minimum) off the weld caps on the pipe weld seams before beginning the surface preparation and heating of the pipe. QUALITY OF LINING AND COATING APPLICATIONS The cured lining or coating shall be smooth and glossy, with no graininess or roughness. The lining or coating shall have no blisters, cracks, bubbles, underfilm voids, mechanical damage, discontinuities, or holidays. 3.03 3.04 FACTORY TESTING OF COATING-GENERAL A. Test linings and coatings with a low-voltage wet sponge holiday detector. Test pipe linings and coatings per AWA C213, Section 5.3.3. If the number of holidays or pinholes is fewer than one per 20 square feet of coating surface, repair the holidays and pinholes by applying the coating manufacturer's recommended patching compound to each holiday or pinhole and retest. If the number of pinholes and holidays exceeds one per 20 square feet of coating surface, remove the entire lining or coating and recoat the item or pipe. Measure the coating thickness at three locations on each item or piece of equipment or pipe section using a coating thickness gauge calibrated at least once per eight-hour shift. Record each measured thickness value. Where individual measured thickness values are less than the specified minimum thickness, measure the coating thickness at three additional points around the defective area. The average of these measurements shall exceed the specified minimum thickness value, and no individual thickness value shall be more than 2 mils below or 3 mils above the specified minimum value. If a section of the pipe, item, or piece of equipment does not meet these criteria, remove the entire lining or coating and recoat the entire item or piece of equipment. B. 3.05 FACTORY TESTING OF LINING AND COATING OF PIPE--ADDITIONAL REQUIREMENTS Check for coating defects on the weld seam centerlines. There shall be no porous blisters, craters, or pimples lying along the peak of the weld crown. 3.06 FIELD REPAIRS Patch scratches and damaged areas incurred while installing fusion bonded epoxy coated items with a two-component, 80% solids (minimum), liquid epoxy resin. Wire brush or sandblast the damaged areas per SSPC SP-IO. Lightly abrade or sandblast the coating or lining on the sides of the damaged area before applying the liquid epoxy coating. Apply a two-part epoxy coating to defective linings and coatings to areas smaller than 20 square inches. Patched areas shall overlap the parent or base coating a minimum of 0.5 inch. If a defective area exceeds 20 square inches, remove the entire lining and coating and recoat the entire item or piece of equipment. Apply the liquid epoxy coating to a minimum dry-film thickness of 15 mils. APRIL 2003 END OF SECTION 4 of 4 SECTION 09961 LININGS AND COATINGS FUSION-BONDED EPOXY SECTION 15041 DISINFECTION OF PIPING PART 1 - GENERAL 1.01 1.02 A. B. C. 1.03 A. B. C. D. 1.04 A. B. C. 1.05 A. DESCRIPTION This section describes requirements for disinfection by chlorination of recycled water mains, services, pipe appurtenances and connections. REFERENCEDSTANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. American Water Works Association (AWWA): AWWA 6300: Standard for Hypochlorites. AWWA 8301: Standard for Liquid Chlorine. AWWA C651: Disinfecting Water Mains. RELATED WORK SPECIFIED ELSEWHERE Standard Specifications. Connections to Existing Buried Pipelines: 02282. Hydrostatic Testing of Pressure Pipelines: 15044. Cement-Mortar Lined and Coated Steel Pipe and Specials: 15061. SERVICE APPLICATION All water mains and appurtenances taken out of service for inspection, repairs, or other activity that might lead to contamination shall be disinfected before they are returned to service. All new water mains and temporary high lines shall be disinfected prior to connection to the Agency's existing system. All components incorporated into a connection to the Agency's existing system shall be disinfected prior to installation. SUBMITTALS A written disinfection and dechlorination plan signed by a certified chlorinator shall be submitted to the Engineer for review and approval prior to starting disinfection operations. APRIL 2003 1 of6 SECTION 15041 DISINFECTION OF PIPING B. C. D. 1.06 1.07 1 .08 Plan for disinfection method and procedure shall include equipment used to inject the chlorine solution, gauges or scales to measure the rate at which chlorine is injected, qualifications of personnel, testing location and schedule, source of water and water disposal locations, personnel performing the disinfection shall demonstrate a minimum of five years experience in the chlorination and dechlorination of pipelines. Qualification of certified testing laboratory. Four copies of bacteriological test results to the Engineer upon completion of each test. Emergency Response Plan. DELIVERY, STORAGE AND HANDLING Chlorination and dechlorination shall be performed by competent individuals knowledgeable and experienced in the operation of the necessary application and safety equipment in accordance with applicable Federal, State and Local laws and regulations. The transport, storage and handling of these materials shall be performed in accordance with Code of Federal Regulations (CFR) 1910.120 Hazardous Waste Operations and Emergency Response, CFR 49.1 72 Hazardous Materials Regulations, and the General Industry Safety Orders of the California Code of Regulations, Title 8, Section 5194. CONCURRENT DISINFECTION AND HYDROSTATIC TESTING The specified disinfection of the pipelines may be performed concurrently with the hydrostatic testing in accordance with Section 15044. In the event repairs are necessary, as indicated by the hydrostatic test, additional disinfection may be required by the Engineer in accordance with this specification. CONNECTION TO EXISTING MAINS Prior to connection to existing mains, disinfection and bacteriological testing shall be performed in accordance with this specification, and hydrostatic testing shall be performed per Section 15044. A district connection permit is required authorizing connection to an existing system shall be given only on the basis of acceptable hydrostatic, disinfection and bacteriological test results. Connection to existing mains shall be performed in accordance with Section 02282. PART 2 MATERIALS 2.01 CHLORINE (GAS] A. B: Liquid chlorine contains 100% available chlorine and is packaged in steel containers in net weights of 68.lkg (150 Ib.) or 907.2kg (1 ton). Liquid chlorine shall be used with appropriate gas flow chlorinators, heaters, and injectors to provide a controlled, high-concentration solution feed to the water. The chlorinators and injectors shall be the vacuum-operated type. APRIL 2003 2 of 6 SECTION 15041 DISINFECTION OF PIPING ,- 2.02 SODIUM HYPOCHLORITE (LIQUID) Sodium hypochlorite is available in liquld form in glass or plastic containers, ranging in size from 0.95 L (1 at.) to 18.93 L (5 gar.). The solution contains approximately 10% to 15% available chlorine. 2.03 TABLET OR GRANULAR HYPOCHLORITE Tablet or granular hypochlorite may be used if a solution container is utilized to provide a continuous feed method. PART 3 EXECUTION 3.01 A. B. C. D. 3.02 A. GENERAL Disinfection of pipelines shall not proceed until all appurtenances and any necessary sample ports have been installed and the Engineer provides authorization. Every effort shall be made to keep the water main and its appurtenances clean and dry during the installation process. All piping, valves, fittings, and appurtenances which become contaminated during installation shall be cleaned, rinsed with potable water, and then sprayed or swabbed with a 5 percent sodium hypochlorite disinfecting solution prior to installation. Recycled water mains under construction that become flooded by storm water, runoff, or groundwater shall be cleaned by draining and flushing with metered potable water until clear water is evident. Upon completion, the entire main shall be disinfected using one of the following methods approved by the Engineer. METHODS Chlorine (Gas) 1. Only vacuum-operated equipment shall be used. Direct-feed chlorinators, which operate solely from gas pressure in the chlorine cylinder, shall not be permitted. The equipment shall incorporate a backflow prevention device at the point of connection to the potable water source used to fill the line being tested. The chlorinating agent shall be applied at the beginning of the system to be chlorinated and shall be injected through a corporation stop, a hydrant, or other approved connection to ensure treatment of the entire system being disinfected. ’ Only a certified, licensed chlorination and testing contractor shall perform gas chlorination work. The chlorination contractor must also possess a Grade II Treatment Plant Operator Certification from the State of California if required by the Engineer. 2. 3. APRIL 2003 3 of 6 SECTION 15041 DISINFECTION OF PIPING B. 3.03 A. B. C. D. E. Sodium Hypochlorite Solution (Liquid) 1. Sodium hypochlorite solution shall be used for cleaning and swabbing piping and appurtenances immediately prior to installation and for disinfecting all components of connections to the Agency’s existing system. Sodium hypochlorite solution may be used for the initial disinfection of newly installed water mains. The solution shall be applied at a terminus of the system to be chlorinated using an injector which can adjust the amount of solution being injected into the piping system. The solution shall be injected in the appropriate concentration to achieve the specified concentration range of chlorine throughout the entire piping system. Where pumping equipment is used in conjunction with an injector, an integral backflow prevention device shall be used and connected to the potable water supply. Water trucks, pumping equipment, piping, appurtenances and all other equipment in contact with potable water shall be disinfected prior to use. Sodium hypochlorite solution may also be used to increase the total chlorine residual if the concentration from the initial chlorination of the system is found to be low. The solution shall be added to the system in sufficient amounts at appropriate locations to ensure that the disinfecting solution is present at a concentration within the specified range throughout the piping system. 2. 3. 4. PROCEDURE FOR DISINFECTING WATER MAINS AND APPURTENANCES The pipeline shall be filled at a rate not to exceed 1,135 liters per minute (300 gpm) or a velocity of 0.3m per second (1 foot per second), whichever is less. Disinfection shall result in a total chlorine concentration of not less than 25-mg/l. This concentration shall be evenly distributed throughout the system to be disinfected, using a continuous feed method of chlorination. All valves shall be operated with the disinfection solution present in the pipeline. All appurtenances such as air-vacuum relief valves, blowoffs, hydrants, backflow prevention devices, and water service laterals shall be flushed with the treated water a sufficient length of time to ensure a chlorine concentration within the specified range in all components of each appurtenance. (Note the limitations for discharge of chlorinated water outlined below.) The Engineer will verify the presence of the disinfection solution throughout the system by sampling and testing for acceptable chlorine concentrations at the various appurtenances and/or at the test ports provided by the Contractor. Areas of the system found to be below the specified chlorine concentration level shall receive additional flushing as noted above and/or additional disinfection solution as necessary. (Note the limitations for discharge of chlorinated water outlined below.) Addition of disinfection solution after the initial charging of the line shall be made by either the liquid chlorine (gas) method, or the sodium hypochlorite method as directed by the Engineer. The chlorinated water shall be retained in the system for a minimum of 24 hours. The Engineer will test the total chlorine residual. The system shall contain a total chlorine APRIL 2003 4 of 6 SECTION 15041 DISINFECTION OF PIPING F. G. 3.04 A. 0. C. residual of not less than 80% of the initial total chlorine residual before the 24-hour soaking period began. If the total chlorine residual has decreased more than 20%, the system shall be soaked for an additional 24-hour period. If the total chlorine residual has not deceased after this additional 24-hour period, the system shall be flushed in accordance with the procedure detailed herein. If the total chlorine residual has decreased, the system shall be flushed in accordance with the procedure detailed herein, and shall be re-disinfected. Following a successful retention period as determined by the Engineer, the chlorinated water shall be flushed from the system at its extremities and at each appurtenance, using potable water from a source designated by the Engineer. The minimum water velocity during flushing shall be 0.9 meters per second (3 feet per second) or as directed by the Engineer. Flushing shall continue until the replacement water in the new system is equal in chlorine residual to the potable source of supply as verified by the Agency. (Note the limitations for discharge of chlorinated water outlined below.) The Contractor shall contract with a State certified sampling laboratory to perform sampling, transport samples and perform bacteriological sampling and testing as specified herein. DISCHARGE OF CHLORINATED WATER Indiscriminate onsite disposal or discharge to sewer systems, storm drains, drainage courses or surface waters of chlorinated water is prohibited. The environment to which the chlorinated water is to be discharged shall be reviewed by the Contractor and the Engineer. Where necessary, federal, state and local regulatory agencies should be contacted to determine special provisions for the disposal of chlorinated water. Any indication that the discharge of chlorinated water may cause damage to the environment shall require the neutralizing of the chlorine residual by means of a reducing agent in accord with AWWAC651 and the requirements of this specification. Chlorinated water shall be neutralized with a reducing agent as it exits the piping system. The Contractor shall monitor the chlorine residual during the discharge operations. Total residual chlorine limits in these locations, and for the discharge of chlorinated water from the testing of pipelines to surface waters of the San Diego Region are as follows: Total Residual Chlorine Effluent Limitations 30-Day Average - 0.002mg/l Average Daily Maximum - 0.008 mg/l Instantaneous Maximum - 0.02 mgll The various methods of dechlorination available can remove residual chlorine to concentrations below standard analytical methods of detection, 0.02 mg/l, which will assure compliance with the effluent limit. The Contractor shall perform all necessary tests to ensure that the total residual chlorine effluent limitations listed above are met. The Engineer will review the effluent tests to ensure conformance with the limitations. APRIL 2003 5 of 6 SECTION 15041 DISINFECTION OF PIPING 0. In locations where no hazard to the environment is evident based on the joint examination 8. '. described above, the chlorinated water may be broadcast for dust control on the surface of the immediate site. Care shall be exercised in broadcasting the water to prevent runoff. 3.05 BACTERIOLOGICAL TESTING The Contractor shall employ a State certified laboratory to perform bacteriological sampling and testing of all new system installations. The testing methodology employed by the Agency shall be as set forth in "Standard Methods for the Examination of Water and Waste Water" (current edition). Testing requirements are as set forth in the California Domestic Water Quality and Monitoring Regulations and commensurate with current requirements for surface water testing. The testing laboratory will analyze the samples for the presence of coliform bacteria and heterotrophic-type bacteria (heterotrophic plate count). The evaluation criteria employed by the Agency for a passing test sample is as follows: Coliform bacteria: no positive sample, and Heterotrophic plate count (HPC): 500 colony forming unitdm1 or less. A. B. 3.06 REDISINFECTION If the initial disinfection fails to produce satisfactory bacteriological test results, the pipeline system shall be re-flushed and re-sampled. If the second set of samples does not produce satisfactory results, the pipeline system shall be re-chlorinated, flushed, and re-sampled. The chlorination, flushing, and sampling procedure shall continue until satisfactory results are obtained. Re-disinfection and retesting shall be at the Contractor's expense. 3.07 DISINFECTING TIE-INS AND CONNECTIONS Pipes, fittings, valves and all other components incorporated into connections with the Agency's existing system shall be spray disinfected or swabbed with a liquid chlorine solution in accordance with AWWA C651 and as specified herein. Upon connection to the main, the line shall be flushed as directed by the Engineer. Disinfection by this method is generally limited to assemblies of 6m (20 feet) or less in length. Alternate methods such as "predisinfection" prior to installation in accordance with AWWA C651 may be required at the discretion of the Engineer. END OF SECTION APRIL 2003 6 Of 6 SECTION 15041 DISINFECTION OF PIPING SECTION 15044 HYDROSTATIC TESTING OF PRESSURE PIPELINES PART 1 - GENERAL 1.01 1.02 A. 9. C. D. 1.03 A. 9. C. D. E. F. 1.04 DESCRIPTION This section describes the requirements and procedures for pressure and leakage testing of all pressure mains. RELATED WORK SPECIFIED ELSEWHERE Standard Drawings. Connections to Existing Buried Pipelines: 02282. Disinfection of Piping: 15041. Cement-Mortar Lined and Coated Steel Pipe and Specials: 15061. REQUIREMENTS PRIOR TO TESTING Provide testing procedure submittal including testing pressure, testing schedule, test bulkhead locations, and water supply details. All piping, valves, fire hydrants, services, and related appurtenances shall be installed prior to testing. The pipe trench shall have trench zone backfill placed and compacted with a minimum of 0.76111 (2.5 feet) of material over the pipe. All concrete anchor blocks shall be allowed to cure a sufficient time to develop a minimum strength of 13.79 MPa (2,000 psi) before testing. Pressure tests on exposed and aboveground piping shall be conducted only after the entire piping system has been installed and attached to pipe supports, hangers or anchors as shown on the Approved Plans. Pipelines shall not be tested before the mortar lining and coating on all pipe lengths within the line have been in place for a minimum of fourteen (14) days. Cement-mortar lined pipe shall not be filled with water until a minimum of eight hours has elapsed after the last joint has been mortared. CONCURRENT HYDROSTATIC TESTING AND DISINFECTION OF PIPELINES Hydrostatic testing of pipelines shall be performed prior to or concurrently with the disinfection operations in accordance with Section 15041. In the event repairs are necessary, as indicated by the hydrostatic test, the Agency may require additional disinfection in accordance with Section 15041. APRIL 2003 1 Of5 SECTION 15044 HYDROSTATIC TESTING OF PRESSURE PIPELINES 1.05 A B 1.06 SUBMllTALS A written hydrostatic testing plan shall be submitted to the Engineer for review and approval prior to starting testing operations. Submit pipeline layout clearly indicating each section of pipe to be tested, testing schedule, test bulkhead locations and design calculations, pipe connection details, temporary air valve or blowoff sizes and locations, temporary thrust restraints and calculations, and methods to prevent excessive pipe wall stresses. Submit six copies of the test records to the Agency upon completion of the testing. Testing records of each piping installation shall include: 1. 2. 3. Identification of pipeline material. 4. Identification of pipe specification. 5. Test fluid. 6. 7. 8. Date and times of test. Identification of pipeline, or pipeline section tested or retested, Test pressure at low point in pipeline, or pipeline section. Remarks: Leaks identified (type and location), types of repairs, or corrections made. Certification by Contractor that the leakage rate measured conformed to the specifications. CONNECTION TO EXISTING MAINS Hydrostatic testing shall be performed prior to connections to existing mains. A district connection permit authorizing connection to the existing system shall be given only on the basis of acceptable hydrostatic, disinfection and bacteriological test results. Connection to existing mains shall be performed in accordance with Section 02282. PART 2 - MATERIALS 2.01 WATER A. Potable water shall be used for hydrostatic testing of recycled water mains when such testing is performed separately from disinfection operations. Potable water will be supplied by CMWD or WVD depending on the location of pipe section being tested. Make-up water for testing shall also be potable water. A chlorinated water solution, in accordance with Section 15041, shall be used to charge the line and for make-up water when hydrostatic testing and disinfection operations are combined. B. C. APRIL 2003 2 of 5 SECTION 15044 HYDROSTATIC TESTING OF PRESSURE PIPELINES D. 2.02 A. B. 2.03 2.04 2.05 Meet the Regional Water Quality Control Board requirements for disposal of testing water. CONNECTIONS Testing water shall be supplied through a metered connection equipped with a backflow prevention device at the point of connection to the potable water source used. The Contractor shall provide any temporary piping needed to deliver potable water to the piping that is to be tested. Temporary piping shall be in accordance with Section 02282. MANUAL AIR-RELEASE VALVES FOR BURIED PIPING Provide temporary manual air-release valves at test bulkheads for pipeline test. Construct the pipe outlet in the same manner as for a permanent air valve and after use, seal with a blind flange, pipe cap, or plug and coat the same as the adjacent pipe. TESTBULKHEADS Design and fabricate test bulkheads per Section Vlll of the ASME Boiler and Pressure Vessel Code. Materials shall comply with Part UCS of said code. Design pressure shall be at least 2.0 times the specified test pressure for the section of pipe containing the bulkhead. Limit stresses to 70% of yield strength of the bulkhead material at the bulkhead design pressure. Include air-release and water drainage connections. BULKHEAD AND TEST FACILITY REMOVAL After a satisfactory test, remove the testing fluid, remove test bulkheads and other test facilities, and restore the pipe coatings. PART 3 - EXECUTION 3.01 A. B. C. D. E. GENERAL All water systems shall be pre-tested to insure passage of test prior to scheduling official test with inspector. The Contractor shall provide the Agency with a minimum of 48 hours notice prior to the requested date and time for hydrostatic tests. The Contractor shall furnish all labor, materials, tools, and equipment for testing. Temporary blocking during the tests will be permitted only at temporary plugs, caps or where otherwise directed by the Agency. All valves and appurtenances shall be operated during the test period. The test shall be conducted with valves in the open position. The Contractor is not permitted to operate any valves on the Agency’s system. APRIL 2003 3 of 5 SECTION 15044 HYDROSTATIC TESTING OF PRESSURE PIPELINES F. G. H. I. J. 3.02 A. 6. C. D. E. At the onset of testing, all valves, air vacuum assemblies, blowoffs, and services shall be monitored for possible leakage and repairs made, if necessary, before the test proceeds. The appurtenances shall be monitored through the duration of the testing. For pipe with porous lining, such as cement mortar, the pipe shall be filled with water and placed under a slight pressure for a minimum of forty-eight (48) hours prior to the actual hydrostatic test. Testing shall be made before connecting the new line with the existing Agency pipes and mains. The pipeline should be filled at a rate such that the velocity of flow is less than 1 fps. Maximum length of pipe to be included in any one (1) test shall not exceed 2,500 linear feet. FIELD TEST PROCEDURE Before applying the specified test pressure, care shall be taken to release all air within the pipe and appurtenances to be tested. Air shall be released through services, fire hydrants, air release valves, or other approved locations. The leakage shall be considered as the total amount of water pumped into the pipeline during the test period. Apply and maintain the test pressure by means of a hydraulic force pump. Maintain the test pressure for the following duration by restoring it whenever it falls an amount of 5 psi: Pipe Diameter {inches) Hours 18 and less 4 20 to 36 8 After the test pressure is reached, use a meter to measure the additional water added to maintain the pressure. This amount of water is the loss due to leakage in the piping system. The allowable leakage for various sizes of PVC and DIP with rubber gaskets are shown in the following table: TYPE OF PIPE: PVC & DIP CLASSES: 150 & 200 PiDe Sizes (inches) 6-inch &inch 10-inch 12-inch Allowable Leakage Gal44 hr41000 ft of Dine .50 gallons .66 gallons .83 gallons .99 gallons APRIL 2003 4 of 5 SECTION 15044 HYDROSTATIC TESTING OF PRESSURE PIPELINES F. G. The allowable leakage for welded steel pipe shall be zero gallons. The allowable leakage for piping having threaded, brazed, or welded (including solvent welded) joints shall be zero gallons. Repair and retest any pipes showing leakage rates greater than that allowed in the above criteria. H. 3.03 TEST PRESSURE A. Pipe sizes in excess of 16-inch diameter shall be tested at a pressure based on hydraulic gradient elevation (HGL) as shown on the drawings. Pressure shall be maintained for a duration shown in paragraph 3.02 and shall be repumped when it falls an amount of 5 psi. The test pump gauge and meter shall be connected to the water main at a location other than the highest point in the line, in order to allow release of air from the high point. Means shall be provided for accurately measuring the quantity of water pumped through a meter and pumped into the pipe immediately, during and after the test period in order to maintain or restore the initial test pressure. All pipe, fittings, valves, services and appurtenances shall be subjected to the hydrostatic test and irrespective of the measured quantity of leakage, all detectable leaks shall be repaired by the Contractor at the Contractor’s expense and no cost to Agency. If a tested system is damaged or a leak occurs after official test the entire system or portion of system will be retested as directed by Inspector. B. C. END OF SECTION APRIL 2003 5 of 5 SECTION 15044 HYDROSTATIC TESTING OF PRESSURE PIPELINES .