Loading...
HomeMy WebLinkAboutJ Fletcher Creamer & Son Inc; 2005-02-14; PWS05-03ENGIf \ ( Rl::.GUKUl::.U Kl::.UUl::.~TED BY CITY OF CARLSBAD THE ORIGINAL OF THIS DOCUMENT WA'2, l~ECORDED ON NOV n 2006 DOCUME~H NUMt:lER 2UOG-0130520_2 . ,JHL:GORY .J SMITH COUI\ITY RECOR_C!EH_ :-·,AN DIEGO COUNl y HECORDEF-r.:--OFI-ICl:. AND WHEN RECORDED PLEASE MAIL TO: TIM E 3 45 PM City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 '"'"'a1..,c; ~uuve mis 11ne tor Recorder's use. PARCEL NO: N/A NOTICE OF COMPLETION Notice is hereby given that: 1. 2. 3. 4. 5. 6. 7. 8. The undersigned is owner of the interest or estate stated below in the property hereinafter described. The full name of the undersigned is City of Carlsbad, a municipal corporation. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. The nature of the title of the undersigned is: In fee. A work or improvement on the property hereinafter described was completed on October 12, 2006. The name of the contractor for such work or improvement is J. Fletcher Creamer & Son, Inc. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Industrial Park Pipelines for the Encina Basin Water Reclamation Program, Phase II Project, Project Nos. 3887-C, 3667 & 3930. The street address of said property is in the City of Carlsbad. I, the undersigned, say: C rad C. Hammann, Jr. City Engineer VERIFICATION OF CITY CLERK I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Manager of said City on "-0 (;. ?(.;,yn C.;en -i-1-11 , 20llid_, accepted the above described work as completed and ordered that a Notice ~f Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on ':[)01 1-t'h·tC \'.D J , 20C(_,;,, at Carlsbad, California. A~ I ~c '")) ~, ·/{ e 50 c)oot, -.3 '::;- wo,d1Maste,s1Forrns1Notice of ComoleLion !Citvl CITY OF CARLSBAD and CARLSBAD MUNICIPAL WATER DISTRICT San Diego County California CONTRACT DOCUMENTS AND SPECIAL PROVl SI0 NS FOR ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II PROJECT CARLSBAD INDUSTRIAL PARK PIPELINES CONTRACT NO. 388714,36671, AND 39301 (SWRCB Project No. C-06=3903-190) PWSO5-OSENG June 2004 4- %#Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 1 of 114 Pages TABLE OF CONTENTS Item Pane Notice Inviting Bids ........................................................................................................................ 10 . Contractor's Proposal ................................................................................................................... 14 Equipment Material Source Information ....................................................................................... 28 Bid Security Form .......................................................................................................................... 29 Bidder's Bond to Accompany Proposal ........................................................................................ 30 Guidelines for Completing The Subcontractor's Forms ............................................................... 32 Designation Of Subcontractors & Amount Of Subcontractor's Bid Items .................................... 34 Bidder's Statement Of Financial Responsibility ............................................................................ 35 Bidder's Statement Of Technical Ability And Experience ............................................................. 36 Bidder's Certificate Of Insurance For General Liability. Employers' Liability Automotive Liability And Workers' Compensation ........................................................................................... 37 ,.- Bidder's Statement Of Re-Debarment .......................................................................................... 38 Bidder's Disclosure Of Discipline Record ..................................................................................... 39 Non-Collusion Affidavit To Be Executed By Bidder And Submitted With Bid .............................. 41 Contract Public Works .................................................................................................................. 42 Labor And Materials Bond ............................................................................................................ 48 Faithful PerformanceNVarranty Bond ........................................................................................... 50 Optional Escrow Agreement For Surety Deposits In Lieu Of Retention (Optional) ..................... 52 '3Revised: 10/08/03 Contract No . 38871.C. 36671. and 39301 Page 2 of 114 Pages SUPPLEMENTAL PROVISIONS c Part I Section I 1-1 1 -2 1-3 Section 2 2-3 2-4 2-5 2-9 2-1 0 Section 3 3-3 3-4 3-5 Section 4 4- 1 4-2 Section 5 5-1 5-4 . Section 6 6-1 6-2 6-6 6-7 6-8 6-9 Section 7 7-3 7-4 7-5 7-7 7-8 7-1 0 7-1 3 Section 9 9-1 9-3 General Provisions Terms Definitions. Abbreviations And Symbols Terms .................................................................................................................... 55 Definitions ............................................................................................................. 55 Abbreviations ........................................................................................................ 56 Scope And Control Of The Work Subcontracts ......................................................................................................... 56 Contract Bonds ..................................................................................................... 57 Plans And Specifications ...................................................................................... 58 Surveying .............................................................................................................. 60 Authority Of Board And Engineer ......................................................................... 64 Changes In Work Extra Work ............................................................................................................ 64 Changed Conditions ............................................................................................. 65 Disputed Work ...................................................................................................... 66 Control Of Materials Materials And Workmanship ................................................................................. 68 Materials Transportation. Handling And Storage ................................................. 69 Utilities Location ................................................................................................................. 70 Relocation ............................................................................................................. 70 Prosecution. Progress And Acceptance Of The Work Construction Schedule And Commencement Of Work ........................................ 70 Prosecution Of Work ............................................................................................. 74 Delays And Extensions Of Time ........................................................................... 75 Time of Completion ............................................................................................... 75 Completion And Acceptance ................................................................................ 75 Liquidated Damages ............................................................................................. 76 Responsibilities Of The Contractor Liability Insurance ................................................................................................. 76 Workers’ Compensation Insurance ...................................................................... 76 Permits .................................................................................................................. 76 Cooperation and Collateral Work ......................................................................... 76 Project Site Maintenance ...................................................................................... 77 Public Convenience And Safety ........................................................................... 77 Laws To Be Observed .......................................................................................... 82 Measurement & Payment Measurement Of Quantities For Unit Price Work .................................................. 82 Payment ................................................................................................................ 82 QRevised: 10/08/03 Contract No . 38871.C. 36671. and 39301 Page 3 of 114 Pages SUPPLEMENTAL PROVISIONS -. Part 2 Section 200 200-2 Section 201 201-1 Section 203 203-6 203-1 1 203-1 3 Section 206 206-7 206-9 Section 21 0 21 0-1 Section 21 3 213-2 - Section 214 214-5 Construction Materials Rock Materials Untreated Base Materials ..................................................................................... Concrete, Mortar And Related Materials Portland Cement Concrete .................................................................................. Bituminous Materials Asphalt Concrete .................................................................................................. Asphalt Rubber Hot Mix (ARHM) Wet Process .................................................... Asphalt Pavement Crack Sealants ....................................................................... Miscellaneous Metal Items Traffic Signs .......................................................................................................... Portable Changeable Message Sign .................................................................... Paint And Protective Coatings Paint ...................................................................................................................... Engineering Fabrics Geotextiles ............................................................................................................ Pavement Markers Reflective Pavement Markers ............................................................................... 87 88 91 92 92 94 96 97 97 99 /- e \@Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 4 of 114 Pages SUPPLEMENTAL PROVISIONS Part 3 Construction Methods Section 300 Earthwork 300-1 Clearing and Grubbing ......................... ..................................................... .......... 100 Section 301 301-1 Treated Soil, Subgrade Preparation and Placement of Base Materials Subgrade Preparation .......... ............................................................................... 100 Section 302 Roadway Surfacing 302-5 302-1 1 General ...... . .. . . .... ....... .... ..... . ... ..... ..... ............. .. ..... ..... . ..... ..... . ..... ..... .... ..... .. .... ..... 101 Asphalt Pavement Repairs and Remediation ..................................................... 101 Section 303 303-1 303-5 303-6 Concrete and Masonry Construction Concrete Surfaces ...... ....... .... ......... ..... ........ . .... ........ ........... ..... .... .... .. ... . ... ......... 102 Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, and Driveways ............. .... . ....... ....... . ..... . .... . .... .. ..... ... ...... .. ..... . .. 103 Stamped Concrete (Median Concrete Paving) .................................................. 103 Section 306 Underground Conduit Construction 306-1 306-5 Open Trench Excavations .................................................................................. 104 Abandonment of Conduits and Structures ......................................................... 107 Section 308 Landscape and Irrigation Installation 308-1 General ................ . ..,.... ... ...... . ..... ......... . ....... . ..... ................ .......... ..... . ..... .............. 107 308-4 ............................................................................................................................. 107 Section 310 Painting 31 0-5 Section 31 2 312-1 Placement ........................................................................................................... 1 IO Painting Various Surfaces .................................................................................. 108 Pavement Marker Placement and Removal Section 31 3 31 3-1 313-2 313-3 3 13-4 Temporary Traffic Control Devices Temporary Traffic Pavement Markers ................................................................ 1 10 Temporary Traffic Signing .................................................................................. 110 Temporary Railing (Type K) and Crash Cushions .............................................. 11 1 Measurement and Payment ...... .......... . ....... . .... ....... .... ....... ...... ... .. ... . ...... ....... .... . 1 12 - 4- %#Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 5 of 114 Pages STATE WATER RESOURCES CONTROL BOARD CONTRACT REQUIREMENTS . . Item Paqe 1- State Wage Rate Clause ................................................................................................ BP-1 2- 3- 4- Labor Code Section 1810; Definition: A Legal Day's Work ............................................ BP-4 5- Labor Code Section 1813; Penalty for Overtime on any Public Works Contract ........... BP-4 6- Labor Code Section 181 5; Minimum Overtime Pay ....................................................... BP-4 7- Labor Code Section 1860; Contract Provision ............................................................... BP-4 8- Labor Code Section 1861; Contractor Certification to Labor Code Section 3700 ......... BP-4 9- Cultural Resource Protection .......................................................................................... BP-4 10- State MBENVBE Provisions; includes Attachment A and Attachment B ....................... BP-6 Labor Code Section 1776; Complete Payroll Records; Certified and Available ............ BP-1 Labor Code Section 1777.5; Employment of Properly Registered Appmetices ........... BP-2 MUST BE SUBMITTED WITH BID TO BE RESPONSIVE 11- The Subletting and Subcontracting Fair Practices Act ................................................. BP-13 12- Equal Opportunity Clause (40 CFR 60-8.4(b)) ............................................................. BP-13 13- Nondiscrimination Clause ............................................................................................. BP-14 14- Construction Contractors . Affirmative Action Requirements (41 CFR 60-4) .............. BP-I 5 15- Elimination of Segregated Facilities ............................................................................. BP-19 16- Certification of Non-Segregated Facilities .................................................................... BP-20 17- Drug-Free Workplace Certification ............................................................................... BP-21 18- Use of Debarred Contractors Prohibited ...................................................................... BP-22 19- Responsibility for Removal, Relocation. or Protection of Existing Utilities ................... BP-24 - (Government Code Section 4215) 20- Submitting of Bids and Agreeing to Assign ( Government Code Section 4552) .......... BP-25 21- Non-Collusion Affidavit Public Contracts Code Section 7106 ...................................... BP-25 22- Affirmative Action and Equal Employment Opportunity minority participation table .. ..B P.26 23- Labor Code Section 6500 ............................................................................................. BP-27 24- Public Contract Code Section 71 05 .............................................................................. BP-27 25- Public Contract Code Section 9203 .............................................................................. BP-28 em %#Revised: 10/08/03 Contract No . 38871.C. 36671. and 39301 Page 6 of 114 Pages - TECHNICAL SPECIFICATIONS DIVISION 1 (NOT USED) DIVISION 2 02050 021 00 02140 021 60 02200 02340 0251 0 02646 02653 02666 DIVISION 3 03280 0331 0 DIVISION 4 DIVISION 5 05500 - DIVISION 6 DIVISION 7 DIVISION 8 DIVISION 9 09800 Demolition Site Preparation Dewatering Excavation Support Systems Earthwork Boring and Jacking Asphalt Concrete Pavement and Base PVC Pressure Pipe Fabricated Steel Pipe Specials Water Pipeline Testing and Disinfection Joints in Site Work Concrete Cast-in-Place Sitework Concrete (NOT USED) Miscellaneous Metals (NOT USED) (NOT USED) (NOT USED) Protective Coating DIVISION 10 (NOT USED) DIVISION 11 (NOT USED) DIVISION 12 (NOT USED) DIVISION 13 (NOT USED) DIVISION 14 (NOT USED) '3Revised: 10/08/03 Contract No. 38871 -C, 36671, and 39301 Page 7 of 114 Pages DIVISION 15 - 15000 15100 15101 151 09 151 13 151 14 15115 15151 Piping Components Valves, General Valve Operators Gate Valves Air Release and Vacuum Valves Pressure Regulating Valves Miscellaneous Valves Reclaimed Water Facilities Identification DIVISION 16 16890 Fiber Optic Conduit and Pull Boxes ,- <$Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 8 of 114 Pages w %#Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 INFORMATION FOR CONTRACTOR A. TO OBTAIN A COPY OF CURRENT PLAN HOLDERS LIST City of Carlsbad, Purchasing PHONE (760) 602-2748 B. QUESTIONS PERTAINING TO PLANS AND CONTRACT DOCUMENTS City of Carlsbad, Engineering David Ahles, Senior Civil Engineer 760) 602-2748 Page 9 of 114 Pages CITY OF CARLSBAD and CARLSBAD MUNICIPAL WATER DISTRICT NOTICE INVITING BIDS Until 4:OO PM September 30, 2004, the City of Carlsbad shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, California, 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: CONTRACT NO. 388714,36671, AND 39301 ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II PROJECT CARLSBAD INDUSTRIAL PARK PIPELINES PROJECT This bid and the terms of the Contract Documents and Supplemental Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the Carlsbad Municipal Water District and the Bidder. 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, 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 State Water Resources Control Board Contract Requirements is part of the Contract Requirements for Bid Schedule “A. Failure to take the (5) affirmative steps listed under Requirements, Section A, prior to bid opening and to submit “minority Business EnterpriseNVomen Business Enterprise Information” (Attachment B) with the bid shall cause the bid to be rejected as a non-responsive bid. r The Carlsbad Municipal Water District encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. The Carlsbad Municipal Water District may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the Carlsbad Municipal Water District or another jurisdiction in the State of California as an irresponsible bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder’s security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (IO) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the District to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the District or a state or federally chartered bank in California as the Escrow Agent. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. - a P”gRevised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 10 of 114 Pages x The documents which comprise the Bidder’s proposal and that must be completed and properly executed, including notarization where indicated are: 1. 2. 3. 4. 5. 6. Contractor‘s Proposal, including Acknowledgment of Addendum@) Equipment/Material Source Information Bidder’s Bond Designation of Subcontractors and Amount of Subcontractor Bid Bidder’s Statement of Financial Responsibility Bidder’s Statement of Technical Ability and Experience 7. Certificate of Insurance, the riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract 8. Bidder‘ s Statement Re Debarment 9. Bidder‘s Disclosure Of Discipline Record IO. Non-Collusion Affidavit 11. State Water Resources Control Board (Attachment B) *Pursuant to California Public Contracts Code section 41 04(a)(2)(A) portions of the information required on documents numbers four and five, above, may be submitted by the Bidder up to twenty-four (24) hours after the deadline for submitting bids contained in this “Notice Inviting to Bid”. All bids will be compared on the basis of the Engineer’s Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer’s Estimate is $7,380,000 (Seven Million Three Hundred Einhtv Thousand Dollars, (Schedule i’A=$5,800,000 Schedule “Bn=$l,500,000 and Schedule i‘C”=$80,000). Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered 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 the 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 A, General Engineering. F 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 the following non-refundable fees of $75.00 per set. If plans and specifications are to be mailed, the cost for postage will 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, employee or contractor of the City of Carlsbad nor r- QRevised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 11 of 114 Pages may any bidder rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. , rr- 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. P 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. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to: 1) One hundred percent (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000). 2) Fifty percent (50%) of the total amount payable by the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($1 0,000,000). 3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract exceeds ten million dollars ($1 0,000,000). These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the District until they are released as stated in the Supplemental Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: I) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or /- em \#Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 12 of 114 Pages 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. r' 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 City Council of the City of Carlsbad, California, by Resolution No. 2004-184, adopted on the 8th day of June, 2004. Approved by the Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad, California, by Resolution No. 121 0, adopted on the 8th day of June, 2004. ISABELLE J. PAULSEN, CMC Deputy Secretary DATED: August 16,2004 Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 13 of 114 Pages _- c CITY OF CARLSBAD and CARLSBAD MUNICIPAL WATER DISTRICT CONTRACT NO. 38871-C,36671, AND 39301 ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II PROJECT CARLSBAD INDUSTRIAL PARK PIPELINES PROJECT CONTRACTOR'S PROPOSAL City Council Board of Directors City of Carlsbad & Carlsbad Municipal Water District 1635 Faraday Avenue Carlsbad, California 92008-7314 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-C, 36671, and 39301 in accordance with the Plans, Specifications, Supplemental Provisions and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: SCHEDULE "A" RECYCLED WATER PIPELINES (Contract No. 38871) Item - No. A- 1 A-2 A-3 Description Approximate Quantity Unit and Unit Price Total QQ 8. Mobilization and preparatory 1 LS $ ~O~~oOo $ \oo,ocm work at a lump sum amount (not-to-exceed one hundred thousand dollars) at eun \4u*SnssTb TAQllsIwD Dollars (Lump Sum) WB "O/\Oo Sheeting, shoring, bracing for LS $ 55 loo0 s !$ 53,SOO~ the protection of trench and workers in excavations at F%GT* P-s. 30 "rvbl%+ Pb*b ~O/\OO Dollars (Lump Sum) Pipeline A: 8-inch diameter 1,031 LF $ 105 %t $ \00,a55= PVC recycled water pipeline in Carlsbad Village Drive at -ti Hu3OlAeb SZdE Dollars per Linear Foot h-0 "/\QO Contract No. 3887-C, 36671, and 39301 Addendum No. 1 Page 14 of 114 Item - No. DescriDtion Approximate Quantity Unit and Unit - Price A-4 Pipeline B: 8-inch diameter 622 LF $ %b ?E PVC pipeline in Glasgow Drive at btta-rd 5f% neQ Oo/\0O Dollars per Linear Foot A-5 Pipeline C: 8-inch diameter 6,667 LF $ I I PVC recycled water pipeline in Loker Avenue at Dollars per Linear Foot A-6 Pipeline D: 8-inch diameter 441 LF $ ?O e PVC recycled water pipeline in El Fuerte Street at SEJEQTJ Q'/\oo Dollars per Linear Foot A-7 Pipeline E: 4-inch diameter 453 LF $ r\xIs PVC recycled water pipeline in Sea Otter Place at se,Jm-YT* -0 Oo/\0O Dollars per Linear Foot PVC recycled water pipeline in Sea Lion Place at A-8 Pipeline F: 4-inch diameter 359 LF $ b% 5s75-4 SSGU-T -D?K*o ~ Dollars per Linear Foot A-9 Pipeline G: 12-inch diameter 8,662 LF $ [ 20 * PVC recycled water pipeline in Faraday Avenue at A-IO Pipeline G: 8-inch diameter 1,841 LF $ 0% PVC recycled water pipeline in Faraday Avenue at 1L'1Zbb%* FOUA (5-n Dollars per Linear Foot - Total $ 773,37%* 8 00 $30,gt\oL Contract No. 3887-C, 3667, and 39301 Addendum No. 1 Page 15 of 114 (-- Item - No. A-1 1 A-I 2 A-I 3 A-A 4 A-I 5 A-I 6 A-I 7 - Description Approximate Quantity and Unit Pipeline H: 4-inch diameter 558 LF PVC recycled water pipeline in Orion StreeffCourt at 3sz7* WS Ala0 %QO Unit - Price Total Dollars per Linear Foot Pipeline I: 4-inch diameter 647 LF PVC recycled water pipeline in Newton Court S~ILTi FOUR e*’D -/too ~ Dollars per Linear Foot Pipeline J: 4-inch diameter 1,281 LF PVC recycled water pipeline in Van Allen Way at 46\,sNv4 Bo- WQ ao/too Dollars per Linear Foot Pipeline K: 4-inch diameter 375 LF PVC recycled water pipeline in Rutherford Court at F%W* NT;*S* *db-00/(00 Dollars per Linear Foot Pipeline K: 8-inch diameter 4,361 LF PVC recycled water pipeline in Rutherford Road at + M%o* Dollars per Linear Foot Pipeline L: 4-inch diameter 506 LF PVC recycled water pipeline in Farnsworth Court at %%**4 %CrX -0 *ha Dollars per Linear Foot Pipeline M: 4-inch diameter 344 LF PVC recycled water pipeline in Balfour Court at *-H FZJQ- a*% -t,Oo $ &+Bo= Contract No. 3887-C, 3667, and 39301 Addendum No. 1 Page 16 of 114 ,- Item - No. A-I 8 A-I 9 A-20 A-2 1 A-22 A-23 Approximate Quantity Description and Unit Dollars per Linear Foot Unit - Price Pipeline N: 4-inch diameter PVC recycled water pipeline in Geiger Court at %%**A mz RAD .O/100 Dollars per Linear Foot Pipeline 0: 4-inch diameter PVC recycled water pipeline in Landau Court at E%cpwr3\ quo Oo1\OO Dollars per Linear Foot Pipeline P: 4-inch diameter PVC recycled water pipeline in Pascal Court at uo 5FiJS3rT-d orse PnJb 1\00 Dollars per Linear Foot Pipeline Q: 8-inch diameter PVC recycled water pipeline in Priestly Drive from Faraday Avenue to Rutherford Road at SEIJE;*J+ FOIxR R*Q Dollars per Linear Foot Pipeline Q: 4-inch diameter PVC recycled water pipeline in Priestly Drive from Rutherford Road to La Place Court at PS'FT* #sir2 R *sg Oo/,OO Dollars per Linear Foot Pipeline R: 4-inch diameter PVC recycled water pipeline in La Place Court at F-rF 4 orouaf+o oo(\cQ Dollars Per Linear Foot 187LF $ q\ O0 1,014 LF $ qh ?2 $ ?5,0310* 310 LF Contract No. 3887-C, 3667, and 39301 Addendum No. 1 Page 17 of 114 - Item - No. Description Approximate Quantity Unit and Unit - Price A-24 Pipeline S: 16-inch diameter 3,115 LF $ / 50 PVC recycled water pipeline in El Camino Real at UIA . I ' &!A Dollars per Linear Foot PVC recycled water pipeline in Aston Avenue at S%*T* -*D Oo/\0O A-25 Pipeline T: 4-inch diameter 912 LF $ bO - Total Dollars per Linear Foot A-26 Pipeline T: 8-inch diameter 1,808 LF $ PA ?2 PVC recycled water pipeline in Aston Avenue at 00 tZ%&aT< oQ2 A~Q /\eo Dollars per Linear Foot 00 A-27 Pipeline U: 4-inch diameter 401 LF $ 5% PC recycled water pipeline in Pasteur Court at F.rsld Es6 fi*b -o/,oo Dollars per Linear Foot PVC recycled water pipeline in Darwin Court at A-28 Pipeline V: 4-inch diameter 603 LF $ b3 ?S Li'ZL*q-i -*A=. W'b -/\o* Dollars per Linear Foot A-29 Pipeline W: 8-inch diameter 980 LF $ /I/i PVC recycled water pipeline &de, It %& Dollars per Linear Foot Contract No. 3887-C, 3667, and 39301 Addendum No. 1 Page 18 of 114 Approximate Quantity and Unit Unit - Price - Total Item - No. A-30 Description Pipeline X: 8-inch diameter 1 ,I 39 LF PVC recycled water pipeline from College Boulevard to Palomar Oaks Way and in Palomar Oaks Way to Camino Vida Roble at E.rCH* a*sZ hub =A00 Dollars per Linear Foot A-31 Pipeline X: 4-inch diameter 785 LF PVC recycled water pipeline from Camino Vida Roble to Dollars per Linear Foot .- A-32 Pipeline Y: 4-inch diameter 438 LF PVC recycled water pipeline in Wright Place at oo s=** FhdD k? Dollars per Linear Foot A-33 Pipeline Z: 4-inch diameter 905 LF PVC recycled water pipeline in Dryden Place at SZX* Ai Oo/\0O Dollars per Linear Foot A-34 Pipeline A2: 8-inch diameter PVC recycled water pipeline in Camino Vida Rob,le at 2,324 LF #$@. Dollars per Linear Foot A-35 Pipeline A2: IO-inch diameter PVC recycled water pipeline in Camino Vida Roble at 5,646 LF 6kc J Dollars per Linear Foot Contract No. 3887-C, 3667, and 39301 Addendum No. 1 Page 19 of 114 -_ Item - No. DescriDtion "--- Approxi mate Quantity Unit and Unit - Price A-36 Pipeline B2: 4-inch diameter 2,202 LF $ 76 .p PVC recycled water pipeline in Kellogg Drive at .' scw&slr f %- Dollars per Linear Foot A-37 Pipeline C2: 4-inch diameter 1,796 LF $ 7'5/* PVC recycled water pipeline Dollars per Linear Foot ?= A-38 Pipeline D2: 8-inch diameter 247 LF $ s% PVC recycled water pipeline in Palomar Oaks Way at sWV%T hdlf) *~~~ Dollars per Linear Foot PVC recycled water pipeline in Palomar Oaks Court at A-39 Pipeline D2: 4-inch diameter 122 LF $ bb 5r.m-i srx R-6 -A00 Dollars per Linear Foot A-40 2" recycled water irrigation 123 EA $ ;S,pSbS #j 7% Dollars Each A-41 2" blow-off assemblies per 105 EA $ 4.776 CMWD W6 at Abvsfd st&w~ - Total ~ Dollars Each A-42 4" blow-off assemblies per 5 EA $ 9,Yoo.oI. CMWD W11 at *ST+€ lC4OU4efeD F0-a WU*PAwm &lab -/\a0 Dollars Each Contract No. 3887-C, 3667, and 39301 Addendum No. 1 Page 20 of 114 Approximate Quantity and Unit Unit - Price Item - No. Description Total A-43 A-44 A-45 A-46 A-47 A-48 A-49 A-50 A-5 1 2" air and vacuum valve 35 EA Dollars Each 2" Manual air release valve 28 EA assemblies per CMWD W6 at 03a Tf\mu%tctAT3 %sx uumsz.Q 16-inch gate valves at sr-r<. ~u4%iwr3~~u~ h-9B-b wb cw/,oo Dollars Each 5 EA 12-inch gate valves at W%S--( R*B -/,a0 Dollars Each 13 EA _.c 8-inch gate valves at WE TMoou5fb-rn Qat Dollars Each 40 EA F%%* wD '.f\QO $ \og,ooo- Traffic control at LS * OUP- M*+pwS-o T*QQ5Wb Dollars (Lump Sum) Dollars (Lump Sum) 27-inch pipeline repair, 8" LS Tee and connections along PAR at T+hMWb Dollars (Lump Sum) %QIL *UMMC~~ wn -AOo Contract No. 3887-C, 3667, and 39301 Addendum No. 1 Page 21 of 114 A-52 1" recycled water irrigation 50EA $ &,bQ5°32. services per CMWD W3 at T-0 TUJh TMSW wtua%b sww-T-2 F53Fi R*rh -A00 Dollars Each A-53 1" air and vacuum valve 20 EA $ ..r,\50& assemblies per CMWD W7 at Two T\ioWhixdb 0-= YWPfKGl P5-e h3B "/, 00 Dollars Each A-54 1" Manual air release 6 EA $ \l%oo* assemblies per CMWD W5 at Wb FouG %*b*wL b er*b "/ \ta 0 Dollars Each Total amount of bid in words for Schedule "A" (Items Nos. A-I through A-51): Total amount of bid in numbers for Schedule "A" (Items A-I through A-51): $ 6; ?$qi y$/ 9Q, /Wbw&U&&. Contract No. 3887-C, 36671, and 39301 Addendum No. 1 Page 21A of 114 Item - No. B-I B-2 B-3 8-4 @ B-5 B-6 B-7 Description SCHEDULE "B" PAVEMENT OVERLAY (Contract No. 36671) Approximate Quantity Unit and Unit Price Public notification of work and LS $ cI,oco* Traffic Control at Dollars (Lump Sum) Temporary and Final Traffic LS $ sq,oooe Striping at RUB -(\Po Dollars (Lump Sum) Crack Sealing at 30,000 LF $ ow ..' ?%*e /bbS Dollars per Cubic Yard Full-depth asphalt concrete 1,000 TON $ & patch - 12" at aEJc:- ?7& Dollars per Ton Asphalt Rubber Hot Mix 15,690TON $ 85= (ARHM) overlay at &Abe&cks j %-- Dollars per Ton Cold milling 5' width at 50,620LF $ / blur. 5b/,,, Dollars per Linear Foot Cold milling IO' wide header 1,280 LF $ 2 Dollars per Linear Foot Contract No. 38871-C, 36671, & 39301 Addendum No. 2 Page 22 of 144 Pages Item - No. 8-8 B-9 B-I 0 Descrirstion Approximate Quantity Unit and Unit - Price - Total $ s3s3”s 153EA $ 3.% 2S - Full raise of sewer and stormdrain manholes at t& &dd&A ,’ //DB Dollars Each Full raise of valve boxes, 207EA $ ams monument boxes, - Dollars Each Remove and replace 315 LF $ $ B,B&O?= concrete curb and gutter at -rw*Jf* TSbW orso -f\m B-I 1 - Dollars per Linear Foot Remove and replace 1,255 SF $ 10 w $ \%,450e concrete cross gutter and spandrel at le,,, *Pc*rfr 00 eo B-I 2 B-I 3 Dollars per Square Foot Remove and replace 565SF $ \q !5 $ 9,bOS02 concrete driveway aprons at 0 sWtcJ?hW 4~0 /\cQ Dollars per Square Foot Remove and replace 2,960 SF $ 10 $ L.9 !be- concrete sidewalk at Jp 00 TRd nrJn oo/\o 0 Dollars per Square Foot Total amount of bid in words for Schedule “B” (Items Nos. B-1 through B-13): b= Mytm -GW /$bt&d g&Lf I #&# #P - Total amount of bid in numbers for Schedule “B” (Items B-I through B-13): $ [I 7Gf,6S* Contract No. 38871-C, 36671, & 39301 Addendum No. 2 Page 23 of 144 Pages OPENED, WITNESSED AND RECOHDkD: *-- Item - No. Description p -7- oc/ DATE SIGNATURE SCHEDULE C FIBER OPTIC DUCT AND PULL BOXES (Contract No. 39301) Approximate Quantity Unit and Unit - Price Total C-I Fiber optic duct at 8,960 LF $ \t= $ \u3,3bo 5TlcTF -4 wn - /,Go ~~ Dollars per .O C-2 Communications pull boxes 14 EA $ *,smS $ b’3,OOO at \ceun -T*-auswb -v- U\YJbRll;b DwD Dollars per A00 .e Total amount of bid in words for Schedule “C (Items Nos. C-I through C-2): co Two U-VaDA-b s’=rx ’P*-s-Q -%ss **DSXhQ 3r2Jk-4 lwb fw2 Total amount of bid in numbers for Schedule “C” (Items C-t through C-2): $ bob, ab0 e% - Price(s) given above are firm for 90 days after date of bid opening and do comprise the Contract Unit Prices for the Work. Total amount of bid in words for Schedules “A”, “B”, ’3: gf& M*/l#bd. Smbd *. /%Mtw S&d&MW, , Atwd SfA Total amount of bid in numbers for Schedules “A”, “B”, and “C”: !J 8.3737 &G e r The basis of award will be the sum of Schedule “A, Schedule “B, and Schedule “C”. Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No@). this proposal. hadhave been received and idare included in 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 Carlsbad, the District may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. - Contract by the Board of Directors of the Carlsbad Municipal Water District of the City of Contract No. 38871-C, 36671, & 39301 Addendum No. 1 Page 24 of 144 Pages .