- SECTION 15050 GENERAL PIPING REQUIREMENTS PART 1 - GENERAL 1.01 1.02 A. B. C. D. E. 1.03 A. B. 1.04 DESCRIPTION This section describes the general requirements for selecting piping materials: selecting the associated bolts, nuts, and gaskets for flanges for the various piping services in the project; and miscellaneous piping items. SUBMllTALS Submit shop drawings in accordance with the General Provisions. Submit affidavit of compliance with referenced standards (e.g., AWWA, ANSI, ASTM, etc.). Submit certified copies of mill test reports for bolts and nuts, including coatings if specified. Provide recertification by an independent domestic testing laboratory for materials originating outside of the United States. Submit manufacturer's data sheet for gaskets supplied showing dimensions and bolting recommendations. Submit manufacturer's data sheet for insulating unions, showing recommended installation procedures. DEFINITIONS OF BURIED AND EXPOSED PIPING Buried piping is piping buried in the soil, commencing at the wall or beneath the slab of a structure. Where a coating is specified, provide the coating up to the structure wall. Piping encased in concrete is considered to be buried. Do not coat encased pipe. Exposed piping is piping in any of the following conditions or locations: 1. Above ground. 2. 3. PIPING MATERIALS Pipe materials are shown in the drawings. Inside buildings, vaults, or other structures. In underground concrete trenches or galleries. APRIL 2003 1 Of4 SECTION 15050 GENERAL PIPING REQUIREMENTS PART 2 - MATERIALS 2.01 2.02 A. 8. C. D. E. 2.03 A. B. C. D. E: THREAD FORMING FOR STAINLESS STEEL BOLTS Form threads by means of rolling, not cutting or grinding. BOLTS AND NUTS FOR FLANGES FOR STEEL, DUCTILE IRON AND PVC PIPING (SPECIFICATION SECTIONS 15061,15240, AND 15292) Bolts and nuts for Class 150 flanges (including AWWA C207, Class D) located outdoors above ground shall be carbon steel, ASTM A 307, Grade B. Bolts and nuts for buried or submerged Class 150 flanges and flanges located outdoors above ground shall be Type 316 stainless steel conforming to ASTM A 193, Grade BBM, for bolts and ASTM A 194, Grade EM, for nuts. Fit shall be Classes 2A and 28 per ANSI 61.1 when connecting to cast-iron valves having body bolt holes. Bolts for AWWA C207 Classes E and F flanges and ANSI 816.5 and 816.47 Class 300 flanges located outdoors above ground shall conform to ASTM A 193, Grade 87, with nuts conforming to ASTM A 194, Grade 2H. Bolts used in flange insulation kits shall conform to ASTM A 193 (Grade 87). Nuts shall conform to ASTM A 194 (Grade 2H). Provide washers for each nut. Washers shall be of the same material as the nuts. BOLTS AND NUTS FOR FLANGES FOR COPPER TUBING (SPECIFICATION SECTION 15220) Connect to flanged valves and fittings with bronze flanges conforming to ANSI B16.24, Class 125 or Class 150, to match the connecting flange. Use solder end companion flanges. When both aboveground adjoining flanges are bronze, use bronze bolts and nuts. Bolts shall conform to ASTM F468, Grade C65100 or C63000. Nuts shall conform to ASTM F 467, Grade C65100 or C63000. When only one of the aboveground adjoining flanges is bronze, use Type 316 stainless steel bolts and nuts conforming to ASTM A 193 (Grade BBM) for bolts and ASTM A 194 (Grade 8M) for nuts. Connect to buried ferrous flanges with flange insulation kits. Bolts used in flange insulation kits shall conform to ASTM B 193, Grade B7. Nuts shall comply with ASTM A 194, Grade 2H. If the adjoining buried flange is bronze, use bronze bolts and nuts as described above, without a flange insulation kit. Provide washers for each nut. Washers shall be of the same material as the nuts. APRIL 2003 2 of 4 SECTION 15050 GENERAL PIPING REQUIREMENTS ~- ~~ ~- ~~ -_ 2.04 2.05 A. B. C. LUBRICANT FOR STAINLESS STEEL BOLTS AND NUTS Lubricant shall be chloride free and shall be TRX-Synlube by Ramco, Anti-Seize by Ramco, Husk-It Husky Lube O’Seal, or equal. GASKETS Rubber-ring gaskets shall comply with AWWA C200 according to the applicable joint type and pressure rating of the piping system. Flange gaskets shall comply with AWWA C207. Flange gaskets shall be 3.18mm (1/8-inch) thick acrylic or aramid fibers bound with nitrile for all sizes of pipe. Gaskets shall be full-face type with pre-punched holes or ring-type extending to the inner edge of the bolt circumference of the flange. Gaskets shall be suitable for a pressure of 500 psi at a temperature of 400°F. In the event of encountering organic solvents or petroleum products during the course of the work, alternate gasket materials or joint treatment will be required as directed by the Engineer. PART 3 - EXECUTION 3.01 RAISED FACE AND FLAT FACE FLANGES Where a raised face flange connects to a flat-faced flange, remove the raised face of the flange. 3.02 INSTALLING FLANGED PIPING A. Set pipe with the flange boltholes straddling the pipe horizontal and vertical centerline. Install pipe without springing, forcing, or stressing the pipe or any adjacent connecting valves or equipment. Before bolting up, align flange faces to the design plane within 1/16 inch per foot measured across any diameter. Align flange boltholes within 118-inch maximum offset. Clean flanges by wire brushing before installing flanged fittings. Clean flange bolts and nuts by wire brushing, lubricate carbon steel bolts with oil and graphite, and tighten nuts uniformly and progressively. B. C. Bolt lengths shall extend completely through their nuts. Any, which fail to do so, shall be considered acceptably engaged if the lack of complete engagement is not more than one thread. D. E. Do not use more than one gasket between contact faces in assembling a flanged joint. If flanges leak under pressure testing, loosen or remove the nuts and bolts, reset or replace the gasket, reinstall or retighten the bolts and nuts, and retest the joints. Joints shall be watertight. APRIL 2003 3 of 4 SECTION 15050 GENERAL PIPING REQUIREMENTS F. 3.03 A. B. 3.04 A. B. C. 3.05 3.06 Install threaded nut and bolt thread protection caps after completing the bolt, nut, and gasket installation. Install on buried piping. INSTALLING BLIND FLANGES At outlets not indicated to be connected to valves or to other pipes and to complete the installed pipeline hydrostatic test, provide blind flanges with bolts, nuts, and gaskets. Coat the inside face of blind flanges per Section 09900, System No. 5. INSTALLING GROOVED-END PIPING Install grooved-end pipe and fittings in accordance with the coupling manufacturer's recommendations and the following. Clean loose scale, rust, oil, grease, and dirt from the pipe or fitting groove before installing coupling. Apply the coupling manufacturer's gasket lubricant to the gasket exterior including lips, pipe ends, and housing interiors. Fasten coupling alternately and evenly until coupling halves are seated. Use torques as recommended by the coupling manufacturer. INSTALLATION OF STAINLESS STEEL BOLTS AND NUTS Prior to assembly, coat threaded portions of stainless steel bolts and nuts with lubricant. INSTALLING POLYURETHANE SEALANT FOR FLANGE INSULATION KITS IN PIPING 24 INCHES AND LARGER Apply sealant into the gap between the two flanges inside the pipe. Apply sufficient sealant to fill the gap to the thickness of the pipe lining; trowel to provide a smooth and even layer between the two pieces of pipe. APRIL 2003 END OF SECTION 4 of 4 SECTION 15050 GENERAL PIPING REQUIREMENTS SECTION 15061 CEMENT-MORTAR LINED AND COATED STEEL PIPE AND SPECIALS PART 1 - GENERAL 1.01 1.02 A. B. C. D. E. F. G. H. I. J. K. 1.03 A. B. DESCRIPTION This section includes materials, design, fabrication, and installation of 30-inch cement-mortar lined and coated steel pipe, specials, and steal casing. Provide tape- coating system with mortar shield for the exterior of steel pipelines, per spec Section 09870. REFERENCE STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. AWWA C200: AWWA C205: AWWA C206: AWWA C207: AWWA C208: AWWA C209: AWWA C210: AWWA C213: AWS: ASME: AWWA C214: Steel Water Pipe Six Inches and Larger. Cement-Mortar Protective Lining and Coating. Field Welding of Steel Water Pipe. Steel Pipe Flanges. Dimensions for Fabricated Fittings. Cold-Applied Tape Coating for the Exterior of Special Sections, Connection and Fittings for Steel Water Pipelines. Coal-Tar Epoxy Coating System for Interior and Exterior of Steel Water Pipelines. Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines. Standard Qualification Procedure for Manual Welding Operators. Boiler and Pressure Vessel Code. Tape Coatings Systems for the Exterior of Steel Water Pipeline. RELATED WORK SPECIFIED ELSEWHERE Standard Drawings. Connections to Existing Buried Pipelines: 02282. APRIL 2003 1 of21 SECTON 15061 COATED STEEL PIPE AND SPECIALS CEMENT-MORTAR LINED AND C. D. E. F. G. H. 1. 1.04 1.05 A. 0. C. D. Tape Coating System with Mortar Shield for the Exterior of Steel Water Pipelines: 09870. Painting and Coating: 09900. Polyethylene Sheet Encasement: 09954. Disinfection of Piping: 15041. Hydrostatic Testing of Pressure Pipelines: 15044 General Piping Requirements: 15050. Cathodic Protection: 16640. SPECIALS A special is defined as any piece of pipe other than a normal full length of straight pipe. This includes, but is not limited to, elbows, short pieces, reducers, tees, crosses, spools, sections with outlets, beveled sections and manholes. SUBMITTALS The Contractor shall furnish submittals in accordance with the General Provisions. Submittals are required for the following: Submit shop drawings, material lists, manufacturer's literature and catalog cuts of, but not limited to, the following: Shop Drawings Fabrication Details Layout Schedule Dimensional Checks Manufacturer's tests Protective Coatings Mill Reports or Plant Test Reports Welding Rods for Field Welding Shop drawings shall be submitted and approved prior to manufacture of pipe. The layout schedule shall indicate the order of installation, the length and location of each pipe section and special, the station and elevation of the pipe invert at all changes in grade, and all data on curves and bends for both horizontal and vertical alignment. Submit data used by the Contractor in manufacture and quality control. Test reports showing the physical properties of the rubber used in the gaskets shall be submitted. Provide an affidavit of compliance with AWWA C200 and C205 to the Agency. 1. Pipe centerline station and elevation at each change of grade and horizontal alignment. Pipe internal diameter, wall thickness, location of welded seams, and design internal pressure. 2. APRIL 2003 2 of 21 SECTON 15061 COATED STEEL PIPE AND SPECIALS CEMENT-MORTAR LINED AND 3. 4. 5. Locations of bulkheads for field hydrostatic testing of pipeline. Locations of closures for length adjustment and for construction convenience. Locations of manholes and other points of access including for placement of mortar lining at field joints and removal of test bulkheads. Locations of valves and other mechanical equipment. Limits of each reach of field-welded joints as shown in the drawings. 6. 7. Joint details. Details of lining and coating. Drawings of butt straps, couplings, flanges, and expansion joints. Details of bulkheads and of their method of attachment to the pipeline. Certificate that cement complies with ASTM C 150; designating type. Submit certified original copies of mill test reports on each heat from which steel is rolled. Tests shall include physical and chemical properties. Submit certified original copies of mill test reports for flanges including details of stress relief used. Manufacturer’s certificates of compliance with referenced pipe standards, e.g., ASTM A 53, ASTM A 135, API 5L. Provide recertification by an independent domestic testing laboratory for materials originating outside of the United States. Test reports on physical properties of rubber used in gaskets. Submit welding procedure specifications (WPS) and procedure qualification records (PQR) for each welding process and welder qualification records (WQR) for each welder and welding operator. Submit manufacturer’s certificates of welding consumables used for shop and field welding. PAYMENT Payment for the work in this section shall be included as part of the lump-sum bid amount for which such work is appurtenant thereto. QUALITY ASSURANCE Cement-mortar lined and coated steel pipe shall be inspected at the supplier’s manufacturing plant by the Engineer. The Contractor shall be responsible for the Engineer’s expenses, including travel, time, meals and overnight accommodations if the manufacturing plant is more than 100 miles from the Engineer’s office. E. F. G. H. I. J. K. L. M. 1.06 1.07 A. APRIL 2003 3 of 21 SECTON 15061 COATED STEEL PIPE AND SPECIALS CEMENT-MORTAR LINED AND B. C. D. E. 1.08 A. B. C. D. E. F. G. In addition to the shop hydrostatic testing performed on pipe cylinders required per AWWA C200, all welds of specials and attachments (Le., joint rings and nozzles) shall be tested by a dye-penetrant process. Certification of such testing shall be submitted to the Engineer. Field welders shall be certified under Section IX, Part A of the ASME Boiler and Pressure Vessel Code or in accordance with AWWA C206, Section 3. Welders shall present a copy of their certification to the Engineer prior to performing any field welding. Certiiications shall be dated within three (3) years of the job to be performed. Plainly mark each length of straight pipe and each special at the bell end to identify the proper location of the pipe item by reference to the layout schedule. The top of all pipe and specials shall be clearly identified by marking the top with "T.O.P." for easy identification in the field. DELIVERY, STORAGE, AND HANDLING Delivery, storage, and handling of the pipe and specials shall be as follows: Pipe and fittings shall be carefully handled and shall be protected against damage to linings and coatings due to impact shocks. Pipe shall not be placed directly on rough ground but shall be supported in a manner which will protect the pipe against injury whenever stored at the site or elsewhere. Pipe shall be handled and stored per these requirements and in accordance with the Manufacturer's recommendations. Temporary internal bracing shall be insfalled in all pipe 400mm (16-inch) and larger prior to shipment to the job site. Temporary internal bracing shall be 1OOmm x IOOmm (4-inch x 4-inch) wooden struts installed in both the horizontal and vertical directions. Each set of struts shall be nailed together as a unit. Wooden wedges may be used to maintain the proper tight fit of the internal bracing. The bracing shall be located 300mm (12-inch) in from each end of the pipe section for all pipe, and additionally at the mid-point for piping 600mm (24-inch) and larger. Maintain internal bracing as specified under Pipe Installation. Transport pipe to the job site on padded bunks with nylon tie-down straps or padded bonding to protect the pipe. Pipes and specials shall only be handled with appropriate spreader bars and wide nylon slings. Chains or wire rope slings shall not be used. Under no circumstances shall pipe or specials be pushed or dragged along the ground. All pipe sections over 6m (20 feet) in length shall be lifted at the quarter points from each end. Store pipe on earth berms or timber cradles adjacent to the trench in the numerical order of installation. Place the supports at about one-quarter point from the pipe ends. Maintain plastic end caps on all pipe and specials in good condition until the pipe is ready to be installed in the trench. Periodically open the plastic end caps and spray potable water inside the pipe for moisture control. APRIL 2003 40f 21 SECTON 15061 COATED STEEL PIPE AND SPECIALS CEMENT-MORTAR LINED AND PART 2 - MATERIALS 2.01 A. B. C. 2.02 A. 8. 2.03 2.04 2.05 PIPE DESIGN REQUIREMENTS Pipe lining and coating shall be the product of one company in the business of designing and manufacturing cement-mortar lined, tape wrapped and mortar coated steel pipe. Use of subcontractors or subcontracts to apply the lining and coating of the steel pipe is not allowed. The pipe shall consist of the following components: A welded steel cylinder with joints formed integrally with the steel cylinder or with steel joint rings welded to the ends; A centrifugally-cast cement-mortar lining; A self-centering bell and spigot joint with a circular preformed elastomeric gasket, so designed that the joint will be watertight under all conditions of service; Tape wrapping of the cylinder over a dielectric coating; a dense, concentric, steel reinforced exterior cement-mortar coating. The plans indicate the elevations and alignment of the pipeline, the nominal inside diameter of the lined pipe, and the minimum steel cylinder thickness. STEEL CYLINDERS Materials used in fabricating steel cylinders shall be hot rolled carbon steel sheets conforming to the requirements of ASTM A 53, Grade B, ASTM A 570 Grade 36 or Grade 33, or steel plates conforming to the requirements of ASTM A 36. The method of testing shall conform to the requirements of ASTM A 570. Provide full penetration welds. Welds may be straight or spiral seam. The circumferential stress in the steel shall not exceed 16,500 psi at the design pressure. CEMENT Cement for mortar lining and coating shall be Portland Cement Type I1 and conform to ASTM C 150, unless otherwise specified. Admixtures containing chlorides shall not be used. STEEL BAR OR WIRE REINFORCEMENT Circumferential steel bar or wire reinforcement shall conform to ASTM A 615, Grade 40, "Specifications for Billet-Steel Bars for Concrete Reinforcement." Wire fabric reinforcing for cement-mortar coatings and linings of fittings shall conform to ASTM A 185, "Specifications for Welded Steel Wire Fabric," or ASTM A 497, "Specifications for Welded Deformed Steel Wire Fabric." Spiral-wire reinforcement for cement-mortar coatings shall conform to ASTM A 82. STEEL FOR JOINT RINGS Steel for bell rings shall conform to ASTM A 575, "Specification for Merchant Quality Hot Rolled Carbon Steel Bars." Steel for spigot rings shall conform to ASTM A 576, "Specification for Special Quality Hot-Rolled Carbon Steel Bars." APRIL 2003 5 of 21 SECTON 15061 COATED STEEL PIPE AND SPECMLS CEMENT-MORTAR LINED AND 2.06 2.07 A. B. C. 2.08 A. 0. C. 2.09 A. B. C. D. DIMENSIONS The steel pipe sizes shown on the plans or otherwise referred to shall be the nominal inside diameter. Unless otherwise specified, the nominal diameter shown on the plans shall be considered to be the inside diameter after lining. MANUFACTURERS TESTS Each steel cylinder with joint rings attached and cylinders for specials shall be hydrostatically tested to a circumferential stress of at least 22,000 psi, but not more than 25,000 psi. If leaks develop during testing, the cylinder shall be repaired by welding and retested until all leaks are eliminated. The seams in short radius bends and special fittings shall be tested by the air-soap method using air at a pressure of 5 psi or by the dye-check method. However, if the fitting is fabricated from cylinders which have been previously hydrostatically tested, no further test will be required on seams so tested. Hydrostatic testing of fittings to 150% of the design pressure may replace the tests described above. Any defects revealed by any of the alternate test methods shall be repaired by welding and the fitting retested until all defects have been eliminated. FABRICATION DETAILS Each special and each length of straight pipe shall be plainly marked at the bell end to identify the design pressure and the proper location of the pipe or special by reference to layout schedule. Exposed portion of joint rings shall be protected from corrosion by the manufacturer's standard coating. The pipe shall be fined with devices shown on the plans to permit continuous electrical bonding of the various joints following field installation. PROTECTIVE COATINGS AND LININGS All exposed metal surfaces shall be painted or coated as specified in Section 09900, Painting and Coating, except where other coatings are specified elsewhere and in this section. All steel pipe and fittings shall be cement-mortar lined in accordance with AWWA C205. Linings shall be in accordance with table below. All steel pipe and fittings for underground service shall be cement-mortar lined, taped wrapped and cement-mortar coated in accordance with AWWA C205, C214, and Section 09870, unless otherwise specified on the plans. For the following nominal inside diameters, the lining thickness and minimum cement-mortar coating thickness shall be as follows: APRIL 2003 6 Of 21 SECTON 15061 COATED STEEL PIPE AND SPECIALS CEMENT-MORTAR LINED AND Cinlnq Coatina Nominal Pipe Size Thickness Tolerance Thickness Tolerance linches) (Inches) [inches) (inches) linchesl 4- 10 1 I4 -1 132+1 132 1 12 +i/a 12 - 18 318 -1/16+1/8 518 +iia 20 - 44 1 12 -111 6+1 la 34 +?/a 2.10 A. B. C. D. 2.1 1 A. 0. 2.12 STEEL PIPE AND SPECIALS Steel pipe and specials shall conform to the requirements of the AWWA C200 and C205, and AWWA M1 1 , except as modified herein. Steel for fabricated cylinders shall conform to ASTM A 36JA 36M, ASTM A 2831 A 283M, Grade D, or ASTM A 570lA 570M, Grade 36. Other steel grades may be used only upon approval of the Engineer. Cement-mortar coating shall be reinforced in accordance with AWWA C205. Cement mortar grout for field joints shall consist of a mixture of 1-112 to 2 parts sand to 1 part Type II or Type V Portland Cement with enough clean, potable water to permit packing and troweling without crumbling. The sand shall be washed, well-graded sand such that all will pass a No. 8 sieve. The quantity of water to be used in the preparation of grout shall be the minimum required to produce a mixture sufficiently workable for the purpose intended. Grout shall attain a minimum compressive strength of 12.4 MPa (1,800 psi) in 28 days. In certain circumstances, rapid-setting mortar may be required. Acceleration admixtures may be used in the mix as permitted by the Engineer. Calcium chloride shall not be used in the mix. PAINTING AND COATING Paint and coating products for exterior surfaces of all pipe and appurtenances not otherwise mortar-coated shall be in accordance with Section 09900 and the Approved Materials List. Paint and coating products for areas in contact with potable water such plain ends of pipe, grooved and shouldered ends of pipe and exposed inside surfaces or threaded outlets and blind flanges shall be in accordance with Section 09900 and selected from the Approved Materials List. BOLTS AND NUTS FOR FLANGES Bolts and nuts shall be in accordance with Section 15050 and the City of Carlsbad Approved Materials List. APRIL 2003 7 of 21 SECTON 15061 COATED STEEL PIPE AND SPECIALS CEMENT-MORTAR LINED AND 2.13 GASKETS Provide gaskets per Specification Section 15050. CEMENT-MORTAR CURING The pipe shall be cured by water curing, steam curing or a combination of both. Water curing and steam curing may be used interchangeably on a time ratio basis of four hours water curing to one hour of steam curing. Where steam curing is used, the pipe shall be kept in steam maintained at a temperature of 100°F to 150°F for the specified period and, where water curing is used, the pipe shall be kept continually moist by spraying or other means for the specified periods. The pipe shall not be allowed to dry either on the inside or outside surfaces during the curing period. Where water curing is used, the pipe shall be kept continuously moist for seven days at a temperature of not less than 40°F before being moved to the trench site. Cement-mortar lining and coating of special pipe and fittings may be cured in accordance with the above provisions or by prompt application of a white-pigmented sealing compound conforming to ASTM C 309. Sealing compound shall not be applied at joint ends where compound will interfere with the bond of joint mortar. SPECIAL PIPE AND FllTlNGS The manufacturer shall furnish all fittings and special pieces required for closures, curves, bends, branches, manholes, outlets, connections for mainline valves, and other appurtenances required by the plans. Special fittings shall be fabricated of welded steel sheet or plate, lined and coated with cement-mortar of the same type as the adjoining pipe and applied as specified for lining and coating of specials in AWWA C205 and as modified herein. Butt-welding shall be used, unless otherwise indicated on the plans. Minimum centerline radius of an elbow or bend shall be as follows. The maximum deflection at a mitered girth seam shall be 22-1/2 degrees. PiDe Size (inches1 30 - 48 Minimum Centerline Radius 2-1/2 times ID 2.14 A. B. C. 2.15 A. B. C. D. The circumferential stress in the sheet or plate shall not exceed 13,500 psi at the design pressure. The minimum thickness of sheet or plate shall be as follows: Fittina Diameter RanQe (inches) Minimum Thickness of Sheet or Plate 18 and under 20 - 24 26 - 36 APRIL 2003 8 of 21 1 0-gauge 3/164nch or 7-gauge 1/4-inch SECTON 15061 COATED STEEL PIPE AND SPECIALS CEMENT-MORTAR LINED AND E. F. G. H. 2.16 A. Outlets at special fittings shall be reinforced with collars or crotch plates. If collar reinforcement is used, the outlet diameter shall not exceed 69% of the ID of the fitting. The diameter of outlets reinforced with crotch plates may equal the fitting diameter. For threaded outlets 3 inches and smaller, use a thredolet type per AWWA Manual M11 (Current Edition), Chapter 13. Outlets shall be 3000-pound WOG forged steel per ASTM A 105 or ASTM A 216, Grade WCB. Threads shall comply with ANSI 81.20.1, NPT. Outlets shall be Bonney Forge Co. "Thredolet," Allied Piping Products Co. "Branchlet," or Agency-approved equal. Do not use pipe couplings for outlets. The effective shoulder width "W" of collars from the inside surface of the steel outlet to the outside edge of the collar measured on the surface of the cylinder shall be not less than one-third or more than one-half the ID of steel outlet. The thickness of the collar shall be not less than "T" as determined by: Pw x ID cyl. x ID outlet T= 36,000 x W where Pw is the design pressure in pounds per square inch, and all other dimensions are in inches. Collars may be oval in shape or rectangular with well-rounded corners. Outlets 3 inches in diameter and smaller may be