- e - The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number 5 8 't9 220 , classification A which expires on , and that this statement is true and correct and has the legal effect of an affidavit. __ 2/23 /2mb - A bid submitted to the District by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(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 § 10164. The Undersigned bidder hereby represents as follows: 1. That no Board of Directors member, officer, agent, or employee of the Carlsbad Municipal Water District is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the Board of Directors, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those - contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. - Accompanying this proposal is C\ 0on Cashier's Check) for ten percent (loo/,) of the amount bid. (Cash, Certified Check, Bond or c- 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 I, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail GRevised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 25 of 114 Pages License Detail Page 1 of2 License Detail CALIFORNIA CONTRACTORS STATE LlCEN Contractor License # 587920 DISCLAIMER A license status check provides information taken from the CSLB license data base. Before 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 tc complaint disclosure, a link for complaint disclosure will appear below. Click on the lin button to obtain complaint and/or legal action information. Per B&P 7071.17, only construction related civil judgments known to the CSLB are di Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered ont Board's license data base. Extract Date: 10/20/2004 * * * Business Information * * * J FLETCHER CREAMER & SON INC 12874 SAN FERNANDO ROAD SYLMAR, CA 91 342 Business Phone Number: (81 8) 367-9748 Entity: Corporation Issue Date: 02/06/1990 Expire Date: 02/28/2006 * * * License Status * * * rhis license is current and active. All information below should be reviewed. * * * Classifications * * * Description I * * * Bonding Information * * * CONTRACTOR'S BOND: This license filed Contractor's Bond number 687198 in the am1 $10,000 with the bonding company SURETY COMPANY OF THE PACIFIC. http://www2.cslb.ca.gov/CSLB - LIBRARY/License+Detail.asp 10/20/2004 License Detail Page 2 of 2 ___I_ License _l_l_l_l_l Number Request -- Contractor Name Request Personnel Name Request I Salesperson Request .- Salesperson Name Request Effective Date: 01/01/2004 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL(1): This license filed Bond of Qualifying Individual I 9086778 for JOHN ANTHONY SOLIS in the amount of $7,500 with the bonding comp' AMERICAN CONTRACTORS INDEMNITY COMPANY. Effective Date: 10/05/2004 * * * Workers Compensation Information * * * This license has workers compensation insurance with the ST PAUL FIRE AND MARINE INSURANCE COMPANY Policy Number: WK2900900 Effective Date: 03/31/2004 Expire Date: 03/31/2005 Workers Compensation History 0 2004 State of California Conditions of Use Privacy Policy <- http://www2.cslb.ca.gov/CSLB~LIBRARY/License+Detail.~p 10/20/2004 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) . .- c .--.---- I c (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. IF A CORPORATION, SIGN HERE: \ (1) Name under which business is conducted S. F\ek-+h~ Geame* 3 SoQ, inc. Impress Corporate Seal here ... ... ... ... (3) Incorporated under the laws of the State of 3 e< 5e~ J (4) Place of Business JLaT).L1 Sbn ~e*nsnAo to aC 1 (Street and Number) City and State s,\mau ! cA (5) Zip Code 913Y-L Telephone No. 818-363- 93cI 23 @Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 26 of 114 Pages NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED .- ,- List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: @Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 27 of 1 14 Pages J. flETCtlER CREAMER E SON, INC. To Whom It May Concern: This will confirm that John Solis, of J. Fletcher Creamer & Son, Inc., has authority to sign bids for work to be performed on behalf of the Company. J. FLETCHER CREAMER & SON, INC. EQUIPMENT/MATERIAL SOURCE INFORMATION TO ACCOMPANY PROPOSAL .- CONTRACT NO. 3887-C, 36671, AND 39301 -- ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II PROJECT CARLSBAD INDUSTRIAL PARK PIPELINES PROJECT 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. ._ _I- _- EquipmenVMaterial Manufacturer/Product Supplier I. AWWA C-900 and C-905 Class _-. . 150 and Class 200 PVC Pressure Pipe 2. Gate Valves - 3. Combination Air Vacuum Valves e I aRevised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 28 of 114 Pages BIDDERS BOND TO ACCOMPANY PROPOSAL ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II PROJECT CARLSBAD INDUSTRIAL PARK PIPELINES PROJECT CONTRACT NO. 3887-C,36671, AND 39301 KNOW ALL PERSONS BY THESE PRESENTS: as Surety are held and fmly bound unto the Carlsbad Municipal Water District, Carlsbad. California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. That we, J. Fletcher Creamer & Son, Inc., as Principal, and gffAmer$ca eco nsurance Company I Ten Percent of Amount Bid THE CONDITION OF,THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Pnnc@p.J for: __ CONTRACT NO. 3887-C, 36671 , AND 39301 ENCINA BASIN WATER RECLAMATION PROGRAM PHASE ll PROJECT CARLSBAD INDUSTRIAL PARK PIPELINES PROJECT .in the City of Carlsbad. is accepted by the Board of Directors, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the Board of Directors of the Carlsbad Municipal Water District of the City of 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. - ..-- .... .... .... - I... .... e .... @Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 30 of 114 Pages .. ..... -. r- c. r I c I I . I, In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this 30th- day Executed by SURETV this 30th day of of September 1204k,.@ September ,2004 . PRINCIPAL: SURETY; J. Fletcher Creamer & Son, Inc. Safeco Insurance Company of America (name of Surety) 1200 MacArthur Blvd., Mahwah, NJ 07430 (address of Surety) 201-327-7447 W J. Fletcher Creamer, Jr. (print name here} President of J. Fletcher Creamer & Son, Diane M. Coscia (printed name of Attomey-in-Fact) (print name here) (title and organization of signatory) Son, Inca (Attach corporate resolution showing current Assistant Sec. of J. Fletcher Creamer & 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 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.) (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 City AttorneylGeneral Counsel By: Depdy General Cou"nd @Revised: 10/08/03 Contract No. 36871-C, 36671, and 39304 Page 31 of 114 Pages 1 SAFECO" SAFECO SURETY North Atlantic Region Office 1200 MacArthurBhd, 3d Floor Mahwah, NJ 07430-233 1 CONSENT OF SURETY AGREEMENT OF SURETY * Phone: (201) 327-6195 Fax: (201) 327-9202 We, the undersigned, ~ Safeco Insurance Company of America 1200 MacArthur Boulevard, Mahwah, NJ 07430 a corporation organized under the laws of the State of Washington and authorized to do business in the Sta'te of California, as Surety, do hereby consent and agree with City of Carlsbad 1635 Faraday Ave. Carlsbad, CA 92008 that if the foregoing proposal of J. Fletcher Creamer & Son, Inc. 12874 San Fernando Rd. Sylmar, CA 91342 for Contract Nq. 38874 , 36671 and 39301 - Encina Basin Water Reclamation Program Phase II Project, Carlsbad Industrial Park Pipelines Project be accepted and the contract be timely awarded and executed by J. Fletcher Creamer & Son, Inc. 12874 San Fernando Rd. Sylmar, CA 91342 we will, upon its being so awarded and entered into, become Surety as required in the bid specifications. This consent will be valid for a period of sixty (60) days if no period of time is designated'7n the bid specifications. Signed and sealed on September 30,2004 Safeco lpsurance Company of America _- POWER A E c O' OFRTTORNE'I' SAFECO INSUW+E COMP~~.~Y OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA : HOME OFFICE: SAFECO PW SEnlTLE. WASHINGTON 98185 its lrue and lawful anorney(spn-[ad. wilh full aulhciity lo execute on ils behalf EdeCty and surely bonds or undertakings and otter documenls nl 3 similar character ifsued in the couneoi ils business. an3 :o bind l& iespEciive uxnpafly thereby.. IN WITMSS WHEREOF. SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each exemled and anesled lhese presenh ; ulis 2Orh dayd A~g~rr . 2003 CHRISTINE MEAD, SECRETARY MIKE MCGAVICK, PRESIDENT T CERTIFICATE Exlract from Lhe By-Laws of SAFECO INSURANCECOMPANYOF AMERICA and of GENERAL INSURANCE COMPANYOFAMEfUCk- 'Arb;& V. Section 13. - FlOELlTY AND SURW BONDS __ the Pmidefll. any Vice PreSidN the seuehy. and any Assistant Vice President winled lor ha1 purpase by he officer in charge of surely 0peralia-s. shal each have aUthon'ty b appoint kh%lSls as attomqrs-irrlad or under olher appropciale les wilh aulhocity lo execute on behalf of .the company FuJeGty and surety bonae and 0th- dmnb d s-mi cfnrader issh by me company in be come 01 ils hshes... On any insbu&l making or evidenchg such appointmenL the signatures my be affixed by facsimile. On any insburnen1 mlerring such aulhorily or on any bond or underlaking d he company. the seal. of a faaiiile VlereOf. may PeimpFeaed or affaed ff in any other manner reproduced: Wvided. however. that !he seal shall ndbe necessary lo Ihemlidity of any such instrument OC Undebldng' Exbd from a Resolutjon of Ihe Board of OiedorS of SAFECO INSURANCE COMPANY OF AMERICA . and OI GENERAL INSURANCE COMPANY OF AMWCAadqM Juiy 28.1970. I. ChmIjne Mead, Secretary of SAFECO INSUW,NCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERlCk do h&eby cerlify lhal the foregoing exin& of lhe By-LW and d a Resolutjon of the Board Of Direclm of ke corpocalicns. and of a Power of Altomey issued pwsuaN hemlo, are lrue and mecl. and that boa Ihe 8y-b~~. Ihe Resdulion and me Power of Attorney ape dill in full fa and efed IN WmNESS WHEREOF. I have herrunlo sei my hard and aHxed Ihe, facsimile seal d said corpwation lhis __ 30th day d September . 2004 CHRISTINE MEAD. SECRETARY - r SAFECO" SAFECO INSURANCE COMPANY OF AMERICA FINANCIAL STATEMENT - DECEMBER 31,2003 Assets Liabilities Cash and Bank Deposits ..................................... $ *Bonds -US Government ........................... *Other Bonds ........................................................... *Stocks .................................................................... Real Estate ............................................................. Agents' Balances or Uncollected Premiums .......... Accrued Interest and Rents .................................... Other Admitted Assets ........................................... (4 1 ,I 29,046) 191,611 ,I 76 2,268,566,075 456,062,250 12,440,327 332,460,470 35,146,561 163.785.853 ................................... Total Admitted Assets $3.418.943.666 Unearned Premiums Reserve for Claims Funds Held Under Reinsurance Treaties ............... Reserve for Dividends to Policyholders ............. Reserve for Commissions, Taxes and 577,176 1,168,869 Additional Statutory Reserve ................................ - Other Liabilities Paid in Surplus ................................ 227,306,484 Unassigned Surplus ................... 586,169,474 Surplus to Policyholders ............................. 818,475,958 Total Liabilities and Surplus .............................. %3.418.9_43.666 * Bonds are stated at amortized or investment value; Stocks at Association Market Values. Securities carried at $1 13,865,629 are deposited as required by law. I, MICHAEL C. PETERS, president of SAFECO National Insurance Company, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31,2003, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 1st day of March, 2004. _- S-1262a 3/02 President Q A registered trademark of SAFECO Corporation ACKNOWLEDGMENT OF SURETY STATE OF NEW JERSEY COUNTY OF UNION On September 30, 2004, Diane M. Coscia to me known, who, being by me duly sworn, did depose and say that he/she is an Attorney in Fact of Safeco Insurance Company of America the corporation described in and which executed the within instrument; that he/she knows the corporate seal of said corporation; that the seal affixed to the within instrument is such corporate seal; and that he/she signed the said instrument and affixed the said seal as Attorney in Fact by authority of the Board of Directors of said corporation and by the authority of hislher office under Standing Resolutions thereof. Nancy L. Brooker Notary Public of New Jersey My Commission expires March 10, 2006 ACKNOWLEDGMENT OF PRINCIPAL STATE OF New Jersey COUNTY OF Bergen On this 30th day of September 20 04 before me personally came J. Fletcher Creamer, Jr. to me known, who, being by me duly sworn, did depose and say that hem resides at 158 Ashley Pl., Park Ridge, NJ 07656 and that he/* is the President of J. Fletcher Creamer & Son, Inc. the corporation described in and which executed the foregoing instrument; that he knows the seal of said corporation; that one of the seals affixed to said instrument is such seal; that it was so affixed by order of the directors of said corporation, and that helshe signed hidher name thereto by like order. Company Profile Page 1 of2 Company Profile SAFECO INSURANCE COMPANY OF AMERICA STATE FILINGS C-2 SAFECO PLAZA SEATTLE, WA 98 185 800-332-3226 Former Names for Company Old Name: SELECTIVE AUTO & F INS CO AMER Effective Date: 1 1-02-1 953 Agent for Service of Process DAWN JEWORSKI, 120 VANTIS SUITE 130 ALISO VIEJO, CA 92656 Unable to Locate the Aeent for Service of Process? Reference Information Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT FIRE http://cdinswww.insurance.ca.gov/pls/wu - coqrof/idb-cogrof-utl.get - cogroPp-EID= ... 10/20/2004 Company Profile Page 2 of 2 LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Company Complaint Information Company Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies Want More? Help Me Find a Co-mpany Representative in My Area Financial Rating Organizations Last Revised - October 01,2004 06:24 AM Copyright 0 California Department of Insurance Disclaimer http ://cdinswww. insurance.ca.gov/pls/wu_coqrof/idb_coqrof-utl.get_coqrof?p_EID=. . . 10/20/2004 P r- c GUIDE FOR COMPLETING THE “DESIGNATION OF SUBCONTRACTORS” FORM REFERENCES Prior to preparation of the following Subcontractor disclosure form Bidders are urged to review the definitions in section 1-2 of the SSPWC (“Greenbook”) and in the Supplemental Provisions to this Contract, especially, “Bid”, “Bidder”, “Contract“, “Contractor“, “Contract Price”, “Contract Unit Price”, “Engineer”, “Subcontractor” and Work” and the definitions in section 1-2 of the Supplemental Provisions especially “Own Organization.’’ Bidders are further urged to review sections 2-3 SUBCONTRACTS of the Greenbook and section 2-3.1 of these Supplemental Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be preformed by forces other than the Bidder’s own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the “Contractor‘s Proposal” are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder’s total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($1 0,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder’s sealed bid. Failure to Drovide comDlete and correct information may result in reiection of the bid as non- rewonsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor- installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter “NONE” in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract amounts for purposes of award of the contract shall be determined by the Board of Directors in conformance with the provisions of the contract documents and the Supplemental Provisions. The decision of the Board of Directors shall be final. 4m %#Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 32 of 1 14 Pages Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms 8s may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. @Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 33 of 114 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR’S BID ITEMS ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II PROJECT CARLSBAD INDUSTRIAL PARK PIPELINES PROJECT CONTRACT NO. 3887-C, 36671, AND 39301 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, “Subletting and Subcontracting Fair Practices Act.“ The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder’s total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($lO,OOO), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. , SUBCONTRACTOR’S BID ITEMS Subcontractor’s License No.* s%q sa0 Page L of pages of this Subcontractor Designation form * Pursuant to section 41 04 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the “Notice Inviting Bids.” QRevised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 34 of 114 Pages OCT-08-2004 20:29 From: Title: Date: J FLETCHER CREQMER Tenell L. Maroney Senior Estimator 8-Oct-04 818 367 9749 P.O1 - Phone: Pages: , ,_ , . ," , \\,, -. 2 J. Fletcher Creamer & Son, Inc. 12874 San Fernando Road Sylmar, Ca. 91342 Ph: (818) 367-9748 Fax: (818) 367-9749 Kevin Davis Fax: 760-602-8556 cc : Encina Basin/lnd. Park Pipelines I [ J Urgent [ x ] Review [ ] Comment [ I Reply I am attaching the contractors license numbers for the subcontractors we listed yesterday. .- OCT- -08-2004 20 : 29 3 FLETCHER CREAMER 818 367 9749 P.02 . v: . .' , , DESIGNATION OF SUBCONTRACTOR AND ANlOUNT OF SUBCONTRACTOR'S BID ITEMS CONTRACT NO. 3887-C, 36671, AND 39301 ENClNA BASIN WATER RECLAMATION PROGRAM PHASE I1 PROJECT CARLSBAD INDUSTRIAL PARK'PIPELINES PROJECT 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 perfom the porfions of the Work as designated in this list in accordance with applicable provisions Of the specificatians and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Ad.' The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of onehalf of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency.. SUBCONTRACTOR'S 810 ITEMS Subcontractor's License No.* . 5 q&q ?lo Page 3- of pages of this Subcontractor Designation form . Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the infOfmatlOn preceded by'an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids.contained In the "Notice Inviting Bids." Page 34 of 114 Pages TOTAL P. 02 L^- -- I BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY (To Accompany Proposal) ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II PROJECT CARLSBAD INDUSTRIAL PARK PIPELINES PROJECT CONTRACT NO. 3887-C, 36671, AND 39301 Copies of the latest Annual Report, audited financial statements or Balance Sheets may be submitted under separate cover marked CONFIDENTIAL. aRevised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 35 of 114 Pages .- J. Fletcher Creamer & Son, Inc. Balance Sheets Year Ended December 31,2003 J. Fletcher Creamer & Son, Inc. Index to Financial Statements Year Ended December 31,2003 Page Independent Auditors' Report ........................................................................................... 1 Balance Sheets ................................................................................................................ 2 Notes to Financial Statements .......................................................................................... 3 Independent Auditors' Report To the Board of Directors and Stockholders of J. Fletcher Creamer & Son, Inc.: We have audited the accompanying balance sheets of J. Fletcher Creamer & Son, Inc. as of December 31, 2003 and 2002. 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 auditing standards generally accepted in the United States of America. Those standards require that we plan and perform the audit to obtain reasonable assurance about whether the financial statements are free of material misstatement. 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 presentation. We believe that our audits provide a reasonable basis for our opinion. I An audit includes examining, on a test basis, evidence supporting the amounts and disclosures in In our opinion, the financial statements referred to above present fairly, in all material respects, the financial position of J. Fletcher Creamer & Son, Inc. as of December 31, 2003 and 2002, and the results of its operations and its cash flows for the years then ended in conformity with accounting principles generally accepted in the United States of America. Sax'Macy Fromm & Co., PC Certified Public Accountants Clifton, New Jersey March 26,2004 ,- 855 VALLEY ROAD . CLIFTON. NJ 07013 1 TEL (9731 472-6250 9 FAX (9731 472-7172 9 WWW.SMF-CPA.COM NEW JERSEY NEW YORK CONNECTICUT FLORIDA J. Fletcher Creamer & Son, Inc. Notes to Financial Statements -3- Note 1 - Summary of Significant Accounting Policies: A. Nature of Business - J. Fletcher Creamer & Son, Inc. (the Company) is a construction contractor with operations throughout the United States. The principal services of the Company include heavy and general construction, the construction and installation of various roadwork barriers, curbs, guiderails, and signs, the installation of gas, water, and sewer mains, electric and fiber optic conduit, fiber optic cable, and the cleaning and lining of water and sewer mains. The work is performed under fixed price, unit price, and time and material contracts. The length of the Company's contracts varies, but is typically less than three years. B. Method of Accounting for Income from Construction Contracts - Income from long-term construction contracts is recognized under the percentage-of-completion method. Under this method estimated profit to be earned upon completion of a contract is recognized in the proportion that direct costs incurred to date bears to estimated total costs to complete the contract. Cost and profit estimates are subject to revision as contracts extend over one or more periods, and any required adjustments are made in the period in which revisions become known. Provisions are made for the full amount of anticipated losses in the period in which they are first determinable. Claims for additional contract revenues are recognized to the extent of costs incurred if it is probable that the claim will result in additional revenue and the amount can be reliably estimated. Profit on such claims is not recognized until the claims have been allowed. Revenues earned from time and material contracts are recognized on the basis of costs incurred during the period plus the fee earned, measured by the cost-to- cost method. The asset, "Costs and estimated earnings in excess of billings on contracts in progress", represents revenue recognized in excess of amounts billed. The liability, "Billings in excess of costs and estimated earnings on contracts in progress", represents billings in excess of revenues recognized. C. Estimates - The preparation of financial statements in conformity with accounting principles generally accepted in the United States of America requires management to make estimates and assumptions that affect the reported amounts of assets and liabilities and disclosure of contingent assets and liabilities at the date of the financial statements and the reported amounts of revenues and expenses during the reporting period. Actual results could differ from those estimates. D. Balance Sheet Classification - In accordance with industry practice, the Company includes in current assets and liabilities amounts realizable and payable under long-term construction contracts. These contracts extend to periods of up to three years. E. Marketable Equity Securities - Marketable equity securities are classified as available for sale and are carried at fair market value. The cost of securities sold is based on specific identification. -4- - Note I - Summary of Significant Accounting Policies (Continued): F. Inventory - Inventory is stated at the lower of cost (determined on a first-in, first-out basis) or market, and consists principally of job materials that have been purchased for construction contracts. G. Property and Equipment - Property and equipment are recorded at cost and items are depreciated under the accelerated and straight line methods. Depreciation is provided in amounts sufficient to write off the cost of depreciable assets, less salvage value, over their estimated useful lives. H. Income Taxes - The Company, with the consent of its stockholders, has elected under the Internal Revenue Code and New Jersey Tax Code to be taxed as an S Corporation. In lieu of corporate federal income taxes, the stockholders of an S Corporation are taxed on their proportionate share of the Company's taxable income. Therefore, no provision or liability for federal income taxes has been included in these financial statements. The provision for state taxes has been computed at the reduced rate allowed for New Jersey S Corporations. The Company will continue to be subject to state taxes of those jurisdictions in which it currently operates at the applicable state tax rates. I. Cash Equivalents - For purposes of the statements of cash flows, the Company considers all highly liquid debt instruments purchased with a maturity of three months or less to be cash equivalents. J. Concentration of Credit Risk for Cash Held at Banks - The Company maintains cash balances at several banks. Accounts at each institution are insured by the Federal Deposit Insurance Corporation up to $100,000. The Company invests excess cash in high quality money market mutual funds which subjects the Company to concentrations of credit risk. K. Reclassifications - Certain reclassifications have been made to prior year amounts in order to conform to the current year presentation. Note 2 - Unbilled Accounts Receivable: Included in requisitions, accounts, retainages, and other receivables are unbilled accounts receivable of $363,228 and $2,183,987 as of December 31, 2003 and 2002, respectively, which were substantially billed in the following month. -5- - Note 3 - Marketable Equity Securities: Marketable equity securities are classified as available-for-sale securities. Available-for-sale securities are recorded at fair value, with the change in fair value during the period excluded from retained earnings and recorded as a separate component of equity. Cost and fair values of marketable equity securities at December 31, 2003 and 2002, are as follows: cost Unrealized Fair Basis Gain (Loss) Value December 31,2003 Equity securities !§ 220,358 $ 150,077 $ 370,435 December 31,2002 Equity securities $ 912,731 $ (644,056) $ 268,675 The change in the net unrealized gain {loss) on marketable equity securities included in stockholders’ equity was $794,133 and $(818,058) for the years ended December 31,2003 and 2002, respectively. Note 4 - Investment in Joint Ventures: The Company is accounting for its investment in joint ventures by recording the investment in the balance sheet under the equity method of accounting under which the Company’s share of the net income for the joint venture is added to the investment account, and distributions received from the joint venture are treated as a reduction of the investment account. In the income statement the Company’s proportionate share of revenues and expenses of the joint ventures are presented separately as revenues and expenses. -6- ,-- Note 4 - Investment in Joint Ventures (Continued): The Company has a one-third interest in Bishop-Sanzari-Creamer (a Joint Venture). The joint venture performs heavy highway and general construction services throughout Northern New Jersey. The condensed financial information of Bishop-Sanzari-Creamer as of and for the years ended December 31, 2003 and 2002 consisted of the following: December 31 2003 2002 Balance Sheet Total current and total assets $ 10,269,236 $ 9,653,626 Total current and total liabilities $ 7,442,616 $ 5,899,333 Total partners’ capital 2,826,620 3,754,293 Total Liabilities and Partners’ Capital $ 10,269,236 $ 9,653,626 Year Ended December 31 2003 2002 Income Statement Contract revenue earned $ 39,359,656 $ 53,690,607 Cost of revenue earned Gross Profit 35,382,713 50,729,368 3.976.943 2.961.239 .. .. General and administrative expenses (298,992) (588,106) Other income 6,876 32,976 Net Income $ 3,684,827 $ 2,406,109 Distributions received from the joint venture for the years ended December 31 , 2003 and 2002 amounted to $1,537,500 and $-0-, respectively. The Company also has a 50% interest in S.M. ElectridJ. Fletcher Creamer (a Joint Venture) and a 50% interest in MitcheWJ. Fletcher (a Joint Venture). The condensed financial information of these joint ventures as of December 31, 2003 included current and total assets of $234,248, total liabilities of $26,612, total partners’ capital of $207,636, and net loss of $221,734. The condensed financial information of these joint ventures as of December 31, 2002 included current and total assets of $570,104, total liabilities of $135,855, total partners’ capital of $434,249, and net income of $25,838 -7- Note 5 - Contracts in Progress: ,.-- Contracts in progress are summarized as follows: December 31 2003 2002 Total contract prices, including approved extras $ 336,640,090 $ 291,920,828 Estimated gross profit on completion 31,521,166 51,221,139 Estimated Total Direct Costs $ 305,118,924 $ 240,699,689 Direct costs incurred to date Gross profit recognized to date Billings to date Contract Revenue Earned to Date $ 165,011,759 $ 156,28831 3 1 3,616,462 38,008,443 178,628,221 194,296,956 178,973,393 197,020,889 Net Overbillings $ (345,172) $ (2,723,933) The net billings in excess of contract revenue earned on contracts in progress on the above contracts are included in the balance sheet under the following captions: December 31 2003 2002 Costs and estimated earnings in excess of billings on contracts in progress $ 8,322,257 $ 7,082,328 Billings in excess of costs and estimated ' earnings on contracts in progress (8,667,429) (9,806,261 ) Net Overbillings $ (345,172) $ (2,723,933) The Company has entered into certain contracts in which estimated costs have been revised. As a result of these revisions] losses are anticipated to be incurred on these contracts. Provision has been made and management's estimates of these losses are included on the Company's balance sheet under the liability "Accrued losses on contracts in progress". Note 6 - Short-Term Borrowings: The Company has a revolving line of credit with Wachovia Bank in the amount of $14,000,000. The Company had $7,100,000 and $-0- in outstanding borrowings as of December 31, 2003 and 2002, respectively. Also, there were $1,178,779 and $1,256,779 of outstanding letters of credit issued against this line at December 31, 2003 and 2002, respectively. Cash is restricted in the amount of $480,849 as of December 31, 2003 due to these outstanding letters of credit. Interest is payable monthly at the bank's floating prime rate, which was 4% at December 31, 2003. This agreement is subject to periodic review by the bank and expires on July 31, 2004. -8- Note 6 - Short-Term Borrowings (Continued): c .- The Company is also subject to certain financial covenants and predefined ratios under the agreement, and is precluded from such transactions as mergers, changes in ownership, and repurchases of capital stock without the written consent of the lender. As of December 31, 2003, the Company was in violation of certain covenants. As a result, the bank has the right to demand immediate payment of the entire balance. However, the Company has obtained a waiver of the violations from the bank. Note 7 - Notes and Loans Payable: Notes and loans payable at December 31, 2003 and 2002 consisted of the following: December 31 2003 2002 Notes Payable: Fifty-five notes payable collateralized by various construction and computer equipment. The notes bear interest at rates that range between 0% and 9.25% per annum. The average interest rate on these notes is approximately 4.3%. $ 8,097,294 $ 8,413,933 Loans Payable to Related Parties: Two loans payable to various stockholders of the Company. These loans are uncollateralized and bear interest at rates that range between the prime rate of the Company's lender, which was 4.00% at December 31,2003, and 12% per annum. 