installed without collars. The design of crotch plates shall be based upon the paper by Swanson, Chapton, Wilkinson, King, and Nelson, originally published in June 1955 issue of the Journal of the American Water Works Association and in conformance with AWWA M-1 1. STEEL PIPE CASINGS Interior surfaces of the welded steel pipe shall be cleaned and coated with a minimum of 12 mils of fusion-bonded epoxy conforming to AWWA C213. The exterior pipe surface shall be tape and cement mortar coated per Section 09870. Casing spaced shall be a two-piece shell made from T-304 stainless steel of a minimum 14-gauge thickness. Each shell section shall have one bolt flange formed with ribs for added strength and one hook and eye section for added shear strength. Each connecting flange shall have a minimum of three 5/16-inch T-304 stainless steel bolts. The shell shall be lined with a ribbed PVC extrusion with a retaining section that overlaps the edges of the shell and prevents slippage. Bearing surfaces (runners) shall be ultra high molecular weight polymer for abrasion resistance and a low coefficient of friction. The runners shall be attached to support structures (risers) at appropriate positions to properly support the carrier within the casing and to ease installations. The runners shall be attached mechanically by punched riser section and bolt heads TIG welded for strength. Riser shall be made of T-304 stainless steel of a minimum 10 gauge. All risers over 6-inch in height shall be reinforced and MIG welded to the shell. Standard positioning within the casing will require the heights of the risers and runners combined shall be sufficient to provide not less than three-fourths-inch between the casing pipe and the outside diameter of the bell. Centered positioning within the casing will require the risers and runners to be dimensioned to center the carrier pipe in the casing with a top clearance of one-half-inch minimum. All welds and metal surfaces shall be chemically passivated. Casing spacers APRIL 2003 9 of 21 SECTON 15061 COATED STEEL PIPE AND SPECIALS CEMENT-MORTAR LINED AND 0 C 2.17 2.18 shall be Model CCS as manufactured by Cascade Waterworks Mfg. Co. of Yorkville, IL or prior approved equal. Carrier pipe shall be inserted within a casing by use of model CCS stainless steel casing spacers as manufactured by Cascade Waterworks Mgd. Co. of Yorkville, IL or prior approved equal. Carrier pie shall be centered within a casing by use of Model CCS stainless steel casing spacers as manufactured by Cascade Waterworks Mfg. Co. of Yorkville, IL or prior approved equal. Casing end seals shall be a standard one-piece pull-on S-shaped seal for easy installation to provide a barrier for backfill material and seepage. The end seals shall be of a synthetic rubber material with band locating ribs on the exterior and sealing ribs on the inside under the bands to prevent leakage. Stainless steel bank clamps shall be used to attach the end seals to the casing and carrier pipe. Rubber annular sealing devices shall be of the modular mechanical type, utilizing interlocking synthetic EPDM rubber links shaped to continuously fill the annular space between the steel carrier pipe and steel casing. The links shall be assembled to form a continuous rubber belt around the steel carrier pipe. The interlocking links are connected by corrosion resistant bolts and nuts. Under each bolt head and nut is a sturdy, elongated Delrin plastic pressure plate. After the sealing devices have been positioned in the casing, the bolts shall be tightened causing the rubber links to expand causing a watertight seal between carrier pipe and casing. TAPE WRAP AND MORTAR SHIELD Tape wrap and mortar shield for concrete mortar lined steel pipe shall be in accordance with Section 09870. HANDLING AND SHIPMENT Pipe and special fittings shall be handled carefully, and blocking and holddowns used during shipment shall prevent movement or shifting. Both ends of pipe and fittings on trucks or rail cars shall be bulkheaded or covered in order to prevent excessive drying of the interior lining. PART 3 - EXECUTION 3.01 GENERAL At all times when the work of installing pipe is not in progress, including worker break times, the ends of the pipe shall be closed with a vermin-proof and child-proof cap or plug. Do not permit trench water to enter the pipe. Do not place tools, clothing, or other materials in the pipe. The Contractor shall maintain the interior of the pipe in a sanitary condition free from foreign materials. 3.02- 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 trench APRIL 2003 10 of 21 SECTON 15061 COATED STEEL PIPE AND SPECIALS CEMENT-MORTAR LINED AND B. 3.03 A. 8. C. excavations or other parts of the work in accordance with Section 02223. Any damage caused by flooding of the trench shall be the Contractor’s responsibility. Dewatering shall be performed by methods that will maintain a dry excavation, preservation of the final lines and grades and protection of all utilities. If flooding of the trench does occur, the Contractor shall immediately dewater and restore the trench. Damaged or altered pipeline appurtenances shall be repaired or replaced as directed by the Engineer. PIPE INSTALLATION When the work requires and the size of the pipe allows entry of personnel into the pipe, the Contractor shall comply with all Federal and State regulations for confined space entry. Work inside pipelines shall not be undertaken until all the tests and safety provisions of the Code of Federal Regulations 1910.146, and the General Industry Safety Orders of the California Code of Regulations, Title 8, Section 5159 for confined space entry have been performed and the area is verified as safe to enter. Generally, the aforementioned safety provisions apply to pipe 600mm (24-inch) and larger. Note that for pipe less than 600mm (24-inch) diameter, more stringent safety procedures apply. The Contractor shall furnish and install all pipe, specials, fittings, closure pieces, valves, supports, bolts, nuts, gaskets, jointing materials, and all other appurtenances as shown on the pians and as required to provide a complete and workable installation. Pipe installations shall be as shown on the plans and shop drawings in accordance with the following: 1. No pipe shall be installed where the linings or coatings show cracks that may be harmful as determined by the Engineer. Such damaged linings and coatings shall be repaired or new, undamaged pipe sections shall be provided. Pipe damaged prior to Substantial Completion shall be repaired or replaced by the Contractor. The Contractor shall inspect each pipe and fitting to ensure that there are no damaged portions of the pipe. The Contractor shall remove or smooth out any burrs, gouges, weld splatter, or other small defects prior to laying the pipe. Before placement of pipe in the trench, each pipe or fitting shall be thoroughly cleaned of any foreign substance which may have collected thereon and shall be kept clean at all times thereafter. For this purpose, the openings of all pipes and fittings in the trench shall be closed during any interruption to the work as noted above. Pipe shall be laid directly on the bedding material. No blocking will be permitted, and the bedding shall be such that it forms a continuous, solid bearing for the full length of the pipe. Excavations shall be made as needed to facilitate removal of handling devices after the pipe is laid. Bell holes shall be formed at the ends of the pipe to prevent point loading at the bells or couplings and to permit visual inspection of the joint. Excavation shall be made as needed outside the normal trench section at field 2. 3. 4. 5. APRIL 2003 11 of21 SECTON 15061 COATED STEEL PIPE AND SPECIALS CEMENT-MORTAR LINED AND joints to permit adequate access to the joints for field connection operations and for application of coatings on field joints. Installation Tolerances: Each section of pipe shall be laid in the order and position shown on the approved layout schedule to the proper lines and grades in accordance with the following: a. Each section of pipe having a nominal diameter less than 1200mm (48 inches) shall be laid not to vary more than 50mm (2 inches) horizontally or 25mm (1 inch) vertically from the alignment and elevations shown on the plans. In addition to the horizontal and vertical tolerances above, lay the pipe so that no high or low points occur along the pipeline other than those shown on the approved layout schedule. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the Engineer may change the alignment and/or the grades. The Contractor shall allow for adequate time for the alignment modifications. Such change shall be made by the deflection of joints, by the use of bevel adapters, or by the use of additional fittings. However, in no case shall the deflection in the joint exceed 75% of the maximum deflection recommended by the pipe manufacturer. No joint shall be deflected any amount that will be detrimental to the strength and water tightness of the finished joint. In all cases the joint opening, before finishing with the protective mortar inside the pipe, shall be the controlling factor. Pipes shall be laid uphill on grades exceeding 10%. Pipe that is laid on a downhill grade shall be blocked and held in place until the following pipe section has been installed to provide sufficient support to prevent movement. Temporary internal pipe bracing shall be left in place in pipe sizes larger than 600mm (24-inch) until pipe zone compaction has been completed. Bracing in pipe smaller than 600mm (24-inch) may be removed immediately after the pipe has been laid into the trench. The Contractor shall employ a laboratory to monitor pipe deflection by measuring pipe inside diameter before bracing is removed and 24 hours after struts are removed. Pipe deflection shall not exceed 3% in 24 hours after the bracing has been removed. After the backfill has been placed, the struts shall be removed. Cold Weather Protection: No pipe shall be installed upon a foundation onto which frost has penetrated or at any time that there is a danger of the formation of ice or penetration of frost at the bottom of the excavation. No pipe shall be laid unless it can be established that the trench will be backfilled prior to formation of ice and frost. Pipe and Special Protection: The openings of all pipe and specials where the pipe and specials have been mortar-lined in the shop shall be protected with suitable bulkheads to maintain a moist atmosphere and to prevent unauthorized access by persons, animals, water, or any undesirable substance. The bulkheads shall be designed to prevent drying out of the interior of the pipe. The Contractor shall 6. b. 7. 8. 9. 10. 11. APRIL 2003 12 of 21 SECTON 15061 COATED STEEL PIPE AND SPECIALS CEMENT-MORTAR LINED AND 3.04 A. B. C. 3.05 A. B. introduce water into the pipe to keep the mortar moist where moisture has been lost due to damaged bulkheads. BUlT-STRAP CLOSURE JOINTS Butt-Strap Closure Joints: Butt-strap closure joints shall be completed in the trench after the pipe has been laid to the alignment and grade shown on the plans. They should be field welded by full-circumferential fillet welds or one of the edges may be shop welded and the other field welded. Welding shall be done in the same manner as specified for welded joints. The interior of the joints shall be filled with stiff plastic mortar and finished off smoothly with the inside of the pipe. Clean the inside steel surfaces by wire brushing or power brushing. Wire mesh, 2-inch x 4-inch x No. 13 gauge, clean, and free from rust, shall be applied to the interior of the joints so that the wires on the 2-inch spacing run circumferentially around the pipe. The wires on the 4-inch spacing shall be crimped in such a manner that the mesh will be held 3/8 inch from the metal joint surface. The mesh shall be lapped a minimum of 8 inches and shall be securely wired in position. Pack the cement mortar into the recess of the joint and steel trowel finish to match the adjoining pipes. The joint exterior shall be coated with mortar to a minimum thickness of 1-112 inches. Immediately prior to applying mortar to the interior or exterior of the joints, a cement wash shall be applied to the metal to be coated. WELDING Longitudinal and Girth Welds: Fabricate the pipe cylinder by full penetration butt-welding: spiral seam, or straight seam. Limit girth welds to two per pipe section, full penetration butt-welded. Limit longitudinal welds to one seam for pipe diameters up to 30 inches and two seams for 30- to 48-inch diameters. Stagger longitudinal joints of adjacent shell courses. Material and Objective: 1. Perform welding by skilled welders who have had experience in the method and materials to be used. Welding operators shall be qualified under the standard qualification procedures of the ASME Boiler and Pressure Vessel Code, Section IX, Welding Qualifications. Any welder or welding operator performing work shall have been qualified for the process involved within the past three years. 2. Perform welding by an unvarying arc-welding process, which excludes the atmosphere during the process of deposition and while the metal is in a molten state. The size and type of electrode used, the current and voltage required, and the type of wire and flux to be used for automatic processes shall be subject to review by the Engineer. Do not use rusted or damaged electrodes. Sift used flux from automatic welders free of fines and coarse pieces and remove mill scale before reusing. 3. APRIL 2003 13 of 21 SECTON 15061 COATED STEEL PIPE AND SPECIALS CEMENT-MORTAR LINED AND 4. Welds shall be of uniform composition, neat, smooth, full strength, and ductile. Make welds with a technique which will ensure uniform distribution of load throughout the welded section with a minimum tendency to produce eccentric stress or distortion in the weld or in the adjacent metal. Make all welds in such manner and on such time schedule as to avoid residual internal stresses in the welded joints and stresses due to temperature changes in the completed pipelines. Weld longitudinal seams before girth seams. 5. C. Quality of Welds: 1. There shall be no greater evidence of oxidation in the metal of the weld than in the metal of the unwelded plate. Welded joints shall be of a type that will produce complete fusion of the plates and shall be free from unsound metal, pinholes, and cracks. The finish of welded joints shall be reasonably smooth and free from grooves, depressions, burrs, and other irregularities. There shall be no valley or undercut in the center or edges of any weld. Any pipe section which shows irregularities in shape after welding may be rerolled to make it cylindrical but in no case shall it be reformed by hammering and in no event shall reforming be permitted of pipe sections which after welding are found to have abrupt changes in curvature at longitudinal seams, unless such welds are subsequently removed and rewelded following the reforming operation. 4. Back chipping on both automatic and hand welding, whether for repairs or preparation of the groove for the original weld, are subject to inspection by the Engineer before being filled with weld metal. Do not make butt welds prior to the completion of the rolling and forming. Grind butt welds for both hand and automatic welding to sound metal before welding the reverse side. 2. 3. D. Longitudinal Joints: 1. If complete penetration and reinforcement on both sides of butt-welded joints are not satisfactorily accomplished when the welding is done from one side, then chip out the reverse side to the extent necessary to secure a clean surface of the originally deposited weld metal and make an automatic welding pass on the reverse side. The bead on the inside of the pipe shall be not more than 1/16 inch in height, and the width of the bead shall be not less than 318 inch with smoothly tapered edges. There shall be no valley, groove, or undercut along the edge of or in the center of the weld and that the deposited metal shall be fused smoothly and uniformly into the plate surface at the edges of the joint. If the normal welding process is interrupted for any reason, take special care when welding is resumed to get full penetration and thorough fusion between the weld metal and the plates and the weld metal previously deposited. Where welding is interrupted by faulty machine operation, chip back the weld to where the presence 2. 3. APRIL 2003 14 of 21 SECTON 15061 COATED STEEL PIPE AND SPECIALS CEMENT-MORTAR LINED AND E. F. 3.06 3.07 A. B. C. D. E. 3.08 A. B. of solid, clean metal indicates correct machine operation before resuming welding operations. Defects: Completely chip out porosity and cracks, trapped welding flux, or other defects in the welds in a manner which will permit proper and complete repair by welding. Repair defective welds by hand welding. Where the defect is so extensive as to make a hand repair impractical, use automatic welds. Equipment: In welding by an automatic process, both the rate of deposition of weld metal and the rate of travel of the electrode shall be automatically controlled. Use the SAW process for automatic welding. DELIVERY Place the pipe in the order in which it is to be installed and secure it from rolling. TESTING OF PIPE AND SPECIAL SECTIONS Shop Hydrostatic Test: Stress the steel cylinder with joint rings attached to 75% of the minimum yield stress of the steel. Perform tests of production welds in accordance with AWWA C200 for each heat of steel used. A guided-bend test specimen shall be considered as having passed only if no crack or other open defect exceeding 1/8 inch measured in any direction is present in the weld metal or heat affected zone of the base material after the bending. A tension test specimen shall be considered as having passed only if failure occurs in the base metal at a stress in excess of the minimum specified tensile strength. There shall be at least one set of welding tests as described in AWWA C200, Section 3.3.5 for each 1,000 lineal feet of spiral seam weld in addition to tests specified in Section 3.3.6 of the same standard. In special sections which have not been previously hydrostatically tested, test the seams by the dye penetrant method per ASTM E 165, Method B. In addition to the dye penetrant method of testing, use the air-soap method with air at 5 psi on slip-on flanges, collars, wrapper plates, and other joints susceptible to be tested by such a method. In lieu of the dye penetrant method of testing, completed special sections may be hydrostatically tested. Use the field hydrostatic test HGL or 125% of the design pressure, whichever is higher. LONG RADIUS CURVES AND VERTICAL CURVES For curved alignment, use straight or beveled pipe of normal or one-half normal lengths pulled partially open on one side of the joint or use pipes with a welded mitered bend of up to 10 degrees next to the joint ring. Design pipes with a bend in excess of 10 degrees as specials. Do not pull (deflect) a joint more than one-half of the watertight extensibility provided by the bell and spigot design. APRIL 2003 15 of 21 SECTON 15061 COATED STEEL PIPE AND SPECIALS CEMENT-MORTAR LINED AND 3.09 APPLICATION OF ORGANIC ZINC PROTECTIVE COATINGS Paint the exposed portion of joint rings, thrust rings, and pipe to be encased in concrete with organic zinc per Section 09900, System NO. 18. INSTALLING BLIND FLANGES At outlets not indicated to be connected to valves or to other pipes, provide blind flanges with bolts, nuts, and gaskets. Coat the inside face of blind flanges per Section 09900, System No. 5. FIELD WELDED JOINTS Welded joints shall be completed after the pipe is in final position. Welded joints shall be a lap-welded slip joint as shown on the plans. The minimum overlap of the assembled bell and spigot section of lap joint shall be shown on the plans. Any recess between the bell and spigot shall be caulked with a rod to facilitate the welding. Pipe of 30 inches in diameter or more may be welded from the inside. Field Welding shall be in accordance with AWWA C206 and AWS D1.l, except as modified herein. Welders assigned to the work shall be qualified under the AWS standard qualification procedure, within the last 3 years. Joints to be welded shall be cleaned, preferably prior to placing the pipe in the trench, of all loose scale, heavy rust, paint, cement, and grease. At least a 1/2-inch recess shall be provided between adjacent mortar-covered surfaces to place the weld. In all hand welding, the metal shall be deposited in successive layers and the minimum number of passes shall be 2. Preheat the joints to be welded where required in accordance with Table 1 of AWWA C206. All joints shall be visually inspected and, excepting closing sections, shall undergo dye testing and hydrostatic testing, closing section shall be subjected to a dye test, or by soap solution method of testing, in accordance with AWWA C206. After the joints have been welded, the interior joint shall be grouted with cement mortar. Welded joints shall be completed in the trench per AWWA C206. Both the bell and spigot ends shall be cleaned of foreign matter prior to welding. Welding electrodes shall be as recommended by the pipe manufacturer. Typically, electrodes shall be E6010 for root passes and E7018 for additional passes. Do not deposit more than 3.2mm (1/8 inch) of throat thickness per pass. Weld material shall be deposited in successive layers. Complete and clean each pass around the entire circumference of the pipe before commencing the next pass. The minimum number of passes in the completed weld shall be as follows: Steel Cvlinder Thickness Field Weld Minimum 3.10 A. B. 3.1 1 A. B. C. D. E. F. G. H. I. APRIL 2003 16 of 21 SECTON 15061 COATED STEEL PIPE AND SPECIALS CEMENT-MORTAR LINED AND mm inches Number of Passes - J. K. L. M. N. 0. 3.12 -3.13 6.34 or less Greater than 6.34 (0.2500 or 114-inch (0.2500 or 114-inch 2 3 To minimize longitudinal stresses due to temperature variations, it is necessary to leave unwelded one joint per each 120m (400 feet) of pipeline. This joint shall be left unwelded until all the joints on both sides of it are welded, and it shall be welded at the coolest time of the working day. The Engineer shall decide if and when this procedure is warranted. Tack-welding the joint may be permitted to hold the pipe in place. If the joint is to be circumferentially welded, sufficient time shall elapse to allow for an initial set of interior joint lining prior to proceeding with joint welding. Rapid-setting mortar may be used in accordance with this Section. In some cases, the Engineer may require hand holes. Field welders shall be certified in accordance with ASME Section 9 (pipe welders) or AWS D1.l (plate welders). Welders shall present a copy of their certification to the Engineer prior to performing any field welding. Prior to butt-strap welding, the pipe and pipe joint shall be properly positioned in the trench using line-up damps so that, in the finished joint, the abutting pipe sections shall not be misaligned by more than 1.59mm (1116 inches). The pipe ends shall be cut straight on joints where butt straps are used for realignment, adjustment, or deflection, and fillet welds shall be made as indicated. Inspection of Field Welded Joints: 1. The Engineer shall arrange for the welds to be inspected. Inspection of welds shall take place as soon as possible following the completion of the welds. 2. The Contractor shall coordinate and supply ventilation, lighting, and other equipment deemed necessary for inspection. The Contractor shall be responsible for providing safe entry into and out of the trench, safety of inspection personnel, traffic control and other safety precautions deemed necessary for the inspections. PREVENTING FOREIGN MATTER FROM ENTERING THE PIPE At all times when pipe laying is not in progress, the open end of the pipe shall be closed with a tight-fitting cap or plug to prevent the entrance of foreign matter into the pipe. These provisions shall apply during the noon hour as well as overnight. In no event shall the pipeline be used as a drain for removing water which has infiltrated into the trench. The Contractor shall maintain the inside of the pipe free from foreign materials and in a clean and sanitary condition until its acceptance by the Engineer. HANDLING OF PIPE Refer to Section 09870 regarding handling of the concrete mortar lined and tape wrapped and mortar coated steel pipe. APRIL 2003 17 Of 21 SECTON 15061 COATED STEEL PIPE AND SPECIALS CEMENT-MORTAR LINED AND 3.14 3.15 A. 0. 3.16 A. 0. INTERIOR JOINT FINISH - PIPE LESS THAN 600MM (24 INCHES) Complete interior mortar joints for pipe sizes less than 600mm (24 inches) by drawing through a tight-fitting swab or squeegee. Coat the face of the cement mortar lining at the bell with a sufficient amount of stiff cement mortar to fill the gap. Immediately after joining the pipes, draw the swab through the pipe to remove all excess mortar and expel it from the open pipe end. Do not move the pipe after the swab has been pulled past the joint. See requirements under "Field Welded Joints" for these joints requiring welding. INTERIOR JOINT FINISH - PIPE 600MM (24 INCHES) AND LARGER Complete interior mortar joints for pipe sizes 600mm (24 inches) and larger by the trowel method. Prior to applying interior mortar at the joints all backfill in the area shall be completed. After cleaning the interior joint, pack cement mortar into each joint. Finish the surface with a steel trowel to a smooth finish and equal thickness to match the adjoining pipe mortar. Where more than a 1OOmm (4-inch) joint strip of mortar is required, place galvanized welded wire mesh reinforcement in 50mm x 1OOmm (2-inch x 4-inch) pattern of No. 13 gauge over the exposed steel. Install the mesh so that the wires on the 50mm (2-inch) spacing direction run circumferentially around the pipe. Crimp the wires on the 1OOmm (4-inch) spacing to support the mesh 9.5mm (38 inch) from the metal surface. Steel-trowel finish the interior mortar to match adjoining mortar-lined pipe sections. EXTERIOR JOINT FINISH The outside annular space between pipe sections shall be completely filled with grout formed by the use of polyethylene foam-lined fabric bands. The grout space shall be flushed with water prior to filling so that the surfaces of the joint to be in contact with the grout will be thoroughly moistened when the grout is poured. The joint shall be filled with grout by pouring from one side only. Grout shall be rodded with a wire or other flexible rod or vibrated so that the grout completely fills the joint recess by moving down one side of the pipe, around the bottom of the pipe and up the opposite side. Pouring and rodding the grout shall be continued to allow completion of the filling of the entire joint recess in one operation. Care shall be taken to leave no unfilled space. Grouting of the outside joint spaces shall be kept as close behind the laying of the pipe as possible except that in no case shall grouting be closer than three joints of the pipe being laid. The grout bands or heavy-duty diapers shall be polyethylene foam-lined fabric with steel strapping of sufficient strength to hold the fresh mortar, resist nodding of the mortar, and allow excess water to escape. The foam plastic shall be 100% closed cell, chemically inert, insoluble in water and resistant to acids, alkalis and solvents. Foam Plastic shall be Dow Chemical Company, Ethafoam 222, or equal. 1. The fabric backing shall be cut and sewn into 224mm (9-inch) wide strips with slots for the steel strapping on the outer edges. The polyethylene foam shall be cut into strips 150mm (6-inch) wide and slit to a thickness of 6.35mm (1/4-inch) that will expose a hollow or open-cell surface on one side. The foam liner shall be attached to the fabric backing with the open or hollow cells facing towards the pipe. The foam strip shall cover the full interior circumference of the grout band with sufficient length APRIL 2003 18 of 21 SECTON 15061 CEMENT-MORTAR LINED AND COATED STEEL PIPE AND SPECIALS C. 3.17 A. 8. C. D. E. F. G. 3.18 A. B. C. D. to permit a 200mm @-inch) overlap of the foam at or near the top of the pipe joint. Splices to provide continuity of the material will be permitted. The polyethylene foam material shall be protected from direct sunlight. The polyethylene foam-lined grout band shall be centered over the joint space with approximately equal widths extending over each pipe end and securely attached to the pipe with the steel straps. After filling the exterior joint space with grout, the flaps shall be closed and overlapped in a manner that fully encloses the grout with polyethylene foam. Following grouting, the joint shall then be wrapped with two layers of polyethylene encasement in accordance with Section 09954. BUTT STRAP JOINTS Butt strap closure joints shall be installed where shown on the plans in accordance with AWWA C206. Butt straps shall be field welded to the outside plain end of the pipe along both edges with a full circumferential weld. A minimum of two weld passes shall be used. The interior of the joints shall be filled with a rapid-set mortar and finished off smoothly to match the pipe interior diameter. Clean the butt strap with a wire brush and apply a cement and water wash coat prior to applying cement mortar. Galvanized wire mesh, 50mm x 1 OOmm (2-inch x 4-inch) x No. 13 gauge shall be installed to the exterior of the joint prior to applying the mortar coating. Coat the exterior of the closure assemblies with mortar to cover all steel with a minimum of 32mm (I-1/4-inch). Seal weld the steel plug to the hand hole after the interior of the joint has been inspected and approved by the Engineer. Following grouting, the joint shall then be wrapped with two layers of polyethylene encasement in accordance with Section 09954. FLANGED CONNECTIONS Flanged connections shall be installed where indicated on the plans. Boltholes shall straddle the horizontal and vertical centerlines. The bolts, nuts and flange faces shall be thoroughly cleaned by wire brush prior to assembly. Bolts and nuts shall be lubricated per Section 15050. 2. APRIL 2003 19 of 21 SECTON 15061 COATED STEEL PIPE AND SPECIALS CEMENT-MORTAR LINED AND E. F. G. 3.19 3.20 3.21 3.22 3.23 A. B. 3.24 - Nuts shall be tightened in an alternating "star" pattern to the manufacturer's recommended torque. Slip-on type flanges intended for field fit-up and welding shall be welded inside and outside in accordance with AWWA C207. Coat the exterior of exposed flanges, bolts and nuts per Section 09900, System No. 5. FLANGED COUPLING ADAPTERS Flanged coupling adapters shall be installed in accordance with the manufacturer's recommendations. Bolts shall be tightened with a torque wrench in the presence of the Engineer to the torque recommended by the manufacturer. JOINT BONDINGKATHODIC PROTECTION INSULATION Bonding of joints to provide continuity, flange insulation kits, internal epoxy linings, and other cathodic protection items and materials shall be installed where shown on the plans in accordance with Section 16640. WAX TAPE Wax tape shall be installed as shown on the plans or as directed by the Engineer in accordance with Section 09870. CONCRETE Where required, concrete thrust and anchor blocks shall be installed in accordance with Section 03000 and as shown on the plans. Prior to filling the pipeline with water, refer to Section 03000 for the minimum concrete curing time required. WARNING/IDENTlFlCATlON TAPE Provide permanent, bright-colored, continuous-printed plastic tape, intended for direct burial service, not less than 6 inches wide by 3.5 mils thick. Provide tape with printing which most accurately indicates type of service of buried pipe. Provide the following colored tape for the various piping services: Service Color Reclaimed Water Violet During backfill, install the continuous warning tape directly over the buried line at 6 inches to 8 inches above the top of pipe. DISINFECTION AND BACTERIOLOGICAL TESTING Disinfection, bacteriological testing, and flushing shall be performed in accordance with Section 15041. APRIL 2003 20 of 21 SECTON 15061 COATED STEEL PIPE AND SPECIALS CEMENT-MORTAR LINED AND 3.25 HYDROSTATIC TESTING Field hydrostatic testing shall be performed in accordance with Section 15044. 3.26 FIELD PAINTING AND COATING A. Exterior surfaces of all pipe and appurtenances not otherwise mortar-coated shall be field painted in accordance with Section 09900. Areas in contact with water such plain ends of pipe, grooved and shouldered ends of pipe and exposed inside surfaces of threaded outlets and blind flanges shall be coated in accordance with Section 09900. B. END OF SECTION APRIL 2003 21 of 21 SECTON 15061 COATED STEEL PIPE AND SPECIALS CEMENT-MORTAR LINED AND r ., SECTION 15080 MISCELLANEOUS PIPING SPECIALTIES PART 1 - GENERAL 1.01 DESCRIPTION This section includes miscellaneous valves, fittings, piping materials and installation. Testing shall be in accordance with associated facilities. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. B. C. D. E. F. 1.03 A. Standard Drawings. Tape Coating System with Mortar Shield for the Exterior of Steel Water Pipelines: 09870. Polyethylene Sheet Encasement (AWWA ‘2105): 09954. Disinfection of Piping: 15041. Hydrostatic Pressure Testing of Pipelines: 15044. Cement-mortar Lined and Coated Steel Pipe and Specials: 15061. SUBMITALS Submit shop drawings in accordance with the General Provisions. B. Submit manufacturer’s catalog data, descriptive literature and assembly drawings. Show dimensions, materials of construction by specification reference and grade, linings and coatings. PART 2 - MATERIALS 2.01 GENERAL Valves and miscellaneous components are identified on the standard drawings by size and type. 2.02 CORPORATION STOPS - BRONZE, 2 INCHES AND SMALLER Provide corporation stops per Agency Standard Specifications and Approved Materials List. 2.03 ANGLE VALVES - BRONZE, 2 INCHES AND SMALLER Provide angle valves per Agency Standard Specifications and Approved Materials List.. APRIL 2003 1 Of3 SECTION 15080 MISCELLANEOUS PIPING SPECIALTIES 2.04 2.05 2.06 A. 0. C. 2.07 A. 8. INSULATING BUSHINGS For working pressures from zero to 200 psi, use soft nylon insulating bushings to avoid galvanic or electrolytic deterioration wherever dissimilar metals are connected. Bushings shall be as manufactured by Corrosion Control Products Company or Agency-approved equal. INSULATING COUPLINGS For working pressures from zero to 300 psi, use insulating couplings to avoid galvanic or electrolytic corrosion wherever dissimilar metals are connected. Couplings shall be steel; lined with an inert, non-conductive, linen impregnated laminate material; both ends female iron pipe threads; and rated to 300 psi working pressure at 225°F. Exterior surface of coupling is uncoated, bare steel. Couplings shall be Lochinvar V-Line as supplied by Corrosion Control Products Company or Agency-approved equal. SERVICE SADDLES - BRONZE, 2 INCHES AND SMALLER Perform wet taps on existing ductile iron pipe, and polyvinyl chloride (PVC) pressure pipe with working pressures 200 psi or less. Provide service saddles that have been specifically designed to fit the type, size, and class of pipe of the installation. Provide service saddles with full width, cast bronze bodies conforming to ASTM B 62, O-ring gaskets, and iron pipe threads. Provide Type 304 stainless steel double band straps with four bolts or a single wide strap with four bolts. All stainless steel shall be fully passivated for enhanced corrosion resistance. Use tapping machines and cutting tools that have been specifically designed for the type of pipe to be drilled. Service saddles for use on existing pipe with working pressures 200 psi or less shall be Ford Style 202BS, Romac Industries Style 202BS, or Agency-approved equal. WELD-ON OUTLETS Perform dry taps on existing welded steel pipe unless the Agency cannot take the pipeline out of service. Prior to making the tap, submit to the Engineer a letter outlining the procedures to be followed. Use a manufactured steel wrapper plate, outlet pipe, and flange. Cement-mortar line the outlet pipe prior to the installation and cement mortar coat the wrapper and outlet pipe after welding to the existing steel pipe. Provide weld-on outlets that conform to the applicable requirements of Section 15061. PART 3 - EXECUTION 3.01 INSTALLATION Installation of all materials shall be in accordance with manufacturer's recommendations. Tightening of nuts, bolts, screws, flanges shall be accomplished so that zero leakage is obtained. APRIL 2003 2 of 3 SECTION 15080 MISCELLANEOUS PIPING SPECIALTIES A. Clean threaded joints by wire brushing or swabbing. Apply Teflon joint compound or Teflon tape to pipe threads before installing screwed valves. Lubricate bolt threads with oil or graphite prior to installation. Tighten nuts uniformly and progressively. After testing, coat exposed surfaces of bolts and nuts to be buried with primer for wax tape coating per Section 09870. E. Wrap buried ferrous fittings and appurtenances with polyethylene material per Section 09954. 3.02 PRESSURE TESTING B. C. D. Test miscellaneous piping specialties at the same time that the connecting pipelines are pressure tested. See Section 15044 for pressure testing requirements. Repair leaks in piping and retest. 3.03 DISINFECTION See Section 15041 for chlorination requirements. END OF SECTION APRIL 2003 3 of 3 SECTION 15080 MISCELLANEOUS PIPING SPECIALTIES SECTION 15090 BLOWOFF ASSEMBLIES PART 1 - GENERAL 1.01 1.02 A. B. C. D. E. F. G. H. I. J. K. L. M. N. 0. P. Q. DESCRIPTION This section includes materials, installation, and testing of blowoff assemblies. Assemblies shall be installed at the locations as shown on the Drawings, behind curbs or sidewalks, at the end of capped pipes, or as established in the field by the Engineer. RELATED WORK SPECIFIED ELSEWHERE Standard Drawings. Pipeline Trenching, Backfilling, and Compacting: 02223. General Concrete Construction: 03000. Tape Coating System with Mortar Shield for the Exterior of Steel Water Pipelines: 09870. Painting and Coating: 09900. Cold Applied Wax Tape Coating: 09952. Polyethylene Sheet Encasement (AWWA C105): 09954. Disinfection of Piping: 15041. Hydrostatic Pressure Testing of Pipelines: 15044. Cement-Mortar Lined and Coated Steel Pipe and Specials: 15061. Miscellaneous Piping Specialties: 15080. Resilient Seated Gate Valves: 151 01. Butterfly Valves: 151 03. Copper Pipe and Tube: 15220. Ductile Iron Pipe: 15240. Polyvinyl Chloride (PVC) Pressure Pipe (AWWA CSOO): 15292. Cathodic Protection: 16640. APRIL 2003 1 Of5 SECTION 15090 BLOWOFF ASSEMBLIES 1.03 SUBMllTALS A. 8. Submit shop drawings in accordance with the General Provisions. Submit manufacturer’s catalog data, descriptive literature, and assembly drawings. Show dimensions, materials of construction by specification reference and grade, linings and coatings. PART 2 - MATERIALS 2.01 2.02 2.03 A. B. 2.04 2.05 2.06 SERVICE SADDLES - BRONZE See Section 15080. Use service saddles for 2-inch outlets on PVC distribution pipe installations with working pressures of 150 psi or less. WELD ON OUTLETS - STEEL See Section 15061. FLANGED OUTLETS See Sections 15061 or 15240. Use Class 300 flanged outlets for the 2-inch blowoff assemblies on steel pipe installations with working pressures greater than 200 psi, but less than 300 psi. Install a Class 300 cast bronze reducing flange with iron pipe threads and insulating flange kit on the flanged outlet. See Sections 15061, 15240, or 15292, as indicated by the pipeline material shown on the Drawings. Use flanged outlets for the 4-inch blowoff assemblies. Use Class 150 flanges for working pressures of 250 psi or less. Use Class 300 flanges for working pressures greater than 250 psi, but less than 300 psi. INSULATING BUSHINGS See Section 15080. Use insulating bushings on installations wherever dissimilar metals are connected. Use insulating bushings at steel weld on outlets with working pressures of 200 psi or less. The use of insulating bushings will require the next larger size outlet to maintain the 2-inch blowoff assembly and selection of the proper outlet size will be required. INSULATING COUPLINGS See Section 15080. Use insulating couplings on installations wherever dissimilar metals are connected. Use insulating couplings with 2-inch service saddles on ductile iron pipe installations with working pressures of 200 psi or less. Install the insulating coupling to the service saddle with a close brass nipple. CORPORATION STOPS - BRONZE See Section 15080. APRIL 2003 2 of 5 SECTION 15090 BLOWOFF ASSEMBLIES ,/- 2.07 2.08 2.09 2.10 2.11 2.12 2.13 2.14 2.15 RESILIENT SEATED GATE VALVES See Section 15101. Use resilient seated gate valves for the 4-inch blowoff assemblies with working pressures of 250 psi or less. COPPER WATER TUBE AND FIlTINGS See Section 15220. PVC PRESSURE PIPE (AWWA C900) See Section 15292. DUCTILE IRON PIPE See Section 15240. ANGLE VALVES - BRONZE See Section 15080. VALVE BOXES AND COVERS In traffic areas, provide a valve box and cover for each assembly consisting of a frame, lid, and pipe sleeve. Construct frame of steel and lid of cast iron and design for traffic loading. Castings shall be smooth, clean, and free from blisters, blowholes, and shrinkage. Machine bearing surfaces of frame and lid to provide a close fit without rocking. Cast on the lid the words "RECLAIMED WATER." Frame and lid shall be Alhambra Foundry No. 29612, asphalt-coated, with cast iron box lid, or Agency-approved equal. WAX TAPE COATING See Section 09952. POLYETHYLENE ENCASEMENT See Section 09954. CORROSION CONTROL COMPONENTS See Section 16640. PART 3 - EXECUTION 3.01 INSTALLATION A. See Section 02223 for earthwork requirements. Use imported sand in the pipe base and pipe zone. APRIL 2003 3 of 5 SECTION 15090 BLOWOFF ASSEMBLIES B. C. 3.02 3.03 3.04 3.05 3.06 3.07 Install piping per the instructions contained in the appropriate specification for the material used. Piping from the main to the blowofi valve shall be placed on a continuous upward grade to avoid pocketing air. INSTALLING INSULATING BUSHINGS Install insulating bushings where dissimilar metals are to be joined. Apply Teflon tape to outside iron pipe threads before installing the threaded bushing into the outlet. Be careful not to cross thread the bushing in the outlet. Replace cracked or distorted insulating bushings. Joints shall be watertight. INSTALLING INSULATING COUPLINGS Install insulating couplings where dissimilar metals are to be joined. Apply Teflon tape to the outside threads of the close brass nipple before installing the threaded nipple into the coupling and service saddle. Joints shall be watertight. INSTALLING WAX TAPE COATING Wrap service saddles including insulating bushings where installed on ductile iron pipe and flanged outlets having insulating flange kits with wax tape coating per Section 09952. INSTALLING POLYETHYLENE ENCASEMENT Where a service saddle, weld on outlet, or flanged outlet is used at the main, the entire saddle or fitting with valve shall be double wrapped with polyethylene material. Wrap ferrous pipe, risers, and base bends per Section 09954. Complete the wrap prior to placing concrete thrust blocks on base bends. Repair polyethylene material damaged during construction. INSTALLING CORROSION CONTROL COMPONENTS Install insulating flange kits, bond wires, zinc anodes, and pipe clamps with wax tape coating per Section 16640. INSTALLING VALVE BOXES AND COVERS In traffic areas, place and compact trench backfill approximately up to the height of the pipe clamp on the copper water tube. Do not bury the clamp or wire connection. Set the pipe sleeve over the valve assembly and center in place. Maintain the pipe sleeve in a vertical position during backfilling. Slip the valve box frame over the pipe sleeve and adjust both to finish grade. Pour a concrete ring around the valve box frame. Concrete shall be Class C per Section 03000. In paved areas, top of concrete ring shall be I-inch below finish grade of adjacent surfaces. In non-paved areas, top of valve box frame and concrete ring shall be flush with the natural or finish grade. Where paved, overlay the concrete ring with 1 -inch compacted thickness of asphalt concrete pavement. Valve box frame and lid shall be flush with the finish surface of the pavement. APRIL 2003 4 of 5 SECTION 15090 BLOWOFF ASSEMBLIES 3.08 PAINTING AND COATING Paint top side of valve box cover per Section 09900, System No. 20. Color of finish coat shall be violet for reclaimed water. 3.09 PRESSURE TESTING Test blow-off assemblies at the same time that the connecting pipelines are pressure tested. See Section 15044 for pressure testing requirements. Repair leaks in piping and retest. 3.10 DISINFECTION See Section 15041 for chlorination requirements. END OF SECTION APRIL 2003 5 of 5 SECTION 15090 BLOWOFF ASSEMBLIES SECTION 15091 MANUAL AIR RELEASE ASSEMBLIES PART 1 - GENERAL 1.01 1.02 A. 6. C. D. E. F. G. H. I. J. K. L. M. N. 0. P. 1.03 A. DESCRIPTION This section includes materials, installation, and testing of manual air release assemblies. Assemblies shall be of the size and at the locations as shown on the drawings, behind curbs or sidewalks, at the end of capped pipes, or as established in the field by the Engineer. RELATED WORK SPECIFIED ELSEWHERE Standard Drawings. Pipeline Trenching, Backfilling, and Compacting: Section 02223. General Concrete Construction: Section 03000. Tape Coating System with Mortar Shield for the Exterior of Steel Water Pipelines: 09870. Painting and Coating: Section 09900. Cold-Applied Wax Tape Coating: Section 09952. Polyethylene Sheet Encasement (AWWA C105): Section 09954. Disinfection of Piping: Section 15041. Hydrostatic Pressure Testing of Pipelines: Section 15044. Cement-mortar Lined and Coated Steel Pipe and Specials: Section 15061. Miscellaneous Piping Specialties: Section 15080. Combination Air Release and Vacuum Valves: Section 15108. Copper Pipe and Tube: Section 15220. Ductile Iron Pipe: Section 15240. Polyvinyl Chloride (PVC) Pressure Pipe (AWWA C900): Section 15292. Cathodic Protection: Section 16640. SUBMllTALS Submit shop drawings in accordance with the General Provisions. APRIL 2003 1 Of4 SECTION 15091-1 MANUAL AIR RELEASE ASSEMBLIES B. Submit manufacturer’s catalog data, descriptive literature, and assembly drawings. Show ,. dimensions, materials of construction by specification reference and grade, and coatings. PART 2 - MATERIALS 2.01 2.02 2.03 2.04 2.05 2.06 A. B. 2.07 SERVICE SADDLES See Section 15080. Use service saddles for outlets on PVC distribution pipe installations with working pressures of 150 psi or less. WELD ON OUTLETS - STEEL See Section 15061. INSULATING BUSHINGS See Section 15080. Use insulating bushings on installations wherever dissimilar metals are connected. Use insulating bushings at steel weld on outlets with working pressures of 200 psi or less. The use of insulating bushings will require the next larger size outlet to maintain the indicated size of the manual air release assembly and selection of the proper outlet size will be required. CORPORATION STOPS - BRONZE See Section 15080. Use corporation stops on installation with working pressures of 300 psi or less. COPPER WATER TUBE AND FllTlNGS See Section 15220. ANGLE VALVES - BRONZE For 1 - and 2-inch assemblies, see Section 15080. Valve inlets shall have a fitting to adapt from iron pipe threads to copper. Use either flared tube fittings for working pressures from zero to 150 psi, or solder joint fittings for working pressures from zero to 300 psi. VALVE BOXES AND COVERS In traffic areas, provide a valve box and cover for each assembly consisting of a frame, lid, and pipe sleeve. Construct frame of steel and lid of cast iron and design for traffic loading. Castings shall be smooth, clean, and free from blisters, blowholes, and shrinkage. Machine bearing surfaces of frame and lid to provide a close fit without rocking. Cast on the lid the words “RECLAIMED WATER.” Frame and lid shall be Alhambra Foundry No. 29612, asphalt-coated, with cast iron box lid, or Agency-approved equal. APRIL 2003 2 of 4 SECTION 15091 -2 MANUAL AIR RELEASE ASSEMBLIES 2.08 WAX TAPE COATING See Section 09952. 2.09 POLYETHYLENE ENCASEMENT See Section 09954. 2.1 0 CATHODIC PROTECTION COMPONENTS See Agency Standard Drawings, Specifications, and Section 16640. PART 3 - EXECUTION 3.01 A. B. C. 3.02 3.03 3.04 3.05 INSTALLATION See Section 02223 for earthwork requirements. Use imported sand in the pipe base and pipe zone. Install piping per the instructions contained in the appropriate specification for the material used. Piping from the main to the manual air release valve shall be placed on a continuous upward grade to avoid pocketing air. INSTALLING INSULATING BUSHINGS Install insulating bushings where dissimilar metals are to be joined. Apply Teflon tape to outside iron pipe threads before installing the threaded bushing into the outlet. Be careful not to cross thread the bushing in the outlet. Replace cracked or distorted insulating bushings. Joints shall be watertight. INSTALLING WAX TAPE COATING Wrap service saddles including insulating bushings where installed on flanged outlets having insulating flange kits with wax tape coating per Section 09952. INSTALLING POLYETHYLENE ENCASEMENT Where a service saddle, weld on outlet, or flanged outlet is used at the main, the entire saddle or fitting with valve shall be double wrapped with polyethylene material. Wrap ferrous pipe, risers, and base bends per Section 09954. Complete the wrap prior to placing concrete thrust blocks on base bends. Repair polyethylene material damaged during construction. INSTALLING CORROSION CONTROL COMPONENTS Install insulating flange kits, zinc anodes, and pipe clamps with wax tape coating per Section 16640. APRIL 2003 3 of 4 SECTION 15091-3 MANUAL AIR RELEASE ASSEMBLIES ___ 3.06 INSTALLING VALVE BOXES AND COVERS In traffic areas, place and compact trench backfill approximately up to the height of the pipe clamp on the copper water tube. Do not bury the clamp or wire connection. Set the pipe sleeve over the valve assembly and center in place. Maintain the pipe sleeve in a vertical position during backfilling. Slip the valve box frame over the pipe sleeve and adjust both to finish grade. Pour a concrete ring around the valve box frame. Concrete shall be Class C per Section 03000. In paved areas, top of concrete ring shall be I-inch below finish grade of adjacent surfaces. In non-paved areas, top of valve box frame and concrete ring shall be flush with the natural or finish grade. Where paved, overlay the concrete ring with I-inch compacted thickness of asphalt concrete pavement. Valve box frame and lid shall be flush with the finish surface of the pavement. 3.07 PAINTING AND COATING Paint top side of valve box cover per Section 09900, System No. 20. Color of finish coat shall be violet for reclaimed water. 3.08 PRESSURE TESTING Test manual air release assemblies at the same time that the connecting pipelines are pressure tested. See Section 15044 for pressure testing requirements. Repair leaks in piping and retest. 3.09 DISINFECTION See Section 15041 for chlorination requirements. END OF SECTION APRIL 2003 4 of 4 SECTION 15091-4 MANUAL AIR RELEASE ASSEMBLIES SECTION 15092 COMBINATION AIR VALVE ASSEMBLIES PART 1 - GENERAL 1.01 1.02 A. B. C. D. E. F. G. H. I. J. K. L. M. N. 0. 