1,178,000 1,468,000 Total 9,275,294 9,881,933 Less: Current portion 6,332,119 5,998,208 Notes and Loans Payable, Net of Current Portion $ 2,943,175 $ 3,883,725 Maturities of notes and loans payable are as follows: Years Ending December 31 2004 2005 2006 2007 Total $ 6,332,119 2,390,161 446,164 106,850 $ 9,275,294 -9- - Note 8 - Leases: The Company is obligated under non-cancelable operating leases with certain partnerships whose partners are also stockholders of the Company for office, yard, and warehouse space in New Jersey. The leases require minimum annual rent payments of $42,000 and $456,464 and expire on April 30, 2004 and December 31, 2012, respectively. In addition, the leases call for certain expenses such as real estate taxes, common area maintenance, and insurance. The Company also leases various garage and yard storage space on a month-to-month basis. Rent expense under operating leases, exclusive of construction related equipment rental, for the years ended December 31, 2003 and 2002, amounted to $1,002,953 and $1,006,778, respectively. Note 9 - Profit-sharing Plan: The Company has a qualified profit-sharing plan, covering all eligible employees who meet the minimum age and length of service requirements and are not covered by union contracts. The Company provided for profit-sharing plan contributions of $325,436 and $1,913,021 for the years ended December 31,2003 and 2002, respectively. Note IO - Contingencies: The Company has various claims and other contingent matters, including the usual liabilities of contractors for completion of contracts, and possible liabilities in connection with performance and indemnity bonds. Management is of the opinion that settlements, if any, will not have a material adverse effect on the financial position of the Company. The Company has an employee medical benefit plan to self-insure claims up to $35,000 per year for each individual or family covered; with an aggregate liability limit of approximately $1,196,471; claims above the $35,000 are covered by a stop-loss insurance policy. The Company and those employees covered under family coverage contribute to the fund to pay the claims and stop-loss insurance premiums. At December 31, 2003, management believes that the Company has made provisions sufficient to cover estimated claims, including claims incurred but not yet reported. Note 1 I - Related Party Transactions: The Company, at times, provides construction services in the form of labor and other related services and purchases materials from various entities that are controlled by the Company's principal stockholders. Following is a summary at December 31, 2003 and 2002 of balances with related parties: December 31 2003 2002 Due from related parties (included in accounts receivable in the accompanying balance sheet) $ 3,102,984 $ 1,842,296 Due to related parties (included in accounts payable in the accompanying balance sheet) $ 1,014,429 $ 621,579 -10- Note 11 - Related Party Transactions (Continued): -- Included in the statement of income for the year ended December 31, 2003 are construction contract revenues of $4,994,036 and construction contract costs of $3,600,455 relating to work performed for these entities. Included in the statement of income for the year ended December 31, 2002 are construction contract revenues of $2,098,064 and construction contract costs of $1,954,981 relating to work performed for these entities. The Company also provides administrative services to related parties. Fees for those services reduced general and administrative expenses for the years ended December 31, 2003 and 2002 by $325,050 and $248,717, respectively. Note 12 - Contract Backlog (Unaudited): Backlog as of December 31, 2003, is approximately $158,000,000 for signed contracts in existence as of that date. Note 13 - Major Customer: For the year ended December 31, 2003, revenue from one customer totaled $33,080,279. The amount due from this customer included in trade accounts receivable at December 31, 2003 was $1,560,438. I For the year ended December 31, 2002, revenue from one customer totaled $66,374,902. The amount due from this customer included in trade accounts receivable at December 31, 2002 was $1 1,070,603. Note 14 - Supplemental Cash Flows Information: A. Cash paid during the years ended December 31, 2003 and 2002 for interest and income taxes was as follows: Year Ended December 31 2003 2002 Interest $ 664,421 $ 877,890 Income taxes $ 210,167 $ 140,212 B. During the years ended December 31,2003 and 2002, the Company financed the acquisition of certain property and equipment in the amount of $6,495,583 and $2,028,876, respectively. C. During the year ended December 31, 2002 , the Company distributed certain land, building, and structures to the stockholders in the amount of $1,800,000. -11 - y-- Note 15 - Pending Adoption of Accounting Standard and Relationship with ReShore Risk Management. Ltd.: In January 2003, the Financial Accounting Standards Board issued Interpretation No. 46 (FIN 46), Consolidation of Variable Interest Entities. FIN 46 establishes standards for identifying a variable interest entity and for determining under what circumstances a variable interest entity should be consolidated with its primary beneficiary. The requirements of FIN 46 apply to the Company for its year ending December 31,2005. Prior to FIN 46, a company generally included another entity in the company’s financial statements only if it controlled the entity through ownership of the majority voting interests. FIN 46 changes that by requiring a variable interest entity to be consolidated by a company if that company is the primary beneficiary as evidenced by being subject to a majority of the risk of loss from the variable interest entity’s activities or entitled to receive a majority of the entity’s residual returns or both. Based on management’s assessment of the requirements of FIN 46, management believes it is reasonably possible the Company will consolidate or be required to provide certain additional disclosures about ReShore Risk Management, Ltd. when FIN 46 becomes effective. ReShore Risk Management, Ltd. provides liability insurance to the Company. The financial statements of ReShore Risk Management, Ltd. for the short-year April 14, 2003 - December 31, 2003 included the following: -- Assets: Cash Other Assets Total Assets $ 3,022,686 46,312 $ 3,068,998 Liabilities and Stockholders’ Equity: Reserves Payable $ 1,422,829 Other Liabilities 671,825 - Shareholders Equity 974,344 Total Liabilities and Stockholders’ Equity Net Income $ 3,068,998 $ 224,344 When FIN 46 becomes effective, the net amount that may be added to the Company’s balance sheet may either be reported as the cumulative effect of an accounting change, or by restating previously issued financial statements with a cumulative-effect adjustment as of the beginning of the first year restated. Since the Company is not required to restate its financial statements, it does not intend to do so. BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II PROJECT CARLSBAD INDUSTRIAL PARK PIPELINES PROJECT CONTRACT NO. 3887-C, 36671, AND 39301 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 wili erience and skill. An attachment can be used. Name and Phone GRevised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 36 of 114 Pages _- * L c u v) .- .- a. 0 9 al o Y, H Y, E 0 m Y tj ci B I- 4 n z 1 Y 0 6 : a 6 3 u 'a m u m Q cd d r CI) E 0 -I m - C cn 0 t - U J i- 0 N 0 0 N , I 0 9 9 8 0 0 2 0 0 H ** CI) *- PP SI 1 d m s fn - L s E‘ i 0 U c fn C 0 = a U C J 0 (L. m c PI a 2 n 0 b F u. d 0 0 u) C m Y I E L Y 0 e -I ell 0 m - 6 C 0 0 m m m u) - m m - - P c a in F c 0 - - m II) c Y - u. I 0 0 Cy 0 0 (D (P 9 z * H * (I) H * 1 w' UJ m 0- n d E. 0 .- 4- f3 B 4 C 0 m e s e - .u c n X- L P I 0 9 0 2 2- x m (0 0 0 0 z 0 9 .. L WB CI) WB u u (I, w (I, * 4 d m a, fn oll m 0 al 0 - n c 0 0, i 5 i z 0 0 0 9 ‘Z, 2 m a Y) Y) * (R m 0 d d E 0 m - c I 4 h 0 0 m i s i I 0 0 0 Or d v- 9 3 r 0 9 H * * *- * Q I d b 0 w CI, * *- e E! 0 0 0 0 * Y, 0 5 M C 0 m U C a 0 u. - U TI C m 8- - a w E 0 0 U c m 0 E Ii M m - - n c 0 od m E m r. m m i3 L m 11 U rr *) 0 - od w v) n f s d 0. 0- 2 0 8 (D H 0 9 H n I 0 0 d a i 4 (d .a d i I , 8 0 '2 m n! m fn P # * Y, Y, Y, Y, d mi a E s L m^ 0- N d d. m a L s C f k u) m E Y b ob w r 0 L $ - S m v) u- 0 - 0 v) C 0 0 2 L d 0 0 0 0 9 0." 9 m 0 P 0 9 0 9 '0 B P 0 P 0 9 2 0 R (0 0 f- An ir, r m P m- P P 4 * * u Y, 4m LID d 8 (10 3 t J m m U z (R m al .L L c u) 0 a I c o= 4 Zc fn 0 a > - f ;;i > e u' z 2 0 v) U u m .a ri: c. u m H LL m i C c - d m C C m 0 - - 0 P 0 0 N r 0 N i 0 0 0 0' 8 0' 'y, r H H Y, (I, Y, (I, H P I Y; d E, L m e n z' (d d E m iij f5 I w c 0 E 0 m - c - -- to a +- E - J u. -7 oCo *o L qG 0 2 2 E! m (D u) 0 2 U i 5 0 4 0 9 c 0 z f- *) f- N ’?. I- , * * * H H * CR n 7 z ell oL1 0) p. m u IA a8 c 5 c 0 r 0 r 0 r 0 m * 0 a s c c 0 F- w -l u. i 8 f 0 i z I i * LI+ (I) 6 E 0) a P m L * a E 5 0 0 tm 0 0 0 UY v) 01 2 3 8 9 "- m C 5 a 1 0 0 x -1 m U E rn m 2 i * 2 .- L * 1 c h (3 I- 'dl 0 0 0 0 N m * n H n H H H n -1 s x- 0 m a3 C 0 Y V 9 0 ).. m C 0 2: a U E a 0 Y m 0 E 0 u ). e d CL -u 9 IY 0 4 I L u v) 'El E I L 2 K 0 m U C m L C In E 0 0 0 u m 0 0 0 0 0 2 x 0 N N! r * * (I, u) 1 m n cj I i ell I- i r d 1 cd L --w 7s w L 0 a c W -I u. i 0 0 0 0 8 0. * * Y) * * Y) * * 7 7 z z m c 0 Y 0 s U E S al - h * H 0 0 0 9 9 s 0 0 0 0 0 0 0 0 0 to tD Q) 2 9 d H H Y, w w w m L J z L m 5 0 U c m '*- B z 0 L _- 0 0 N u) 2 R * 0 0 0 0 0 x 5 0 I- O 0 0 0 P * CI) CI) CI, * * Y, S 0 - c E 5- "5 dz 0 LO E a I Li z -0 E m i - L m f 5' J 0 4 0 0 0 0 0 0 ai- - _-- t- U L 0 c. U m Y 4 Z 0 0 u 0 0 ,- n. d z I- w -I L i t Y r R u) - 0) B 0 0 0 0 W e m t s 0 0 + C 0 E, > m n U C m 0 (u BIDDER’S CERTIFICATE OF INSURANCE FOR GENERAL LlABI LITY, EM PLOY ERS’ LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS’ COMPENSATION (To Accompany Proposal) CONTRACT NO. 3887-C, 36671, AND 39301 ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II PROJECT CARLSBAD INDUSTRIAL PARK PIPELINES PROJECT 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: 0 Comprehensive General Liability 0 Workers Compensation 0 Automobile Liability 0 Employer’s Liability I 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. 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. (2) -- @Revised: 10/08/03 Contract No. 38871 -C, 36671, and 39301 Page 37 of 114 Pages .. i PRODUCER 077 -945 -7370 -_ Willis North America, Inc. - Regional Cart Centar 26 Century Blvd. P. 0. Box 305191 I Nashville, TN 372305191 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR INSURERS AFFORDING COVERAGE NAIC# INSURED J. Fletcher Creamer h Son, Inc. 101 East Broadway Backensack, NJ 07601 INSURERA: St. Paul Fire and Marine Insurance Compan l~suRER6:The Insurance Company of the State of Pen INSURERC: INSURERD: 24767-002 19429-001 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LIMITS POLICY EFFECTIVE 'OLICY EXPIRATION TYPE OF INSURANCE POLICY NUMBER DATE lMMlDWYY) DATE (MMIDWYY) GENERAL LlABlUTY KK02900327 3/31/2004 CLAIMS MADE OCCUR GENL AGGREGATE LIMIT APPLIES PER: AUTOMOBILE LlABlUTY KK 02900327 3/31/2004 LOC ALLOWNED AUTOS SCHEDULED AUTOS HIRED AUTOS GARAGE LIABIUTY ANY AUTO Ik EXCESS LIABILITY 4604-6075 OCCUR CLAIMSMADE DEDUCTIBLE B 3 /3 1/2004 A WORKERSCOMPENSATION AND WVK2 900923 3/31/2004 EMPLOYERS' LlABluTT ANY PROPRIETOWPARTNEREXECUTNE OFFICERIMEMBER EXCLUDEM If e6 desaibe under OTHER SBE~IAL PROVISIONS below DESCRIPTION OF OPE~TlONSILOC*TIOHlCLESIU(CLUSlONS ADDED BY ENDORSEMENTBPECIAL PROVISION 3/3 1/2 005 EACH OCCURRENCE 15 1.QOO.000 DAMAGE TO RENTED PREMfSES(Eaoccurence) I$ 1.000.000 PERSONAL SAW INJURY GENERAL AGGREGATE 3/31/2005 COMBINEDSINGLE LIMIT I IEeacddent) I BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) I JFC JOB# 04-3658- Encina Basin Water Reclamation Program Phase I1 Project Carlsbad Industrial Park Project, Project No. 30871-C,36671,39301 City of Carlsbad is named as Additional Insured on the General and Auto Liability policy as respects operations of the Named Insured. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRllTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR UABluTy OF ANY KIND UPON THE INSURER, ITS AGENTS OR Cit of Carlsbad 163x Faraday Avenue 877-945-7378 PRODUCER willis North America, ~nc. - Regional Cert Center 26 Century Blvd. P. 0. Box 305191 Naehville, TN 372305191 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR INSURERS AFFORDING COVERAGE NNC# .- I INSURERA: St. Paul Fire and Marine Insurance Compan 1NSURERB:The Insurance Company of the State of Pe.n INSURERC: INSURER D: INSURED J. Fletcher Creamer h Son, Inc. 101 East Broadway Hackenaack, NJ 07601 24767-002 19429-001 1 I I INSURERE 3ESCRIPTION OF 0PERIT~SILOCL;nONSEH~~~EXCLUS~NS ADDED BY ENDORSEMENTISPECIAL PRovlSlONS :o the City of Carlsbad. Should any of the above described policies be canceled before the expiration date thereof, the Lssuing company will mail 30 days written notice by certified mail to the certificate holder named %e additional insured. Coll:1207639 Tpl:245405 Cert:5420868 1( Page 3 of 3 ,- 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 endorsernent(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) Coll:1207639 Tpl:245405 Cert:5420868 ADDITIONAL PROTECTED PERSONS ENDORSEMENT - CONTRACTORS GENERAL LIABILITY - INCLUDING COMPLETED WORK This endorsement changes your Contractors Commercial General Liability Protection How Coveraae Is Chanaed 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 additional protected person as required by a contract or agreement entered into by you. But only for covered injury or damage arising out of: 0 your work for that person or organization; your completed work for that person or organization if your contract or 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. 0 We explain what we mean by your work and your completed work in the Products and completed work total limit section. 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 architect, engineer, or surveyor professional services. Archit&, engine4 or surveyor profesional semces includes: 0 the preparation or approval of maps, drawings, opinions, reports, surveys, change orders, designs, or specification; and services. 0 supervisory, inspection, or engineering 2. The following is added to the Other primary insurance section. This change broadens coverage. Well consider this insurance to be primary to and non-contributory with the insurance issued directly to the additional protected persons listed below if: 0 your contract specifically requires that we consider this insurance to be primary or primary and non-contributory insurance; or you request before a loss that we consider this insurance to be primary or primary and non-contributory insurance. 0 Other Terms All other terms of your policy remain the same. Person Or Organization: Any Person or Organization You Are Required By Written Contract to Add as an Additional Protected Person. City of Carlsbad Name of Insured: Policy Number: KK02900327 Effective Date 03/01/05 Processing Date 02/02/05 ,- GO322 Rev. 12-97 Printed in U.S.A. Endorsement OSt. Paul Fire and Marine Insurance Co. 1997 All Rights Reserved Page 1 of 1 _-- BIDDERS STATEMENT RE DEBARMENT (To Accompany Proposal) CONTRACT NO. 3887-C, 36671, AND 39301 ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II PROJECT CARLSBAD INDUSTRIAL PARK PIPELINES PROJECT 1. Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? 2. If yes, what wadwere the name(s) of the agency(ies) and what wadwere the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred party debarred L-- - agency agency -- period of debarment period of debarment BY CONTRACTOR: er 3 Son -T.c\c- of Contractor) (sign here) John '3okls I Cornorak Acun +- (print name/titlIe) Page of \ of I pages of the Re Debarment form I GRevised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 38 of 114 Pages I BIDDER’S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) CONTRACT NO. 38874,36671, AND 39301 ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II PROJECT CARLSBAD INDUSTRIAL PARK PIPELINES PROJECT - 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 IO 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) 5. Have you ever had your contractor’s license suspended or revoked by the California Contractors’ State license Board two or more times within an eight year period? >( Yes no Has the suspension or revocation of your contractors license ever been stayed? Yes no 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? 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? x Yes no 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. (If needed attach additional sheets to provide full disclosure.) Page 1 of I. pages of this Disclosure of Discipline form BIDDERS DISCLOSURE OF DISCIPLINE RECORD (C ONTl N U ED) (To Accompany Proposal) GRevised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 39 of 114 Pages , .- CONTRACT NO. 388796,36671, AND 39301 ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II PROJECT CARLSBAD INDUSTRIAL PARK PIPELINES PROJECT 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: By: ,J - \ (sign here) Sohn %\is, Corpora \ E Awn+ (print nameltitle) Page- 1 of - z pages of this Disclosure of Discipline form @Revised: 10108103 Contract No. 38871-C, 36671, and 39301 Page 40 of 114 Pages _. NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 CONTRACT NO. 38874,36671, AND 39301 ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II PROJECT CARLSBAD INDUSTRIAL PARK PIPELINES PROJECT State of California 1 Countyof LO+ ~bwts~ ) ) ss. P- - , being first duly sworn, deposes (Name of Bidder) and says that he or she is of ~-~\eke.her Creamer 3 son, Inc . ~orpm -\e A %en t- (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 perjury that the foregoing is true and correct and that this affidavit was 30- day of s~m 6-Q- ,200q. executed "fie Subscribed and sworn to before me on the 30- day of 5~- ,20 QL-t . (NOTARY SEAL) w'h TERRELL L MARC" Signature 01 - i Notary @Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 41 of 1 14 Pages -- .- I SUBCONTRACTOR JOINT VENTURE ATTACHMENT B MINORITY BUSINESS ENTERPRISENOMEN BUSINESS ENTERPRISE INFORMATION SWRCB DIVISION OF CLEAN WATER PROGRAMS LOAN RECIPIENTS NAME C 4% o f C u\ s h ad PROJECT DESCRIPTION E t,c<nabain oh Rec\amh\ioq Ftcxyrnr\ pbse~ +leek CONTRACT NO. OR SPEqIFICATION NO. 38x7 I-C, 36631, t 39301 3~~CD*C-06-3’j63-1 PROJECT LOCATION CowlsLaA, c A SUPPLIEWSERVICE BROKER I PRIME CONTRACTOR INFOMATION AMOUNT OF CONTRACT r ~~ I PHONE NAME AND ADDRESS (Includg ZIP Code, DOB, & SSN) MBE NO WBE No s.~\r+c~\ei Cream- 3 3-n, Sne. ]za?~.l 51- kin\* Rod Syl-r, CR 9\3c\2 PHONE $18-367 - 9 7 Lf 8 AMOUNT OF CONTRACT 3- s,b &., MBE/WBE INFORMATION MBE NAME AND ADDRESS (Include ZIP Code, DOB, & SSN) P R-4c 0 5 PIRCZA LTLFL!! SUPPLIEWSERVICE 1x0 e- &HL’a ma6 BROKER L-uLta J?I%TA, c- 9\9\0 PHONE (b\9> -1- .Y- AMOUNT OF CONTRACT WORK TO BE PERFORMED SeZV B yx, qqo WORK TO BE PERFORMED Fc- MBE WE NAME AND ADDRESS (Include ZIP Code, DOB, & SSN) I TOTAL MBE AMOUNT: $ szt) TOTAL WBE AMOUNT: $ 375 21 3 a I ACTUAL MBE PARTICIPATION: 3 % ACTUAL WBE PARTICIPATION: q.3 % 1 MBEGOAL: 20 % WBEGOAL: to % SIGNATURE OF PERSON .. COMPLETING FORM: FORM 4700-B (rev 2/98) BP-12 March 17, 2000 CONTRACT PUBLIC WORKS ?--- I This agreement is made this /q&. day of , 20a3-, by and between the Carlsbad Municipal Water District of Carlsbad, C&hrnia, a municipal corporation, (hereinafter called "District"), and J. FLElCHER CREAMER & SON, INC. whose principal place of business is 12874 SAN FERNANDO ROAD, SYLMAR, CA 91342 (hereinafter called "Contractor"). District and Contractor agree as hollows: 1. 2. 3. 4. 5. Description of Work. Contractor shall perform all work specified in the Contract documents for the Encina Basin Water Reclamation Program Phase II Project, Carlsbad Industrial Park Pipelines Project, Contract No. 3887-C. (hereinater called "project") Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 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. 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) 2000 Edition, including the 2000 Regional Supplement Amendments) 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 wrking day of each month. Independent Investigation. Contractor has made an independent inmstigation 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 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 42 of 11 4 Pages conditions, including underground conditions and has not relied on information furnished by District. 6. 7. 8. 9. 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. B. C. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class 11, or Class Ill disposal site in accordance with provisions of existing law. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. 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. 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. 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. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the District and the Cityof Carlsbad, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the District or City. The expenses of defense include all costs em P'SRevised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 43 of 11 4 Pages ,- and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City and District against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City and District. Defense costs include the cost of separate counsel for City and District, if City or District request separate counsel. IO. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the District's policy for insurance as stated in Resolution No. 772. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the District and City, or its agents, officers or employees are additional insured. 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 bllowing 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. 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 wth it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the District and City, its officials, employees or volunteers. 4- kSRevised: 10108103 Contract No. 38871-C, 36671, and 39301 Page 44 of 114 Pages d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after thirty (30) days' prior written notice has been given to the District by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the District, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the District and City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the District or City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G)Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by the Board of Directors in Resolution No. 772. (H) Verification Of Coverage. Contractor shall furnish the District with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a. person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the District and are to be received and approved by the District before the Contract is executed by the District. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 1l.Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 201 04) which are incorporated by reference. A copy of Article 1.5 is included in the Supplemental Provisions I section. The contractor shall initially submit all claims over $375,000 to the District using the informal dispute resolution process described in Public Contract Code subsections 201 04.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the District must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. em PISRevised: 10108103 Contract No. 38871-C, 36671, and 39301 Page 45 of 114 Pages (B) False Claims. Contractor acknowledges that if a false claim is submitted to the District, it may be considered fraud and the Contractor maybe 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 tom participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 11 above. 12.Maintenance of Records. Contractor shall maintain and make available at no cost City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter I; 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. 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 It Supplemental Proisions" attached hereto and made a part hereof *= frSRevised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 46 of 114 Pages NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTQR: CARLSBAD MUNICIPAL WATER DISTRICT, a Juereen R. Hofheinz. Assistant Sec. (print name and title) President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowring 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 City Attorney/General Counsel By: Dezdty General Co4sel - 10/08/03 Contract No. 3887 1 -C, 3667 1, and 39301 Page 47 of 11 4 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT 'I State of Q#fmd,a New Jersey Bergen County of On 2/1/05 , before me, Raffaella Bellini, Notary Public personally appeared J. Fletcher Creamer, Jr. President of Name@) d Slgner(s) Dale Name and Ttle 01 Weer (e g , "Jane Dos. Notary Public') J . Fletcher Creamer & El personally known to me Son, Inc. 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) idare subscribed to the within instrument and acknowledged to me that helshelthey executed the same in hislherltheir authorized capacity(ies), and that by hislherltheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seai. I RAFFAELLA BELLIN1 NOTARY PUBLIC STATE OF MEW JERSEY MY COMMISSION EXPIRES SEPT 20,2007 ID # 2292025 io -- Signature of Notary Publo Place Notary Seal Above - OPTiONA L Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Tttle or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: G Individual 0 Corporate Officer - Title(s): 0 Partner -0 Limited 0 General 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: u Q 1997 Natlonal Notary Association. 9350 De Solo Ave , PO Box 2402 Chatswonh. CA 91313-2402 Prod No 5907 Reorder Call Toll Free 1-800-8766827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT I State of Babfxmia New Jersey Bergen County of , before me, Raffaella Bellini, Notary Public On 2/1/05 Date Name and TUs d MTcer (e 9.. 'Jane Doe. Notary Public") personally appeared Juergen R. Hofheinz Ass is t ant Secretary Name(s) Of J. Fletcher Creamer a personally known to me & Son, Inc. 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that helshelthey executed the same in hislhedtheir authorized capacity(ies), and that by hislhedtheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. RAFFAELLA BELLlNl NOTARY PUBLIC STATE OF NEWJERSEY MY COMMISSION WIRES SEPT. 20,2007 ID # 2292025 Place Notary Seal Above WITNESS my hand and official seal. 0 PTIO NA L Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: 0 Individual 0 Corporate Officer - Title(s): O Partner - 0 Limited 0 General 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator Other: Signer is Representing: ., . . - . >, ... .- .- I . . . . . . , . . . . , ,, _____ ~~~~~~~~~~~~~~~~~~~"~~~~~~~~~~ Prod. No. 5907 Reorder Call Toll-Free 1-800-876M127 0 1997 Nabanal Notary Association . 9350 De Soto Ave.. PO Box 2402 . Chatswwth. CA 91313-2402 JFC 504-3658 BOND NO. 6329151 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. 1232 , adopted JANUARY 18,2005 , has awarded to J FLETCHER CREAMER & SON, INC. , (hereinafter designated as the "Principal"), a Contract for: Encina Basin Water Reclamation Program Phase II Project, Carlsbad Industrial Park Pipelines Project, Contract No. 3887-C, 36671, and 39301 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 bythis 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, THEREFOREE, WE, J. FLETCHER CREAMER & SON, INC. (hereinafter designated as the "Contractor"), and SAFKO INSURANCE COMPANY OF AMERICA , as Surety, are held and firmly bound unto the Carlsbad Municipal Water District, in the sum of EIGHT MILLION SEVEN HUNDRED SEVENTY FIVE THOUSAND FOUR HUNDRED SIXTY SIX Dollars ($8,775,466), 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, jointlyand 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 attorneys 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. In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Suretyfrom its obligations under this bond. - \#Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 50 of 114 Pages Executed by CONTRACTOR this 18TB Executed by SURETY this 18TH day of day of JANUARY ,20 05 . JANUARY ,20 05 . CONTRACTOR: SURETY: J. --- FLETCHEB CREAMER Q SON, INC. SAFECO INSURANCE COMPANY OF AMERICA (name of Surety) 1200 MACARTERJR BOULEVARD By: MAWAH, NJ 07430 (address of Surety) J. Fletcher Creamer, Jr. 201-327-7606 (print name here) (telephone number of Surety) President, J. Fletcher Creamer & Son, Incgy: (Title and Organization of Signatory) (signatur6f Attorney-in-Fact) CHERYL R. COLEMAN (printed name of Attorneyin-Fact) Juergen R. Hofheinz (Attach corporate resolution showing current -" (print name here) Assistant Secretary _- T F1etchg.r Creamer & Son, Inc. (Title and Organization of signatory) power of attorney.) (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 empowring that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL General Counsel By: e- %#Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 51 of l 14 Pages ,- ACKNOWLEDGMENT BY PRINCIPAL, IF A CORPORATION STATE OF NEW JERSEY On this 18TH day of JANUARY 2005 before me personally came J. Fletcher Creamer. Jr. to me known to be the person duly sworn, did depose and say, that he/%%5 resides in Park Ridges NJ of J. FLETCHER CREAMER & SON, INC. the corporation described in and which executed the foregoing instrument; that he/she knew the seal of said corporation; that the seal affixed to said instrument was such corporate seal; that it was affixed by order of the Board of Directors of said corporation, and that he/she signed his/her name thereto by like order. that he/Wi€S is President I Sworn before me the date set forth above Notary Public RAFFAELlA BELLM NOTARY PUBUC STATE OF NEW JERSEY MY COMMISSION WRES 20,2007 .. ~. ID # 2292025 I State of Gakbmma New Jersey County of Bergen On 1/18/05 , before me, Raffaella Bellini, Notary Public , Dale Name and liUe of War 1e.g.. 'Jane Doe. Notary Publlc') personally appeared Juergen R. Hofheinz, Assistant Corporate Secretary , Name@) of Sgner(s) @ personally known to me 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by hislherltheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. RAFFAELLA BELLlNl NOTARY PUBLIC STATE OF NEW JERSN My COMMMlON EXPIRES SEPT. 20,2007 ID # 2292025 Place Notary Seal Above I" Signature of Nolary Public 0 PTIO NAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: 0 Individual 0 Corporate Officer - Title(s): 0 Partner - 0 Limited 0 General 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: 0 1997 Natmal Notary AssDciatmn 9350 Oe Sot0 Ave , PO Box 2402 * Chatsworth. CA 91315.2402 Prod No 5907 Reorder Cab Toll-Free 1-800-876-6827 ACKNOWLEGEMENT OF SURETY STATE OF NEW JERSEY COUNTY OF MORRIS On this 18th day of January , 2005, before me personally came Chew1 R Coleman , to me known, who being duly sworn, did depose and say that he/she is an Attorney-In-Fact of and knows the corporate seal thereof; that the seal affixed to said annexed instrument is such corporate seal; and was thereto affixed by authority of the Power of Attorney of said Company, of which a Certified Copy is hereto attached, and that he/she signed said instrument as an Attorney-In-Fact of said Company by like authority. Safeco Insurance Company of America My Commission Expires CHARLOTTE GOODMAN Notary Public Of New Jersey My Commission Expires April 21, 2008 POWER A E O' OFATTORNEY SAFECO INSURANCE COMPANY OF AMERICA QEWERAL INSURANCE COMPANYOF AMERICA HOME OFFICE: SAFECO PWA , SWllLE, WASHINOTON ,98185 c NO. 12893 KNOW ALL BY THESE PRES€NTS: That SAFECO INSURANCE COMPANY OF AMERlCA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appolnt **JEFFREY R. KANE; MARIA RODFUGUES; JEROME N. WALDOR; MARC N, WALDOR PETER R. WhDOR; CHERYL R COLEMAN; Florham P8rk, New Jasey** Its true and lawful attomey(s)-in-fact, wlth full authority to execute an its behalf fidelity and surety bands or undertakings and other documents of a similar character Issued in the course of Its busfness, and lo bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each execuled and attested these presents this 2Mh day of AugUst , 2003 CHRISTINE MEAD, SECRETARY MIKE MCGAVICY PRESIDENT CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of QENERAL INSURANCE COMPANY OF AMERICA "Article V. Section 13. - FIDELITY AND SURETY BONDS ... the Presklent, any Vice President, the Secretary, and any Assistant Wce President appolnted for that purpose by the officer in charge of surety operations, shall each have authority to appolnt indvlduals as attomeysh-fad or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar oharacter issued by the company in the course of its business ... On any Instrument making or evidencing such appointment, the slgnatures may be amxed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facstmlle thereof, may be impressed or affixed or In any other manner reproduced; provided, Extract fmm a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. - however, that the seal shall not be necessary to the validity of any such lnstnrment or undertaking." "On any certificate executed by the Secfetary or an assistant secretary of the company setting out, (I) The provisions of Article V, Section 13 of the By-laws, and (ii) A copy of the powerof-attorney appointment, executed punuant thereto, and (11;) Certifying that said powemf-attorney appointment is in full force and effect, the signature of the certlfylng officer may be by facsimile, and the seal vf the Company may be a facsimlle thereof.' I, Chrlstine Mead, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby wti that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corpoiafions, and of a Power of Attorney issued pursuant thereto, are true and carrect, and that both the By-Laws, the Resolution and the Power of Attorney are still In full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 18TH day of JANUARY , 2005 , CHRISTINE MEAD, SECRETARY S49741SAEF 2/01 OD A nglsbred trademark of SARCO Corporatlon 08/20/2003 PDF r SAFECO" c SAFECO INSURANCE COMPANY OF AMERICA FINANCIAL STATEMENT- DECEMBER 31,2003 Assets Liabilities Cash and Bank Deposits ....................... $ (41,129,046) *Bonds - U.S Goveminent .............................. 191,61 1,176 .................................................. 2,268,566,075 .................................................. 456,062,250 Real Estate ............................................................. 12,440,327 Agents' Balances or Uncollected Premiums .......... 332,460,470 Accrued Interest and Rents 35,146,561 Other Admitted Assets ............................. 163.785,853 ,. I otal Admittcd Assets ................................... $3.118.9.13.666 Unearned Premiums .................................. .$ 662,746,7 1 I Reserve for Claims and Claims Expense ................... 1,560,406,3 18 Funds Held Under Reinsurance 'Treaties ..... 577,176 Reserve for Dividends to Policyholders ... 1,168,869 Reserve for Commissions, Taxes an .................. Additional Statutory Reserve - Other Liabilities .............................................. 375.568.628 Total ........................................................... $2,600,467,708 Capital Stock ............................. $ 5,000,000 Paid in Surplus ................................ 227,306,484 Unassigned Surplus 586.169.474 Total Liabilities and Surplus .............................. $3.418.')43.666 Surplus to Policyholders ............................. 