1.03 - A. B. DESCRIPTION This section includes materials, installation, and testing of combination air valve assemblies, 3 inches and smaller. Assemblies shall be of the size and installed at the locations as shown on the drawings or as established in the field by the Engineer. RELATED WORK SPECIFIED ELSEWHERE Standard Drawings. Pipeline Trenching, Backfilling, and Compacting: 02223. General Concrete Construction: 03000. Tape Coating System with Mortar Shield for the Exterior of Steel Water Pipelines: 09870. Painting and Coating: 09900. Cold-Applied Wax Tape Coating: 09952. Polyethylene Sheet Encasement (AWWA C105): 09954. Disinfection of Piping: 15041. Hydrostatic Pressure Testing of Pipelines: 15044. Cement-mortar Lined and Coated Steel Pipe and Specials: 15061. Miscellaneous Piping Specialties: 15080. Combination Air Release and Vacuum Valves: 15108. Copper Pipe and Tube: 15220. Polyvinyl Chloride (PVC) Pressure Pipe (AWWA C900): 15292. Cathodic Protection: 16640. SUBMITTALS Submit shop drawings in accordance with the General Provisions. Submit manufacturer's catalog data, descriptive literature, and assembly drawings. Show dimensions, materials of construction by specification reference and grade, linings and coatings. APRIL 2003 1 of 4 SECTION 15092 COMBINATION AIR VALVE ASSEMBLIES PART 2 - MATERIALS 2.01 2.02 2.03 2.04 2.05 2.06 2.07 2.08 2.09 2.10 SERVICE SADDLES - BRONZE See Section 15240 and 15292 as indicated by the pipeline material shown on the drawings. Use service saddles for outlets on PVC distribution pipe installations with working pressures of 150 psi or less. WELD ON OUTLETS - STEEL See Section 15061. INSULATING BUSHINGS See Section 15080. Use insulating bushings on installations wherever dissimilar metals are connected. Use insulating bushings at steel weld on outlets with working pressures of 200 psi or less. The use of insulating bushings will require the next larger size outlet to maintain the indicated size of the combination air valve assembly and selection of the proper outlet size will be required. CORPORATION STOPS - BRONZE See Section 15080. INSULATING FLANGE KITS See Section 16640. Use insulating flange kits on installations wherever ferrous and non-ferrous flanges are connected and will be buried. COPPER WATER TUBE AND FllTlNGS See Section 15220. ANGLE METER STOPS Provide angle meter stops per the Agency Standard Specifications. COMBINATION AIR RELEASE AND VACUUM VALVES See Section 15108. WAX TAPE COATING See Section 09952. POLYETHYLENE ENCASEMENT See Section 09954. APRIL 2003 2 of 4 SECTION 15092 COMBINATION AIR VALVE ASSEMBLIES 2.1 1 CORROSION CONTROL COMPONENTS See Agency Standard Drawings, Specifications, and Section 16640. PART 3 - EXECUTION 3.01 A. B. C. 3.02 3.03 3.04 3.05 3.06 INSTALLATION See Section 02223 for earthwork requirements. Use imported sand in the pipe base and pipe zone. Install piping and valves per the instructions contained in the appropriate specification for the material used. Piping from the main to the combination air release and vacuum valve shall be placed on a continuous upward grade to avoid pocketing air. INSTALLING INSULATING BUSHINGS Install insulating bushings where dissimilar metals are to be joined. Apply Teflon tape to outside iron pipe threads before installing the threaded bushing into the outlet. Be careful not to cross thread the bushing in the outlet. Replace cracked or distorted insulating bushings. Joints shall be watertight. INSTALLING WAX TAPE COATING Wrap service saddles including insulating bushings and couplings where installed on flanged outlets having insulating flange kits with wax tape coating per Section 09952. INSTALLING POLYETHYLENE ENCASEMENT Where a service saddle, weld on outlet, or flanged outlet is used at the main, the entire saddle or fitting with valve shall be double wrapped with polyethylene material. Wrap ferrous pipe, risers, and base bends per Section 09954. Complete the wrap prior to placing concrete thrust blocks on base bends. Repair polyethylene material damaged during construction. INSTALLING CORROSION CONTROL COMPONENTS Install insulating flange kits, zinc anodes, and pipe clamps with wax tape coating per Section 16640. INSTALLING AIR VALVE ENCLOSURES Locate enclosure as shown on the drawings or as directed by the Engineer. Place and compact trench backfill. Install per the Agency Standard Drawings and Specifications. APRIL 2003 3 of 4 SECTION 15092 COMBINATION AIR VALVE ASSEMBLIES 3.07 PAINTING AND COATING Paint exposed ferrous metal surfaces of air valve and enclosure per Section 09900, System No. 20. Color of finish coat shall be violet for reclaimed water. 3.08 PRESSURE TESTING Test combination air valve assemblies at the same time that the connecting pipelines are pressure tested. See Section 15044 for pressure testing requirements. Repair leaks in piping and retest. 3.09 DISINFECTION See Section 15041 for chlorination requirements. END OF SECTION APRIL 2003 4 of 4 SECTION 15092 COMBINATION AIR VALVE ASSEMBLIES SECTION 15101 RESILIENT SEATED GATE VALVES PART 1 - GENERAL 1.01 1.02 A. 0. C. D. E. F. G. H. I. J. 1.03 A. B. C. D. E. DESCRIPTION This section includes materials, installation, and testing of manually operated, resilient seated gate valves including accessories, linings, coatings, valve boxes, extension stems, anchors, and marker posts. Size range is 3 inches through 12 inches. RELATED WORK SPECIFIED ELSEWHERE Standard Drawings. Pipeline Trenching, Backfilling, and Compacting: 02223. General Concrete Construction: 03000. Painting and Coating: 09900. Polyethylene Sheet Encasement (AWWA C105): 09954. Fusion-Bonded Epoxy Linings and Coatings: 09961. Disinfection of Piping: 15041. Hydrostatic Pressure Testing of Pipelines: 15044. General Piping Requirements: 15050. Cathodic Protection: 16640. SUBMITTALS Submit shop drawings in accordance with the General Provisions, Submit valve manufacturer’s catalog data, descriptive literature, and assembly drawings. Show dimensions, materials of construction by specification reference and grade, linings, and coatings. Submit manufacturer’s affidavit of compliance with referenced standards. Submit coating application test records for measuring coating thickness and holiday detection for the valve interior linings and exterior coatings. Describe repair procedures used. Submit valve box manufacturer‘s catalog data. Show dimensions and materials of construction. APRIL 2003 1 of 5 SECTION 151 01 RESILIENT SEATED GATE VALVES PART 2 - MATERIALS 2.01 A. B. C. D. E. 2.02 2.03 2.04 A. B. C. GENERAL Provide valves complete with operating handwheel or operating nut, linings, coatings, valve box, extension stem, anchor, and marker post. Cast or mold onto the valve body or bonnet the name of the manufacturer and the valve size. Do not attach identification plates to the valve body or bonnet. Provide valves with the same type ends as the pipe or fittings, or with ends that have been designed for use on the pipe being installed. Unless otherwise indicated, valves shall be the same size as the pipe in which they are installed. Unless otherwise indicated, valves shall have a working pressure rating not less than the pipe in which they are installed. RESILIENT SEATED GATE VALVES, 3 INCHES THROUGH 12 INCHES For working pressures from zero to 250 psi, valves shall be resilient seated, non-rising stem and conform to the requirements of AWWA C515. Provide valves with resilient wedge disc, unobstructed waterway, counter-clockwise opening and designed for a working pressure of 250 psi. Construct valves of ductile iron conforming to ASTM A 395 or A 536. Bronze for internal working parts, including stems, shall not contain more than 2% aluminum nor more than 7% zinc, bronze shall be ASTM B 763 Alloy C99500, except that stem bronze shall have a minimum tensile strength of 60,000 psi, a minimum yield strength of 30,000 psi, and a minimum of 12% elongation in 2-inches. Provide O-ring seals. Provide Type 304 or 316 stainless steel body bolts conforming to ASTM F 593. Provide 2-inch AWWA operating nut for buried installations. Gate valves shall be American Flow Control Series 2500, or Agency-approved equal. LINING AND COATING FOR VALVES Coat interior and exterior ferrous surfaces of the valves with 8 mils of fusion-bonded epoxy per Section 09961. Do not coat bronze, rubber, or stainless steel items. Coating shall be holiday free on interior surfaces in contact with water. PACKING, O-RINGS, AND GASKETS Unless otherwise stated; packing, O-rings, and gaskets shall be one of the following nonasbestos materials. Teflon. Kevlar aramid fiber. Acrylic or aramid fiber bound by nitrile. Provide Garlock "Bluegard," Klinger "Klingersil C4400," or Agency-approved equal. APRIL 2003 2 of 5 SECTION 15101 RESILIENT SEATED GATE VALVES ,. D. 2.05 2.06 2.07 2.08 2.09 2.10 A. B. Buna-N (Nitrile). BOLTS, NUTS AND GASKETS FOR FLANGES See Section 15050. VALVE BOXES AND COVERS In traffic areas, provide a valve box and cover for each assembly consisting of a frame, lid, and pipe sleeve. Construct frame of steel and lid of cast iron and design for traffic loading. Castings shall be smooth, clean, and free from blisters, blowholes, and shrinkage. Machine bearing surfaces of frame and lid to provide a close fit without rocking. Cast on the lid the words "RECLAIMED WATER." Frame and lid shall be Brooks 4lT series or Agency-approved equal. EXTENSION STEMS Where the valve-operating nut is more than 5 feet below the valve box lid, provide an extension stem to bring the operating nut to a point 6 inches below the surface of the lid. Construct stem of steel using pipe, bar stock, and plates to the dimensions shown on the Standard Drawings. Field verify required stem length prior to fabrication. Hot dip galvanize completed stem after fabrication. POLYETHYLENE ENCASEMENT See Section 09954. CORROSION CONTROL COMPONENTS See Section 16640. ANCHORS Provide anchors on valves that have non-restrained joints or that are installed with pipe having non-restrained joints. Anchors shall be as shown in the standard drawings. Provide steel anchor straps and bolts, or reinforcing steel. Hot-dip galvanize steel straps and bolts after fabrication. Completely encase in concrete after placing on valve. PART 3 - EXECUTION 3.01 INSPECTION BEFORE INSTALLATION A. Operate the valve from closed to fully open, then close again before installing. Check for broken, cracked, or missing parts: malfunctioning stem; scored surfaces on interior lining; and faulty operation. The Engineer will conduct in the field an independent inspection of the lining and coating for compliance with the criteria in Section 09961. Coated items failing his inspection will be cause for rejection. 8. APRIL 2003 3 of 5 SECTION 15101 RESILIENT SEATED GATE VALVES 3.02 A. B. C. D. 3.03 3.04 3.05 A. B. 3.06 A. INSTALLATION Prior to installing the valve in its final location, clean the interior of the valve of all contaminants and place valve in a closed position. Check all body bolts on the valve for tightness. Handle valve carefully and do not damage linings and coatings. Repair any or all damage to the satisfaction of the Engineer. Install the valve per the piping instructions contained in the appropriate standard specification for the material used, Do not use valve to force the pipeline into position. Support piping to avoid line stresses on the valve. Do not deflect valve pipe joints. Install flanged joints per the installation instructions in Section 15050. INSTALLING POLYETHYLENE ENCASEMENT Wrap buried valves, flanged joints, mechanical joints, flanged pipe spools with thrust collars, and adapters with polyethylene material per Section 09954. Complete the wrap prior to placing concrete anchor blocks. Repair polyethylene material damaged during construction. INSTALLING ANCHORS Install concrete anchors over valves after completion of the polyethylene encasement. Place concrete per Section 02223. INSTALLING VALVE BOXES Place and compact trench backfill to the height of the valve stem. Set the one-piece extension pipe over the operating nut and center in place. Maintain the extension pipe in a vertical position during backfilling. Slip the valve box frame over the extension pipe and adjust both to finish grade. Pour a concrete ring around the valve box frame. Concrete shall be Class C per Section 03000. In paved areas, top of concrete ring shall be 1-inch below finish grade of adjacent surfaces. In non-paved areas, top of valve box frame and concrete ring shall be flush with the natural or finish grade. Where paved, overlay the concrete ring with 1-inch compacted thickness of asphalt concrete pavement. Valve box frame and lid shall be flush with the finish surface of the pavement. Terminate tracer wire where installed in valve boxes as shown in the standard drawings. Secure tracer wire to the exterior surface of the extension pipe with plastic adhesive tape. Drill a hole at the top of the extension pipe for wire entry and provide 24 inches of coiled wire. PAINTING AND COATING Coat valves located aboveground, or in vaults and structures, the same as the adjacent pipes and per Section 09900. Do no apply flame spray coating to fusion-bonded epoxy coated valves. Apply finish coats in the field. Color of finish coat shall match the color of the adjacent piping. APRIL 2003 4 of 5 SECTION 15101 RESILIENT SEATED GATE VALVES B. Paint top side of valve box covers per Section 09900, System No. 20. Color of finish coat shall be as follows: Normally open inline or branch valve is violet for reclaimed water. 3.07 FIELD TESTING Operate gate valves through 10 full cycles of opening and closing. Valves shall operate from full open to full close without sticking or binding. If valves stick or bind, repair or replace the valve and repeat the tests. 3.08 PRESSURE TESTING Test gate valves at the same time that the connecting pipelines are pressure tested. See Section 15044 for pressure testing requirements. Repair leaks in the gate valves and joints of the interconnecting piping and retest. 3.09 DISINFECTION See Section 15041 for chlorination requirements. END OF SECTION APRIL 2003 5 of 5 SECTION 15101 RESILIENT SEATED GATE VALVES SECTION 151 03 BUTTERFLY VALVES PART 1 - GENERAL 1.01 1.02 A. B. C. D. E. F. G. H. I. J. 1.03 A. B. C. D. DESCRIPTION This section includes materials, installation, and testing of manually operated butterfly valves including accessories, valve operators, linings, coatings, valve boxes, extension stems, anchors, and marker posts. Size shall be as shown on the plans. RELATED WORK SPECIFIED ELSEWHERE Standard Drawings. Pipeline Trenching, Backfilling, and Compacting: 02223. General Concrete Construction: 03000. Tape Coating System with Mortar Shield for the Exterior of Steel Water Pipelines: 09870. Painting and Coating: 09900. Cold-Applied Wax Tape Coating: 09952. Polyethylene Sheet Encasement (AWWA C105): 09954. Disinfection of Piping: 15041. Pressure Testing of Piping: 15044. Cathodic Protection: 16640. SUBMITTALS Submit shop drawings in accordance with the General Provisions. Submit valve manufacturer’s catalog data, descriptive literature, and assembly drawings. Show dimensions, materials of construction by specification reference and grade, linings, and coatings. Submit manufacturer’s affidavit of compliance with referenced standards. Submit valve box manufacturer’s catalog data. Show dimensions and materials of construction. APRIL 2003 1 of6 SECTION 151 03 BUTTERFLY VALVES PART 2 - MATERIALS 2.01 A. B. C. D. 2.02 A. B. C: GENERAL Provide valves complete with gear operator, operating nut, linings, coatings, valve box, extension stem, valve support, and marker post. Cast or mold onto the body the name of the manufacturer and the valve size. Do not attach identification plates to the valve body. Unless otherwise indicated, valves shall be the same size as the main in which they are installed. Unless otherwise indicated, valves shall have the same working pressure rating as the main in which they are installed. BUTTERFLY VALVES, 14 INCHES AND LARGER Butterfly valves shall be short body, flanged type, conforming to AWWA C 504, Class 1508. Minimum working differential pressure across the valve disc shall be 150 psi. Valve ends shall be flat faced flanged conforming to ANSI 816.1 Class 125. Provide butterfly valves rated for 250 psi with Class 250 flanges where indicated on the plans. Valve shafts shall be stub shaft or one-piece units extending completely through the valve disc. Valve seat shall be a continuous rubber ring mounted on the body and a stainless steel seat mounted on the disc. Materials of construction shall be as follows: Component Material Specification Body Ductile Iron ASTM A 536, Grade 65-45-12 Exposed Body Capscrews, Body Bolts Stainless Steel ASTM A 276, Type 304 or 316 and Nuts Disc . Ductile Iron ASTM A 536, Grade 65-45-12 Shaft, Seating Surface, Disc Fasteners and Stainless Steel Fastening Devices Seat Material Buna-N or Natural Rubber ASTM A 276, Type 304 or 316 Valves shall be per the City of Carlsbad Approved Materials List. APRIL 2003 2 of 6 SECTION 15103 BUTTERFLY VALVES ___ 2.03 2.04 A. 8. C. D. 2.05 A. B. C. D. E. F. LINING AND COATING FOR VALVES Coat interior and exterior ferrous surfaces of the valves and operators at the place of manufacture per Section 09900, System No. 5. Do not coat bronze, rubber, or stainless steel items. Coating shall be holiday free on interior surfaces. PACKING, O-RINGS, AND GASKETS Unless otherwise stated; packing, O-rings, and gaskets shall be one of the following nonasbestos materials. Teflon. Kevlar aramid fiber. Acrylic or aramid fiber bound by nitrile. Provide Garlock "Bluegard," Klinger "Klingersil C4400," or Agency-approved equal. Buna-N (Nitrile). VALVE OPERATORS Provide operators for valves, 24 inches and larger of the worm- and gear-type only unless otherwise approved. Gear operators shall be enclosed and suitable for running in oil with seals provided on shafts to prevent entry of dirt and water. Gear operators for valves located aboveground or in vaults and structures shall have handwheels. The operator shall contain a dial indicating the position of the valve disc. For buried service, provide watertight shaft seals and watertight valve and actuator cover gaskets. Provide totally enclosed operators designed for buried service. Provide 2-inch AWWA operating nuts. Traveling nut, and worm and gear operators shall be of the totally enclosed design so proportioned as to permit operation of the valve under full operating head with a maximum pull of 80 pounds on the handwheel. Operators shall be of the self-locking type to prevent the disc from creeping. Provide stop limiting devices in the operators in the open and closed positions. Design operator components between the input and the stop limiting devices to withstand without damage a pull of 200 pounds for handwheel operators and an input torque of 300 foot-pounds for operating nuts when operating against the stops. Self-locking worm gears shall be a one-piece design of gear bronze material (ASTM B 427), accurately machine cut. The worm shall be hardened alloy steel (ASTM A 322, Grade G41500; or ASTM A 148, Grade 105-85), with threads grounded and polished. Support worm gear shaft at each end by ball or tapered roller bearings. The reduction gearing shall run in a proper lubricant. Operators shall be Limitorque T Series, EIM Model MG, or Agency-approved equal. Design operators on buried valves to produce the required torque on the operating nut with a maximum input of 150 foot-pounds. APRIL 2003 3 of 6 SECTION 151 03 BUTTERFLY VALVES G 2.06 A. B. C. D. 2.07 2.08 2.09 2.10 Valve operators shall open by turning counterclockwise. BOLTS, NUTS, AND GASKETS FOR FLANGES Provide Type 316 stainless steel bolts and nuts for flanges exposed to water or in direct contact with earth. Bolts and nuts shall conform to ASTM A 193 Grade B8M and ASTM A 194 Grade EM, respectively. Provide heavy hex, carbon steel bolts and nuts for buried flanges to be wrapped with polyethylene material, where located aboveground, or in vaults and structures. Bolts and nuts shall conform to ASTM A 307 Grade B and ASTM A 563 Grade A, respectively. Provide washers for each nut. Washers shall be of the same material as the nuts. Gaskets shall be asbestos-free, drop-in ring type, 1/16-inch or 1/8-inch thick, and shall be acrylic or aramid fiber bound with nitrile. Provide Garlock "Bluegard," Klinger "Klingersil C4400," or Agency-approved equal. Gaskets shall be suitable for a water pressure of 500 psi at a temperature of 400°F. VALVE BOXES AND COVERS In traffic areas, provide a valve box and cover for each assembly consisting of a frame, lid, and pipe sleeve. Construct frame of steel and lid of cast iron and design for traffic loading. Castings shall be smooth, clean, and free from blisters, blowholes, and shrinkage. Machine bearing surfaces of frame and lid to provide a close fit without rocking. Cast on the lid the words "RECLAIMED WATER." Frame and lid shall be Brooks 4TT Series or Agency-approved equal. EXTENSION STEMS Where the valve-operating nut is more than 5 feet below the valve box lid provide an extension stem to bring the operating nut to a point 6 inches below the surface of the lid. Construct stem of steel using pipe, bar stock, and plates to the dimensions shown on the Standard Drawings. Field verifies required stem length prior to fabrication. Hot dip galvanize completed stem after fabrication. POLYETHYLENE ENCASEMENT See Section 09954. CATHODIC PROTECTION COMPONENTS See Section 16640. APRIL 2003 4 of 6 SECTION 151 03 BUTTERFLY VALVES 2.11 ANCHORS Where valves are installed with pipe having non-restrained joints, provide reinforced concrete anchor and adapter per the Agency’s Standard Drawings. Design and sizing of the anchor will be based on the highest pressure the main will be subjected to, such as test or surge. PART 3 - EXECUTION 3.01 3.02 A. B. C. D. 3.03 3.04 INSPECTION BEFORE INSTALLATION Operate the valve from closed to fully open, then close again before installing. Check for broken, cracked, or missing parts; malfunctioning stem; scored surfaces on interior lining; and faulty operation. INSTALLING FLANGED JOINTS Clean bolts, nuts, and flange faces by wire brushing before installing flanged valves. Inspect gasket seating surfaces, gasket, each stud or bolt, nut, and washer. Replace any damaged item. Coat bolt shafts with waterproof gear grease or primer for wax tape coating prior to insertion in flange boltholes. Do not apply grease or primer to threads. Lubricate threads of bolts and nuts with oil or graphite prior to installation. Assemble all bolts and nuts in the flange, then uniformly tighten bolts and nuts in a progressive diametrically opposite sequence, and torque with a calibrated torque wrench. All clamping torque shall be applied to the nuts only. If flanges leak under pressure testing, loosen or remove the nuts and bolts, reset or replace the gasket, reinstall or retighten the bolts and nuts, and retest the joints. Joints shall be watertight. Replace galled, cracked, or distorted bolts and nuts. After testing, coat exposed surfaces of bolts and nuts to be buried with waterproof gear grease or primer for wax tape coating per Section 09870. Where buried valves are installed on metallic pipe, provide bond wires across the valve and bond the valve flange to the pipe per Section 16640. INSTALLING POLYETHYLENE ENCASEMENT Wrap buried valves and operators, flanged joints, flanged pipe spools with thrust collars, and adapters with polyethylene material per Section 09954. Complete the wrap prior to placing concrete anchor blocks. Repair polyethylene material damaged during construction. INSTALLING ANCHORS Install concrete anchors, where required, after completion of the polyethylene encasement. Place concrete per Section 03000. APRIL 2003 50f6 SECTION 15103 BUTTERFLY VALVES 3.05 INSTALLING VALVE BOXES Place and compact trench backfill to the height of the valve stem. Set the one-piece extension pipe over the operating nut and center in place. Maintain the extension pipe in a vertical position during backfilling. Slip the valve box frame over the extension pipe and adjust both to finish grade. Pour a concrete ring around the valve box frame. Concrete shall be Class C per Section 03000. In paved areas, top of concrete ring shall be 1 -inch below finish grade of adjacent surfaces. Where paved, overlay the concrete ring with 1-inch compacted thickness of asphalt concrete pavement. Valve box frame and lid shall be flush with the finish surface of the pavement. 3.06 PAINTING AND COATING Paint top side of valve box covers per Section 09900, System No. 20. Color of finish coat shall be violet or as directed by the Engineer. 3.07 FIELD TESTING Operate butterfly valves through 10 full cycles of opening and closing. Valves shall operate from full open to full close without sticking or binding. If valves stick or bind, repair or replace the valve and repeat the tests. 3.08 PRESSURE TESTING Test butterfly valves at the same time that the connecting pipelines are pressure tested. See Section 15044 for pressure testing requirements. Repair leaks in the butterfly valves and joints of the interconnecting piping and retest. 3.09 DISINFECTION See Section 15041 for chlorination requirements. END OF SECTION APRIL 2003 6 of 6 SECTION 15103 BUTTERFLY VALVES SECTION 15108 COMBINATION AIR RELEASE AND VACUUM VALVES PART 1 - GENERAL 1.01 DESCRIPTION This section includes materials, installation, and testing of combination air release and vacuum valves, 3 inches and smaller. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Standard Drawings. B. C. Disinfection of Piping: 15041. D. E. Fusion-Bonded Epoxy Lining and Coating: 09961. Hydrostatic Pressure Testing of Pipelines: 15044. Combination Air Valve Assemblies: 15092. 1.03 SUBMITTALS A. B. Submit shop drawings in accordance with the General Provisions. Submit valve manufacturer’s catalog data, descriptive literature, and assembly drawings. Show dimensions, materials of construction by specification reference and grade, linings, and coatings. PART 2 - MATERIALS 2.01 VALVE DESIGN AND OPERATION Combination air release and vacuum valves for water service shall function as both an air release valve and an airhacuum valve by utilizing two different size orifices. The larger orifice shall permit air to be exhausted during filling of pipeline and shall also permit air to enter the pipeline while draining the pipeline. The smaller orifice shall exhaust small quantities of air which accumulate under normal operating conditions. Valves shall have a float which activates a lever to close the orifice by sealing against a synthetic rubber seat. Float shall withstand an external pressure of 1000 psig without collapsing. Valve shall incorporate a body with flanged top cover. Valve outlet shall be equipped with a mushroom style vent cap and birdbug screen. The valve body near the inlet shall have a 1/2-inch threaded outlet with 1M-inch drain valve. Provide a brass reducing bushing with bronze ball valve having male by female iron pipe threads, lever handle, and rated for a working pressure of 400 psi. APRIL 2003 1 Of3 SECTION 151 08 AIR RELEASE AND VACUUM VALVES 2.02 2.03 2.04 2.05 2.06 MATERIALS OF CONSTRUCTION Materials of construction shall be as follows: ComDonent Material Body and Cover Cast Iron Float, Guide Rod, Stainless Steel Guide Bushings, Lever, Poppet Seat Buna-N SDecification ASTM A 48, Class 30 ASTM A 240 or A 276, Type 31 6 SEATING Valves shall seal driptight at the working pressures shown on the Drawings. LINING AND COATING FOR VALVES Coat interior and exterior ferrous surfaces of the valves with fusion-bonded epoxy per Section 09961. Do not coat bronze, rubber, or stainless steel items. Coating shall be holiday free on interior surfaces. VALVE END CONNECTIONS Valves, 3 inches and smaller, shall have screwed ends conforming to ANSI B1.20.1, NPT. COMBINATION AIR RELEASE AND VACUUM VALVES 3 INCHES AND SMALLER Valves shall have a float with lever arm to actuate a poppet valve. A needle shall be attached to the float arm. The poppet valve shall permit air to be exhausted during filling of pipeline and shall serve to admit large quantities of air when the pipeline drains. The needle shall serve to release small quantities of air as the pipeline fills or as air accumulates in the pipeline. Valves shall have a minimum working pressure of 300 psi. Valves shall be APCO 143C, 145C, or 147C; Val-Matic Model 201C, 202C, or 203C; or Agency-approved equal. PART 3 - EXECUTION 3.01 INSTALLATION A. B. See Section 15092 for complete assembly installation. Clean threaded joints by wire brushing or swabbing. Apply Teflon joint compound or Teflon tape to pipe threads before installing screwed valves. Joints shall be watertight. APRIL 2003 2 of 3 SECTION 15108 AIR RELEASE AND VACUUM VALVES 3.02 PRESSURE TESTING C' Test valves at the same time that the connecting pipelines are pressure tested. See Section 15044 for pressure testing requirements. Repair leaks in the valves and joints of the interconnecting piping and retest. 