818.475.958 * Bonds are stated at amortized or investment value; Stocks at Association Market Values. Securities carried at $1 13,865,629 are deposited as required by law. I, MICHAEL C. PETERS, president of SAFECO National Insurance Company, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31,2003, to the best of my knowledge and belief. IN WlTNESS WIIEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 1st day of March, 2004. - President S-1262a 3/02 _- Q A registered trademark of SAFECO Corporation STATE OF CALLFQANlA a DEPARTMENT OF INSUCE SAN FRANCISCO .AMENDED Certl3cate of Authority IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING THE TERRORISM RISK INSURANCE ACT OF 2002 As a surety bond customer of one of the SAFECO insurance companies (SAFECO Insurance Company of America, General Insurance Company of America, First National Insurance Company, American States Insurance Company or American Economy Insurance Company), it is our duty to notify you that the Terrorism Risk Insurance Act of 2002 extends to "surety insurance". This means that under certain circumstances we may be eligible for reimbursement of certain surety bond losses by the United States government under a formula established by this Act. Under this formula, the United States government pays 90% of losses caused by certified acts of terrorism that exceed a statutorily established deductible to be paid by the insurance company providing the bond. The Act also establishes a $100 billion cap for the total of all losses to be paid by all insurers for certified acts of terrorism. Losses on some or all of your bonds may be subject to this cap. This notice does not modify any of the existing terms and conditions of any bonds issued for your account, the underlying agreements guaranteed by those bonds, any statutes governing the terms of those bonds or any generally applicable rules of law. At this time there is no premium change to any of your bonds resulting from this Act. - Dated: 1/18/05 - JFC #04-3658 BOND NO. 6329151 LABOR AND MATERIALS BOND WHEREAS, the Board of Directors of the City of Carlsbad, State of California, by Resolution No. 1232 , adopted JANUARY 18,2005 , has awarded to (he rein after designated as the "Principal"), a Contract for: Encina Basin Water Reclamation Proqram Phase II Proiect, Carlsbad Industrial Park Pipelines Proiect, Contract No. 38871-C, 36671, and 39301 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. J.FLETCHER CREAMER & SON, INC. 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. I NOW, THEREFOREE, WE, J. FLETCHER CREAMER & SON, INC. 1 as Principal, (hereinafter designated as the "Contractor"), and AMERICA , as Surety, are held firmly bound unto the Carlsbad Municipal Water District in the sum of FOUR MILLION THREE HUNDRED EIGHTY SEVEN THOUSAND SEVEN HUNDRED THIRTY THREE Dollars ($4,387,733), said sum being an amount equal to: Fifty percent (50%) of the total amount payable 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 tkse presents. SAFECO INSURANCE COMPANY OF _I_ THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or hidher 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 31 81 , 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. e= kSRevised: 10/08/03 Contract No. 3887142, 36671, and 39301 Page 48 of 114 Pages .. _- In the event that Contractor is an indiwdual, it is agreed that the death ofany such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this Executed by SURETY this 18TB day day of JANUARY ,20 05 . of JANUARY ,20 05 . CONTRACTOR: SURETY: SAFECO INSURANCE COMPANY OF AMERICA 1200 MACARTEUR BOULEVARD MBBWBB. NJ 07430 (name of Surety) (address of Surety) J. Fletcher Creamer, Jr . (print name here) President J. Fletcher Creamer & Son. Inc. Juergen R. Hofheinz Assistant Secretary J. Fletcher Creamer & Son, Inc. (print name here) 201-327-7606 (telephone number of Surety) By: cLeALp- LWIr (signatu e of Attorney-in-Fact) CHWYL R, COLEMAN (printed name of Attorney-in-Fact) (attach corporate resolution shoMing current 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 By: Deputt General Counhel _- e= %#Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 49 of 114 Pages ACKNOWLEDGMENT BY PRINCIPAL, IF A CORPORATION STATE OF NEW JERSEY On this 18TH day of JANUARY 2005 before me personally came J. Fletcher Creamer, Jr. to me known to be the person duly sworn, did depose and say, that he/& resides in Park Ridge, NJ of J. FLETCHER CREAMER & SON, INC. the corporation described in and which executed the foregoing instrument; that he/she knew the seal of said corporation; that the seal affixed to said instrument was such corporate seal; that it was affixed by order of the Board of Directors of said corporation, and that he/she signed his/her name thereto by like order. that he/s# is President - Sworn before me the date set forth above QI nb-. \ Notary Public V# - RAFFAELLA BELLlNl lOTARY PUBLIC STATE OF NRN JERSEY dy COMMISSION EXPIRES SEPT. 20, W7 3 # 2292025 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of @aJjf-mpnia New Jersey 1 Bergen County of On 1/18/05 , before me, Raffaella Bellini, Notary Public Date Name and litle d Omcar (e.9.. ‘Jane Doe. Notary Pubkc’) appeared Juergen R. Hofheinz, Assistant Corporate Secretary Name(?.) of Sgner(s) hi] personally known to me 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) idare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hislherltheir authorized capacity(ies), and that by hislherltheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and offici? seal. RAFFAELLA BELLlNl fUOTARY PUBLIC STATE OF NEW JERSEY MY COMMISSION EXPIRES SEPT. 20,2007 ID # 2292025 -- Place Notary Seal Above OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Oocument Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer’s Name: 0 lndividual Corporate Officer - Title(s): 0 Partner - 0 Limited 0 General Attorney in Fact Trustee Guardian or Conservator 0 Other: Signer Is Representing: 0 1997 Nalronal Notary Associatmn .9350 Oe Sot0 Ave.. PO Box 2402 . Chatsworlh. CA 913152402 Prod No. 5407 Reorder Can Toll-Free 1-800-876-6827 ACKNOWLEGEMENT OF SURETY STATE OF NEW JERSEY COUNTY OF MORRIS On this 18th dayof January , 2005, before me personally came Chew1 R. Coleman , to me known, who being duly sworn, did depose and say that he/she is an Attorney-In-Fact of and knows the corporate seal thereof; that the seal affixed to said annexed instrument is such corporate seal; and was thereto affixed by authority of the Power of Attorney of said Company, of which a Certified Copy is hereto attached, and that he/she signed said instrument as an Attorney-In-Fact of said Company by like authority. Saf eco Insurance Company of America My Commission Expires Notary Public POWER A E O’ OFATTORNEY SAFECO INSURANCE COMPAW OF AMERICA QENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE; SAFECO PWA , SEATTLE, WASHINOTON ,48185 No. I2893 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appolnt **JBPFRBY R. KANE; MARL4 ROIIRIGUES; JEROME N. WALDO& MARC N, WALWR; PETER R. WkDOR; CHERYL R COLEMAN: Florham Pa New Jersey** its true and lawful attorney(s)in-fact, wlth full authority to exewte on its behalf fidelity and surety bonds or undertakings and other documents of a simllar character lssued in the course of Rs bushess, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 20th day of August , 2003 CHRISTINE MEAD, SECRETARY MIKE MCGAWCK, PRESIDENT CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: “Article V, SecUon 13. - FIDELITY AND SURETY BONDS ... the President, any Vice Presldent, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appolnt indivldoals as attomeydn-fact 01 under other appropdate titles with authority to execute on behalf of the company fldelity and surety bonds and other documents of similar character issued by the company in the course of its business ... On any Instrument making or evldendng such appointment, the slgnalures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaklng of the company, the seal, or a facsimlle thereof, may be impressed or aftixed or In any other manner reproduced; provided, I however, that the seal shall not be necessary to the validity of any such Instrument or undertaklng.” Extract from a Resolullon of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF LUllERlCA adopted July 28,1970. “On any certificate executed by the Secretary or an assistant seaetary of the Company setting out (I) The provfslons of Article VI Section IS of the By-Laws. and (ii) A copy of the powerof-attorney appointment, executed pursuant bereto, and {ill) Certifying that saM power-of-attorney appointment is in lull force and effect, the signature of the cer#fyfng officer may be by facsirnlle, and the seal of the Company may be a facslrnlle thereof.” I, Chflstine Mead, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of QENERAL INSURANCE COMPANY OF AMERICA, do hereby certifv that the foregoing extracts of the By-Laws and of a Resolullon of the Board of Directors of these corpoiations, and of a Powef of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WtTNESS WHEREOF, I have hereunto set my hand and affixed the facslrnile seal of said corporation this 18TH day of JANUARY , 2005 I S-0974lSAEF 2\01 CHRISTINE MEAD, SECRETARY 0 A registered trademark of SAFECO Corporatlon 08/20/2003 PDF ? SAFECO" c^ SAFECO INSURANCE COMPANY OF AMERICA FINANCIAL STATEMENT - DECEMBER 31.2003 Assets Liabilities Cash and Bank Deposits ..................................... $ (41,129,046) Unearned Premiums .............................................. $ 662,746,717 'Bonds - U.S Government .................................... l91,61 1,176 Reserve for 'Iaims and 'Iaims ................... 13560,406,318 *Stocks ............................................................... 456,062,250 Additional Statutory Reserve ................................ Funds Held Under Reinsurance Treaties ....... Reserve for Dividends to ~'olicyliolders ................................................... 2,268i566,075 *Other Bonds ........ - Real Estate 12,440,327 Reserve for Commissions, Taxes and Agents' Balances or Uncollected Premiums ............................................................. Other Liabilities .............................................. 375,568.628 'Total $2,600,467,708 .......... 332,460,470 ........................................................... Accrued Interest and Rents .................................... 35,146,561 Capital Stock ............................. $ 5,000,000 Other Admitted Assets ........................................... 163 785 853 Paid in Surplus ................................ 227,306,484 Unassigned Surplus ................... 586.169.474 Surplus to Policyholders ............................. 818,475,958 ,. I otal Admitted Assets ................................... $3.418.933.66(3 Total Liabilities and Surplus .............................. %3.418.913.666 * Bonds are stated at amortized or investment value; Stocks at Association Market Values. Securities carried at $1 13,865,629 are deposited as required by law. I, MICF1AEL C. I'ETEIIS, president of SAFECO National Insurance Company, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liahilities of said Corporation, as of December 31, 2003, to the best of my knowledge and belief. IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 1st day of March, 2004. - President S-1262a 3/02 DA registered trademark of SAFECO Corporation I .. .- ,- 1 ' N? 3865 SBFECO INSURANCE COMPANY 03' IlrIRTCA . , ..-- I , ..- ... . IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING THE TERRORISM RISK INSURANCE ACT OF 2002 As a surety bond customer of one of the SAFECO insurance companies (SAFECO Insurance Company of America, General Insurance Company of America, First National Insurance Company, American States Insurance Company or American Economy Insurance Company), it is our duty to notify you that the Terrorism Risk Insurance Act of 2002 extends to "surety insurance". This means that under certain circumstances we may be eligible for reimbursement of certain surety bond losses by the United States government under a formula established by this Act. Under this formula, the United States government pays 90% of losses caused by certified acts of terrorism that exceed a statutorily established deductible to be paid by the insurance company providing the bond. The Act also establishes a $100 billion cap for the total of all losses to be paid by all insurers for certified acts of terrorism. Losses on some or all of your bonds may be subject to this cap. This notice does not modify any of the existing terms and conditions of any bonds issued for your account, the underlying agreements guaranteed by those bonds, any statutes governing the terms of those bonds or any generally applicable rules of law. At this time there is no premium change to any of your bonds resulting from this Act. ,,--- Dated: 1/18/05 .- OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad, a municipal corporation, hereinafter referred to as "City", and the Carlsbad Municipal Water District whose address is 5950 El Camino Real, Carlsbad, California, 92008, hereinafter called "District" and whose address is he rein afte r ca I I ed whose address is "contractor" a n d hereinafter called "Escrow Agent .'I For the consideration hereinafter set forth, the District, Contractor and Escrow Agent agree as follows: 1. 2. 3. 4. 5. -. 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 Encina Basin Water Reclamation Program Phase II Project, Carlsbad Industrial Park Pipelines Project, Contract No. 38871-C, 36671, and 39301 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. 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. 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. 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. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the District. @Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 52 of 114 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. F 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. IO. 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 City and District: Title FINANCE DIRECTOR F Name Signature Address For Contractor: For Escrow Agent: Title Name Signature Address Title Name Signature Address .- I '3Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 53 of 114 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 City and District: For Contractor: For Escrow Agent: Title MAYOR Name Signature Address Title Name Sig nature Address Title Name Signature Address <$Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 54 of 114 Pages . .- SUPPLEMENTAL PROVISIONS FOR CONTRACT NO. 3887-C ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II PROJECT CARLSBAD INDUSTRIAL PARK PIPELINES PROJECT 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 sections: - 1-1 .I Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. 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 - e- tSRevised: 10/08/03 Contract No. 38871 -C, 36671, and 39301 Page 55 of 114 Pages ,c 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 his/her 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 OperatorlLessor - Any person who provides equipment or tools with an operator provided who is employed by neither the Contractor nor a subcontractor and is neither an agent or employee of the Agency or a public utility. Principal Inspector - The Senior Inspector’s immediate supervisor and second level of appeal for informal dispute resolution. Project Inspector -The Engineer’s designated representative for inspection, contract administration and first level for informal dispute resolution. Project Manager - The District Engineer of the Carlsbad Municipal Water District or hidher approved representative. Senior Inspector - the Project Inspector’s immediate supervisor and first level of appeal for informal dispute resolution. 1-3 ABBREVIATIONS 1-3.2 Common Usage. Add the following: Abbreviation Apts Bldg CMWD CSSD cfs Comm DR E 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 4- %#Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 56 of 114 Pages r G gal Gar GNV gpm IE LCWD MSL MTBM NCTD OHE OMWD ROW S SDNR SDRSD SFM T UE W VWD 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 Rig ht-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 (IO) days in advance of the time and location of said hearing. The determination of the Board of Directors shall be final. 2-4 CONTRACT BONDS, modify the second sentence of paragraph one as follows: Delete, "who is listed in the latest version of U.S. Department of Treasury Circular 570." Modify Paragraphs three and four to read: The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful 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 bu the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000). c_ 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). %#Revised: 10/08/03 Contract No. 38871 -C, 36671, and 39301 Page 57 of 114 Pages ,- 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. instrument entitling or authorizing the person who executed the bond to do so. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. - 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. Add the following: The specifications for the work include the Standard Specifications for Public Works Construction, (SSPWC), 2003 Edition, 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. The set is designated as City of Carlsbad Drawing No. 405-7 and consists of 114 sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRS, as issued by the San Diego County Department of Public Works, together with the most recent edition of the Carlsbad Municipal Water District Supplemental Standard Drawings. 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) Technical Specifications. %#Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 58 of 114 Pages - 3) Supplemental Provisions. 4) Plans. 5) 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. 6) State Water Resources Control Board Contract Requirements 7) Reference Specifications. 8) Manufacturer's Installation Recommendations. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 8) above. Detailed plans and plan views will 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.9. The label '4-C' would indicate the third instance that the fourth submittal has been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of Transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section 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. - 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: '3Revised: 10/08/03 Contract No. 38871-C, 36671 ,'and 39301 Page 59 of 114 Pages - 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 therefore. 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 Ej§ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. - 2-9.2 Survey Service. Delete sections 2-9.2 and replace with the following: The Contractor shall hire and pay for the services of a surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. Add the following sections: 2-9.2.1 Submittal of Surveying Data, All surveying data submittals shall conform to the requirements of section 2-5.3.3, “Submittals”, herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (81/2” by 11”) paper. The field notes, calculations and data shall be clear and complete with name of the Surveyor, the party chief, field crew members, preparer of the field notes or calculations. They shall be annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or documentation for any computer program. The field notes shall be prepared in conformance with the CALTRANS “Surveys Manual”. The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §§ 8700 - 8805 of the State of California - GRevised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 60 of 114 Pages .- Business and Professions Code when the surveyor performs any surveying that such map is required under 5s 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-10 type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer’s review and approval before submittal to the County Surveyor and before submittal to the County Recorder. Lateral Spacing 0, @ 2-9.2.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer at no greater intervals than specified in TABLE 2-9.2.2(A) as measured along the project stationing. Staking and marking shall be completed by the Surveyor and inspected and approved by the Engineer before the start of construction in the area marked. Centerline monument shall have the disk stamped with the date the monument was set and the registration number of the Surveyor. Habitat mitigation sites and other areas to be preserved that are shown on the plans shall be staked and flagged prior to the start of any other activities within the limits of the work. Setting Tolerance (Within) TABLE 2-9.2.2(A) Survey Requirements for Construction Staking on street centerline at clearing line Grade Breaks B 57.6 rn (25’) NIA (constant offset) NIA Feature Staked - 7 rnrn (0.02’) Horizontal, also see section 2-9.2.1 herein 0.3 m (1’) Horizontal 30 rnrn (0.1’) Vertical & Horizontal 30 rnrn (0.1’) Horizontal 30 rnm (0.1’) Vertical & Horizontal Street Centerline edge of pavement, Clearing 10 rnm (‘l~”) Horizontal & 7 rnrn (1/4”) Vertical Slope paving pass width, crown line 8 grade breaks 3s appropriate Fence 10 rnrn (’IS”) Horizontal & 7 rnrn (114”) Vertical Rough Grade Cut5 or Fills 2 10 m Final Grade (includes top of: Basement soil, subbaseand base) Asphalt Pavernenl Finish Course ,- Pipes & similar FacilitiesO, 0 Stake Description 0 SDRS M-10 Monument Lath in soil, painted line in PCC & AC surfaces RP + Marker Stake RP .t Marker Stake RP + Marker Stake RP + Marker Stake, Blue- top in gradin5 area RP, paint on previous course RP + Marker Stake Centerline or Parallel to Centerline Spacing@, GI 1300rn (1 000’), Street Intersections, Begin and end of curves, only when shown on the lath - Intervisible, I 15rn (50’) on tangents & 1 7.5m (25’) on curves, Painted line - continuous lntervisible and 5 15rn (50’) I 60 m (200’) on tangents, I 15rn (50’) on :urves when R2 300rn (1 000’) & 7.5m (25’) or curves when R1 300rn (1 000’) I 15rn (50’) 1 15 rn (50’) on tangents & curves when R2 300rn (1 000’) & I 7.5rn (25’) on curves when R I 300rn (1 000’) I7.5rn (25’) or as per the intersection grid points shown on the plan whichever provides the denser information ntervisible & I 7.5rn (25’), beginning and end BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities. Risers & similar facilities (exceot @Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 61 of 114 Pages Feature Staked Stake Descriptior 0 Centerline or Parallel to Centerline Spacing@, 0 ~___ Lateral Spacing @, Q Setting Tolerance (Within) plumbing), Skewed cut-off lines I 7.5rn (25’), BC 8 EC, at %A, %A & ’A on curb returns & at beginning & end Vertical locations shall be based on the ultimate elevation of curb and sidewalk at each pole & controller location Curb 10 rnrn (%”) Horizontal & 7 rnrn (l/<) Vertical RP + Marke Stake (constant offset) Traffic Signal 0 Signal Poles & Controller 0 Junction Box C 10 rnrn (‘le”) Horizontal as appropriate RP + Markei Stake RP + Markei Stake RP + Markei Stake RP + Markei Stake + Line Stake RP + Marker Stake + Line Stake RP + Marker Stake + Line ’oint +Guarc Stake RP + Marker Stake + Line ’oint +Guarc Stake RP & 7 rnm (’/4”) Vertical 10 rnrn (‘/8’’) Horizontal & 7 rnrn (‘/4’’) Vertical 10 rnrn (‘/8”) Horizontal at each junction box location as appropriate I 15 rn (50’) on tangents & curves when Rr 300rn (1000’) & I 7.5m (25’) on curves when R I 300rn (1 000’) or where grade I 0.30% as appropriate Conduit 0 &when depth cannot be measured from existing pavement 7 rnrn ( 14 ) Vertical 10 rnrn (‘/$) Horizontal 8 7 rnrn (l/41t) Vertical (when vertical data Minor Structure 0 for catch basins: at centerline of box, ends 01 box & wings & at each end of the local depression 0 as appropriate needed) 30 rnrn (0.1’) Vertical & as appropriate Abutment Fill 5 15 rn (50’) & along end slopes & conic transitions I 15 rn (50’) and at beginning & end of: each wall, BC & EC, layout line angle points, changes in footing dimensions &/or elevation &wall height 3 rn to 10 rn (1 0’ to 33’) as required by the Engineer, BC & EC, transition points & at leginning & end. Elevation points on footing: at bottom of columns 3 m to 10 rn (IO’ to 33’) sufficient to use strin< lines, BC & EC, transition points & at leginning & end. Elevation points on footing: at bottom of columns Horizontal 7 rnrn (l/4”) Horizontal 8 7 rnrn (’/4’*) Vertical as appropriate Wall 0 Major Structure 0 Footings, Bents Abutments & Wingwalls Superstructures 10 rnrn (?$) Horizontal & 7 mrn (l/<) Vertical as appropriate as appropriate 10 mrn (“/$) Horizontal & 7 rnrn (l/4”) Vertical Miscellaneous 0 Contour Grading 0 Utilities 0, 0 5 15 m (50’) RP + Marker Stake RP + Marker Stake RP + Marker Stake ?P + Marker Stake + Line ’oint +Guarc Stake ?P + Marker Stake ?P + Marker Stake ?P + Marker Stake along contour line 3s appropriate 3s appropriate 30 rnrn (0.1 ’1 Vertical & Horizontal 10 rnrn (’ls”) Horizontal I 15 rn (50’) on tangents & curves when R2 300rn (1000’) 8 I 7.5m (25’) on curves when R 5 300rn (1000’) or where grade I 0.30% intervisible & I30 rn (loo’), BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities At sign location & 7 rnm (1/47t) Vertical 30 rnm (0.1’) Horizontal & 7 rnrn Channels, Dikes & Ditches 0 (‘14”) Vertical 30 rnrn (0.1’) Vertical & Signs 0 Line point 3s appropriate \t beginning & end Horizontal Subsurface Drains 0 30 rnrn (0.1’) Horizontal & 7 rnrn (1/43p) Vertical 30 rnrn (0.1’) Horizontal & 7 rnrn intervisible & 5 15rn (50’), BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities longitudinal location Overside Drains 0 (l1.4”) Vertical 7 rnm (’/<) Horizontal .- Markers 0 At marker location(s) at railing & for asphalt street surfacing I 15 rn (50’) on .angents & curves when R2 300rn (1000’) & 5 7.5117 (25’) on curves when R I 300m (1 000’). At beginning & end and 5 15 rn (50’) on IO mm (‘/8”) Horizontal Railings 8 RP + Marker e= frSRevised: 10/08/03 Contract No. 38871 -C, 36671, and 39301 Page 62 of 114 Pages Feature Staked Barriers 0 AC Dikes 0 Box Culverts Pavement Markers@ Lateral Setting Tolerance Stake 0 Stake Centerline or Parallel to Centerline Description Spacing@, Q Spacing 0, Q (Within) & Vertical tangents & curves when R 2 300m (1000’) & I 7.5m (25’) on curves when R I 300m (1000’) barrier location(s) RP + Marker At beginning & end as appropriate 30 mm (0.1’) Stake Horizontal & Vertical as appropriate 10 rnm (J/8’’) Horizontal & 7 mm (‘/47 Vertical 7 mm (1/4”) Horizontal 3 m to 10 m (IO’ to 33’) as required by the Engineer, BC & EC, transition points & at beginning & end. Elevation points on footings & at invert 60 m (200’) on tangents, 15m (50’) on curves when R 2 300m (1 000’) & 7.5m (25’) on curves when R S 300m (1 000’) For PCC surfaced streets lane cold joints will suffice RP at pavement marker location(s) Type of Stake Horizontal Control Vertical Control Description Color* Coordinated control points, control lines, control reference points, centerline, alignments, etc. Bench marks WhitelRed * Flagging and marking cards, if used. Clearing Grading Structure Drainage, Sewer, Curb _- W hitelorange Limits of clearing Yellow/Black Slope, intermediate slope, abutment fill, rough grade, contour grading, final Yellow grade, etc. Bridges, sound and retaining walls, box culverts, etc. White Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, storm Blue 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 therefore. 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 therefore. Right-of-way Miscellaneous GRevised: 10/08/03 Contract No. 38871-C, 36671, and 39301 drains, slope protection, curbs, gutters, etc. Fences, R/ W lines, easements, property monuments, etc. Signs, railings, barriers, lighting, etc. WhiteNellow Orange Page 63 of 114 Pages - 2-10 AUTHORITY OF BOARD AND ENGINEER Add the following sections: 2-10.1 Availability of Records, The Contractor shall, at no charge to the agency, provide copies of all records in the Contractor’s or subcontractor’s possession pertaining to the work that the Engineer may request. 2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor’s and its 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 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 (a) and (b) to the SSPWC and replace with the following: .- (a) Work by Contractor. The following percentages shall be added to the Contractor’s costs and shall constitute the markup for all overhead and profits: I) Labor ........ , ............ ... ........... 20 GRevised: 10108103 Contract No. 38871-C, 36671, and 39301 Page 64 of 114 Pages - 2) Materials ............................. 15 3) Equipment Rental ................... 15 4) Other Items and Expenditures .. 15 To the sum of the costs and markups provided for in this section, I percent shall be added as compensation for bonding. (b) 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. Work by Subcontractor. 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. five (5), and add the following: Delete the second sentence of paragraph three, delete paragraph 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. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-1 2655. “The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code sections 12650-1 2655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City’s proposed final estimate in order for it to be further considered.” By: Title: - Date: Company Name: @Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 65 of 114 Pages .- *- 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. 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 201 04) which is set forth below: ARTICLE I .5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(l) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a @= %#Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 66 of 114 Pages public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(l) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(l) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(l) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a 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 - %#Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 67 of 114 Pages (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 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 .I1 of that code. The Civit 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 .IO) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 201 04.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.3.1 General. Add the following: The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the 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. - 'dRevised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 68 of 114 Pages - 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. 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 & STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quality and quality received, prepare storage area(s), store, handle, protect, move relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in section 6-7.2 and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency‘s boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor’s responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. GRevised: 10/08/03 Contract No. 38871 -C, 36671, and 39301 Page 69 of 114 Pages 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 . 54 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 therefore. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. SECTION 6 -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete subsection 6-1 and substitute the following: Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within 14 calendar days after receipt of the “Notice to Proceed“. Add the following sections: 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. 6-1 .I .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. 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 _- e %#Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 70 of 114 Pages 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. 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprising the schedule. 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1 -2.4 Schedule Software. 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 a 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:OO a.m. and 500 p.m. 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. _- 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. 6-1.2.6 Float. to whatever party or contingency first exhausts it. Float or slack time within the schedule is available without charge or compensation 6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity’s construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. - @Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 71 of 114 Pages 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. 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 Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of section 6-1. The Engineer may choose to accept the Contractor’s proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency’s acceptance of a shortened duration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. 6-1.2.10 Engineer’s Review. The Construction Schedule is subject to the review of the Engineer. The Engineer’s determination that the Baseline Construction Schedule proposed by the Contractor complies with the requirements of these 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 2.1 0.1 through 6-1.2.1 0.3. 6-1.2.1 0.1 “Accepted.” Notice to Proceed, and will receive payment for the schedule in accordance with section 6-1.8.1. The Contractor may proceed with the project work upon issuance of the 6-1.2.1 0.2 “Accepted with Comments.” The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per section 6-1.8.1. 6-1.2.1 0.3 “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. 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 c3Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 72 of 114 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. 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. 6-1.3.2 Activity Percent Complete. Contractor shall report the percentage determined by the Engineer as complete for the activity. For each activity underway at the end of the month, the 6-1.3.3 Electronic Media. The schedule data disk shall be a 3’/2” high density diskette, labelled 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. 6-1.3.4 List of Changes. with an explanation for each change. A list of all changes made to the activities or to the interconnecting logic, 6-1.3.5 Change Orders, Each monthly update will include the addition of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor’s change orders. 6-1.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. - 6-1.4 Engineer’s Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be returned marked as per sections 6- 1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked “Accepted with Comments” or “Not Accepted” by the Engineer will be returned to the Contractor for correction. Upon resubmittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer returning a monthly updated construction schedule marked “Not Accepted”. 6-1.4.1 “Accepted.” for the schedule in accordance with section 6-1.8.2. The Contractor may proceed with the project work, and will receive payment 6-1.4.2 “Accepted with Comments.” The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer’s comments prior to receipt of payment per section 6-1.8.2. /-+- e f.SRevised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 73 of 114 Pages 6-1 -4.3 “Not Accepted.” The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer’s comments prior to receipt of payment per section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked “Accepted” by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor’s responsibility. 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent “Accepted” Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the “Accepted” schedule. 6-1.6 interim Revisions. Should the actual or projected progress of the work become substantially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of section 2-5.3 and per the schedule review and acceptance requirements of section 6-1, including but not limited to the acceptance and payment provisions. 6-1. 7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor’s Final Schedule Update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed per sections 6-1.3 Preparation of Schedule Updates and Revisions and 6-1. 4 Engineer’s Review of Updated Construction Schedule. Acceptance of the final schedule update is required for completion of the project and release of any and all funds retained per section 9-3.2. 6-1.8 Measurement and Payment. The Contractor’s preparation, revision, and maintenance of the Construction Schedule are incidental to the Work and no separate payment will be made for the Construction Schedule. 6-2 PROSECUTION OF WORK. Add the following sections: 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. 6-2.2.5 Weekend and Night Work. Weekend and/or night work shall be performed by the Contractor to reconstruct the pipelines across major intersections and within major arterial streets as indicated on the Traffic Control Plans provided as part of the Contract Documents and as otherwise required by the City Traffic Engineer for work not covered by the Contract Document Traffic Control Plans. 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project @Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 74 of 114 Pages 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 6-6.4 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) therefore. 6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the work to completion within 250 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 or as otherwise indicated on the Traffic Control Plans provided as part of the Contract Documents or as otherwise required by the City Traffic Engineer for work not covered by the Traffic Control Plans provided as part of the Contract Documents, the hours of work shall be between the hours of 7:OO a.m. and 4:OO p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in hidher sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. Contractor is hereby advised that the Engineer will require weekend work for pipeline construction through major intersections as indicated on the project traffic control plans. 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 - - %#Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 75 of 114 Pages Completion" to be filed in the ofice 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. 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 Five Hundred Dollars ($500.00). Execution of the Contract shall constitute agreement by the Agency and Contractor that $500.00 per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 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. 74 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 four sentences: Except as specified herein the Contractor will obtain, at no permit fee cost to the Contractor, all encroachment, right-of-way, grading, resource agency and building permits necessary to perform work for this contract on Agency property, in streets, highways (except State highway right-of-way), railways or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefore. Add the following section: - 7-7 COOPERATION AND COLLATERAL WORK. Add the following section: e= GPRevised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 76 of 114 Pages I- 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 hidher sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 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 therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. - 7-8.6 Water Pollution Control. Add the following: The Contractor shall prepare and implement a storm water pollution and monitoring plan in accordance with the California State Water Resources Control Board order number 92-08-DWQ, NPDES General Permit number CAS000002 and the “Water Discharge Requirement for Discharges of Storm Water Runoff Associated with Construction Activity”. 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 GRevised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 77 of 114 Pages - 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 ofice 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 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 Ib. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix “A. In addition to the notifications, the contractor shall post no parking signs 48 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the no parking signs 48 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 48 hours in advance of the rescheduled work. .I 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. 7-1 0.3 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 .............................................. (760) 931-21 97 4) Carlsbad Traffic Signals Maintenance ............................................... (760) 438-2980 X-2937 5) Carlsbad Traffic Signals Operations .................................................. (760) 438-1 161 X-4500 6) North County Transit District.. ............................................................ (760) 743-9346 7) Coast Waste Management ................................................................ (760) 929-9400 7-1 0.3 Street Closures, Detours, Barricades. Add the following sections: - 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 @Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 78 of 114 Pages specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at hidher sole option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($20.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. 7-1 0.3.1 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 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to section 210-1.6 for materials and section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of, non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation’ required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS “Standard Specifications”, except the sleeves shall be 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. - 7-10.3.2 Maintaining Traffic. The Contractor’s personnel shall not work closer than 1.8 m (67, 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. - aRevised: 10/08/03 Contract No. 38871 -C, 36671, and 39301 Page 79 of 114 Pages .- During the entire construction, a minimum of one paved traffic lanes, not less than 3.6m (12’) wide, shall be open for use by public traffic in each direction of travel. 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, CALTRANS “Manual of Traffic Control”, latest 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. 7-1 0.3.4 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. 7-1 0.3.5 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”, latest 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. 7-1 0.3.6 Temporary Traffic Signal Detection. The contractor shall install temporary video detection as shown on the plans and in accordance with the Supplemental Provisions to Standard Specifications for Public Works Construction, Part 2 Construction Materials, Section 209 Electrical Components. The installation of the video detection system shall take place prior to damaging the existing loop detection system and shall remain in operation until the existing loop detection system is restored to its original operating condition as determined by the engineer. The contractor shall schedule work sequentially at intersections needing temporary video detection systems, so as to reuse the same system at each of these locations. - ’dRevised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 80 of 114 Pages - 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. Traffic control plans have been prepared for major arterial roadways and are included in the project plans. The Contractor shall prepare and submit traffic control plans for work in all other roadways where no traffic control plans are included in the project plans. Where 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 sheets 72 through 96 of Drawing 405-7 of the contract documents or substitute TCP to further its own interests. Such substitution shall be prepared in type and kind as sheets 72 through 96 of Drawing 405-7. The level of detail, format, and graphics shall be of quality and size no less than shown on sheets 72 through 96 of Drawing 405-7. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and of the "MANUAL OF TRAFFIC CONTROLS", - current edition, as published by the State of California Department of Transportation. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such modifications, supplements, and/or new designs to the TCP when, in the Engineer's sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the 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 Su bmitta Is. . 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 therefore. Flagging costs will be paid for as a part of the Lump Sum Amount for "Traffic Control." The cost of labor and material for portable concrete barriers will be paid for at the unit price bid. When there is no bid item for the cost of labor and material for portable concrete barriers, they will be paid as an incidental to the work - @Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 81 of 114 Pages I being performed, and no additional payment will be made therefore. Progress payments for "Traffic Control" will be based on the percentage of the improvement work completed. Add the following section: 7-10.4.4 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-13 LAWS TO BE OBSERVED. Add the following: Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL (NOT USED) SECTION 9 -- MEASUREMENT & PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK 9-1.4 Units of Measurement. Modify as follows: The system of measure for this contract shall be the U.S. Standard Measures. 9-3 PAYMENT 9-3.1 General. Delete the eighth paragraph and substitute the following: Guarantee periods, shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion." 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 - <$Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 82 of 114 Pages Contractor’s information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days afler 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 685.01 0 of the Code of Civil Procedure. Add paragraph 6 et seq. as follows: After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. The estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in subsection 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor’s claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Add the following: Except for those final payment items disputed in the written statement required in subsection 9-3.2 all claims of any dollar amount 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 - +#Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 83 of 114 Pages Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor’s claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under subsection 3-5, Disputed Work, for those claims remaining in dispute. Add the following section: 9-3.3.1 Delivered Materials. into the work will not be included in the progress estimate. The cost of materials and equipment delivered but not incorporated Add the following section: 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be made at the stipulated lump-sum price bid therefore in the bid schedule. The Contract lump-sum price paid for mobilization shall not exceed One hundred and Fifty Thousand Dollars ($1 50,000.00), and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization and Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. -. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilization And Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatory work will be allowed therefore. @Revised: 10/08/03 Contract No. 38871 -C, 36671, and 39301 Page 84 of 14 Pages APPENDIX “A’ RESIDENT NOTIFICATION EXAMPLE r CITY OF CARLSBAD CONSTRUCTION WORK ABC CONTRACTORS OFFICE # (760)XXX--xxxX FIELD # (76O)XXX-XXXX Dear resident: As a part of the City of Carlsbad’s and Carlsbad Municipal Water District’s Encina Basin Water Reclamation Program Phase II Project, your street will be closed to allow for pipeline construction. This construction will require the closing of your street to through traffic for X days. Your street, from XYZ St. to XYZ Ave. will be closed to through traffic on: MON. TUE. WED. THU. FRI. DATE: from 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 date(s) please park your car on an adjacent street in your neighborhood that will not be impacted. ABC is the Contractor that will be performing the construction work for the city and you may call them at (76O)XXX-XXXX if you have any questions regarding the project. Mail delivery may be delayed if the postman cannot reach the mailbox that day. If you have a moving company scheduled for that day please call and inform the Contractor of the date. If you have any concerns which cannot be addressed by the Contractor, you may call the City’s Engineering Inspection Department at 438-1 161 x4323. Thank you for your cooperation as we work to make a better I Citv of Carlsbad. .- <$Revised: 10/08/03 Contract No. 38871 -C, 36671, and 39301 Page 85 of 114 Pages SUPPLEMENTAL PROVISIONS TO “GREEN BOOK” STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Add the following: Aggregate base shall be Class 2 Aggregate Base per Caltrans Standard Specification, July 1999, Section 26: Aggregate Bases, Subsection 26-1.02A Class 2 Aggregate Base and as specified below in Section 200-2.7 of these Supplemental Provisions. Add the following section: 200-2.7 Class 2 Aggregate Base. Aggregate for Class 2 aggregate base shall be free from organic matter and other deleterious substances, and shall be of such nature that it can be compacted readily under watering and rolling to form a firm, stable base. Aggregate may include material processed from reclaimed asphalt concrete, portland cement concrete, lean concrete base, cement treated base or a combination of any of these materials. Aggregate shall conform to the grading and quality requirements shown in the following tables. At the option of the Contractor, the grading for either the 11/2-inch maximum or 3/4 inch maximum shall be used, except that once a grading is selected it shall not be changed without the Engineer’s written approval. AGGREGATE GRADING REQUIREMENTS Percentage Passing 1 I/$’ Maximum 3/4” Maximum Operating Operating Sieve Sizes 2“ .................................. 1 112“ ............................. 1 “ .................................. 314” ............................... No. 4 ............................. No. 30 ........................... No. 200 ........................ Range 100 90-1 00 - 50-85 25-45 10-25 2-9 Range - - 100 90-1 00 35-60 10-30 2-9 QUALITY REQUIREMENTS Operating Tests Range Resistance (R-value) 78 Min. Sand Equivalent 25 Min. Durability Index 35 Min. The aggregate shall not be treated with lime, cement or other chemical material before the Durability Index test is performed. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for “Operating Range” but meet the ‘Contract Compliance” requirements, placement of the aggregate base may be continued for the remainder of that day. However, another day’s work may not be started until tests, or other information, indicate to the satisfaction of the Engineer that the next material to be used in the work will comply with the requirements specified for “Operating Range.” .- If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the e= %#Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 86 of 114 Pages requirements specified for “Contract Compliance,” the aggregate base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the Engineer, the aggregate base may remain in place and the Contractor shall pay to the City $2.25 per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. If both the aggregate grading and Sand Equivalent do not conform to the “Contract Compliance” requirements, only one adjustment shall apply. Type of Construction All Concrete Used Within the Right-of-way Trench Backfill Slurry Street Light Foundations and Survey Monuments ,- No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day’s production, whichever is smaller. Concrete Maximum Class Slump mm (Inches) 330-C-23 (2) (560-C-3250) (I) 1 15-E-3 200 (8”) 330-C-23 100 (4”) (1 90-E-400) SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS - Traffic Signal Foundations 201-1 PORTLAND CEMENT CONCRETE .I (560-C-3250) 350-C-27 100 (4”) TABLE 201 -1 .I .2(A) Modify as follows: - Concreted-Rock Erosion Protection 1, (590-C-3750) (520-C-25OOP) 3 1 0-C-I 7 per Table 300-1 1.3.1 201 -1.2 Materials. 201 -1.2.4(a) Integral Colored Concrete. Add the following: Integral color shall consist of colored admixtures developed for use in ready mixed concrete. The product shall be made of the highest quality pigments] as well as other ingredients designed to enhance the color and improve the pigment dispersion, workability and finishing performance of the concrete. Integral color pigments shall meet or exceed ASTM-C-979. The coloring method shall be designed for concrete flatwork applications (salt finished, broom finishes, rotary finishes), as well as vertical surfaces, and other types of architectural concrete. Pigment shall be a permanent coloration, uniform throughout the concrete surface and interior, and shall be highly UV and fade resistant. Integral colored concrete shall be cured with QC Color Cure color matched to the concrete (see product information bulletin). Provide sample panel submittals of all colors to be used in the installation on identical surfaces for approval by Resident Engineer. Contractor shall provide a maintenance schedule for integral colored concrete. - @Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 87 of 114 Pages I Admixture for all integral colored concrete paving in medians and other integral colored concrete shall be the following: Color: match existing Curing: Manufacturer: Scofield Colorcure Concrete Sealer (or approved equal). See Section 201 of these Supplemental Provisions for Concrete Curing Materials. Scofield Chromix Admixtures for color-conditioned concrete, or approved equal L.M. Scofield Company 6533 Bandini Boulevard Los Angeles, CA 90040 1-800-800-9900 Admixture products and procedures for installation shall be in strict accordance with the manufacturer’s specifications and recommendations, and those published by the American Concrete Institute (ACI) and the Portland Cement Association (PCA). 201 -1.2.4 Chemical Admixtures. (e) Air-Entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-1/2 percentage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504. Add the following: 201 -1.6 Finish: match existing Add the following: 201 -1.7.1 Water Base Penetrating Sealer for Integral Colored Concrete. (Scofield Colorcure Concrete Sealer or approved equal) - 201 -1.7 Miscellaneous Concrete Finishing Products. Water base penetrating sealer shall be a sealer designed for the protection of imprinted and natural concrete. Water base penetrating sealer shall be a sealer designed for the protection of imprinted, colored and natural concrete, and other masonry surfaces to preserve the natural appearance of the masonry without darkening or adding gloss to the surface. It shall preserve the natural slip resistance of the concrete, etc. Sealer shall repel spills and soils, minimizing staining and maintenance. Seal shall leave no visible material on the surface and shall be absorbed and locked into the pores of the masonry, repelling liquids and soils but leaving the top surface natural in appearance. Install per manufacturer’s directions. Seal shall be compatible with the surfaces and materials which it is applied. Concrete sealer shall conform to the following specifications: Color: Odor: Flash Point: Specific Grav.: Density : Drying Time: Cure Time: VOC Content: Polymer Type: Coverages (approximate): Rough Concrete: ,- Smooth Concrete: Clear, non-yellowing Mild None (C.O.C. method) 1.03 8.6 pounds per gallon 30 minutes to 60 minutes 24 to 48 hours None (0 g/l) excluding water Proprietary Reactive Resin System 300 to 400 square feet per gallon 200 to 300 square feet per gallon e %#Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 88 of 114 Pages Note: Coverages vary depending on porosity and condition of surface and method of application. Method of Application: Airless sprayer Manufacturer: Scofield Chromix Admixtures for color-conditioned concrete, or approved equal L.M. Scofield Company 6533 Bandini Boulevard Los Angeles, CA 90040 1-800-800-9900 All materials shall be furnished, prepared, applied, cured, and stored according to the product manufacturer’s direction. 201 -1.2.4 Chemical Admixtures. (e) Air-entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-112 percentage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504. 201 -3 EXPANSION JOINT FILLER AND JOINT SEALANTS. Add the following: 201 -3.4 Type “A” Sealant (Two-Part Polyurethane Sealant). Add the following: All finished concrete surfaces shall have a %” continuous expansion joint at locations indicated on the plans and notes and shall be located either parallel to perpendicular to the curb line. When not otherwise indicated, all expansion joints located adjacent to colored concrete shall be sealant Type “A” and colored to match the color of the concrete surface. A Contractor shall provide joint sealants that have been produced and installed to establish and to maintain watertight and airtight continuous seals without causing staining or deterioration of joint substrates. Contractor shall submit product data from the manufacturer of each joint sealant product required, including instructions for joint preparation and joint sealer application. Contractor shall also submit samples for initial selection purposes in form of manufacturer’s standard bead samples, consisting of strips of actual products showing full range of colors available, for each product exposed to view. Samples shall be submitted to Engineer. Submit complete schedule of type (and location where type is to be used) of each sealant. Contractor shall engage an experienced installer who has completed joint sealant applications similar in material, design and extent to that indicated for Project that have resulted in construction with a record of successful in-service performance. Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. Provide color selections made by Engineer from manufacturer’s full range of standard colors for products of type indicated. Sealant color parallel to curbline shall match color of Paving Treatment Type “A as specified in Section 201-1.2.4(a) of these Special Provisions. Joint sealants shall be multi-component polyurethane sealant. Except as otherwise indicated, provide manufacturer’s standard, non-modified, 2-or-more-part, polyurethane-based, elastomeric sealant; complying with either ASTM-C-920-87, Type M, Grade P, Class 25, or FS TT-S 0227E Class A, non-sag, Type II. e= ESRevised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 89 of 114 Pages Acceptable Products: “Sonneborn NPII”; Sonneborn Building Products Division; “Scofield Lithoseal Trafficalk 3-G”, L.M. Scofield Company; or equivalent, as approved by the Engineer. Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates, sealants, primers and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. Plastic foam joint fillers shall be preformed, compressible, resilient, nonstaining, nonwaxing, nonextruding strips of flexible plastic foam either open-cell polyurethane foam or closed-cell polyethylene foam, subject to approval of sealant manufacturer, for cold-applied sealants only. Polystyrene foam is not acceptable. SECTION 203 - BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. DELETE sections 203-6.2 and 203-6.3.2 and ADD the following: 203-6.1 General. Add the following: The Contractor shall submit a design mix report and verification data for review by the Engineer for each source of supply and type of mixture specified. The design mix report shall indicate the results of all testing requirements identified in sections 203-1.2 and 203-6.3 of the standard specifications for public works construction and these special provisions. 203-6.2 Materials. Add the following: Asphalt concrete shall be class C2-AR-4000 for surface course, and B-AR-4000 for base course. Asphalt concrete shall be class D2-AR-8000 for dikes and class E-AR-8000 ditches. 203-6.3.2 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be determined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant inspection that confirms the production of a particular mix design and verifies using samples of aggregate taken before the addition of asphalt and mineral filler (Bin). All samples shall be taken in accordance with Calif. Test 125. When Wet Mix or Core samples of asphalt concrete are to be used for evaluation, sufficient size samples shall be taken to ensure representative and adequate quantity,of material for: 1. Asphalt Content and Gradation of Extraction using Calif. Test 382 or ASTM 2172, and Calif. Test 202. 2. Sta bil it y ’ using : a. b. Stabilometer Value’ using Calif. Test 366 and shall be the average of three individual Stabilometer Values And/or Marshall Stability in accordance with the Asphalt Institute’s MS-2 fabricated and tested for traffic volume and shall be the average of three specimens. ‘Stability will be waived provided the extracted asphalt concrete is within +/-.5 of mix design and the extracted gradation complies with Table 203-6.3.2 (A). Use Marshall Stability when the deviation between individual Stabilometer Values are greater than +/-4. 2 When using core sample analysis, the samples must be properly prepared to safeguard against influx of outside contaminates and so that the cut surfaces do not influence the test results. m %#Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 90 of 114 Pages The amount of asphalt binder used in asphalt concrete placed in dikes, gutters, gutter flares, overside drains and aprons at the ends of drainage structures shall be increased one percent by mass of the aggregate over the amount of asphalt binder determined for use in asphalt concrete placed on the traveled way. 203-6.3.3 Acceptance. Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the asphalt content is within +/-.5 of the design mix and the gradation conforms to the grading as shown in Table 203-6.3.2 (A). Deviations in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Stabilometer Value per Table 203-6.3.2 (A) Marshall Stability using Asphalt Institute MS-2. Plant inspected asphalt concrete will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the grading as shown in Table 203-6.3.2 (A). 203-6.6.2, Batch Plant Method, modify as follows: Third paragraph, last sentence, delete “and from the Engineer’s field laboratory”. Last paragraph, add after D 21 72: “method A or B.” 203-6.7 Asphalt Concrete Storage. add the following: Open graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 18 hours, shall not be used in the work. 203-1 I ASPHALT RUBBER HOT MIX (ARHM) WET PROCESS I 203-11.3 Composition and Grading. Add the following: Asphalt Rubber Hot Mix shall be class ARHM-GG-C. Add the following section: 203-13 ASPHALT PAVEMENT CRACK SEALANTS 203-1 3.1 Elastomeric Sealant. Elastomeric sealant shall be a polyurethane material of a composition that will, within its stated shelf life, cure only in the presence of moisture. No elastomeric sealant shall be incorporated into any portion of the work that is beyond the shelf life recommended by its manufacturer. No elastomeric sealant shall be incorporated into any portion of the work that has been stored under conditions not recommended by its manufacturer. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. The cured sealant shall have the performance characteristics in Table 203-1 3(A). e= %#Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 91 of 114 Pages T ELASTOMERIC Prop e rt y Hardness (indentation) Tensile 'P Measuring Standard (ASTM Designation) ASTM D 2240 Rex. Type A, Model 1700 ASTM D 412 Die C, LBLE 203-1 3.1 (A) SEALANT C HARACTE RIS' Strength Elongation ASTM D 412 Die C, Weathering 1 Flex at -40°C I 0.6 mm (25 mil) Free Film Bend (1 80") ASTM D 822 Resistance Salt-Spray Resistance Dielectric Constant Weatherometer 350 h ASTM B 117 28 days at 38°C ASTM D 150 Results Property Measuring Standard (ASTM Designation) ASTM D 3407, Sec. 5 ASTM D 3407, Sec. 6 ,ASTM D 3407, Sec. 8 Cone Penetration Flow, 60°C Resilience Softening Point, ASTM D 36 Ductility, ASTM D 113 Flash Point, COC, "C ASTM D 92 Viscosity, Brookfield ASTM D 4402 Thermosel, 65 - 85 Results Conditions 25"C, 150 g, 5 s 3.5 mm, max. 5 mm, max. 25%, min. 25°C 82 "C, min. 300 mm, min. 288 "C, min. 2.5-3.5 Pas No. 27 Spindle, 20 25"C, 50 mm/min rpm, 19O"C, 3.45 MPa, minimum 400%, minimum No cracks Slight chalking 3.45 MPa, minimum tensile; 400% minimum Elongation Less than 25% change ICs Conditions 25°C @ 50% relative humidity pulled at 508 mm (20") per minute pulled at 508 mm (20") per minute over 13 mm Mandrel Cured 7 days at 25°C @ 50% relative humidity 5% NaCI, Die C, pulled at 508 mm (20") per minute over a temperature range of -30-C to 50-C 203-1 3.2 Asphaltic Emulsion Sealant. Asphaltic emulsion sealant shall conform to the State of California Specification 8040-41A-15 and shall be used only for filling slots in asphalt concrete pavement. This material shall not be used in slots which exceed 16 mm (5/8") in width or where the slope causes the material to run from the slot. The material shall not be thinned in excess of the manufacturer's recommendations and shall not be placed when the air temperature is less than 7°C (45°F). .- 203-1 3.3 Hot-Melt Rubberized Asphalt Sealant. Hot-melt rubberized asphalt shall be in solid form at room temperature and fluid at an application temperature of 190°C (375°F) to 205°C (400°F). Fumes from the material shall be non-toxic. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. Performance characteristics of the cured hot- melt rubberized asphalt shall be as per Table 203-13.3(A). a E#Revised: 10/08/03 Contract No. 38871 -C, 36671, and 39301 Page 92 of 114 Pages SECTION 206 - MISCELLANEOUS METAL ITEMS Add the following section: 206-7 TRAFFIC SIGNS. Add the following section: 206-7.1.1 General. Materials, legend, proportion, size, and fabrication of all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall conform to the requirements of “SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993”, Sheets 1 through 5 that accompany “SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993” of dimensions and details, dated April 1987, and “OPAQUE COLOR CHART”, dated February 1980, all published by the State of California, Department of Transportation, Division of Procurement Services, Office of Material Operations, 1900 Royal Oaks Drive, Sacra’mento, CA 9581 9 and as modified herein. Where the “SPECIFICATION FOR REFLECTIVE SHEETING SIGNS, October 1993” require the Contractor or supplier to notify the Department of Transportation or to certify compliance to said SPECIFICATIONS, to provide a quality control program or to allow testing, approval, observation of manufacturing or assembly operations by the State of California, Department of Transportation and/or its employees or officials, such rights shall be vested in the Engineer. Add the following section: 206-7.2 Temporary Traffic Signs. Temporary traffic signs shall consist of all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic during the Contractor’s performance of the Work. Temporary traffic signs include both stationary and portable signs. - Add the following section: 206-7.2.1 General. Materials, legend, proportion, size, and fabrication of all temporary traffic signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall conform to the requirements of “Specifications For Reflective Sheeting Signs, October 1993”, Sheets 1 through 5 that accompany “Specifications For Reflective Sheeting Signs, October 1993” of dimensions and details, dated April 1987, and “OPAQUE COLOR CHART”, dated February 1980, all published by the State of California, Department of Transportation, Division of Procurement Services, Office of Material Operations, 1900 Royal Oaks Drive, Sacramento, CA 95819 and as modified herein. Where The “Specification For Reflective Sheeting Signs, October 1993” require the Contractor or supplier to notify the Department of Transportation or to certify compliance to said “Specifications For Reflective Sheeting Signs, October 1993”, to provide a quality control program or to allow testing, approval, observation of manufacturing or assembly operations by the State of California, Department of Transportation and/or its employees or officials, such rights shall be vested in the Engineer. Add the following section: 206-7.2.2 Drawings. Modify the “Specifications For Reflective Sheeting Signs, October 1993” as follows: Standard temporary traffic signs shall be as per the most recently approved “Approved Sign Specification Sheets” of the State of California, Department of Transportation. The date of approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the “Notice to Proceed” of this contract, whichever is most recent. Add the following section: 206-7.2.3 Reflective Sheeting. Modify the “Specifications For Reflective Sheeting Signs, October 1993” as follows: All advisory signs, warning signs and all regulatory signs shall be fabricated with Type I I1 encapsulated lens sheeting conforming to the requirements of this specification. * a %#Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 93 of 114 Pages Add the following section: 206-7.2.4 Substrate. Modify the “Specifications For Reflective Sheeting Signs, October 1993” as follows: Excepting only construction warning signs used at a single location during daylight hours for not more than five (5) consecutive days, all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall be stationary mounted and shall use aluminum substrate . Add the following section: 206-7.2.5 Stationary Mounted Temporary Traffic Signs. Stationary mounted temporary traffic signs shall be installed on 10-gage and 12-gage cold-rolled steel perforated tubing posts in the same manner shown on the State of California, Department of Transportation “Standard Plans” 1995 edition standard plans numbers RSI, RS2, RS3 and RS4 for installation of roadside signs, except as follows: a) Wood posts shall not be used. b) Back braces and blocks for sign panels will not be required. c) The height to the bottom of the sign panel above the edge of traveled way shall be at least 2.1 m (7’). d) Unless otherwise shown on the plans traffic sign posts shall conform in materials and installation to SDRS drawing M-45 and shall have one post provided for each 0.48 m2 (5 ft2)of sign area, or the signs may be installed on existing lighting standards when approved by the Engineer. e) Sign panels mounted on temporary traffic sign posts shall conform to the requirements specified for aluminum signs in the “Specifications For Reflective Sheeting Signs, October 1993”. Add the following section: 206-7.2.6 Temporary Traffic Sign Posts. Posts shall be 10-gage or 12-gage cold-rolled steel perforated tubing used for the support and stabilization of stationary mounted temporary signs. Post size and number of posts shall be as shown on the plans, except that when stationary mounted signs are installed and the type of sign installation is not shown on the plans, post size and the number of posts will be determined by the Engineer. Sign panels for stationary mounted signs shall consist of reflective sheeting applied to a sign substrate. Add the following section: 206-7.2.7 Portable Temporary Traffic Signs. Each portable temporary traffic sign shall consist of a base, standard or framework and a sign panel. The units shall be capable of being delivered to the site of use and placed in immediate operation. Sign panels for portable signs shall conform to the requirements of sign panels for stationary mounted signs in the “Specifications For Reflective Sheeting Signs, October 1993, or shall be cotton drill fabric, flexible industrial nylon fabric, or other approved fabric. Fabric signs shall not be used during the hours of darkness. Size, color, and leg- end requirements for portable signs shall be as described for stationary mounted sign panels in section 206-7.2 of these Supplemental Provisions. The height to the bottom of the sign panel above the edge of traveled way shall be at least 0.3-m (12”). All parts of the sign standard or framework shall be finished with 2 applications of orange enamel which will match the color of the sign panel background. Testing of paint will not be required. %#Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 94 of 114 Pages - Add the following section: 206-9 PORTABLE CHANGEABLE MESSAGE SIGN Add the following section: 206-9.1 General. Each portable changeable message sign (PCMS) unit shall consist of a controller unit, a power supply, and a structural support system all mounted on a trailer. The PCMS unit shall be assembled to form a complete self-contained portable changeable message sign, which can be delivered to the site of the work and placed in immediate operation. The complete PCMS unit shall be capable of operating in an ambient air temperature range of -2OOC (-4OF) to +7OoC (158OF) and shall not be affected by unauthorized mobile radio transmissions. The trailer shall be equipped so that it can be leveled and plumbed. Full operation height shall be with the bottom of the sign at least 2.1 m (7') above the ground and the top no more than 4.4 m (14.5') above the ground. After initial placement, PCMS shall be moved from location to location as directed by the Engineer Add the following section: 206-9.2 Message Board. The message displayed on the PCMS shall be visible from a distance of 460 m (1500') and shall be legible from a distance of 230 m (750'), at noon on a cloudless day, by persons with vision corrected to 20/20. The sign panel shall be 3-line matrix and shall display not less than 7 characters per line. Sign messages to be displayed shall be as approved by the Engineer. The sign face shall be flat black and shall be protected from glare of the sun by a method which does not interfere with the clarity of the sign message. The sign shall be raised and lowered by means of a power driven lifting mechanism. The matrix sign shall be capable of complete alp ha numeric selection. Lamp matrix type signs shall be equipped with an automatic dimming operational mode that automatically compensates for the influence of a temporary light source or other abnormal lighting conditions. The sign shall have manual dimming operation modes of 3 or more different lamp intensities. - Matrix signs not utilizing lamps shall be either internally or externally illuminated at night. The controller shall be an all solid-state unit containing all the necessary circuitry for the storage of at least 5 pre-programmed messages. The controller shall be installed in a location allowing the operator to perform all functions from one position. A keyboard entry system shall be provided to allow an operator to generate an infinite number of additional messages over the pre-programmed stored messages. The keyboard shall be equipped with a security lockout feature to prevent unauthorized use of the controller. The controller shall contain a nonvolatile memory to hold the keyboard created messages in memory during periods when the power is not activated. The controller shall provide for a variable message display rate which allows the operator to match the information display to the speed of the approaching traffic. The flashing off time shall be operator adjustable within the control cabinet. Add the following section: 206-9.3 Operation and Maintenance. PCMS shall be furnished, placed, operated, and maintained at locations shown on the traffic control plans, specified herein, and designated by the Engineer. The PCMS will be diligently maintained and repaired by the Contractor throughout the project in accordance with the manufacturer's recommendations. If ownership is transferred to the City (at the end of the job), it must be demonstrated to be in good working condition, and meet the provisions of these specifications, including current registration. -- 4iw %#Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 95 of 114 Pages - Add the following section: 206-9.4 Measurement and Payment. The contract price bid for Traffic Control shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing, placing, operating, maintaining, repairing, replacing, transporting from location to location, and delivery of the PCMS and other signs. The signs will be given to the City at the completion of the construction, in good working order, and as directed by the Engineer, and no other compensation will be made. - SECTION 209 - ELECTRICAL COMPONENTS Application of Geotextile Type Designation Separation of Soil and Street Structural Section 9ows Separation of Soil and Subsurface Aggregate Drain 180N Reinforcement of Street Structural Section 200ws Remediation and Separation of Soil 270WS Reinforcement of Soil 270WS 209 ELECTRICAL COMPONENTS. Modify as Bollows: Section 209, “Signals, Lighting and Traffic Electrical Systems”, herein, shall replace Section 209, “Electrical Components”, of the SSPWC in all matters pertaining to the specifications for measurement, payment, warranty, and materials and methods of construction for all elements of street lighting and traffic signals. For electrical components provided and installed in systems not including street lighting and traffic signals section 209 SSPWC is unmodified except as specified in sections other than section 209, “Signals, Lighting and Electrical Systems”, herein. For section 209, “Signals, Lighting and Traffic Electrical Systems”, for all elements of street lighting and traffic signals both construction materials and construction methods have been combined into a single section. SECTION 210 - PAINT AND PROTECTIVE COATINGS 210-1 PAINT. - 210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. Modify as follows: Paint for traffic lane lines, turn pocket lines, edge lines, channelizing lines, bike lane lines, chevrons, and curbs shall be rapid dry water borne conforming to CALTRANS Specification No. PTWB-01. Paint for pavement legends, pavement symbols, pavement arrows, cross walks, parking stall markings and stop bars shall be alkyd thermoplastic conforming to CALTRANS Specification No. 8010-19A. Glass beads shall be applied to the surface of the rapid dry water borne paint and the molten thermoplastic material and shall conform to the requirements of CALTRANS Specification No. 801 0-004 (Type 11). CALTRANS Specifications for water borne paint, thermoplastic material and glass beads may be obtained from the CALTRANS Transportation Laboratory, P.O. Box 19128, Sacramento, CA 9581 9, telephone number (916) 227-7000. SECTION 213 - ENGINEERING FABRICS 213-2 GEOTEXTILES. 213-2.1 General. Add the following: Geotextile used for base stabilization shall be Mirafi 600X or approved equal. Geotextile types shall be used for the applications listed in Table 213-2.1(A) TABLE 21 3-2.1 (A) em %#Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 96 of 114 Pages , aRevised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 97 of 114 Pages SECTION 214 PAVEMENT MARKERS Type TFPM 214-5 REFLECTIVE PAVEMENT MARKERS Manufacturer of Distributor DAPCO Davidson Plastics Company, 18726 East Valley Highway, Kent, Washington 98032, Telephone (206) 251-8140. . Add the following section: 214-5.1 Temporary Reflective Pavement Markers. Temporary pavement markers shown on the plans and required in the specifications shall be one of the types shown in Table 214-5.1 (A), or equal thereto. Type Safe-Hit SH236MA Carsonite "Super Duck" SDF-436 Rep0 "The Replaceable Post" Manufacturer of Distributor Safe-Hit Corporation 1930 West Winton Avenue, Building #I 1 Hayward, CA 94545 Telephone (41 5) 783-6550 Carsonite International Corporation 2900LockheedWay Carson City, NV 89701 Telephone (702) 883-5104 Western Highway Products P.O. Box 7 Stanton, CA 90680 Telephone (800) 422-4420 Add the following section: 14-52 Permanent Reflective Channelizer. Reflective Channelizer shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Reflective channelizer posts shall be orange in color. Reflective channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm in size. The reflective sheeting shall be visible at 300 m at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20120. Reflective channelizer shall be one of the types shown in Table 214-5.2(A), or equal thereto. - The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of Section 2-5.3.3 "Submittals". Said certificate shall certify that the permanent reflective channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the engineer and were manufactured in accordance with the approved quality control program. 0). %#Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 98 of 114 Pages e= %#Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 99 of 114 Pages SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING. 300-1 .I General. add the following to the third paragraph: During surface clearing operations, the Contractor shall not cover or bury any plant growth or other objectionable materials. If the Contractor cannot successfully separate the plant growth from the surface soil and advertently or inadvertently mixes organic or other objectionable materials with the soil, the soil so contaminated shall be removed from the site by the Contractor. All costs, if any, associated with removing the soil mixed with organic or other objectionable materials and importing soil to replace said contaminated soil shall be borne by the Contractor and no additional payment therefor shall be made to the Contractor. 300-1.4 Payment. grubbing. Clearing and grubbing shall be considered incidental to the work. modify as follows: No separate payment shall be made for clearing and 3 00 -2 U NC LASS I F I E D EXC AVATlO N . - 300-2.9 Payment. substitute the following: Payment for all unclassified excavation shall be paid for as incidental to the various items of work and no additional payment will be made therefore. SECTION 301 - TREATED SOIL, SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION. 301-1.2 Preparation of Subgrade. Modify the second and third paragraphs as follows: Change each instance reading “1 50mm (6 inches)” to “300 mm (1 2”)’’. 301-1.3 Relative Compaction. Delete the first paragraph and substitute the following: The Contractor shall compact the upper 300 mm (12”) of subgrade beneath areas to be paved, have base or subbase material placed on them, or curb, gutter, curb and gutter, alley pavement, driveway or sidewalk constructed over them to no less than 95 percent maximum dry density as determined by ASTM test D-I 557-91. 301 -1.7 Payment. Modify the first paragraph as follows: Payment for subgrade preparation shall be included in the contract bid price for which the subgrade is prepared and shall include all labor, materials; including water, operations and equipment to scarify, adjust moisture, compact or recompact the subgrade, both in cut areas and in fill areas, and no further compensation will be allowed. I e- %#Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 100 of 114 Pages SECTION 302 - ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT. 302-5.1 General. add the following: The Contractor shall treat all vegetation within the limits of the paved area to receive asphalt concrete paving with a post emergent herbicide. Herbicide shall be applied at least 2 (two) working days prior to paving the area. Allowance for the two day period shall be shown in the schedule required per section 6-1. 302-5.2.3 Removal and Disposal of Material. During the milling operation, the contractor shall sweep the street with mechanical equipment and remove all loosened material from the Project site until the completion of the removal work. The removal crew shall follow within 50 feet of the milling machine unless otherwise directed by the Engineer. The Contractor shall take all necessary measures to avoid dispersion of dust. All material removed shall be considered the property of the Contractor and shall be disposed of by the Contractor at its expense. 302-5.2.5 Pavement Transitions. add the following: The Contractor shall ramp the approaches and termini to all structures and vertical joints in the cold-milled area which are transverse to through traffic with temporary asphalt concrete pavement as specified in section 306-1.5.1. Ramps shall be constructed the same day as cold milling and removed the same day as permanent paving. Ramp dimensions and compaction shall be as approved by the Engineer. 302-5.4 Tack Coat. successive interfaces of existing pavement and new pavement. add the following: The Contractor shall place a tack coat between the 302-5.5 Distribution and Spreading. modify as follows: After second sentence of sixth paragraph, add: The Contractor shall provide the spreading and finishing machine used to construct the asphalt concrete surface course with an automatic screed control for surface course paving. The automatic screed control shall be 9 m (30’) minimum length. The paving machine shall be operated by an operator and two full-time screed men during all paving. 302-5.6.1 General. modify as follows: Second paragraph, Part (2), add: Pinched joint rolling procedures shall be required, and vibratory rollers shall be limited to breakdown, unless otherwise directed by the Engineer. modify as follows: After last paragraph, add: Unless directed otherwise by the Engineer, the initial breakdown rolling shall be followed by a pneumatic-tired roller as described in this section. 302-5.9 Measurement and Payment. add the following: Payment for asphalt concrete shall be at the unit price bid per ton. No additional payment shall be made for any tack coat. Add the following section: 302-1 1 ASPHALT PAVEMENT REPAIRS AND REMEDIATION Add the following section. 302-1 1 .I General. Asphalt pavement Repairs and Remediation shall consist of the repair and restoration of existing asphalt pavement. Repair of asphalt pavement shall consist of the saw cutting, removal and disposal of existing asphalt pavement in conformance with section 300-1.3, compaction of existing subgrade in conformance with section 301-1, grading and compaction of base material in conformance with section 301 -2, application of grade SS-1 h emulsified asphalt and the placement of asphalt concrete base and wearing courses as specified herein Add the following section. w %#Revised: 10/08/03 Contract No. 38871 -C, 36671, and 39301 Page 101 of 114 Pages -. 302-11.2 Full Depth Asphalt Concrete Patch. Full depth asphalt concrete patch shall consist of removing asphalt concrete and/or aggregate basekubgrade to 1 below existing asphalt surface and placing replacing the material so removed with asphalt concrete. The area shown on the plans or set forth in the bid item are for estimating purposes only, final quantity will be as measured in the field. The Engineer will designate and mark the final limits of the asphalt patch area by outlining the area to be patched. The Contractor shall cut such areas to straight lines in square or rectangular areas as marked. The area so cut shall have two of the sides at right angles to the direction of traffic. The excavated faces of the baselsubgrade shall be straight and vertical. The Contractor shall compact the upper 300mm (1’) of subgrade to 95% relative compaction. A tack coat of SS-lh emulsified asphalt shall be applied uniformly to all asphalt to asphalt contact surfaces at a rate of 0.25 L/m2 to 0.45 L/m2 (0.05 to 0.lOgallons per square yard) in accordance with subsection 302-5.4, SSPWC. The Contractor shall fill and compact areas designated to be removed with 300 mm (1 .O’) full depth asphalt concrete. Asphalt concrete for full depth asphalt concrete patch shall be B-AR-4000. The asphalt concrete so constructed shall have a finish surface and density conforming to subsection 302-5.6.2 SSPWC. Add the following section. 302-11.3 Crack Sealing The Contractor shall wash, blow out and thoroughly dry all cracks designated to be sealed before installing elastomeric sealant material. The Contractor shall dispose debris from crack cleaning outside the public way in accordance with Section 7-8.1, “Cleanup and Dust Control.” The hot-melt rubberized asphalt shall be melted in a jacketed, double boiler type melting unit. Temperature of the heat transfer medium shall not exceed 245°C (475°F). Application of the hot-melt sealant shall be made with a pressure feed applicator or pour pot. Sealant shall be applied when the pavement surface temperature is greater than 4°C (40°F). Containers of hot-melt sealant shall be delivered to the job-site in unopened containers that are clearly marked with data showing the manufacturer’s name, the product designation and the manufacturer’s batch number and lot numbers. The level of the sealant shall be flush with the surface of the existing pavement. All excess sealant shall be removed from the crack with a minimum overlap onto adjacent pavement. -. Add the following section. 302-1 1.4. Measurement and Payment. Quantities of full depth asphalt concrete patch and crack sealing set forth in the bid item are for estimating purposes only, final quantity will be as designated and measured in the field. The Engineer will designate and mark the limits of the Full depth asphalt concrete patch and crack sealant application areas. Payment for emulsion-aggregate slurry treatments shall include post emergent herbicide treatment of the areas to receive for emulsion- aggregate slurry treatment. Full compensation for conforming to the requirements of constructing full depth asphalt concrete patch shall include but not be limited to: furnishing all labor, tools, equipment, and materials necessary for doing the work including, but not be limited to, saw cutting and removing 300 mm (1’) thick section of existing asphalt concrete, aggregate baselsubbase and basement soil as designated by the engineer, placement of asphalt concrete, compaction of subbase and asphalt concrete, placement of SS-1 h asphalt emulsion and all other work incidental to full depth asphalt concrete patch shall be considered as included in the contract unit price bid for full depth asphalt concrete patch and no additional compensation will be allowed therefor. Full compensation for conforming to the requirements of crack sealing shall include but not be limited to, furnishing all labor, materials, tools, equipment, and incidentals necessary to do the work. Crack cleaning, roadway clean up, application of sealant, removal of excess sealant and all other work incidental to crack sealing shall be considered as included in the contract unit price bid and no additional compensation will be allowed therefor. SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 303-1 CONCRETE STRUCTURES ‘&Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 102 of 114 Pages 303-1.6.2 Falsework Design. add the following: The Contractor shall provide all temporary bracing necessary to withstand all imposed loads during erection, construction, and removal of any falsework. The Contractor shall provide falsework drawings and calculations prepared by a registered professional engineer, civil or structural, that show provisions for resolution of all loads that may be imposed upon the falsework. Such plans and calculations shall include: Type of underground facilities - Water Service Lateral 1. 2. 3. 4. 5. Marking W Resolution of all live, dead, wind, construction and impact loads that may be imposed on falsework. Temporary bracing or methods to be used during each phase of erection and removal of falsework. Concrete placement sequence. Erection and removal sequence. Deflection values for the falsework that include recommended methods to compensate falsework deflections, vertical alignment, and anticipated falsework deflection. the the for 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS. 303-5.5.2 Curb. add the following: The Contractor shall stamp the curb face with 75 mm (3”) high block letters directly above the point that it is crossed by underground facilities with the marking specified in Table 303-5.5.2(A) Sewer Service Lateral Irrigation Water Lateral or Sleeve Street Light or Traffic Signal Pull Box S RW 303-5.9 Measurement and Payment. add the following: Curb and gutter, and curb, shall be considered as continuing across driveways and access ramps when constructed adjacent thereto. Neither curb and gutter nor curb will be paid for across the length of local depressions, except that which occurs in gutter transitions at each side of an inlet. Add the following: 303-6 STAMPED CONCRETE (MEDIAN CONCRETE PAVING). 303-6.6 Random Stone Texture with Heavy Sandblast Finish to Expose Aggregate. Concrete shall be 560-C-3250. Use color application method “B” (integral color). Color shall be per Section 201 -1.2.4(a). The pattern shall be Bomacron “Random Slate” pattern or approved equal. The pattern shall be defined by clearly demarcated joints and detailed surface texture to simulate random stone paving. Concrete shall have a heavy sandblast finish to expose the aggregate within the concrete. Stamp Pattern shall match the existing concrete paving along Alga Road. Prepare a 4x4 foot sample panel of pattern, color and finish including heavy sandblast finish for the approval of the Project Resident Engineer. Allow the sample to cure a minimum of 14 days prior to color review. An acceptable sample shall be approved prior to construction of the finished work. - Add the following: GRevised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 103 of 114 Pages -- 303-6.7 Payment for colored, stamped concrete paving with random stone pattern and heavy sandblast finish to expose aggregate shall be paid under the contract unit price bid per square foot for median concrete paving. Said payment shall include compensation for all excavation, grading, backfill, permeable material, forming, reinforcing steel, concrete, integral color, texture sealers, and other material necessary to construct the specific paving. Measurement and Payment. SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS Add the following section: 306-1.1.7 Steel Plate Bridging - With a Non-Skid Surface. This section covers the use of steel plate bridging. The Contractor shall not employ the use or use steel plate bridging or trench plate that does not meet the requirements of this section both in application and circumstance of use. Add the following section: 306-1.1.7.1 Requirements for Use. Alternate construction methods that avoid the use of steel plate bridging shall be used by the Contractor unless otherwise approved by the Engineer. It is recognized that to accommodate excavation work, steel plate bridging may be necessary. All conditions for use of steel plate bridging set forth in the following requirements must be fulfilled as conditions of approval of the use of steel plate bridging. Consideration of steel plate bridging in the review process will take into account the following factors: 1. Traffic volume and composition. 2. Duration of use of the steel plate bridging. 3. size of the proposed excavation. 3. Weather conditions. The followipg formula shall be used to score the permitted use of steel plate bridging: PS = [ ADT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (krnh) + SLOPE X 1001 X LANES 1000 8 PS = [ ADT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED hDh) + SLOPE X 1001 X LANES 1000 5 where: PS ADT - EWL DAYS - - - - - - - WEEKEND = NIGHTS = WEATHER = - SPEED - - SLOPE - -- plate score. average daily traffic as defined in the CALTRANS Traffic Manual. equivalent wheel loads as defined in the CALTRANS Traffic Manual. total number of 24 hour periods during which the plates will be utilized at the site being considered. total number of Saturdays, Sundays and holidays that the plates will be utilized at the site being considered. total number of overnight periods that the plates will be in place, exclusive of Saturday, Sunday and holiday nights. total number of 24-hour periods that the plates will be utilized at the site being considered when the possibility of rain exceeds 40 percent. the design speed in kilometers per hour or miles per hour, as applicable in the formulae above, of the street where the plates are to be installed. This number shall not be reduced for construction zone speed reductions. the quotient of the vertical differential divided by the horizontal distance. The vertical and horizontal dimensions shall be measured at the locations spanning a distance of 15 m (50') up and downstream of the position of the proposed steel '3Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 104 of 114 Pages - plate bridging . LANES = the number of lanes where plates will be used. When the computed value of the plate score exceeds 50, steel plate bridging shall not be used unless, and at the sole discretion of the Engineer, the Engineer determines that no alternative method of construction is possible in lieu of using steel plate bridging or that other overriding considerations make the use of steel plate bridging acceptable. Alternatives considered to bridging shall include, but not be limited to, detouring traffic, construction detour routes, tunneling, boring and other methods of trenchless construction. Unless specifically noted in the provisions of the Engineer’s approval, the use of steel plate bridging at each location so approved shall not exceed four (4) consecutive working days in any given week. Add the following section: 306-1.1.7.2 Additional Requirements. In all cases when the depth of the trench exceeds the width of the steel plate bridging resting on each side of the pavement adjacent to the trench, safety regulations require or the Engineer determines that shoring is necessary to protect the health or safety of workers or the public the Contractor shall install shoring conforming to Section 7-10.4.1 of the Standard Specifications. The trench shoring shall be designed and installed to support the steel plate bridging and traffic loads. All approvals for design, substitution of materials or methods shall be submitted by the Contractor in accordance with all provisions of section 2-5.3 Shop Drawings and Submittals. The Contractor shall backfill and resurface excavations in accordance with section 306- I .5. Add the following section: 306-1 .I .7.3 Installation. When backfilling operations of an excavation in the traveled way, whether transverse or longitudinal cannot be properly completed within a work day, steel plate bridging with a non-skid surface and shoring may be required to preserve unobstructed traffic flow. In such cases, the following conditions shall apply: a) Steel plate bridging when the plate score exceeds 50 is not allowed except when, at the b) Steel plates used for bridging must extend a minimum of 610 mm (2’) beyond the edges of c) Steel plate bridging shall be installed to operate with minimum noise. - sole discretion of the Engineer, it is approved as specified hereinbefore. the trench. When the use of steel plate bridging and shoring is approved by the Engineer, the Contractor shall install using either Method (1 ) or (2) depending on the design speed of the portion of street where the steel plate bridging is proposed for use. Method 1 [For speeds more than 70 Kmlhr (45 MPH)]: The pavement shall be cold planed to a depth equal to the thickness of the plate and to a width and length equal to the dimensions of the plate. The cold milling shall produce a flat surface that the plate shall rest on with no horizontal or vertical movement. Horizontal gaps between the unmilled pavement and the plate shall not exceed 25 mm (1”) and shall be filled with elastomeric sealant material which may, at the contractor’s option, be mixed with no more that 50%, by volume, of Type I aggregate conforming to the requirements of tables 203-5.2(B) and 203-5.3(A) . Method 2 [For speeds 70 Km/hr (45 MPH) or less]: Approach plate(s) and ending plate (if longitudinal placement) shall be attached to the roadway and shall be secured against displacement by using two adjustable cleats that are no less than 50 mm (2”) shorter than the width of the trench bolted to the underside of each plate and located within 150 mm (6”) of the beginning and end of the trench for plates at the beginning and end of the trench, a minimum of two 300 mm long by 19 mm diameter (12 x %”) steel bolts placed through the plate and driven into holes drilled 300 mm (12”) into the pavement section, or other devices approved by the Engineer. Subsequent plates shall be I - %#Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 105 of 114 Pages butted to each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum slope 8.5% with a minimum 300 mm (12”) taper to cover all edges of the steel plates. When steel plates are removed, the dowel holes in the pavement section shall be completely filled with elastomeric sealant material. At the Contractor’s option, the methods required for Method 1 may be used. If the Contractor so elects, all requirements of Method 1 shall be used. The Contractor shall maintain the steel plates, shoring, and asphalt concrete ramps and maintain and restore the street surface during and after their use. Maximum Trench Width (I) 0.3 m (IO”) 0.6 m (23”) 0.8 m (31”) 1.0 m (41”) 1.6 m (63”) Minimum Plate Thickness 13 mm (1/2’1) 19 mm (3/4”) 22 mm (7/81’) 25 mm (I”) 32 mm (1 %”) Steel plate bridging shall be steel plate designed to support the HS20-44 truck loading per CALTRANS Bridge Design Specifications Manual. The Contractor shall maintain a non-skid surface on the steel plate with no less than a coefficient of friction of 0.35 as determined by California Test Method 342. If a different test method is used, the Contractor may utilize standard test plates with known coefficients of friction available from the CALTRANS District 11 Materials Engineer to correlate skid resistance results to California Test Method 342. In addition to all other required construction signing, the Contractor shall install Rough Road (W33) sign with black lettering on an orange background in advance of steel plate bridging. Add the following section: 306-1.1.7.5 Measurement and Payment. Steel plate bridge materials including, but not limited to: steel plates, anchoring devices, cold milling, elastomeric sealant material, asphalt ramping and padding, signage, placing, installation, removal, relocation, preparation and processing of shop drawings and submittals to support the use of steel plate bridging and all other materials, labor, supervision, overhead of any type or description will be paid for as an incidental to the work that the bridging is installed to facilitate. No separate payment for steel plate bridging will be made. No extension to contract time will be allowed for, or because of, the use of steel plate bridging. 