3.03 DISINFECTION See Section 15041 for chlorination requirements. END OF SECTION APRIL 2003 3 of 3 SECTION 15108 AIR RELEASE AND VACUUM VALVES SECTION 15122 FLEXIBLE PIPE COUPLINGS PART 1 - GENERAL 1.01 1.02 A. B. C. D. E. F. G. H. I. J. 1.03 A. B. C. D. E. DESCRIPTION This section includes materials, installation, and testing of flexible pipe couplings for steel pipe and polyvinyl chloride (PVC) pipe. RELATED WORK SPECIFIED ELSEWHERE Standard Drawings. Tape Coating System with Mortar Shield for the Exterior of Steel Water Pipelines: 09870. Painting and Coating: 09900. Cold-Applied Wax Tape Coating: 09952. Polyethylene Sheet Encasement (AWWA C105): 09954. Fusion-Bonded Epoxy Lining and Coating: 09961. Disinfection of Piping: 15041. Hydrostatic Pressure Testing of Pipelines: 15044. General Piping Requirements: 15050. Cathodic Protection: 16640. SUBMllTALS Submit shop drawings in accordance with the General Provisions. Submit manufacturer’s catalog data, descriptive literature, and assembly drawings. Show manufacturer’s model or figure number for each type of coupling or joint for each type of pipe material for which couplings are used. Submit manufacturer’s recommended torques to which the coupling bolts shall be tightened. Show dimensions, materials of construction by specification reference and grade, linings, and coatings. Show number, size and material of construction of the rods and lugs for each joint harness on the project. APRIL 2003 1 Of4 SECTION 151 22 FLEXIBLE PIPE COUPLINGS PART 2 - MATERIALS 2.01 2.02 A. B. C. D. E. 2.03 2.04 2.05. COUPLING SYSTEM DESIGN AND COMPONENT UNIT RESPONSIBILITY Gaskets, bolts, nuts, glands, end rings, and hardware for pipe couplings of all types shall be furnished by the manufacturer of the pipe coupling and shall be designed as an integral system by the pipe coupling manufacturer. Gaskets shall be designed for the coupling and appropriately sized to provide a watertight seal at the design pressure and temperature. Gaskets, bolts, nuts, glands, end rings, and hardware for pipe couplings shall be shipped with the pipe coupling and shall be clearly labeled indicating the origin of the material, including place and date of manufacture. Manufacturer’s printed installation instructions shall be packaged with each pipe coupling. STEEL FLEXIBLE PIPE COUPLINGS Steel couplings shall have center sleeves and end rings made of carbon steel conforming to AWWA C219, Section 4. Minimum center sleeve length shall be 5 inches for pipe sizes 3/4-inch through 4-112 inches: 7 inches for pipe sizes 5 inches through 24 inches: and 10 inches for pipe sizes larger than 24 inches. Sleeve bolts in exposed service or buried shall be Type 304 stainless steel per AWWA C219, Section 4. Steel end follower rings shall be cast, forged, or hot rolled in one piece. Do not use rings fabricated from two or more shapes. Wall thickness of sleeve shall be at least that specified for the size of pipe in which the coupling is to be used. Gaskets shall be Buna-N. FLEXIBLE PIPE COUPLINGS FOR PLAIN END DUCTILE IRON PIPE, PVC PRESSURE PIPE, OR PVC DISTRIBUTION PIPE Couplings shall be ductile iron, Dresser Style 153, Smith-Blair Type 441, Baker Series 228, or Agency-approved equal. TRANSITION COUPLINGS Couplings for connecting different pipes having different outside diameters shall be steel: Dresser Style 62 or 162, Smith-Blair Series 413 or 415, Baker Series 212 or 220, or Agency-approved equal. Couplings shall have an integral full circumference ring pipe stop at the midpoint of the coupling. Inside diameter of coupling pipe stop shall equal inside diameter of smaller diameter pipe. FLANGED COUPLING ADAPTERS FOR STEEL PIPE Adapters shall be steel, Dresser Style 128, Smith-Blair Type 913, Baker Series 602, or Agency-approved equal. Flange ends shall match the flange of the connecting pipe. APRIL 2003 2 of 4 SECTION 15122 FLEXIBLE PIPE COUPLINGS - 2.06 2.07 2.08 2.09 2.10 2.1 1 FLANGED COUPLING ADAPTERS FOR DUCTILE IRON PIPE OR PVC PIPE Adapters shall be ductile iron or steel, Dresser Style 127 or 128, Smith-Blair Type 912 or 913, Baker Series 601 or 602, or Agency-approved equal. Flange ends shall match the flange of the connecting pipe. LINING AND COATING FOR COUPLINGS Coat interior and exterior ferrous surfaces of flexible pipe couplings, transition couplings, and flanged coupling adapters with fusion-bonded epoxy per Section 09961. Coating shall be holiday free on interior surfaces. BOLTS, NUTS AND GASKETS FOR FLANGES See Section 15050. WAX TAPE COATING See Section 09870. POLYETHYLENE ENCASEMENT See Section 09954. CORROSION CONTROL COMPONENTS See Section 16640. PART 3 - EXECUTION 3.01 A. 8. C. - D. E. INSTALLING COUPLINGS OR ADAPTERS Clean oil, grease, scale, and dirt from pipe ends. Repair any damage or holidays in the shop-applied coating before installing couplings or adapters. Clean gaskets in flexible pipe couplings, transition couplings, and flanged coupling adapters before installing. Clean sleeve bolts and nuts by wire brushing before installing in end rings. Lubricate threads of. bolts and nuts with oil or graphite prior to installation. Tighten nuts uniformly and in a progressive diametrically opposite sequence, and torque with a calibrated torque wrench. If couplings or adapters leak under pressure testing, loosen or remove the nuts and sleeve bolts, reset or replace the gaskets, reinstall or retighten the bolts and nuts, and retest the coupling or adapter. Couplings and adapters shall be watertight. After testing, wrap sleeve bolts and nuts of buried couplings or adapters with wax tape coating per Section 09870. Wrap buried couplings and adapters with polyethylene material per Section 09954. APRIL 2003 3 of 4 SECTION 15122 FLEXIBLE PIPE COUPLINGS F. Where couplings or adapters are installed on buried metallic pipe, provide bond wires across the coupling and bond the follower ring to the pipe per Section 16640. 3.02 INSTALLING FLANGED JOINTS See Section 15050 for installation instructions. 3.03 PAINTING AND COATING Coat flexible pipe couplings, transition couplings, flanged coupling adapters and joint harnesses located aboveground, or in vaults and structures, the same as the adjacent pipes and per Section 09900. Coat below grade couplings and adapters with fusion- bonded epoxy, per Section 09961. Do not apply flame spray coating to fusion-bonded epoxy coated couplings. Apply finish coats in the field. Color of finish coat shall match color of the adjacent piping. 3.04 PRESSURE TESTING Test couplings and adapters at the same time that the connecting pipelines are pressure tested. See Section 15044 for pressure testing requirements. Repair leaks in piping and retest. 3.05 DISINFECTION See Section 15041 for chlorination requirements. END OF SECTION APRIL 2003 4 of 4 SECTION 15122 FLEXIBLE PIPE COUPLINGS SECTION 15220 COPPER PIPE AND TUBE PART I - GENERAL 1.01 1.02 A. 8. C. D. E. 1.03 A. B. DESCRIPTION This section includes materials, installation, and testing of copper pipe, tube, and fittings. RELATED WORK SPECIFIED ELSEWHERE Standard Drawings. Pipeline Trenching, Backfilling, and Compacting: 02223. Disinfection of Piping: 15041. Hydrostatic Pressure Testing of Pipelines: 15044. General Piping Requirements: 15050. SUBMITTALS Submit shop drawings in accordance with the General Provisions. Submit manufacturer's catalog data and descriptive literature for copper pipe, tube, fittings, miscellaneous piping materials, and solder. Show dimensions and materials of construction by specification reference and grade. PART 2 - MATERIALS 2.01 2.02 -2.03 A. COPPER WATER TUBE Copper water tube shall conform to ASTM B 88. Tubing located above ground, in vaults and structures shall be Type K, drawn temper (hard). Buried tubing shall be Type K, annealed temper (soft), except 3-inch tube shall be Type K, drawn temper (hard). PIPE AND NIPPLES Pipe and short threaded nipples shall be brass conforming to ASTM B 43 or copper conforming to ASTM B 42, regular wall thickness, except that pipe and nipples of sizes 1-inch and smaller shall be extra strong. Threads shall conform to ANSI B1.20.1, NPT. SOLDER JOINT FITTINGS Wrought copper solder joint seamless fittings shall be designed for use with copper water tube and conform to ASTM B 75 and ANSI 816.22. Material shall be UNS C10200, C12000, or C12200. APRIL 2003 1 Of4 . SECTION 15220 COPPER PIPE AND TUBE B. C. 2.04 2.05 2.06 2.07 2.08 2.09 Cast copper solder joint pressure fitting shall be designed for use with copper water tube and conform to ASTM B 584 and ANSI 616.18. Use solder joint fittings for working pressures of 300 psi or less. FLARED TUBE FllTlNGS Cast bronze flared tube fittings shall be designed for use with copper water tube. Use flared tube fittings for working pressures of 150 psi or less. Fittings shall be Ford Type C21, C22, C28 or El; or Agency-approved equal. THREADED FITTINGS Cast bronze threaded fittings shall be designed for use with copper or brass pipe and nipples and conform to ANSI 616.15, Class 125 and 250. Use Class 125 fittings for working pressures of 200 psi or less. Use Class 250 fittings for working pressures greater than 200 psi, but less than 400 psi. FLANGES AND FLANGED FllTlNGS Cast bronze pipe flanges and flanged fittings shall conform to ANSI 816.24, Class 150 or Class 300. Use Class 150 flanged fittings for working pressures of 225 psi or less. Provide flat-faced flanges. Use solder-joint, or threaded-end, companion flanges. Companion flanges with solder joint or threaded end shall be limited to the pressure rating of the pipe connection and not the flanged joint. SOLDER Solder shall be 95-5 (95-percent tin and 5-percent antimony) conforming to ASTM 6 32, Alloy Grade Sb5. Do not use lead or cored solder. SOLDERING FLUX Soldering flux shall comply with ASTM 6 813. BOLTS, NUTS AND GASKETS FOR FLANGES See Section 15050. PART 3 - EXECUTION 3.01 GENERAL A. Install pipe and tube without springing, forcing, or stressing the pipe, tube, or any connecting valves. Provide pipe hangers and supports for pipe and tube where installed above ground, in vaults and structures. Use soldered joints and fittings with copper water tube in buried and exposed service. B. C. APRIL 2003 2 of 4 SECTION 15220 COPPER PIPE AND TUBE D. 3.02 A. B. C. D. E. F. G. 3.03 A. B. C. D. E. F. Use threaded joints and fittings with copper or brass piping in buried and exposed service. INSTALLATION Tube cutters shall always be sharp. Do not take too deep a cut with each turn of the cutter or back and forth motion of a saw blade. Cut tubing square and remove burrs. Use a sizing ring on the ends of soft copper tubing, and bring to true dimension and roundness. Clean the surfaces to be soldered with fine emery cloth, cleaning pads, or special wire brushes. Rub hard enough to remove the surface film of oil, grease, heavy oxide, and soil, but not hard enough to remove metal. Coat clean surfaces with a thin film of non-toxic and non-corrosive flux, assemble joint full depth, and remove excess flux before soldering. Make soldered joints in accordance with ASTM B 828. Solder shall penetrate to the full depth of the cup in joints and fittings. Solderers shall comply with ANSI 831.3, paragraph 333. Bends in soft copper tubing shall be long sweep. Shape bends with shaping tools. Form bends without flattening, buckling, or thinning the tubing wall at any point. Clean threaded joints by wire brushing or swabbing. Apply Teflon joint compound or Teflon tape to male pipe threads before mating threaded joint. Joints shall be watertight. Install flanged joints per the installation instructions in Section 15050. For flared tube fittings, cut tubing square and remove burrs. Slip coupling nut over end of copper tubing. Use a hammer and insert flaring tool on the tubing end. Assemble the joint by placing the fitting squarely against the flare. Engage the coupling nut with the fitting threads. Use two wrenches to tighten. INSTALLING BURIED TUBING See Section 02223 for earthwork requirements. Remove foreign matter and dirt from inside of tubing and keep clean during and after laying. Handle tubing in a manner to avoid any damage to the tubing. Grade the bottom of the trench to the line and grade to which the tubing is to be laid. Remove hard spots that would prevent a uniform thickness of pipe base material (imported sand). Before laying the tubing, check the grade and correct any irregularities found. Encase tubing, fittings, and valves with minimum 6 inches below and sides and 2 inches above piping in sand. Sand shall be free from all foreign material. Provide cathodic protection for all buried copper piping and fittings per Agency standard drawings. APRIL 2003 3 of 4 SECTION 15220 COPPER PIPE AND TUBE 3.04 PRESSURE TESTING Test copper pipe, tube, and fittings at the same time that the connecting pipelines are pressure tested. See Section 15044 for pressure testing requirements. Repair leaks in piping and retest. 3.05 DISINFECTION See Section 15041 for chlorination requirements. END OF SECTION APRIL 2003 4 of 4 SECTION 15220 COPPER PIPE AND TUBE .7, SECTION 15240 DUCTILE IRON PIPE PART 1 - GENERAL 1.01 1.02 A. B. C. D. E. F. G. H. I. J. K. L. M. 1.03 A. B. DESCRIPTION This section includes materials, installation, and testing of ductile iron pipe and fittings. Size range is 4- to 24-inch nominal pipe size. RELATED WORK SPECIFIED ELSEWHERE Standard Drawings. Pipeline Trenching, Backfilling, and Compacting: 02223. General Concrete Construction: 03000. Tape Coating System with Mortar Shield for the Exterior of Steel Water Pipelines: 09870. Painting and Coating: 09900. Cold-Applied Wax Tape Coating: 09952. Polyethylene Sheet Encasement (AWWA C105): 09954. Disinfection of Piping: 15041. Hydrostatic Pressure Testing of Pipelines: 15044. General Piping Requirements: 15050. Miscellaneous Piping Specialties: 15080. Flexible Pipe Couplings: 15122. Cathodic Protection: 16640. SUBMllTALS Submit shop drawings in accordance with the General Provisions. Provide affidavit of compliance with standards referenced in this specification, e.g. AWWA C151. Submit copy of report of pressure tests for qualifying the designs of all sizes and types of AWWA C153 fittings that are being used in the project. The pressure test shall demonstrate that the minimum safety factor described in AWWA C153, Section 5.5, is met. APRIL 2003 1 of 11 SECTION 15240 DUCTILE IRON PIPE C. D. E. F. G. H. I. 1.04 A. B. Submit manufacturer’s data sheets on ductile iron pipe, joints, and fittings including dimensions, wall thickness, weight, coating, lining, and deflections at push-on and mechanical joints. Submit tabulated layout schedule and drawing showing location and dimensions of pipe and fittings including: 1. 2. 3. 4. 5. 6. 7. 0. Pipe station and top of pipe or centerline elevation at each change of grade and alignment. Elements of curves and bends, both in horizontal and vertical alignment, including elements of the resultant true angular deflections in cases of combined curvature. The limits of each reach of pipe pressure class or thickness class and of restrained joints. The limits of each reach of concrete encasement. Locations and details of bulkheads for field hydrostatic testing of the pipeline. Locations of closures for length adjustment and for construction convenience. Locations of manholes and other points of access for placement of mortar lining at field joints and removal of test bulkheads. Locations of valves and other mechanical equipment. Submit calculations and test data proving that the proposed restrained joint arrangement can transmit the required forces with a minimum safety factor of 1.5. Submit certificate that cement for mortar lining complies with ASTM C 150, designating Submit test report on physical properties of rubber compound used in the gaskets. Submit weld procedure specification, procedure qualification record, and welder’s qualifications prior to any welding to ductile iron pipe. Submit manufacturer’s catalog data and descriptive literature on marking tape. INSPECTION AND FIELD VERIFICATION The Engineer or his authorized representative may inspect materials, production, and testing of pipes, fittings, and special pieces at manufacturer‘s plant. Where new pipelines are to be connected to existing waterlines of the Agency, the Contractor shall verify in the field the location, elevation, pipe material, pipe outside diameter, and any other characteristics of the existing waterline before proceeding with the installation. This field verification shall be performed in the presence of the Engineer. Adjust and align the new piping as necessary to meet the field conditions and provide all required material, labor, and equipment to make the connection. type. APRIL 2003 20f 11 SECTION 15240 DUCTILE IRON PIPE PART 2 - MATERIALS 2.01 2.02 2.03 A. B. C. 2.04 A. B. C. D. DUCTILE IRON PIPE Pipe shall be ductile iron conforming to AWWA C151. Provide pipe in nominal 18- or 20-foot laying lengths. PIPE MARKING Plainly mark each length of straight pipe to identify the design pressure class or thickness class, the wall thickness, and date of manufacture. Mark the spigot end of restrained joint pipe to show clearly the required depth of insertion into the bell. PIPE WALL THICKNESS Minimum wall thickness for pipe having push-on or mechanical joints, restrained joints, plain ends, or cast flange ends shall be pressure Class 350, unless otherwise shown on the drawings. Minimum wall thickness for pipe having threaded flanges shall be special thickness Class 53 per AWWA C151. Minimum wall thickness for pipe having grooved end joints shall be as shown in the following table unless otherwise noted on the drawings: Pipe and Fitting Size Special Thickness {inches) Per AWWA C151 16 and Smaller Class 53 FlSTlNGS Provide ductile iron push-on or mechanical joint fittings conforming to AWWA C110 with a rated working pressure of 350 psi. In lieu of paragraph 2.04, A., provide ductile iron fittings conforming to AWWA C153 with a minimum rated working pressure of 350 psi. Provide fittings constructed of Grade 70-50-05 ductile iron having a minimum weight equal to the weight tabulated in AWWA C153. Use mechanical joint fittings, or fittings with bells and gasket-ends, conforming to the dimensional values of AWWA Clll. Mechanical joint glands shall be Grade 70-50-05 ductile iron and cast in one continuous ring. Fittings with repaired defects are not acceptable and will be rejected. For grooved end fittings, use ductile iron fittings conforming to AWWA C110 or C153. Grooves or shouldered ends shall conform to AWWA C606. Material for fittings with welded on bosses shall have a Charpy notch impact value of minimum 10 ft-lbs under the conditions defined in AWWA C151. Test completed welds by the liquid penetrant method per ASTM E 165. APRIL 2003 30f 11 SECTION 15240 DUCTILE IRON PIPE 2.05 A. B. C. D. 2.06 A. B. C. D. E. 2.07 2.08 2.09 A. APRIL FLANGES Flanges on ductile iron fittings shall conform to AWWA C110 or ANSI 816.42 Class 150 with a minimum rated working pressure of 250 psi. Threaded flanges shall be solid back, flat faced, Class 125 per AWWA C115. Flanged pipe shall be either cast or threaded. Flanged pipe shall be shop fabricated, not field fabricated. Threaded flanges shall comply with AWWA C115. Flanges shall be individually fitted and machine tightened in the shop, then machined flat and perpendicular to the pipe barrel. Flanges shall be backfaced parallel to the face of flange. Prior to assembly of the flange onto the pipe, apply a thread compound to the threads to provide a leak-free connection, There shall be zero leakage through the threads at a hydrostatic test pressure of 250 psi without the use of the gasket. Material for blind flanges shall be ductile iron. LINING AND COATING FOR PIPE AND FITTINGS Line interior of reclaimed water pipe and fittings with cement mortar per AWWA C104. Provide double thickness lining and use cement conforming to ASTM C 150, Type II. Also, line interior of bells and pipe spigots in contact with water per Section 09900, System No. 5, and be holiday free. Apply linings in shop. Coat exterior of buried pipe and fittings with an asphalt material per AWWA C151. Apply coating in shop. Coat blind flanges per Section 09900, System No. 5, and be holiday free. Apply coating in shop. Coat the grooved and shouldered ends of pipe to be in contact with mechanical clamp-type couplings per Section 09900, System No. 5, and be holiday free. Apply coating in shop. Coat the ends of plain end pipe where flexible pipe couplings are to be installed per Section 09900, System No. 5, and be holiday free. Apply coating in shop. BOLTS, NUTS AND GASKETS FOR FLANGES See Section 15050. INSULATING FLANGE KITS See Section 16640. OUTLETS For outlets 2 inches and smaller with working pressures 200 psi or less, drill the pipe and attach a service saddle to the pipe. Provide service saddles with full width, cast bronze bodies conforming to ASTM B 62, O-ring gaskets, and iron pipe threads. Provide Type 304 stainless steel double band straps with four bolts or a singlewide strap with four bolts. All stainless steel shall be fully passivated for enhanced corrosion resistance. Service 2003 40f 11 SECTION 15240 DUCTILE IRON PIPE B. C. D. E. F. G. 2.10 2.1 1 A. B. 2.12 saddles shall be Ford Style 202BS, Romac Industries Style 202BS, Smith-Blair Model 393, or Agency-approved equal. For outlets 2 inches and smaller with working pressures greater than 200 psi, use a ductile iron tee with a flanged outlet. Install a ductile iron reducing flange with iron pipe threads and insulating bushing on the outlet. For outlets 3 inches and larger, use a ductile iron tee with a flanged outlet. MECHANICAL CLAMP-TYPE COUPLINGS AND ADAPTER FLANGES Mechanical clamp-type couplings and flange adapters for grooved end pipe shall be ductile iron, ASTM A 536 Grade 6545-12. Bolts shall conform to ASTM A 183, 110,000- psi tensile strength. Gaskets shall be EPDM (ethylene propylene diene monomer) for water and Buna-N for sewer and shall conform to ASTM D 2000. Couplings for pipe, 24 inches and smaller, shall conform to AWWA C606 for flexible radius ductile iron pipe, except where rigid radius couplings are required to connect to fittings. Couplings shall be Victaulic Style 31 or Agency-approved equal. Grooved end flange adapters for piping having an operating pressure of 150 psi and less shall be Victaulic Style 341 or 342, or Agency-approved equal. Flange dimensions shall conform to ANSI 816.1 Class 125. FLEXIBLE PIPE COUPLINGS See Section 15122. TYPE OF PIPE JOINTS Joints in buried piping shall be of the restrained push-on, push-on, or mechanical joint type per AWWA C11 1 except where flanged joints are required to connect to valves, meters, and other equipment. Provide unrestrained buried joints except where restrained joints are specifically shown on the drawings. Restrained push-on joints shall be American Cast Iron Pipe Company "Flex-Ring,'' "Lok-Ring," or "Lok-Fast," U.S. Pipe "TR Flex," or Agency-approved equal. All weldments for restrained joints shall be tested by the liquid penetrant method per ASTM E 165. Push-on joints shall be American Cast Iron Pipe Company "Fastite," U.S. Pipe "Tyton," or Agency-approved equal. Provide plain end pipe where flexible pipe couplings are to be used. MECHANICAL JOINT RESTRAINT SYSTEM The restraining mechanism shall consist of a follower gland having a seal gasket and individually actuated wedges that increase their resistance to pullout as pressure or external forces increase. The system manufacturer shall provide all the components (follower ring, wedges, and gaskets) for the restraining device. The device shall be capable of full mechanical joint deflection during assembly and the flexibility of the joint shall be maintained after burial. The joint restraint ring and its wedging components shall be constructed of ductile iron conforming to ASTM A 536, Grade 60-42-10. The wedges shall be ductile iron, heat-treated to a minimum hardness of 370 BHN. Dimensions of the APRIL 2003 50f 11 SECTION 15240 DUCTILE IRON PIPE 2.13 A. B. C. 2.14 2.15 2.16 2.17 2.18 gland shall be such that it can be used with mechanical joint bells conforming to AWWA C111 and AWWA C153. The design shall use torque limiting twist-off nuts to provide actuation of the restraining wedges. The mechanical joint restraint shall be available in the size range of 4 through 24 inches. Minimum rated pressure shall be 350 psi for sizes 16 inches and smaller. Mechanical joint restraint shall be EBAA Iron, Inc. Megalug Series 11 00, or Agency-approved equal. DUCTILE IRON PIPE WELDMENTS All welding to ductile iron pipe, such as for bosses or joint restraint shall be done at the place of manufacture of the pipe. Perform welding by skilled welders who have experience in the method and materials to be used. Welders shall be qualified under the standard qualification procedures of the ASME Boiler and Pressure Vessel Code, Section IX, Welding Qualifications. Welds shall be of uniform composition, neat, smooth, full strength, and ductile. Completely grind out porosity and cracks, trapped welding flux, and other defects in the welds in such a manner that will permit proper and complete repair by welding. Completed welds shall be inspected at the place of manufacture by the liquid penetrant method. Conform to the requirements specified in ASTM E 165, Method A, Type I or Type 11. The materials used shall be water washable and nonflammable. POLYETHYLENE ENCASEMENT See Section 09954, WAX TAPE COATING See Section 09952. CATHODIC PROTECTION See Section 16640. CEMENT MORTAR Cement mortar for buttering and pointing the inside joints shall consist of one part cement to 1-112 parts sand by damp loose volume. The quantity of mixing water shall be no more than necessary for handling and placing. Cement shall conform