306-1.5 Trench Resurfacing. 306-1 51 Temporary Resurfacing. Delete the fourth and fifth paragraphs and substitute the following: Temporary bituminous resurfacing materials which are placed by the Contractor are for its convenience and shall be at no cost to the Agency. Temporary bituminous resurfacing materials shall be used in lieu of permanent resurfacing only when approved by the Engineer. When temporary bituminous resurfacing materials are used in lieu of permanent resurfacing it shall be removed and replaced with permanent resurfacing within 7 days of placement. No additional payment will be made for temporary bituminous resurfacing materials. The price bid for the associated conduit or structure shall include full compensation for furnishing, placing, maintaining, removing, and disposing of such temporary resurfacing materials. - e- %#Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 106 of 114 Pages . .. 306-1 S.2 Permanent Resurfacing. Add the following: Except as provided in section 306-1 5.1, “Temporary Resurfacing,” the Contractor shall perform permanent trench resurfacing within ,24 hours after the completion of backfill and densification of backfill and aggregate base materials. 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES. Add the following: Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump-sum bid for Clearing and Grubbing, and no additional payment will be made. Add the following Section: SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION 308-1 GENERAL During installation, Contractor shall observe safe practices in accordance with the City of San Diego Standard Specifications, and all appropriate federal, state, and local laws concerning safe job practices. 308-4.2 Protection and Storage. Add the following: 308-4.2.1 Existing Tree, Shrub and Ground Cover Protection. The work is to be performed in areas of existing planting and irrigation. The Contractor shall take precautions to minimize the disturbance to adjacent planted areas and is required to replace in kind any irrigation or planting disturbed by the work. - Identify and protect from damage all individual plant and areas of planting to remain by appropriate means. The Contractor shall provide equivalent size replacement plants in the event that the death or decline of existing plants to remain is attributable to the Contractor’s negligence or lack of protection as determined by the Resident Engineer. All plants to remain on-site shall be watered and irrigated as necessary during the entire construction contract to provide for the health of the plant. Any plants required to be removed, boxed and set asied for future installation shall be watered, and maintained by the Contractor in a healthy condition until replanted or until the end of the maintenance period. The pruning and trimming of the limbs and roots of plant materials to remain within the project scope shall be done by tradesmen experienced in this type of work. The removal of any limbs, branches, and roots shall be done only after conferring with the Resident Engineer and Landscape Advisor. 30842.2 Excavation Adjacent to Existing Tree, Shrub and Groundcover to Remain. Trenching within the drip line of trees and shrubs shall be avoided. It is the intent of the plans that the Contractor provide an alternate routing of trenching to avoid cutting through roots of existing trees. Where it is necessary to excavate in close proximity to existing trees and shrubs, all possible caution shall be exercised to avoid injury to roots and trunks. In the event it is necessary to cut the roots of an existing tree, the tree shall be pruned prior to excavation to reduce the foliage volume by the same percentage as the approximate percentage of roots removed. Pruning of trees on private property shall not be done without written permission of the property owner. - em %#Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 107 of 114 Pages Excavation within the drip line of the tree shall be done by hand, tunneling under roots 1” in diameter and larger, and shall be done only on the approval of the Resident Engineer and Landscape Advisor. The exposed roots of trees shall be covered and shaded by moist burlap or canvas until the trench is backfilled. Within 24 hours of the cut, the Contractor shall paint the exposed end of the cut roots with an appropriate root pruning sealant. 3084.5 Tree and Shrub Planting. Add the following: 308-4.5.1 General. Fertilizer planting tables [twenty-one (21) gram size], shall be placed with each plant at the following rates: One (1) tablet per one (1) gallon container; Two (2) tablets per five (5) gallon container; Four (4) tablets per fifteen (1 5) gallon container; One (I) tablet per each two inches (2”) of box size container. All plants which settle deeper than specified shall be raised to correct level or replaced as directed by the Resident Engineer. Pruning shall be limited to the minimum necessary to remove injured twigs and branches, and to compensate for loss of roots during transplanting, but never to exceed one-tenth (1/10) of the branching structure. Pruning may be done only with the approval of, and in the presence of, the Resident Engineer. SECTION 310 - PAINTING 310-5 PAINTING VARIOUS SURFACES. 310-5.6 Painting Traffic Striping, Pavement Markings and Curb Markings. Modify the fifth paragraph as follows: The Contractor shall furnish all equipment, materials, labor, and supervision necessary for painting traffic lanes, directional arrows, guidelines, curbs, parking lines, crosswalks, and other designated markings in accordance with the Plans, or for approved temporary detours essential for safe control of traffic through and around the construction site. The Contractor shall remove by wet grinding all existing or temporary traffic markings and lines that may confuse the public. When temporary detour striping or markings are no longer required, they shall be removed prior to painting the new traffic stripes or markings. 31 0-5.6.3 Equipment. Delete the ninth paragraph and substitute the following: The Contractor shall provide a wet grinding machine with sufficient capacity to completely remove all existing or temporary traffic striping or markings that conflict with the striping plan, or are contrary to the Traffic Manual, or that may be confusing to the public. The surface produced by grinding the existing or temporary traffic striping or markings on pavement shall not exceed variations from a uniform plane more than 3 mm (l/<’) in 3 m (IO’) when measured parallel to the centerline of the street or more than 6 mm (l/;) in 3 m (IO’) when measured perpendicular to the centerline of the street. The use of any equipment that leaves ridges, indentations or other objectionable marks in the pavement shall be discontinued, and equipment capable of providing acceptable surface shall be furnished by the Contractor. This equipment shall meet all requirements of the air pollution control district having jurisdiction. 31 0-5.6.6 Preparation of Existing Surfaces. Modify the first paragraph as follows: The Contractor shall remove all existing markings and striping, either permanent or temporary, which are to be abandoned, obliterated or that conflict with the plans by wet grinding methods. Removal of such striping by high velocity water jet may be permitted when there is neither potential of the water and GRevised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 108 of 114 Pages detritus from the high velocity water jetting to damage vehicles or private property nor to flow from the street into any storm drain or water course and when approved by the Engineer. The Contractor shall vacuum all water and detritus resulting from high velocity water jet striping removal from the pavement immediately after the water jetting and shall not allow such materials to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitations for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. Alternate methods of paint removal require prior approval of the Engineer. Obliteration of traffic striping with black paint, light emulsion oil or any other masking method is not permitted. The contractor shall remove existing thermoplastic markings, legends and lines which are within the area to be resurfaced by wet grinding methods. Removal of such striping by high velocity water jet may be permitted when there is neither potential of the water and detritus from the high velocity water jetting to damage vehicles or private property nor to flow from the street into any storm drain or water course and when approved by the Engineer. The Contractor shall vacuum all water and detritus resulting from high velocity water jet striping removal from the pavement immediately after the water jetting and shall not allow such materials to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitations for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. Alternate methods of paint removal require prior approval of the Engineer. 31 0-5.6.7 Layout, Alignment, and Spotting. Modify the first paragraph as follows: The Contractor shall establish the necessary control points for all required pavement striping and markings by surveying methods. No layout of traffic striping shall be performed by the Contractor before' establishment of the necessary control points. The Contractor shall establish all traffic striping between these points by string line or other method to provide striping that will vary less than 80mm per 100m (1/2 inch in 50 feet) from the specified alignment. The Contractor shall obliterate, straight stripes deviating more than 80mm per 1OOmm (I/ 2 inch in 50 feet) by wet grinding, and then correcting the markings. The Contractor shall lay out (cat track) immediately behind installation of surface course asphalt and as the work progresses. 310-5.6.8 Application of Paint. Modify the fourth paragraph as follows: Seven days shall elapse between the application of the pavement overlay and the permanent traffic markingktriping. The Contractor shall paint the ends of each median nose yellow. Add the following to the ninth paragraph: The Contractor shall apply temporary traffic stripes in one coat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are clearly visible both day and night. 310-5.6.10 Measurement and Payment. Modify the first paragraph as follows: Final and temporary traffic striping, curb markings and pavement markings as shown on the plans and required by the specifications shall be included in the lump sum price for temporary and final traffic striping, and no additional compensation will be allowed therefor. Reapplication of temporary stripes and markings shall be repainted at the Contractor's expense, and no additional compensation will be allowed therefor. The lump sum price bid shall include all labor, tools, equipment, materials, and incidentals for doing all work in installing the final and temporary traffic striping. Add the following section: 31 0-5.6.1 1 Preformed Thermoplastic Pavement Markings. For asphalt concrete pavement the Contractor shall be apply preformed thermoplastic pavement markings using the propane torch method recommended by the manufacturer. The preformed thermoplastic pavement markings shall not be applied at ambient and road temperatures below 0" C (32" F). The Contractor shall clean, dry and remove all debris from the pavement before applying preformed thermoplastic pavement markings. portland cement concrete pavement the Contractor shall use the same application procedure as described for asphalt concrete pavement. However, at - em GSRevised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 109 of 114 Pages the Contractor’s option a compatible primer sealer may be applied before application to assure proper adhesion. SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT. Add the following to the third paragraph: 4) When being installed on asphalt concrete pavement sooner than 14 days after placement of the asphalt concrete pavement course on which the pavement markers are to be placed. Add the following section: 312-1 .I Reflective Channelizer Placement and Removal. The Contractor shall place and remove reflective channelizers the same as for pavement marker placement and removal. The Contractor shall place the channelizers uniformly, straight on tangent alignment and on a true arc on curved alignment to the same tolerances of position as for application of paint in section 310-5.6.8. The Contractor shall perform all layout work necessary to place the channelizers to the proper alignment. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. When reflective channelizers are removed the pavement surface shall be restored to the same color and surface finish as the adjacent pavement. Section 313 - Temporary Traffic Control Devices Add the following section: 313-1 TEMPORARY TRAFFIC PAVEMENT MARKERS. - Add the following section: 313-1 .I General. The Contractor shall supply and install temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances at the locations shown on the plans and as required in the specifications, complete in place prior to opening the traveled way served by said final and temporary traffic pavement markers, signing, railing (type K) and appurtenances to public traffic. 31 3-1.2 Temporary Pavement Markers. Temporary reflective raised pavement markers shall be placed in accordance with the manufacturer’s instructions. Temporary reflective raised pavement markers shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place temporary reflective raised pavement markers in areas where removal of the markers will be required. Pavement striping, legends and markers which conflict with any traffic pattern shall be removed by grinding as determined by the Engineer. The Contractor shall use temporary reflective raised pavement markers for temporary pavement marking, except when the temporary pavement markers are used to replace patterns of temporary traffic stripe that will be in place for less than 30 days. Reflective pavement markers used in place of the removable-type pavement markers shall conform to the section 31 2 “Pavement Marker Placement and Removal”, except the 14-day waiting period before placing the pavement markers on new asphalt concrete surfacing as specified in section 312-1 “Placement”, shall not apply; and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Add the following section: 313-1.3 Channelizers. Channelizers shall be new surface-mounted type and shall be furnished, color. Channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm (3” x 12”) in size. The reflective sheeting shall be - placed, and maintained at the locations shown on the plans. Channelizer posts shall be orange in w %#Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 11 0 of 1 14 Pages visible at 300 m (1000’) at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. The channelizer bases shall be cemented to the pavement in the same manner as provided for cementing pavement markers to pavement in section 312-1, “Placement.” Channelizers shall be applied only on a clean, dry surface. Channelizers shall be placed on the alignment and location shown on the plans and as directed by the Engineer. The channelizers shall be placed uniformly, straight on tangent alignment and on a true arc on curved alignment. All layout work necessary to place the channelizers to the proper alignment shall be performed by the Contractor. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of section 4-1.5, “Certification”. Said certificate shall certify that the channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the Engineer and were manufactured in accordance with a quality control program approved by the Engineer. Add the following section: 313-2 TEMPORARY TRAFFIC SIGNING. Add the following section: 31 3-2.1 General. The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on plans and specified herein. Add the following section: 313-2.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original approved locations. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and readable condition. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of such marking being discovered during non-working hours or, when the marking is discovered during working hours, within 2 hours of such discovery of marking. Add the following section: 313-3 TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS. Add the following section: 313-3.1 Temporary Railing and Crash Cushions. Temporary railing (Type K) shall consist of interconnected new or undamaged used precast concrete barrier units as shown on the plans. Temporary sand-filled crash cushions shall consist of new or undamaged used temporary sand-filled crash cushions units as shown on the plans. 313-3.1.1 Appearance. Exposed surfaces of new and used units of Temporary railing (Type K) shall be freshly coated with a white color paint prior to their first use on the project. The paint shall conform to the provisions in sections 21 0-1.5 “Paint Systems” and 31 0 “Painting”. Contractor shall be responsible for the removal and cleanup or painting over the graffiti from the K-Rails within 48 hours. The Contractor Shall replace or repaint units of Temporary railing (Type K) or shall remove graffiti, tire or vehicle marks, dirt or any and all materials such that said’marks or discoloration mar the appearance of said units when ordered by the Engineer after the units are in place. Add the following section. 313-3.1.2 Manufacture of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be manufactured per CALTRANS Standard Drawing T3. Concrete used to manufacture Temporary railing (Type K) shall conform to the provisions in sections 201-1, “Portland Cement Concrete” and 303-1 “Concrete Structures”.” Load tickets and a Certificate of ‘3Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 11 1 of 114 Pages Compliance will not be required. Reinforcing steel shall conform to the provisions sections 201-1, “Portland Cement Concrete” and 303-1 “Concrete Structures”. Steel bars to receive bolts at ends of concrete panels shall conform to ASTM Designation: A 36/A 36M. The bolts shall conform to ASTM Designation: A 307. A round bar of the same diameter may be substituted for the end-connecting bolt shown on the plans. The bar shall conform to ASTM Designation: A 36/A 36M, shall have a minimum length of 660 mm and shall have a 75 mm (3”) diameter by 9 mm (3/~”) thick plate welded on the upper end with a 5-mm (3/ls’’) fillet weld. The final surface finish of temporary railings (Type K) shall conform to the provisions in section 303-1.9.2 “Ordinary Surface Finish.” Exposed surfaces of concrete elements shall be cured by the water method, the forms-in-place method, or the pigmented curing compound method. The pigmented curing compound shall be type 2 curing compound. Temporary railing (Type K) may have the Contractor’s name or logo on each panel. The name or logo shall not be more than 100 mm in height and shall be located not more than 300 mm above the bottom of the rail panel. Add the following section. 313-3.1.3 Installation of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be installed per CALTRANS Standard Drawing T3. Temporary railing (Type K) shall be set on firm, stable foundation. The foundation shall be graded to provide a uniform bearing throughout the entire length of the railing. Abutting ends of precast concrete units shall be placed and maintained in alignment without substantial offset to each other. The precast concrete units shall be positioned straight on tangent alignment and on a true arc on curved alignment Each rail unit placed within 3 m (IO’) of a traffic lane shall have a reflector installed on top of the rail as directed by the Engineer. Reflectors and adhesive will be furnished by the Contractor. A Type P marker panel conforming to the requirements of the CALTRANS Traffic Manual shall also be installed at each end of railing installed adjacent to a two-lane, two-way highway and at the end facing traffic of railing installed adjacent to a one-way roadbed. If the railing is placed on a skew, the marker shall be installed at the end of the skew nearest the traveled way. Type P marker panels shall conform to the provisions of section 206-7.2, “Temporary Traffic Signs”. Where shown on the plans, threaded rods or dowels shall be bonded in holes drilled in existing concrete. When temporary railings (Type K) are removed, any area where temporary excavation or embankment was used to accommodate the temporary railing shall be restored to its previous condition, or constructed to its planned condition. Add the following section: 31 3-3.2 Temporary Sand-Filled Crash Cushions. Temporary sand-filled crash cushion units shall be “Energite I II” manufactured by Energy Absorption Systems, “Fitch Inertial Barrier System Modules” manufactured by Roadway Safety Service, or equal. Features required to determine equivalence of any other temporary sand-filled crash cushion units shall be approval of the system by CALTRANS and that the temporary sand-filled crash cushion units meet NCHRP 350 standards. Other features will be suitability to application, operational characteristics, durability and other such characteristics that the Engineer shall determine. Temporary sand-filled crash cushions (TSFCC) shall be of the type and array configurations shown on plans, and installed at every end of, or gap in, the temporary railing (Type K) whenever the closest point of approach of traffic, regardless of direction, is 4.6 m (15’) or less to the end of the temporary railing (Type K) being considered. The TSFCC shall be installed per CALTRANS Standard DrawingsTI and T2 for approach speeds no less than the posted speed of the street prior to construction or 55 kilometers per hour (35 mph), whichever is the greater. The TSFCC array shall be appropriate to the application as shown on said standard drawings. A Type J and/or P marker panel conforming to the requirements of the CALTRANS Traffic Manual shall also be installed at each TSFCC array as shown in CALTRANS Standard Drawings TI and T2. Particular care shall be taken to assure that crash cushions are installed with the soil supporting them and the adjacent soil leveled to match the elevation of the bottom of the temporary railing immediately adjacent to the crash cushion. All routes of approach to the TSCFF array shall be graded such that any vehicle diverging from the travelled way to strike the TSCFF will travel on a vertical alignment parallel to the segment of the travel lane that it departed from. - %#Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 112 of 114Pages , Add the following section: 313-4 MEASUREMENT AND PAYMENT. Temporary traffic pavement markers, temporary channelizers, temporary signing, temporary railing (type K), temporary crash cushions and temporary appurtenances thereto shown on the plans or required in the specifications are a part of the lump- sum item for traffic control and payment therefor shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in applying, installing, maintaining, and removing temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer. Payment for temporary crash cushions, concrete barriers and the signs and reflectors marking them shall include the installation, grading for installation, grading for the approach path, maintenance, painting and re-painting, replacement of damaged units and removal and shall also be included in the lump-sum price bid for traffic control. Payment for relocation of K-rails and crash cushions when not shown on the plans and requested by the Engineer shall be made per section 3- 3, Extra Work, SSPWC. '3Revised: 10/08/03 Contract No. 38871 -C, 36671, and 39301 Page 113 of 114 Pages APPENDIX “A” RES I DE NT N OTI F IC AT10 N EXAMPLE CITY OF CARLSBAD ROAD WORK ABC CONTRACTORS OFFICE # (760)x)(xXXXX FIELD # (76O)XXX-XXXX Dear resident: As a part of the City of Carlsbad’s ongoing program to maintain its streets, your street will be resurfaced with a layer of asphalt concrete over the existing roadway surface. This construction will require the closing of your street to through traffic for one day. Your street, from XYZ Sf. to XYZAve. will be closed to through traffic and resurfaced on: MON. TUE. WED. THU. FRI. DATE: (from 7:OOA.M. to 500 P.M. If you don’t plan to leave your home by 7:OO A.M. on the above date please park your car on an adjacent street in your neighborhood that will not be resurfaced. Streets scheduled for resurfacing can be determined by calling either the Contractor or the City of Carlsbad Engineering Inspection Department. When walking to and from your car, remember not to walk on the newly overlaid street or you will have black residue on the bottom of your shoes. Please do not drive, walk on, walk pets, play, or skate on the newly overlaid asphalt. Also, please refrain from watering your lawns, washing cars, etc., approximately 6-8 hours after the asphalt is laid as running water will cause damage to the new surface. ABC is the Contractor that will be performing the resurfacing work for the city and you may call them at (760)XXX-XXXX if you have any questions regarding the project. Resurfacing of your street will not occur on the day your trash is collected. Mail delivery may be delayed if the postman cannot reach the mailbox that day. If you have a moving company scheduled for that day please call and inform the Contractor of the date. If you have any concerns which cannot be addressed by the Contractor, you may call the City’s Engineering Inspection Department at 438-1 161x4323. Thank you for your cooperation as we work to make a better City of Carlsbad. @Revised: 10/08/03 Contract No. 38871-C, 36671, and 39301 Page 114 of 114 Pages ,- State Water Resources Control Board Contract Req u i rem e n ts I I' '1 L STATE WATER RESOURCES CONTROL BOARD CONTRACT REQUIREMENTS 1 - STATE WAGE RATE CLAUSES (Facilities Plan Approval after June 18, 1998, Federal Wage Rates are not required) 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 ($1,000). Copies of such prevailing rate or per diem wage are on file at lCitv of Carlsbadl, 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: (1) 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 (2), the requesting party 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 (0 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. (g) The contractor shall have 10 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 body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this section. These stipulations shall fix the responsibility for compliance with ths 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 of journeyman 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 March 17,2000 BP-2 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 contractor 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 a journeyman, or in the land surveyor classification, one apprentice for each five journeymen, the Division of Apprenticeship Standards may grant a certificate exempting the contractor fiom the 1-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 thirty thousand dollars ($30,000) or 20 working days . Any work performed by a journeyman 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 fiom the 1-to-5 ratio set forth in this section when it finds that any one of the following conditions is met: (a) Unemployment for the previous three-month period in the area exceeds an average of 15 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 1-to-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, employs journeymen 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 hnds 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. March 17,2000 BP-3 4- LABOR CODE SECTION 18 10 DEFINITION: A LEGAL DAY'S WORK I 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 oficial 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 18 13 PENALTY FOR OVERTIME ON ANY PUBLIC WORK CONTRACT The contractor 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 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 officer of the State or political subdivision who is authorized to pay the contractor money due him under the contract. 6- LABOR CODE SECTION 18 15 MINIMUM OVERTIME PAY Notwithstanding the provisions of Sections 18 10 to 18 14, 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 basic 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 file 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 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) A clear description of the work to be suspended; Any instructions regarding issuance of hrther orders by the Contractor for material services; Guidance as the action to be taken on subcontracts; Any suggestions to the Contractor as to minimization of his costs; Estimated duration of the temporary suspension. 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 a portion 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 Compensation 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 Contractor’s actual loss in accordance with the following: a) Idle Time of Equipment 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 Transportation publication entitled, Equipment Rental Rates and the General Prevailing 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 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. BP-5 March 17,2000 10 - STATE MBEWBE PROVISIONS CONTRACT PROVISIONS OF THE STATE WATER RESOURCES CONTROL BOARD (SWRCB) DIVISION OF CLEAN WATER PROGRAMS RELATIVE TO THE UTILIZATION OF MINORITY BUSKNESS ENTERPRISE (MBE) AND WOMEN BUSINESS ENTERPRISE (WBE) ON CLEAN WATER PROGRAM CONSTRUCTION CONTRACTS IN CALIFORNIA This document and attachments shall be included by the owner as a contract provision for all construction contracts exceeding $10,000. Compliance with the requirements of this document and attachments satisfies the MBE/WBE 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 bid opening and to submit “Minority Business Enterprisemomen Business Enterprise Information” (Attachment B) with the bid shall cause the bid to be rejected as a non-responsive bid. DEFINITIONS BONA FIDE MINORITY BUSINESS ENTERPRISE (MBE) MEANS: An MBE that has submitted a “Minority Business Enterprise/Women 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 5 1 % owned and controlled by minority group member(s) (see definition of Minority Group Member). Ownership and control can be measured by: a. Responsibility for performance of contract work. b. Management responsibility. c. At least 5 1% share of profits and risk. d. Other data (such as voting rights) that may be related to ownership andor control. 2. In cases where a firm is owned and controlled by a minority woman or women, the percentage may be credited towards MBE participation or as WBE participation, or allocated, but may not be credited fully to both. BONA FIDE WOMEN BUSINESS ENTERPRISE (WBE) MEANS: A WBE that has submitted Attachment A to, and been accepted as, a bona fide WBE by the owner. In addition, the following requirements apply: 1. An independent business which is at least 5 1 % owned by a woman or women who also control and operate it. a. Ownership. Determination of whether a business is at least 5 1 % owned by a woman or women shall be 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 be disqualified because her husband has a 50% interest in her share. Similarly, a business which is 5 1% 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 b. 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 CJV) A business enterprise formed by a combination of firms under a JV agreement. To qualify as a bona fide MBE/WBE, the minority-ownedwoman or women owned and controlled firms in the JV must: 1. Satisfy all requirements for bona fide MBE/WBE participation in their own rights. In cases where a minority woman or women-owned firm participates in a JV, the percentage may be credited towards MBE participation or as WBE participation, or allocated, but may not be credited fully to both. 2. Share a clearly defined percentage of the ownership, management responsibilities, risks, and profits of the JV. Only this percentage will be credited towards the MBE/WBE goal. MINORITY GROUP MEMBERS A minority group member is an individual who is a citizen of the United States and one of the following: 1. Native Americans consist of American Indian, Eskimo, Aleut, and native Hawaiian. 2. Black Americans consist of U.S. citizens, other than Hispanic, having origins in any of the black racial groups of Africa. 3. Asian Pacific Americans consist of U.S. 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. 4. Hispanic Americans consist of US. citizens with origins from Puerto Rico, Mexico, Cuba, or South or Central America. 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 be included in the Hispanic category. In addition, this category does not include persons from Portugal, who should be classified according to race. 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. REQUIREMENTS 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 steps prior to bid oDeninq and to submit Attachment B with the bid shall cause the bid to be reiected as non-responsive. Affirmative steps shall be as follows: 1. Including qualified MBEs and WBEs on solicitation lists. BP-7 March 17,2000 2. 3. 4. 