to ASTM C 150, Type II. Sand shall conform to ASTM C 144 for masonry sand. MARKING TAPE Use detectable marking tape consisting of one layer of aluminum foil laminated between two colored layers of inert plastic film. The lamination bond should be strong enough that the layers cannot be separated by hand. Tape shall be a minimum of 5 mils thick and 6 inches wide. Tape shall bear a continuous, printed message every 16 to 36 inches warning of the installation buried below. Tape shall be Terra Tape, Linetec, or Agency-approved equal. APRIL 2003 6of 11 SECTION 15240 DUCTILE IRON PIPE PART 3 - EXECUTION APRIL 2003 70f 11 SECTION 15240 DUCTILE IRON PIPE 3.01 3.02 A. B. C. 3.03 3.04 A. B. 3.05 A. B. C. PRODUCT MARKING Plainly mark each length of straight pipe to identify the ductile iron wall thickness and date of manufacturer. Mark the spigot end of restrained joint pipe to show clearly the required depth of insertion into the bell. DELIVERY AND TEMPORARY STORAGE OF PIPE Limit onsite pipe storage to a maximum of one week. Place the pipe alongside the trench in the order in which it is to be installed and secure it from rolling. Support the pipe on wooden blocks, sandbags, mounds of sand, or other suitable supports. Do not roll or drop the pipe on the ground or allow the pipe to fall from the pipe trailer trucks. Avoid cracking of the cement mortar lining. If necessary, use plastic sheet bulkheads to close pipe ends and keep lining moist. Do not install pipe or fittings with damaged linings. Patch damaged areas in the field with material similar to the original. Where damage cannot be repaired in the field, replace the defective pipe or fittings. HANDLING OF PIPE Lift pipes with mechanical equipment using wide belt slings. Do not use cable slings or chains. Do not move pipe by inserting any devices or pieces of equipment into the pipe barrel. SANITATION OF PIPE INTERIOR During laying operations, do not place tools, clothing, or other materials in the pipe. Keep the interior of the pipe clean as the pipeline construction progresses. The purpose of maintaining a clean interior is to aid in the passage of the bacteriologic quality testing after disinfection for potable water pipelines. When pipelaying is not in progress, including the noon hour, close the ends of the installed pipe with a plug to deter entry of vermin, children, dirt, storm water, or foreign material. INSTALLING PIPE IN TRENCH See Section 02223 for earthwork requirements. Inspect each pipe and fitting before lowering into the trench. The Engineer will inspect all pipe prior to installation for damage to the interior protective coatings. Patch damaged areas in the field with material similar to the original. Clean ends of pipe thoroughly. Remove foreign matter and dirt from inside of pipe and keep clean during and after laying. Handle pipe in a manner to avoid any damage to the pipe. Do not drag pipe over the ground, drop it onto the ground, or drop objects on it. Do not drop or dump pipe into trenches. D. E. F. G. 3.06 3.07 A. B. C. D. E. F. 3.08 A,- Laying tolerances for the installed pipe shall not vary greater than 0.3-foot horizontally, or greater than 0.1-foot vertically from the alignment and elevations shown on the drawings. Grade the bottom of the trench to the line and grade to which the pipe is to be laid. Remove hard spots that would prevent a uniform thickness of pipe base material (imported sand). Before laying each section of the pipe, check the grade and correct any irregularities found. The trench bottom shall form a continuous and uniform bearing and support for the pipe at every point between bell holes, except that the grade may be disturbed for the removal of pipe handling slings. At the location of each joint, dig bell holes in the bottom of the trench and at the sides to permit visual inspection of the entire joint and to prevent the pipe from being supported by the bell end or fitting. Keep the trench in a dewatered condition during pipelaying. Removal of water shall be in conformance with Section 02223. INSTALLING POLYETHYLENE ENCASEMENT Wrap buried pipe, fittings, and flanged joints with polyethylene material per Section 09954. Use only tube type for pipe. Complete the wrap prior to placing concrete anchors, collars, and supports or thrust blocks per Section 02223. Repair polyethylene material damaged during construction. ASSEMBLING PIPE JOINTS The spigot and integral bell shall be dirt free and slide together without displacing the rubber ring gasket. Lay the pipe section with the integral bell facing the direction of laying. Clean the groove of the bell of all foreign materials. Insert the gasket into the groove of the bell prior to installation. Observe the correct direction of the shaped gasket. Feel that the gasket is completely and evenly seated in the groove. Lubricate the exposed gasket surface and the beveled spigot up to the full insertion length with the lubricant supplied by the pipe manufacturer. If the lubricated pipe end touches dirt, clean the pipe end and reapply lubricant. Insert the spigot into the bell and force it slowly into position. Check that the rubber ring gasket has not left the groove during assembly by passing a feeler gage around the completed joint. Assemble restrained joints per manufacturer's instructions INSTALLING BURIED FITTINGS The Engineer will inspect all fittings prior to installation for damage to the interior protective coatings. Coating shall be holiday free on interior surfaces. Patch damaged areas in the field with material similar to the original. APRIL 2003 8of 11 SECTION 15240 DUCTILE IRON PIPE B. C. 3.09 A. B. 3.10 3.11 For mechanical joint fittings, clean the bell socket and the plain end of the pipe of all foreign material and dirt. Place the gland on the pipe spigot with the lip extension toward the plain end. Lubricate the pipe spigot and gasket. Use the same lubricant as supplied by the pipe manufacturer, Install the gasket on the pipe spigot with the narrow edge of the gasket toward the plain end. Insert the pipe into the bell socket and press the gasket firmly into the gasket recess. Keep the joint straight during assembly. Push the gland towards the socket and center it around the pipe with the gland lip against the gasket. Insert bolts and hand tighten nuts. Make joint deflection after assembly but before tightening bolts. Uniformly tighten bolts and nuts in a progressive diametrically opposite sequence, and torque nuts to 75- to 90-foot pounds with a calibrated torque wrench. Coat exposed surfaces of tee-head bolts and nuts after tightening with primer for wax tape coating per Section 09870. For push-on joint fittings, clean the bell ends of the fitting of all foreign material and dirt. Insert the gasket in the groove of the bell and make sure the gasket faces the correct direction. Feel that the gasket is completely and evenly seated in the groove. When pipe is cut in the field, bevel the plain end prior to installation. Lubricate the exposed gasket surface and the beveled pipe spigot with the same lubricant supplied by the pipe manufacturer. Insert the spigot into the bell and force it slowly into position. Keep the joint straight while pushing. Make joint deflection after the joint is assembled. JOINT DEFLECTIONS FOR BURIED PIPE When necessary to deflect pipe from a straight line in either the horizontal or vertical plane, do not exceed the following joint deflection angles for unrestrained buried pipe or fittings. The angles shown are for each joint and are maximum deflections. Non-Restrained Nominal Pipe Size Mechanical Joint Push-On Joint jdearees) jinches) jdearees) 4 6 8 10 12 6-1/2 5-112 4 4 4 For restrained joints, do not exceed 80% of the manufacturer’s recommended maximum deflection. INSTALLING FLANGED JOINTS See Section 15050 for installation instructions. INSTALLING INSULATING FLANGE KITS Install insulating flange kits with coatings per Section 16640. APRIL 2003 9of11 SECTION 15240 DUCTILE IRON PIPE 3.12 A. 8. C. D. 3.13 A. B. C. 3.14 3.15 3.16 3.17 INSTALLING SERVICE SADDLES Place the service saddle on the pipe and hand-tighten the nuts while positioning the saddle in its final location. Uniformly tighten the nuts in a progressive diametrically opposite sequence and torque with a calibrated torque wrench to the saddle manufacturer’s recommended values. Connect a corporation stop to the saddle per Section 15080. Apply Teflon joint compound or tape to the male threads before installing the corporation stop. Make joints watertight. Mount a tapping machine on the corporation stop to cut a hole in the pipe with a shell type cutter made specifically for ductile iron pipe. Do not use other devices or hand equipment to bore through the pipe wall. Wrap service saddle including body, straps, bolts, nuts, and adjacent surfaces of the pipe with wax tape coating per Section 09870. Wrap completed wax tape coating system with polyethylene sheet. INSTALLING MECHANICAL CLAMP-TYPE COUPLINGS OR ADAPTER FLANGES Install mechanical clamp type couplings and adapter flanges on grooved end pipe and fittings in accordance with the manufacturer’s recommendations and the following. Clean oil, grease, and dirt from the grooved end pipe and fittings. Repair any damage or holidays in the shop-applied coating before installing coupling or adapter. Apply the coupling manufacturer’s gasket lubricant to the gasket exterior including lips, pipe ends, and housing interiors. Lubricate threads of bolts and nuts with oil or graphite prior to installation. Uniformly tighten bolts and nuts alternately and evenly until coupling segments are seated. Use torques as recommended by the coupling manufacturer. INSTALLING FLEXIBLE PIPE COUPLINGS Install flexible pipe couplings per Section 15122. INSTALLING CATHODIC PROTECTION Install bond Wires, anodes, and test stations per Section 16640. INSTALLING MARKING TAPE After the pipe zone has been backfilled and compacted, place the marking tape on the compacted pipe zone material and center over the pipe. Run tape continuously along the trench and tie ends of tape together. Wrap marking tape around valve box extension pipes and continue along pipe. PRESSURE TESTING See Section 15044 for pressure testing requirements. APRIL 2003 lOof 11 SECTION 15240 DUCTILE IRON PIPE ,~ 3.18 DISINFECTION See Section 15041 for chlorination requirements. END OF SECTION APRIL 2003 11 of 11 SECTION 15240 DUCTILE IRON PIPE SECTION 15292 POLYVINYL CHLORIDE (PVC) DISTRIBUTION PIPE (AWWA C900) PART 1 - GENERAL 1.01 1.02 A. B. C. D. E. F. G. H. I. J. K. 1.03 A. B. C. D. DESCRIPTION This section includes materials, installation, and testing of PVC distribution pipe conforming to AWWA C900. Size range is 4 through 12 inch nominal pipe size. RELATED WORK SPECIFIED ELSEWHERE Pipeline Trenching, Backfilling, and Compacting: 02223. Tape Coating System with Mortar Shield for the Exterior of Steel Water Pipelines: 09870. Painting and Coating: 09900. Cold-Applied Wax Tape Coating: 09952. Polyethylene Sheet Encasement (AWWA C105): 09954. Fusion-Bonded Epoxy Linings and Coatings: 09961. Disinfection of Piping and Structures: 15041. Pressure Testing of Piping: 15044. Piping Schedule and General Piping Requirements: 15050. Miscellaneous Piping Specialties: 15080. Flexible Pipe Couplings and Expansion Joints: 15122. SUBMITTALS Submit shop drawings in accordance with the General Provisions. Provide affidavit of compliance with AWWA C900. Submit fully dimensioned cross section of the bell and barrel of the pipe. Show the bell maximum outside diameter in the pressurized area and its minimum wall thickness at the same location. Submit copies of the following manufacturer-required tests conducted on project pipe: 1. 2. Flattening resistance of pipe. Quick-burst strength of pipe and couplings. APRIL 2003 1 Of8 SECTION 15292 POLYVINYL CHLORIDE (PVC) DISTRIBUTION PIPE (AWWA C900) 3. Submit manufacturer's literature of gray iron and ductile-iron fittings including dimensions, thickness, weight, coating, lining, and a statement of inspection and compliance with the acceptance tests of AWWA C110 or C153. Submit copy of report of pressure tests for qualifying the designs of all sizes and types of AWWA C153 fittings that are being used in the project. The pressure test shall demonstrate that the minimum safety factor described in AWWA C153, Section 53-1 5 is met. Submit manufacturer's catalog data and descriptive literature for high deflection coplings, repair couplings, service saddles, restrained joints, tracer wire, marking tape, corporation stops, pipe plugs, and miscellaneous piping materials. Submit test results for the restrained joint system to be used certified by an independent test laboratory demonstrating compliance with these specifications for each size and pressure rating. Submit restrained joint system installation instructions. Include bolt torque limitations and assembly tolerances. FIELD VERIFICATION Where new pipelines are to be connected to existing waterlines, the Contractor shall verify in the field the location, elevation, pipe material, pipe outside diameter, and any other characteristics of the existing waterline before proceeding with the pipe installation. This field verification shall be performed in the presence of the District's representative. Adjust and align the new piping as necessary to meet the field conditions and provide all required material, labor, and equipment to make the connection. MEASUREMENT AND PAYMENT Payment for the work in this section will be by the linear foot of each size of pipe (including fittings) of each pressure class measured horizontally. Record of additional tests after test sample failure E. F. G. H. 1.04 1.05 PART 2 - MATERIALS 2.01 PIPE Provide PVC pipe conforming to AWWA C900, rubber-ring gasket bell end or plain end with elastomeric gasket coupling, cast iron equivalent OD, material cell classification 12454-8 per ASTM D 1784. Provide pipe in standard 20-foot laying lengths. Straight pipe sections with plain ends for use with high deflection couplings are not available. Random lengths will not be permitted. Provide either Class 150 or 200 pressure rating as shown on the Drawings. Where PVC pipe is to be installed with restrained joings, provide Class 200 pipe. APRIL 2003 2 of 8 SECTION 15292 POLYVINYL CHLORIDE (PVC) DISTRIBUTION PIPE (AWWA C900) 2.02 2.03 2.04 2.05 A. 8. 2.06 A. B. C. 2.07 PVC PIPE COLORING AND MARKING FOR RECLAIMED WATER SERVICE PVC pipe shall be purple (Pantone 522) and shall be marked on both sides of the pipe with the wording "CAUTION: RECLAIMED WATER--DO NOT DRINK." The lettering shall be minimum 1-inch-high black letters and shall be repeated every 36 inches. The purple coloring shall be achieved by adding pigment to the PVC material as the pipe is being manufactured. HIGH DELFECTION COUPLINGS Provide PVC couplings with twin elastomeric gaskets which allows 2-degrees of deflection at each gasket for a total of 4-degrees per coupling. Provide couplings for cast iron equivalent outside diameter with 200 psi working pressure rating. Provide CertainTeed High Deflection (HD) Stop Couplings, or Agency approved equal. CLOSURWREPAIR COUPLINGS Provide PVC couplings with twin elastomeric gaskets which are designed to connect plain ends of straight pipe. Provide couplings for cast iron equivalent outside diameter with 200 psi working pressure rating. Do not deflect pipe in these couplings. Provide CertainTeed Closure/Repair Couplings, or Agency approved equal. FITTINGS Fittings shall conform to AWWA C110 with a minimum rated working pressure of 350 psi. Size bells specifically for OD of cast iron equivalent PVC pipe including rubber-ring retaining groove. Mechanical joint fittings conforming to AWWA C153 may be used in lieu of AWWA C110 fittings. LINING AND COATING FOR FITTINGS Provide cement-mortar lined fittings per AWWA C104 and line interior of bells per Standard Specification 09900, System No. 5. Lining thickness shall be the double thickness listed in AWWA C104, Section 4.8. Cement for lining shall conform to ASTM 050, Type II. Coating on interior of bells shall be holiday free. Coat exterior of fittings with an asphalt material per AWWA C151. As an alternative to the above paragraph A and B, line and coat fittings and bells with fusion-bonded epoxy per Section 09961. Coating shall be holiday free on the interior surfaces of the fittings, including the bells. FLANGES Flanges on outlets of fittings shall be Class 125 or Class 250 as shown on the drawings. APRIL 2003 3 of 8 SECTION 15292 POLYVINYL CHLORIDE (PVC) DISTRIBUTION PIPE (AWWA C900) 2.08 2.09 2.10 A. B. 2.1 1 A. B. C. D. E. F. G. 2.12 GASKETS FOR FLANGES See Section 15050. BOLTS AND NUTS FOR FLANGES See Section 15050 OUTLETS AND NOULES Provide outlets 2 inches and smaller by attaching a service saddle as specified in Section 15080. For outlets larger than 3 inches, use a ductile iron tee with a flanged outlet. RESTRAINED JOINTS Provide restrained joints where indicated in the drawings. Restrained joints shall be provided by restraining systems that incorporate a series of machined serrations on the inside diameter of a restraint ring to provide positive restraint. Restraining systems shall meet or exceed the requirements of UNI-B-13-94 and ASTM F 1674 and the following: Restraint devices for bell-and-spigot joints shall consist of a split restraint ring installed on the spigot, connected to a solid backup ring seated behind the bell. Restraint devices for connection to ductile iron mechanical joints shall consist of a split restraint ring installed behind the ductile iron fitting follower gland and gasket and shall retain the full deflection capability of the joint. The split restraint ring shall be machined to match the OD of the pipe, provide full 360- degree support around the barrel of the pipe, and shall incorporate a series of machined serrations for gripping the outside surface of the pipe. The serrations shall be uniform and extend the full circumference of the clamp. The ring shall also incorporate a positive means of avoiding applying excessive clamping force to the pipe. Materials used in the restraint device shall be ductile iron conforming to ASTM A 536, Grade 65-45-12. T-bolts, studs, and connecting hardware shall be high strength, low alloy material in accordance with AWWA C11 1. Design restraining devices to have a 2:l safety factor based on the design strength of the pipe. Restraining devices shall be UNI-Flange Block Buster Series 1300 or 1350 or approved equal. FLANGED COUPLING ADAPTERS See Section 15122. APRIL 2003 4 of a SECTION 15292 POLYVINYL CHLORIDE (PVC) DISTRIBUTION PIPE (AWWA cgooj 2.13 POLYETHYLENE ENCASEMENT See Section 09954. 2.14 TRACER WIRE Use AWG No. 8 standard copper wire with high molecular weight polyethylene (HMW/PE) insulation specifically designed for direct burial in corrosive soil or water. Polyethylene insulation shall conform to ASTM D 1248, Type 1, Class C. Wires with cut or damaged insulation are not acceptable and replacement of the entire wire which has been damaged will be required at the Contractor’s expense. 2.15 MARKING TAPE Use detectable marking tape consisting of one layer of aluminum foil laminated between two colored layers of inert plastic film. The lamination bond shall be strong enough that the layers cannot be separated by hand. Tape shall be a minimum of 5 mils thick and 6 inches wide. Tape shall bear a continuous, printed message every 16 to 36 inches warning of the installation buried below. Tape shall be Terra Tape, Linetec, or approved equal. PART 3 - EXECUTION 3.01 3.02 A. B. C. D. PRODUCT MARKING Legibly mark pipe at 5-foot intervals and each coupling to identify the nominal diameter, the OD base, that is, cast-iron or steel pipe (IPS), the material code for pipe and couplings, the dimension ratio number, AWWA C900, and the seal of the testing agency that verified the suitability of the material for potable water service (NSF in the United States) where applicable. DELIVERY AND TEMPORARY STORAGE OF PIPE Ship, store, and place pipe at the installation site, supporting the pipe uniformly. Avoid scratching the pipe surface. Do not stack higher than 4 feet nor stack with weight on bells. Cover to protect from sunlight. Do not install pipe that is gouged or scratched forming a clear depression. Do not install pipe contaminated with a petroleum product (inside or outside). Do not install any pipe that shows evidence of exposure to sunlight, age, surface deterioration, or other physical damage. The decision of the Agency’s representative shall be final as to the acceptability of the pipe to be installed. APRIL 2003 5 of 8 SECTION 15292 POLYVINYL CHLORIDE (PVC) DISTRIBUTION PIPE (AWWA C900) 3.03 3.04 3.05 A. B. C. D. E. 3.06 A .~ PIPE LAYOUT FOR CURVED ALIGNMENT Pipe lengths may be bent for curved alignment but to no smaller radius curve than the following: Pipe Diameter Minimum Curve Radius (inches) (feet) 4 6 8 10 12 400 600 800 1,000 1,200 HANDLING PIPE Hoist pipe with mechanical equipment using a cloth belt sling or a continuous fiber rope which avoids scratching the pipe. Do not use cable slings or chains. Pipes up to 12 inches in diameter may be lowered by rolling on two ropes controlled by snubbing. Pipes up to 6 inches in diameter may be lifted by hand. INSTALLING BURIED PIPING Install in accordance with AWWA C605, Section 02223, and as follows. When installing pipe in trenches, do not deviate more than 1 inch from line or 1/4 inch from grade. Measure for grade at the pipe invert. Backfill materials in the zone between the trench bottom and to a point 12 inches above the top of the pipe shall be sand. Compact by means of vibratory equipment, by flooding, or by hand tamping. Apply backfill in layers having a maximum thickness of 8 inches. Do not add successive layers unless the previous layer is compacted to 90% relative compaction per ASTM D 1557. Compact material placed within 12 inches of the outer surface of the pipe by hand tamping only. Compact trench backfill to the specified relative compaction. Compact by using mechanical compaction, water jetting, or hand tamping. Do not float pipe. Do not use high-impact hammer-type equipment except where the pipe manufacturer warrants in writing that such use will not damage the pipe. ASSEMBLY OF PIPE JOINT The spigot and bell or bell coupling shall be dirt free and slide together without displacing the rubber ring. Lay the pipe section with the bell coupling facing the direction of laying. APRIL 2003 6 of 8 SECTION 15292 POLYVINYL CHLORIDE (PVC) DISTRIBUTION PIPE (AWWA CSOO) 0. C. D. E. 3.07 3.08 A. B. C. 3.09 3.10 Insert the rubber ring into the groove in the bell in the trench just before joining the pipes. First clean the groove. Observe the correct direction of the shaped ring. Feel that the ring is completely seated. Lubricate the spigot Over the taper and up to the full insertion mark with the lubricant supplied by the pipe manufacturer. If the lubricated pipe end touches dirt, clean the pipe end and reapply lubricant. Insert the spigot into the bell and force it slowly into position. Check that the rubber ring has not left the groove during assembly by passing a feeler gauge around the completed joint. WRAPPING FITTINGS Wrap buried cast-iron fittings with wax tape per Section 09952 and polyethylene per Section 09954. INSTALLING SERVICE SADDLES Place the service saddle on the pipe and hand tighten the nuts while positioning the saddle in its final location. Uniformly tighten the nuts in a progressive diametrically opposite sequence and torque with a calibrated torque wrench to the saddle manufacturer's recommended values. Connect a corporation stop to the saddle per Section 15080. Apply Teflon joint compound or tape to the male threads before installing the corporation stop. Make joints watertight. Mount a tapping machine on the corporation stop to cut a hole in the pipe with a shell type cutter made specifically for PVC pipe. Do not use other devices or hand equipment to bore through the pipe wall. INSTALLING POLYETHYLENE ENCASEMENT Wrap buried service saddles, fittings and flanged joints with polyethylene material per Section 09954. Complete the wrap prior to placing concrete anchors, supports, or thrust blocks. Repair polyethylene material damaged during construction. INSTALLING TRACER WIRE Prior to backfill, install tracer wire on top of pipe and secure in place with 2-inch wide plastic adhesive tape at maximum 10-foot intervals. Run tracer wire continuously along pipe and terminate in adjacent valve boxes for buried assemblies or buried valves. Where buried splices occur, use an electrical splicing kit consisting of a split bolt connector, mold, and a two part encapsulating epoxy resin such as Scotchcast, or approved equal. Provide 24- inches of coiled wire at access points for attachment of pipe locating equipment. Each installed run of pipe shall be capable of being located using the tracer wire. Protect wire insulation from damage during installation and backfilling. Wire insulation that is broken, cut, or damaged shall be replaced. APRIL 2003 7 of 8 SECTION 15292 POLYVINYL CHLORIDE (PVC) DISTRIBUTION PIPE (AWWA C900) 3.1 1 INSTALLING MARKING TAPE _. After the pipe zone and the first 12 inches in the trench zone have been backfilled and compacted, place the marking tape on the compacted backfill and center over the pipe. Run tape continuously along the trench and tie ends of tape together. Wrap marking tape around valve box extension pipes and continue along pipe. 3.12 FIELD HYDROSTATIC TESTING Test pressures are shown in the drawings. Test in accordance with Section 15044. 3.13 DISINFECTION See Section 15041. END OF SECTION APRIL 2003 8 of 8 SECTION 15292 POLYVINYL CHLORIDE (PVC) DISTRIBUTION PIPE (AWWA C900) r SECTION 16640 CATHODIC PROTECTION BY SACRIFICIAL ANODES PART 1 - GENERAL Submittals shall be in accordance with Section 2-5.3.3 of the latest edition of the SSPWC. 1.01 1.02 A. 8. C. D. 1.03 A. B. C. SCOPE Furnish all labor, materials, tools and incidentals to install the sacrificial anode cathodic protection system for the 30-inch CML & Tape coated steel recycled water pipeline. Cathodic protection installation, inspection, and testing are required for a complete and workable system. DEFINITIONS CONTRACTOR. The qualified construction firm selected by the Owner to have prime responsibility for the completion of work. OWNER. The Owner, as referred to in these specifications, is the City of Carlsbad. ENGINEER. The Engineer is the Owner's representative who is assigned to be the direct contact between the Owner and the Contractor. CORROSION ENGINEER. Retained by the Contractor, who is trained and experienced in cathodic protection installations and design and who is either a Registered Corrosion Engineer or a NACE Certified Cathodic Protection Specialist. SPECIFICATIONS AND STANDARDS American Society for Testing and Materials (ASTM): 1. C94-86: Ready-Mixed Concrete. 2. 3. 4. 5. Federal Specifications (FS). Military Specification (Mil. Spec): MIL-C-184808 Coating Compound, Bituminous, Solvent, Coal Tar Base. Underwriter's Laboratories, Inc. (UL) Publications: 1. 83-80: Thermoplastic-Insulated Wires. D-2220: Polyvinyl chloride Insulation for Wire and Cable. D-1248: Polyethylene Plastics Molding and Extrusion Materials. 83: Soft or Annealed Copper Wire 88: Concentric-Lay Stranded Copper Conductors APRIL 2003 1 of 11 SECTION 16640 CATHODIC PROTECTION BY SACRIFICIAL ANODES D. E. 1.04 A. 0. C. 2. 4876-76: Wire Connectors and Soldering Lugs for Use with Copper Conductors. National Association of Corrosion Engineers (NACE): RP0169-96, Recommended Practice, Control of External Corrosion on Underground or Submerged Metallic Piping Systems. National Association of Corrosion Engineers (NACE): RP0286, Electrical Isolation of Cathodically Protected Pipelines. SUBMllTALS The following information shall be submitted for approval of the ENGINEER in accordance with Section 1300 of these specifications. Catalog Cuts: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. High potential magnesium anodes. At-grade concrete test box with cast iron lid. Shunts. Wire and cable. Exothermic weld kits. Weld caps. Weld coating. Plastic warning tape. Insulating flange kits. Wax tape coating system. As-Built Drawings. The Contractor shall maintain as-built drawings showing exact locations of anodes, test stations, insulators, and wire trenching runs. Location changes from the design shall be clearly marked in red on a blue line copy of the design drawings. The as-built drawings shall be submitted to the Engineer at the end of the project. The project is not considered complete until as-built drawings are submitted. Test Results. 1. Insulator tests. 2. Continuity tests. 3. Anode testing and cathodic protection performance. APRIL 2003 20f 11 SECTION 16640 CATHODIC PROTECTION BY SACRIFICIAL ANODES PART 2 - MATERIALS 2.01 2.02 A. 0. C. D. E. F. GENERAL Materials and equipment shall be new and the standard product of manufacturers regularly engaged in the manufacturing of such products. All materials and equipment shall bear evidence of safe operation approval from a nationally recognized testing laboratory. HIGH POTENTIAL MAGNESIUM ANODES Capacity. High potential magnesium anodes shall have a theoretical energy content of 1000 ampere-hours per pound and have a minimum useful output of 500 ampere-hours per pound. Chemical Composition (High Potential Magnesium). Aluminum Manganese Zinc Copper Nickel Iron Silicon Other Magnesium 0.01 percent (max) 0.5 to 1.3 percent 0.002 percent (max) 0.02 percent (max) 0.001 percent (max) 0.03 percent (rnax) 0.002 percent (max) 0.05 percent each (max) balance Open Circuit Potential. The open circuit potential of all anodes, buried in the soil, shall be between 1.55 and 1.75 volts dc versus a copper-copper sulfate reference electrode. Ingot Size And Weight. Anodes shall be 48-pound pre-packaged, high potential ingots with a trapezoidal cross section. Ingot length shall be 32 inches long. The total packaged weight shall be 105 Ibs. Anode Construction. Anodes shall be cast magnesium with a galvanized steel core rod recessed on one end to provide access to the rod for connection of the lead wire. Silver braze the lead wire to the rod and make the connection mechanically secure. Insulate the connection to a 600-volt rating by filling the recess with epoxy and covering any exposed bare steel core or wire with heat shrinkable tubing. The insulating tubing shall extend over the lead wire insulation by not less than 1/2 inch. Anode Pre-Packaged Backfill Material. The anodes shall be completely encased and centered within a permeable cloth bag in a special low resistivity backfill mix with the following composition: Gypsum 75% Anhydrous sodium sulfate 5% Powdered bentonite 20% APRIL 2003 30f 11 SECTION 16640 CATHODIC PROTECTION BY SACRIFICIAL ANODES G. 2.03 A. B. C. 2.04 A. B. C. D. E. 2.05 A. B. Backfill grains shall be such that 100 percent is capable of passing through a screen Of 100 mesh. Backfill shall be firmly packed around the anode such that the ingot is approximately in the center of the backfill. The resistivity of the backfill shall be no greater than 50 ohm-cm when tested wet in a soil box. Total prepackaged weight shall be approximately 105 pounds. AT-GRADE TEST STATIONS Test Box. At-grade test boxes shall be round, pre-cast concrete with a cast iron lid. The dimensions shall be 14-1/4 inches O.D. by 9 inches I.D. by 12 inches high, similar to Christy G5 Utility Box with a cast iron supporting ring and lid. The lid shall be cast with the legend "CMWD Test Station". Identification Tags. All test leads shall be identified with an Avery label (model 5361), self-adhesive covered with polyolefin clear heat shrink tubing (3mfp301). The label shall include: name of facility - size - pipe material; type of insulation; station number. Concrete Pad. Test boxes mounted in unpaved areas shall be mounted in a reinforced 24-inch square by 4-inch thick concrete pad constructed of ASTM C94 ready-mix concrete. Rebar shall be No. 4 steel. WIRE AND CABLE All wires shall be stranded copper with HMWPE or THWN insulation suitable for direct burial in corrosive soil and water, conforming to UL 83 and ASTM standards 83 or 68. HMWPE insulation shall conform to ASTM D1248 type 1, class c, grade 5. THWN insulation shall conform to ASTM D-2220. Test Leads. No. 8 AWG HMWPE. Anode Lead Wire. Anode lead wires shall be No. 12 AWG THWN. Mechanical Joint Bond Wire. No. 2 AWG HMWPE. All wire and copper connectors shall conform to UL 486-76. Wire Splicing. EXOTHERMIC WELD KIT Wire-to-metal connections shall be made by the exothermic "cadweld" welding process. Weld alloy shall be for steel pipe. It is the Contractor's responsibility to determine the manufacturer's recommended weld charge size for metallic surfaces. Weld Caps. Royston Roybond Primer 747 and Royston Handy Cap 2 or equal. Weld Coating. Cold-applied fast-drying mastic consisting of bituminous resin and solvents per Mil. Spec. Mil-C-184808 such as Koppers bitmastic 50 or 505, Tnemec 40-h-413, tape-coat TC mastic or 3M Scotch Clad 244. The minimum coating thickness shall be 25 mils (0.025 inch). wire splicing is permitted. APRIL 2003 40f 11 .- SECTION 16640 CATHODIC PROTECTION BY SACRIFICIAL ANODES 2.06 A. B. C. D. E. 2.07 A. B. C. D. 2.08 INSULATING FLANGE KITS Gaskets: ANSI B-16.21, Type E, NEMA G10 glass with a rectangular O-ring seal for operation between 20-deg. F and 150-deg. F. Gaskets shall be suitable for the temperature and pressure rating of the piping system in which they are installed. Insulating Sleeves: 1/32-inch thick tube, full length, GI0 glass material per NEMA LI-1 for operation between 20-deg. F and 150-deg. F. For installation at threaded valve flanges, half-length sleeves shall be used. Insulating Washers: l/&inch thick, full length, G10 glass per NEMA LI-1 for operation between 20-deg. F and 150-deg. F. Steel Washers: 1/8-inch cadmium plated steel placed between the nut and insulating washer. Coating: All buried insulating flanges shall be wax taped coated per AWWA C217. See section for “External Coating for Buried Surfaces” below. EXTERNAL COATING FOR BURIED SURFACES All buried insulating flange kits, AND buried pipe sections and fining surfaces that are not epoxy or polyurethane coated shall be wrapped with a three-layer petrolatum wax tape coating system per AWWA C217. Primer: All surfaces shall be prime coated with a blend of petrolatum, plasticizer, inert fillers, and corrosion inhibitors having a paste-like consistency. Wax Tape: Covering material shall be a synthetic felt tape, saturated with a blend of petrolatum, plasticizers, and corrosion inhibitors that is formable over irregular surfaces. Plastic Outer Wrap: The primed and wax taped surface shall be covered with a plastic outer wrap consisting of three layers of 50-guage (IO-mil) polyvinylidene chloride or PVC, high cling membrane wound together. PLASTIC WARNING TAPE Plastic warning tape for all cable trenches shall be a minimum of 4 mils thick and 6 inches wide, inert plastic film designed for prolonged use underground, and printed with ”Caution: Cathodic Protection Cable Below”. PART 3 - EXECUTION 3.01 CATHODIC PROTECTION INSTALLATION - GENERAL A. Standard. Cathodic protection installation shall conform to NACE RP0169-96 “Recommended Practice, Control of External Corrosion on Underground or Submerged Metallic Piping Systems. APRIL 2003 5of 11 SECTION 16640 CATHODIC PROTECTION BY SACRIFICIAL ANODES 0. C. D. 3.02 A. 0. C. D. E. F. G. 3.03 A. Contractor Qualifications. All work shall be performed by qualified, experienced personnel working under continuous, competent supervision. Qualified Contractors must demonstrate at least five years of experience with cathodic protection installations. Test Results. The Contractor shall submit a Corrosion Engineer's report including all test data, conclusions, repairs, and cathodic protection system performance. Notification For Testing. The Contractor shall notify the Engineer at least five days in advance of the anodes and test station installations. The Engineer or the Owner's representative shall, at their discretion, witness the installation of anodes and cathodic protection facilities. Testing shall be as described in this specification section. MAGNESIUM ANODES Inspection. All lead wires shall be inspected to ensure that the lead wire is securely connected to the anode core and that no damage has occurred to the lead wire. Lead wire failures shall require replacement of the complete anode and lead wire. Pre-Packaged Anode Inspection. Each anode shall be inspected to ensure that the backfill material completely surrounds the anode and that the cloth bag containing the anode and backfill material is intact. If the prepackaged anodes are supplied in a waterproof container or covering, that container or covering shall be removed before installation. The Contractor shall notify the Engineer at least five (5) days in advance of installing the anodes. Location. Anodes are to be installed in augured holes as shown in the drawings. Anode positions can be adjusted slightly to avoid interference with existing structures. Alternate anode positions must be approved by the Engineer. Handling. Care shall be taken to ensure that the anode is never lifted, supported, transported, or handled by the lead wire. All anodes shall be lowered into the hole using a sling or a rope. Anode Hole Size and Depth. Anodes shall be placed vertically at the bottom of a 12 feet deep augured hole, 12 inches in diameter (minimum). Soaking Requirements, Pre-Packaged Anodes. Once the prepackaged anodes are in the hole, 15 gallons of water shall be poured into the hole so that the anodes are completely covered with water. Allow the anodes to soak for a minimum of 30 minutes before any soil backfill is added. Soil Backfill. After the pre-packaged anodes are soaked, the hole is backfilled with stonemfree, native soil. No voids shall exist around the anode bags and the anode lead wire shall not be damaged. The backfill shall be tamped and compacted in 18-inch lifts taking care not to damage the anode lead wire. AT-GRADE TEST STATIONS Location. At-grade corrosion monitoring test boxes shall be located at the edge and directly behind the curb. All test box locations shall be approved by the Engineer. APRIL 2003 60f 11 SECTION 16640 CATHODIC PROTECTION BY SACRIFICIAL ANODES B. C. D. 3.04 A. B. C. D. 3.05 A. B. C. D. E. F. G. Test Box Bottom. Test boxes shall be set in native soil. Test Lead Attachment. Test leads shall be attached to the pipe using the exothermic weld process. An 18-inch length of slack wire shall be coiled at each weld at the pipe and inside each test box. Concrete Pad. A 24-inch square by 4-inch thick reinforced concrete pad is required around each at-grade test station. Test boxes and concrete pad shall be flush with the top of the curb. WIRE AND CABLE Test Lead Trench. Horizontal test or anode lead runs shall be placed in a 36-inch trench. Wire Handling. Wire leads shall not be stretched or kinked. Care shall be taken when installing wire and backfilling. If wire insulation is damaged during installation, it shall be rejected and replaced completely at the Contractor's expense. All rejected wire shall be removed from the job site at the close of each workday. Plastic Warning Tape. Plastic warning tape shall be installed in all wire trenches and 12 inches below finished grade. Splicing. Wire splices are not permitted. WIRE-TO-PIPE CONNECTIONS All connections of copper wires to the pipe shall be made by the exothermic weld method. Weld Charge Size. It is the Contractor's responsibility to ensure that the manufacturer's recommended weld charge size is used. Preparation Of Wire. Do not deform cable. Remove only enough insulation from the cable to allow for the exothermic weld. Preparation Of Metal. Remove all coating, dirt, grime and grease from the metal structure by wire brushing. Clean the structure to a bright, shiny surface free of all serious pits and flaws by using a file. The surface area of the structure must be absolutely dry. Wire Position. The wire is to be held at a 30-degree angle to the surface when welding. Only one wire shall be attached with each weld. Testing of All Completed Welds. After the weld has cooled, the weld shall be tested by striking the weld with a 2-lb hammer while pulling firmly on the wire. All unsound welds shall be cleaned, re-welded, and re-tested. All weld slag shall be removed. Coating Of Welds. The area to be coated shall be clean and completely dry. Apply a primer specifically intended for use with an elastomeric weld cap. Apply the weld cap and a bituminous mastic coating material to all exposed areas around the cap in accordance with the manufacturer's recommendations. The coating shall overlap the structure coating by a minimum of 3 inches. APRIL 2003 70f11 SECTION 16640 CATHODIC PROTECTION BY SACRIFICIAL ANODES H. 3.06 3.07 A. B. C. D. 3.08 A. B. C. Mortar Repair. Coating voids shall be filled with cement grout. BOND WIRES Mechanical Joint Bond Wires. Two (2) No. 2 HMWPE bond wires are required across each non-insulating, in-line valve; a third No. 6 HMWPE bond wire is required from the valve to one outside flange as shown in the drawings. The bond wires shall be attached using the exothermic weld process. Bond wires shall have some slack wire at each weld to allow for creep when backfilling. INSULATING FLANGE KITS General: Insulating flange kfis shall be pre-assembled and installed as recommended by the manufacturer, and per NACE RPO 286. Moisture, soil, and other foreign matter must be fully removed and prevented from contacting any portion of mating surfaces. If foreign matter contacts any portion of these surfaces, then the entire flange shall be disassembled, cleaned, and dried before reassembly. Installation: Align and install insulating joints according to the manufacturer’s recommendations to avoid damaging insulating materials. The manufacturer’s bolt tightening sequence and torque specifications shall be followed. Paint Pigments: No electrically conductive pigments or paints shall be used either internally or externally on the bolts, washers, or flanges. Inspection: All buried insulating flanges shall be inspected, tested, and approved by the Engineer as described in Part 4 of this specification and prior to the application of wax tape coating. EXTERNAL COATING All buried insulating flanges shall be covered with a 3-layer wax tape coating system per AWWA C217. Additionally, all in-line valves, flanges, couplings, and adapters that are not coated with a bonded dielectric coating shall be wax tape coated per AWWA C217. Primer: Surfaces must be cleaned of all dirt, grime, and dust by using a wire brush and clean cloth. The surface shall be dry. Apply the primer by hand or brush. A thin coating of primer shall be applied to all surfaces and worked into all crevices. The primer shall be applied generously around bolts, nuts, and threads, and shall fully cover all exposed areas. The primer should overlap the pipe coating by a minimum of 3-inches. Petrolatum Saturated Tape: The wax tape can be applied immediately after the primer. Short lengths of tape shall be cut and carefully molded around each individual bolt, nut, and stud end. For long bolts (such as in couplings), short lengths of tape shall be cut and circumferentially wrapped around each individual bolt. After the bolts are covered, the tape shall be circumferentially wrapped around the flange with sufficient tension to provide continuous adhesion without stretching the tape. The tape shall be formed, by hand, into all voids and spaces. There shall be no voids or gaps under the tape. The tape shall be applied with a 1-inch minimum overlap. APRIL 2003 801 11 SECTION 16640 CATHODIC PROTECTION BY SACRIFICIAL ANODES ,- D. 3.09 3.10 A. 8. 3.1 1 A. B. Outer Covering: A plastic outer cover shall be applied over the petrolatum-saturated tape. The plastic shall be a minimum of 50-guage (IO-mils) and shall have two layers applied. TESTING AND INSPECTION The Contractor’s Corrosion Engineer shall submit his proposed test procedures to the Engineer at least five (5) days in advance of the time that the cathodic protection system testing is scheduled. The Engineer shall witness all testing at his discretion. All test data shall be submitted to the Engineer within seven (7) days of the completion of the testing. All testing shall be done under the supervision of a qualified Corrosion Engineer who is retained by the Contractor. All deficiencies found to be due to faulty materials or workmanship shall be repaired or replaced by the Contractor and at his expense. The City of Carlsbad shall be notified at least three (3) days in advance to witness the performance testing. TEST LEADS It is the Contractor’s responsibility to test all test leads. 1. Test Method. All completed wire connection welds shall be tested by striking the weld with a 2-lb hammer while pulling firmly on the wire. Welds failing this test shall have the surface re-prepared, have the wire re-welded to the pipe and re-tested. Wire welds shall be spot tested by the Engineer. After backfilling the pipe, all test lead pairs shall be tested using a standard ohmmeter. Acceptance. The resistance between each pair of test leads shall not exceed 150% of the total wire resistance as determined from published wire data. Anode Lead Wire. The Contractor is responsible for inspecting anode lead wires. Lead wires shall be spot inspected by the Engineer. 1. Test Method. A visual inspection and by running his hand along the full length of the lead while installing. Acceptance. All leads shall be free of cuts nicks or abrasions in the wire insulation. Damaged leads shall be rejected. 2. 2. TEST LEAD TRENCHING The Engineer, at his or her discretion, shall inspect wire trenches and backfill material and methods. Test Method. The depth, trench bottom, padding, and backfill material shall be visually inspected prior to backfilling. Acceptance. Conformance with specifications. APRIL 2003 9of 11 SECTION 16640 CATHODIC PROTECTION BY SACRIFICIAL ANODES 3.12 A. 8. 3.13 A. B. C. 3.14 A. B. PIPELINE CONTINUITY THROUGH IN-LINE VALVES. The Contractor’s Corrosion Engineer shall measure the linear resistance of sections of pipe in which in-line valves or other mechanical joints have been installed. All testing shall be done by the Corrosion Engineer in the presence of the Engineer. Test Method. Resistance shall be measured by the linear resistance method. A direct current shall be impressed from one end of the test section to the other (typically test station to test station), A voltage drop is measured for several different current levels. The measured resistance (R) is calculated using the equation R=dV/I, where dV is the voltage drop between the test span and I is the current. The resistance shall be measured for at least four (4) different current levels. Acceptance. Acceptance is a comparison between the measured resistance (from the field test data) and the theoretical resistance. The theoretical resistance must consider the pipe (length and wall thickness) and the resistance of the bond wires. The measured resistance shall not exceed the theoretical resistance by more than 130%. The Contractor’s Corrosion Engineer shall submit, within seven (7) days of the completion of the testing and in a report format, to the Engineer all calculations of the theoretical resistance and measured pipe resistance for each section tested. INSULATING FLANGE KITS Responsibility: Insulating flanges shall be inspected and tested by the Contractor’s Corrosion Engineer and in the presence of the Engineer, prior to backfilling. Testing of the buried insulating flange kit prior to backfill will result in non-acceptance of the insulator. Test Method: The assembled flange shall be tested using a Gas Electronics Model 601 Insulation Checker specifically design for testing insulating flanges. The testing shall be done by a qualified Corrosion Engineer accepted by the Engineer and shall be done in accordance with NACE RPO 286. Acceptance: The installation of the insulating flange kit shall be considered complete when the testing device indicates no shorts or partial shorts are present. The Contractor shall provide assistance in finding any and all shorts or shorted bolts. All disassembly and reassembly necessary for acceptance shall be done at the Contractor’s expense. CATHODIC PROTECTION PERFORMANCE The cathodic protection system shall be activated and tested by the Contractor’s Corrosion Engineer in the presence of the Engineer. Test Method. The installed cathodic protection system testing shall include: native pipe-to-soil potentials, protected pipe-to-soil potentials, open-circuit anode potentials, and anode current output measurements. Acceptance. Shall be based on achieving the -850 mV criterion as outlined in NACE RPOl69-96. All data shall be submitted, in a typed 8-1/2 X 11 inch report to the City’s Engineer and the City’s Corrosion Engineer for approval. APRIL 2003 10 of 11 SECTION 16640 CATHODIC PROTECTION BY SACRIFICIAL ANODES C. Compliance With Specifications. Deficiencies or omissions in materials or workmanship found by these tests shall be rectified at the Contractor’s expense. Deficiencies shall include but are not limited to: broken leads, improper or unclean trenches, lack of 18-inchor slack wire in test boxes; improperly mounted test boxes; improper installation and testing of insulators; and other deficiencies associated with the workmanship, installation, and non-functioning equipment. END OF SECTION APRIL 2003 11 of 11 SECTION 16640 CATHODIC PROTECTION BY SACRIFICIAL ANODES APPENDIX A CARLSBAD MUNICIPAL WATER DISTRICT _- STANDARD DRAWINGS VALVE CHARACTERISTICS mrZKlNG PFESSURE 0-150 PSI 151-200 PSI GATE VALVES - SEE STANDARD SPECIFICATION SECTION.(MATERWS m, ME 39). SIZE RANGE : WORKING PRESSURE: 0-200 PSI VALVE ENDS: 4' THRU 12' CL 125 FLANGEX CL I25 FLANGE, MECHANW JOINT X MECHANICAL JOINT, CL 125 FLANGE X PUSH JOINT 8 R)glm X PVSH JOINT. CL I25 FLANGE X MECHANICAL XM, a 125 FLANGE x RING TITE a RING nE x RING TIE. VALE SIZE, TYPE AND RATING 4' MRU E' IG"AND LARGER GATE (0-200 PSI) BUTTERRY (0-ISOPSI) GATE (0-2OoPSI) PLUG (0-300Psl) mRFLY VALVES - SEE STANDARD SPECIFICATION SECTION. (MlMlMlMlMlMlMlMlMlMll&SL6T, PAGE 39). SIZE RANGE: I6'AND LbRGER WING PRESSURE: 0- 150 PSI VALVE ENOS: CL 125 RLINGEX CL 125 FLANGE. PLUG VALVES - SEE STANDARD SPECIFICATION SECTION.(MnTER(r\LS m, WGE 39). SIZE RANGE: 4" MU 12" I6'CVVD LARGER WORKING PRESSURE: 0-2ooPSI 0- 150 PSI VALVE ENOS : CL 125 FLAT FaCE FLMJGE X CL 125 FLAT FACE FLANGE. VALVE SELECTION CHART I. SEE SF€CIFCATK)NS KR REOUIRMENlS 2. Sa STCIFK#TIONS FOR LO FzuNT*K; 3. POSITION nrvOa MILWAY BETWEN REavlREMENls. PIPELINE AND VALE BOX. I NOTES : I.sEEsFfl3FIcrm3Nsm SOUXRlNG RXUIREMEhlfS. 2. Sn SpEflFlcaTlONs R)R UD WWlffi REOUIREMENTS. 3. SEE IMPROVEMENT PLANS FOR ASSEMBLY SIZE. - 4. POSTON ANOOEMlOWAY BETWEEN PIPELINE AND VALVE BOX. SPECIFICATDNS FOR 2. SEE SPECIFlCAllONS FOR 3. SEE IMPROVEMENT RANS 4: U VLILI/ES AND FITTINGS WU BE SAME SIZE AS AIR MNT INLET. WNTING REQUIREMENlS. 5. PosrnK)N MIDWAY BETWEEN PIPELINE AND VALVE BOX. FOR ASSEMBLY SIZE. DERING REQUIREMENTS. Ac MAIN I WC MAIN I I I 1 I CCIRLSBAD MUNICIPAL WATER DISTRICT STD. DWG NO. t W8 OUTLETS ON AC OR NC MAIN FOR sK*3 Mm MrE- I INCH THRU 2 INCH ASSEMBLIES AUGUST I993 fCR WATER SERVICE CONNECTK>N (TYP.) STEEL MAIN f IO SECTloN A-A NOTES : I I I 4 I I MSBAD MUNICIPAL WATER DISTRICT SlRDWGNQ WIO DIELECTRIC CONNECTION TO STEEL MAIN lYKiUST 1993 L I. SOE SPECIFICATONS FOR UO PAJNTlNG REQUIREMENTS. 4'AND 6' BLOW-OFF ASSEMBLY SECTION A-A DOMESTIC WATER NOTES: SECTION B-B RECLAIMED WfiER -1 1 VERTlcAL BEND. TEE (SloE VIEW). 2 . FOR AC PIPE, A MH. 3!3'lD A 6'-6'kuU(. LE" INTO AND OUT OFU RTnNGS. 3. CONCROESHLYLEtESSPO<.(rnRI.). A MIN. 3 WY CURING TIME BEFORE HYDROSTATIC TEST. PLUG, 8 BUTTERFLY V&VE THRUST BLOCKS. 4. SEEDWkNQ l7B I8 FOR REMlcER, I '-(m) 1 I -Msm NOTES : I. SEE SPECIFC4TKNS fWt Bw(IEDFLLvl)(jENW3 VALVE REWIFEMENTS. . SmDWGNO. W16 GATE VALVE INSTACLATION *cIIp WTE- ECEMeER RW m, DLP,Aw & STEEL PIE. TEE ASSEMBLY c . l a sm DWG NO. , W 18 THRUST ANCHOR FOR WATER MAIN m m. REDUCER - 4 THRU 16 INCH. DECEM= 1980 I 1 I I DOMESTIC WATER LAIMED WATER m: I. ENTIRE MARKER POST SWI BE RUNTED PWORTD NsTUTloN. FOR DOMESTK: WATER SYSTEM PIUNT 2 W OF WHITE MTERK)R EpAMEL OYER A PRlMECOsT WITH 2 STUD 0l&K LETlEkS WED MRTCALLY, STATING 'WATER'ON E~CH po5T NE. FOR RECLAIMED MER Sm PLIlNT 2 ConTSoF PURPLE MTwoR EpMX WERA PRlMEaM WITH .2 =LED BACK LEl-rEkS ME0 Mp"cLu-LY, STATING LRulplMED aUEanlPOSTFLICE. 2. EXTENSION STEM SHALL REQUIR&O WHEN OPERA1 NUT 6 4 01MORE BEU3 TOP OF VALVE CDVER. EXTENSKXJ STEM AND MARKER POST E VG STD. DWG NO. AUGUST -3 w23 I -7 (iJ SIR DWG. NO. =EMBER BO8 PROTECTION POST w24 c ZlNK ANODE msm M.WE /*3 9w+-%- i STD. DWG. NO. W25 ZINC ANODE c RISER PIPE. 3. WIRE INSULATION SHALL BE STRIPPED TO A MINIMUM LENGTH TO CONNECT WIRE l0 FIPE WP. PACKAGED BACKFILL COMPOSITION: 75 % GYPSUM 20 % BENTONITE 5 % SODIUM SULFATE INGOT WEIGHT: 30 LBS. PKGD. WEIGHT: 70 LBS. APPROX. AND CONNECTORS , AUGUST 1993