5. The bidder must document that it requested assistance from the Small Business Administration &the Office of Minority Business Enterprise MBE/WBE assistance centers and that this request for assistance was received by the MBE/WBE assistance centers at least five (5) working days prior to the need for referrals (see affirmative step no. 5). Assure that MBEs and WBEs are solicited whenever they are potential sources. The bidder must document that it has provided invitations to MBE/WBE bidders at least seven (7) working days prior to the need of a bid response. The bidder must document that invitations were sent to at least three (3) (or all if less than three) MBE/WBE contractors/suppliers for each item of work referred by the MBE/WBE assistance center(s). The invitations must adequately specify the item(s) for which sub-bids 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 MBE/WBE and non-MBE/WBE 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 be submitted explaining why it could not be 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 bid the work as subcontractors or suppliers. If this is not done, document reasons why the project schedule, or portions thereof, cannot be 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 MBE/WBE solicitation list was used. Small Business Administration: <http://www.sba.gov> Office of Minority Business Enterprise: Regional Office U.S. Dept. of Commerce <http://www.mbda.gov> Government Contracting Office 455 Market Street, Suite 600 San Francisco, CA 94 105 Telephone: (41 5) 744-8429 Minority Business Development Agency (MBDA) San Francisco, CA 94 105 Telephone: (41 5) 744-3001 In addition, the bidder is encouraged to procure supplies and services from labor surplus area firms. BP-8 March 17, 2000 B. Other Reciuirements 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-responsive. 2. If the apparent successful low bidder has rejected or considered as non-responsible and/or non- responsive any low MBE or WBE sub-bidder, a complete explanation must be provided to the owner. 3. Each MBEMBE firm to be utilized must complete the Attachment A, which is to be with the documentation submitted to the owner by the apparent successfd low bidder. 4. If additional MBE/WBE subcontracts become necessary after the award of the prime contract, Attachment B must be provided to the owner by the Prime Contractor within ten (1 0) working days following the award of each new subcontract. 5. Any deviation from the information contained in Attachment B shall not result in a reduction of MBE/WBE participation without prior approval of the owner. 6. When brokerage type arrangements are utilized, only the amount of commission or fee will be eligible for MBE/WBE consideration. 7. Failure of the apparent low bidder to perform the five affirmative steps prior to bid opening and/or 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. C. State's "Fair Share" Objectives L The SWRCB has established the following fair share objectives for this construction contract: 20 % of the total bid dollar amount of ths 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/Regional Obiectives The owner may have established local/regional objectives and those requirements may be attached if appropriate. BP-9 March 17,2000 ATTACHMENT A MINORITY BUSINESS ENTERPRISE/WOMEN'S BUSINESS ENTERPRISE (MBENBE)' SELF CERTIFICATION STATE WATER RESOURCES CONTROL BOARD DIVISION OF CLEAN WATER PROGRAMS Finn Name: Phone: Address: Principal Service or Product: - MBE - WBE - Prime Contractor - Subcontractor - Supplier of MaterialIService - Broker r _____ I - Sole Ownership - Partnership - Corporation -Joint Venture 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-responsible and ineligible for hture contracts. -~ ~_____~ Certified by: Title: (Signature) Name: Date: ' Refer to definitions on the next page. _- March 17,2000 BP- 10 -DEFINITIONS- - MINORITY BUSINESS ENTERPRISEAVOMEN’S BUSINESS ENTERPRISE (MBE/WBE) An MBE or WBE is a business which is at least 5 1 percent owned and controlled by minority group members or by woman or women. Owners must exercise actual day-to-day management. MINORITY GROUP MEMBERS (a) 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). .(2) Characteristic Indian appearance and features. (3) Characteristic Indian name. (4) Recognition in the community as an Indian. (5) Membership in a tribe, band or group of American Indians (recognized by the Federal Government), as evidenced by a tribal enrollment number or similar indication. (b) Black Americans _- U.S. citizens, other than Hispanic, having origins in any of the black racial groups of Africa. (c) 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. (d) Hispanic Americans U.S. 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 be included in the Hispanic category. In addition, the category does not include persons from Portugal, who should be classified according to race. (e) American Eskimos and American Aleuts BP-11 March 17,2000 I LOAN RECIPIENTS NAME 1 CONTRACT NO. OR SPECIFICATION NO NAME AND ADDRESS (Include ZIP Code, DOB, & SSN) ATTACHMENT B MINORITY BUSINESS ENTERPRISEWOMEN BUSINESS ENTERPRISE INFORMATION SWRCB DIVISION OF CLEAN WATER PROGRAMS I I MBE WBE PROJECT DESCRIPTION MBE WBE SUBCONTRACTOR SUPPLIEWSERVICE JOINT VENTURE BROKER AMOUNT OF CONTRACT PROJECT LOCATION NAME AND ADDRESS (Include ZIP Code, DOB, & SSN) PHONE I PRIME CONTRACTOR INFORMATION MBE WBE NAME AND ADDRESS (Include ZIP Code, DOB, & SSN) AMOUNT OF CONTRACT PHONE SUBCONTRACTOR JOINT VENTURE SUPPLIEWSERVICE BROKER c AMOUNT OF CONTRACT PHONE MBE WBE SUBCONTRACTOR SUPPLIEWSERVICE JOINT VENTURE BROKER I AMOUNT OF CONTRACT I PHONE NAME AND ADDRESS (Include ZIP Code, DOB, & SSN) I WORK TO BE PERFORMED NAME AND ADDRESS (Include ZIP Code, DOB, & SSN) SUBCONTRACTOR SUPPLIEWSERVICE JOINT VENTURE BROKER AMOUNT OF CONTRACT PHONE WORK TO BE PERFORMED TOTAL MBE AMOUNT: $ TOTAL WBE AMOUNT: $ ACTUAL MBE PARTICIPATION: Yo ACTUAL WBE PARTICIPATION: Yo I MBEGoAL: % WBE GOAL: % SIGNATURE OF PERSON COMPLETING FORM: TITLE: PHONE: DATE: FORM 4700-8 (rev 2/98) March 17,2000 BP- 12 11 - THE SUBLETTING AND SUBCONTRACTING FAIR PRACTICES ACT Any person making a bid or offer to perform a contract shall, in his or her bid 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 improvement, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor’s total bid or in the case of bids or offers for the construction of streets or highways, including bridges in excess of one-half or 1 percent of the prime contractor’s total bid or ten thousand dollars ($1 O,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 4 1 13 of the Public Contracts Code. 12 - 40 CFR 60-8.4(b) - EQUAL OPPORTUNITY CLAUSE (in relevant part) During the performance of this contract the contractor agrees as follows: (1) 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 be 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 be 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 be 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 1 1246 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 1 1246 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 be ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 or September 24, 1965, and such other sanctions may be imposed and remedies invoked a s provided in Executive Order 1 1246 of September 24, 1965, or by rule, regulation, or orders of the Secretary of Labor, or as otherwise provided by law. (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 March 17,2000 BP-13 Secretary of Labor issued pursuant to section 204 of'Executive Order 11246 ol September 24,1965, so that such provisions wit] be binding upon each subcontractor or vendor The contractor will take such action with respect to any subcontract 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 subconti actor 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 - NONDISCRIMINAT [ON CLAUSE NOND1SCRIMINATION 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 Administrative 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 2 . T his contractor shall include the nondiscrimination and compliance provisions of this clause in all subcontracts to perform work under the contract THE UNDERSIGNED CERTIFIES THAI THE CONTRACTOR WILL COMPLY WITH THE ABOVE REQUIREMENTS. : J- FEETCHER CREAMER & SON, INC. CERTIFIED BY: NAME: J- Fletcher Creamer, Jr.y ^ ^~) jpfllfc: President SIGNATURE: U ^_ (^/%6&62A???Z*^A DATE: January 27. 2006 BP-14 March 17,2000 14 - 41 CFR 60-4.2 CONSTRUCTION CONTRACTORS--AFFIRMATIVE ACTION REQUIREMENTS (in relevant part) - Notice of requirement for Affirmative Action to ensure Equal Employment Opportunity (EEO) by Executive Order 1 1246, 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 each trade for each trade For the duration of 16.9% the Contract with the City 6.9% (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-erg>) 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 Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 4 1 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 of the 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 10 working days of award of any construction subcontract in excess of $10,000 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 1 1246) - 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; BP-15 March 17,2000 b. "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; -.. c. "Employer identification number" means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S. 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); (iii) 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 (iv) 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 $10,000 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 U.S. 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 Subcontractors 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 1 1246, 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 _c- U.S. Department of Labor. BP-16 March 17,2000 I 7. 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 facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written 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 back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be 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 and/or 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 written 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. March 17,2000 BP- 17 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 Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. 1. 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 camed out. n. Ensure that all facilities and company activities are Non-Segregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between 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 encouraged 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 7a 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 be 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). 10. 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. 1 1. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 1 1246. 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 be in violation of these specifications and Executive Order 1 1246, as amended. 13. The Contractor, in hlfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply March 17,2000 BP-18 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. - 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.g., 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 different 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 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 be submitted prior to the award of a Federally-assisted construction contract exceeding $10,000 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 be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. (b) Contractors receiving subcontract awards exceeding $1 0,000 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 $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. March 17,2000 BP-19 16 - CERTIFICATION OF NON-SEGREGATED FACILITIES _- Environmental Protection Agency Region IX 75 Hawthorne Street San Francisco. California 94 105 CERTIFICATION OF NON-SEGREGATED FACILITIES (Applicable to federally assisted construction contracts and related subcontracts exceeding $10,000 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 contract. As used in this certification, the term “segregated facilities” means any waiting rooms, work areas, restrooms and wash rooms, restaurants 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 files. 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 17 - DRUG-FREE WORKPLACE CERTIFICATION DRUG-FREE WORKPLACE CERTIFICATION .- CONTRACTOIUAPPLICANT: 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). 2. 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 drug-free workplace, (c) Any available counseling, rehabilitation and employee assistance programs, and (d) Penalties that may be imposed upon employees for drug abuse violations. 3. 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 drug-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 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 hlly 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: EXECUTED IN COUNTY OF: CONTRACTOWAPPLICANT SIGNATURE: TITLE: BP-2 1 March 17,2000 18 - PART 32-GOVERNMENT WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) AND GOVERNMENT WIDE REQUIREMENTS FOR DRUG-FREE WORKPLACE (GRANTS) I Appendix A to Part 32--Certification 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 participant 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. - 10. 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 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 and/or 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. The 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 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 and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions (1) 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 GOVERNMENT CODE SECTION 42 15 (in relevant Dart) - 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 (1 5 U.S. C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or services by the bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder. (1978) March 17, 2000 BP-24 21 - NON-COLLUSION AFFIDAVIT PUBLIC CONTRACTS CODE SECTION 7 106 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California County of ss ; being first duly sworn, deposes and says that he or she is of 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 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 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 to the within instrument and acknowledged to me that helshelthey executed the same in hisherltheir 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 _- Minority Participation Goals for California Affirmative ActiodEqual Employment Opportunity for Construction Contractors Aggregate Work Force Standard Metropolitan Statistical Area (SMSA) 41 CFR $60 - 4.6 All areadall trades Female participation goal 6.9% Area minority participation Goal (%) 174 Redding: Non-SMSA 6.8 Lassen; Modoc; Plumas; Shasta; Siskiyou; Tehema 175 Eureka: Non-SMSA Counties 6.6 Del Norte; Humboldt; Trinity 176 San Francisco-Oakland-San Jose: SMSA Counties: 7120 Salinas-Seaside-Monterev 28.9 Monterey 7360 San Francisco-Oakland 26.6 Alameda; Contra Costa; Marin; San Francisco; San Mateo 7400 San Jose 19.6 Santa Clara 7485 Santa Cmz 14.9 Santa Cruz 7500 Santa Rosa 9.1 Sonoma. 8720 Valleio-Fanfield-Na~a 17.1 Napa; Solano ' Non-SMSA Counties 23.2 Lake; Mendmino; San Benito 177 Sacramento: SMSA Counties: 6920 Sacramento 16.1 Placer; Sacramento; Yolo Non-SMSA Conuties 14.3 Butte; Colusa; El Dorado; Glenn; Nevada; Sierra; Sutter; Yuba 178 Stockton-Modesto: SMSA Counties: 5170 Modesto 12.3 8120 Stockton 24.3 Stanislaus San Joaquin Non-SMSA Counties 19.8 Alpine; Amador; Calaveras; Mariposa; Merced: Tuolumne Area minority participation Goal (%) 179 Fresno-Bakersfield: SMSA Counties: 0680 Bakersfield 19.1 2840 Fresno 26.1 Fresno Non-SMSA Counties 23.6 Kings; Madera; Tulare Kern 180 Los Angeles: SMSA Counties: 0360 Anaheim-Santa Ana-Garden Grove 11.9 4480 Los Andes-Lone Beach 26.3 6000 Oxnard-Simi Vallev-Ventura 21.5 6780 Riverside-San Bernardino-Ontario 19.0 7480 Santa Barbara-Sank Maria-Lomuoc 19.7 Orange Los Angeles Ventura. Riverside; San Bernardino. Santa Barbara Non-SMSA Counties 24.6 Inyo; Mono; San Luis Obisbo 181 San Diego: SMSA Counties: 7320 San Dieeo 16.9 San Diego Non-SMSA Counties 16.2 Imperial BP-26 March 17,2000 23 - LABOR CODE SECTION 6500 ,- 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: (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, television, 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 be required for employers who construct or dismantle motion picture, television, or theater stages or sets that are more than three stories or 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 be 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 grids. On or after January 1, 2000, this subdivision shall apply to motion picture, television, or theater 24 - PUBLIC CONTRACT CODE SECTION 7105 7 105. 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 be 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 bid item. If insurance is required, requests for bids issued by 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 hmish evidence of satisfactory insurance coverage to the public agency prior to execution of the contract. (a) Construction contracts of public agencies shall not require the contractor to be responsible for the (b) (1) For the purposes of this section: "Public agency" shall include the state, the Regents of the University of California, a city, county, 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 be 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) (1) Where authority to contract is vested in any public agency, excluding the state, the authority shall BP-27 March 17, 2000 (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. Contracts of public agencies may include provisions for termination for environmental considerations at the discretion of the public agencies. - (3) 25 - PUBLIC CONTRACT CODE SECTION 9203 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 ($5,000), 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 ($25,000) limit for purposes of subdivision (a). (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 ~~ TECHNICAL SPECIFICATIONS SECTION 02050 - DEMOLITION PART 1 -- GENERAL 1 .I A. B. 1.2 A. c 1.3 A. B. I .4 A. B. WORK OF THIS SECTION The Contractor shall furnish all materials, equipment and labor necessary to perform and complete demolition of existing asphalt and concrete pavement and sidewalks, curbs and gutters, chain link fencing, concrete masonry retaining walls, and other existing improvements as required for the construction of reclaimed water pipelines shown in the Drawings. The Contractor shall cut back flush and seal any pipe stub-outs remaining, and remove exposed piping, conduits, fixtures, junction boxes, light fixtures, waterfixtures, and supports. Switches, receptacles, and boxes shall also be removed. Abandoned buried piping and conduits shall be removed or capped and abandoned as necessary'to facilitate the work. All other items shall be removed as shown. RELATED SECTIONS The Work of the following Sections applies to the Work of this Section. Other Sections of the Specifications, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. Section 02200 Earthwork REFERENCE SPECIFICATIONS, CODES AND STANDARDS The WORK of this Section shall comply with the current edition of the Uniform Building Code. Except as otherwise indicated in this Section, the Contractor shall comply with the latest adopted edition of the Standard Specifications for Public Works Construction (SSPWC), together with the latest adopted edition of the Regional Supplement Amendments and with the Carlsbad Municipal Water District Reclamation Rules and Regulations for Construction of Reclaimed Water Mains. CONTRACTOR SUBMITTALS The Contractor shall submit a demolition schedule. The demolition schedule shall provide a complete coordination schedule for demolition work including shut-off and continuation of utility services before the start of the demolition. The schedule shall indicate proposed methods and operations of facility demolition, and provide a detailed sequence of demolition and removal work to ensure uninterrupted operation of occupied areas. Before completion of the Work, the Contractor shall submit an Affidavit of Legal Disposal attesting to the lawful disposal of all demolished materials. PART 2 -- PRODUCTS (Not Used) - CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 38874 DEMOLITION DATE: JUNE 30,2003 02050-1 PART 3 -- EXECUTION 3.1 A. 3.2 A. B. 3.3 A. B. C. D. E. 3.4 A. GENERAL Structures shall be demolished and removed in compliance with SSPWC subsection 306-5 and the requirements indicated herein. POLLUTION CONTROL Water sprinkling, temporary enclosures, chutes, and other suitable methods shall be used for dust suppression in compliance with SSPWC Section 7. Water shall not be used when it creates hazardous or objectionable conditions such as flooding, erosion, sedimentation, or pollution. PROTECTION Safe passage of persons around the area of demolition shall be provided. Operations shall be conducted to prevent injury to people and damage to adjacent buildings, structures, and other facilities in compliance with SSPWC Section 7. Interior and exterior shoring, bracing, or supports shall be provided to prevent movement, settlement or collapse of structures to be demolished. Existing landscaping materials, structures, and appurtenances that are not to be demolished shall be protected and maintained as necessary and in accordance with SSPWC Section 7. Unless otherwise indicated, the Contractor shall protect and maintain all utilities in the proximity of the facilities to be demolished. The Contractor shall protect nearby existing equipment from dust caused by demolition activities by covering, drop curtains and other similar methods. DISPOSAL OF NON-FRIABLE ASBESTOS If non-friable asbestos cement pipe (ACP) is identified, the Contractor shall employ adequate care to maintain the pipe in a non-friable condition. Removal of ACP shall be in whole sections where possible. Cutting or breaking of ACP to facilitate removal shall be in compliance with California Regulations, Title 8, Section 5208. At a minimum, the Contractor shall follow the following requirements for ACP that is to be cut or broken: 1. The Contractor shall evacuate the area of unauthorized an untrained personnel, post warning signs, and provide a demarcation zone and adequate barriers to keep unauthorized personnel out of the area. 2. The Contractor shall provide personal protective equipment consisting at least of a respirator and disposable clothing to asbestos accredited workers performing the cutting or breaking of ACP. Respiratory protection shall be in accordance with the requirements of California Regulations, Title 8, Section 5414. 3. The area to be cut or broken shall be adequately wetted with amended water to reduce fiber emission. The method employed by the Contractor shall minimize fiber release. Power saw cutting will not be allowed. All related debris from the cutting or breaking of ACP shall be considered friable. The Contractor shall dispose of friable material in accordance with California Regulations Title 22. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 38874 DEMOLITION DATE: JUNE 30,2003 02050-2 B. C. 3.5 A. B. C. 3.6 A. I B. C. D. 3.7 A. B. 3.8 A. 4. All waste generated and ACP shall be wrapped in 6 mil polyethylene sheeting or bags and shall be properly transported and disposed of. The Contractor is responsible for all ACP removal and associated contamination. For disposal of non-friable ACP, the Contractor shall comply with applicable landfill acceptance criteria for the disposal of non-friable asbestos waste.. Payment for disposal of non-friable asbestos-containing materials shall be included in the Bid price per linear foot of new water main and no separate payment will be allowed. DISPOSAL OF FRIABLE ASBESTOS Friable asbestos-containing material is defined as material that can be crumbled, pulverized, or reduced to powder by hand pressure. All friable asbestos-containing materials shall be considered as hazardous waste and shall be transported by a licensed hazardous waste hauler. Procedures for handling friable asbestos-containing material shall conform to applicable requirements for hazardous waste management and disposal. Friable asbestos containing materials shall be disposed of at an approved hazardous waste landfill. Upon discovery of friable asbestos, the Contractor shall immediately notify the Engineer. Payment for the disposal of friable asbestoscontaining materials shall be in accordance with SSPWC Subsection 3-2.2.3. BELOW-GRADE DEMOLITION Structures designated on the plans to be removed shall be removed to the full depth of the structure, including its foundation. Below-grade areas and voids resulting from demolition of structures shall be completely filled to a minimum compaction of 95% All fill and compaction shall be in accordance with Section 02200 - Earthwork. After fill and compaction, surfaces shall be graded to meet adjacent contours and to provide flow to surface drainage structures, or as indicated. DISPOSAL OF DEMOLISHED MATERIALS Demolition and removal of debris shall be conducted to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities that shall not be closed or obstructed without permission from the Agency. Alternate routes shall be provided around closed or obstructed traffic ways. Site debris, rubbish, and other materials resulting from demolition operations shall be removed and disposed of in compliance with all laws and regulations. Burning of removed materials from demolished structures will not be permitted. PATCHING AND REPAIRING The Contractor shall provide patching, replacing, repairing, and refinishing of damaged areas involved in demolition as necessary to match the existing adjacent surfaces. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C DEMOLITION DATE: JUNE 30,2003 02050-3 B. The Contractor shall repair all damages caused to adjacent facilities by demolition at no additional cost to the Agency. C. After patching and repairing has been completed, the Contractor shall carefully remove splatterings of mortar from adjoining work (plumbing fixtures, trim, tile, and finished metal surfaces) and repair any damage caused by such cleaning operations. 3.9 CLEANING A. During and upon completion of Work, the Contractor shall promptly remove unused tools and equipment, surplus materials, rubbish, debris, and dust and shall leave areas affected by the Work in a clean condition. B. The Contractor shall clean adjacent structures and facilities of dust, dirt, and debris caused by demolition and return adjacent areas to condition existing prior to start of Work. C. The Contractor shall clean and sweep the affected portions of roads, streets, sidewalks and passageways daily. ** END OF SECTION ** CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C DEMOLITION DATE: JUNE 30,2003 02050-4 SECTION 02100 - SITE PREPARATION PART 1 --GENERAL .- 1.1 WORK OF THIS SECTION A. The Contractor shall furnish all materials, equipment, and labor necessary to prepare the site including clearing, grubbing and stripping. I .2 RELATED SECTIONS A. The Work of the following Sections applies to the Work of this Section. Other Sections, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. Section 02050 Demolition 2. Section 02140 Dewatering 3. Section 02200 Earthwork 1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Except as otherwise indicated in this Section, the Contractor shall comply with the latest adopted edition of the Standard Specifications for Public Works Construction (SSPWC) together with the latest adopted edition of the Regional Supplement Amendments and with the Carlsbad Municipal Water District Reclamation Rules and Regulations for Construction of Reclaimed Water Mains. 1.4 CONTRACTOR SUBMITTALS A. Before starting the Work, the Contractor shall have submitted a Storm Water Pollution Prevention Plan. B. Before completion of the Work, the Contractor shall submit an Affidavit of Legal Disposal attesting to the lawful disposal of all materials removed as part of the Work. PART 2 -- PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 GENERAL A. Existing Conditions: The site shall be examined and the Engineer notified of any conditions that affect the Work of this Section. B. Utility Interference: Where existing utilities interfere with the Work of this Section, the Engineer shall be notified of interferences, and notifications to the relevant departments and utilities shall be provided in accordance with SSPWC Section 7. C. Project site maintenance shall conform to SSPWC Subsection 7-8. ** END OF SECTION ** CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PI PEL1 N ES PROJECT PROJECT N0.3887-C SITE PREPARATION 02 1 00-1 DATE: JUNE 30,2003 _- SECTION 02140 - DEWATERING PART 1 -- GENERAL 1.1 A. B. 1.2 A. 1.3 A. B. 1.4 A. WORK OF THIS SECTION The Contractor shall perform site dewatering necessary to lower and control groundwater levels and hydrostatic pressures to allow excavation and construction to be performed properly under dry conditions. This Section includes materials, installation, maintenance, operation, and removal of temporary dewatering systems. Dewatering operations shall be adequate to ensure the integrity of the finished project. The responsibility for conducting the dewatering operation in a manner that will protect adjacent structures and facilities rests solely with the Contractor. The cost of repairing any damage to adjacent structures and restoration of facilities shall be the responsibility of the Contractor. RELATED SECTIONS The Work of the following Section applies to the Work of this Section. Other Sections, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. Section 02200 Earthwork REFERENCE SPECIFICATIONS, CODES AND STANDARDS Except as otherwise indicated in this Section, the Contractor shall comply with the latest adopted edition of the Standard Specifications for Public Works Construction (SSPWC) together with the latest adopted edition of the Regional Supplement Amendments and with the Carlsbad Municipal Water District Reclamation Rules and Regulations for Construction of Reclaimed Water Mains. The Contractor shall comply with California Regional Water Quality Control Board General Waste Discharge Requirements for Groundwater Remediation and Dewatering Waste Discharges, Order Numbers 90-31 and 96-41. CONTRACTOR SUBMITTALS The following shall be submitted in compliance with SSPWC Subsection 2-5.3: 1. Before starting excavation, the Contractor shall submit shop drawings including a detailed plan, schedule, and description of the dewatering of excavations for those areas where dewatering is anticipated to be required. The shop drawings shall include: the proposed type of dewatering system; the arrangement, location, and depths of system components; a complete description of the equipment and instrumentation to be used if any, with installation, operation and maintenance procedures; a description of the Contractor's means and methods for measuring groundwater levels and piezometric water levels if necessary; and the methods for disposal of dewatering effluent. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C DEWATERING DATE: JUNE 30,2003 021 40-1 B. 1.5 A. B. C. 2. Before starting excavation, the Contractor shall submit copies of well installation permits if dewatering wells are proposed. 3. Before starting excavation, the Contractor shall submit copies of its permit for dewatering discharges to the Regional Water Quality Control Board permit for dewatering discharges to the environment. 4. The Contractor shall submit copies of well destruction permits, as applicable. The Contractor shall submit a daily report that includes the following information: 1. Groundwater levels and piezometric water levels in observation wells (if any). 2. Changes in elevation of reference points as stated in subparagraph 1.5C to detect settlement in adjacent structures. 3. The average dewatering flow rate. 4. Water quality testing results as required by the Regional Water Quality Control Board. QUALITY ASSURANCE The Contractor shall conduct a demonstration of its proposed system and shall provide verification that adequate personnel, materials, and equipment are available. The Contractor shall maintain adequate control to ensure that the stability of excavated and constructed slopes is not adversely affected by water, that erosion is controlled, and that flooding of excavations or damage to structures does not occur. Where critical structures or facilities exist immediately adjacent to areas of proposed dewatering, the Contractor shall establish reference points and shall observe the reference points at frequent intervals to detect any settlement which may occur. PART 2 -- PRODUCTS 2.1 MATERIALS AND EQUIPMENT A. Dewatering, where indicated, includes well points, sump pumps, temporary pipelines for water disposal, rock or gravel placement, observation wells, and other means including standby pumping equipment maintained on the jobsite continuously. B. The Contractor shall provide piezometers for monitoring groundwater levels. The Contractor shall provide other instruments and measuring devices as required. PART 3 -- EXECUTION 3.1 GENERAL REQUIREMENTS A. The Contractor is responsible for obtaining permits for temporary construction dewatering. The Contractor shall comply with all applicable sampling, testing, monitoring, reporting, and treatment requirements. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C DEWATERING DATE: JUNE 30,2003 021 40-2 B. C. D. E. F. G. H. I. J. K. 1. The Contractor shall obtain a permit from the Regional Water Quality Control Board for any discharge of groundwater to the environment. The Contractor shall comply with Regional Water Quality Control Board Waste Discharge requirements under Orders 96-41 and 90-31. Before starting dewatering operations, the Contractor shall obtain authorization, as required, for the disposal of groundwater. 2. The Contractor shall obtain the approval of the utility owner before disposing of dewatering effluent to a sanitary sewer. The Contractor shall be responsible for all fees and for pretreatment requirements associated with disposal of dewatering effluent to the sanitary sewer. The Contractor shall maintain an adequate system to lower and control the groundwater to permit excavation, construction of structures, and placement of fill materials to be performed under dry conditions. Sufficient dewatering equipment shall be installed to pre-drain the water-bearing strata below the bottom of foundations, drains, sewers, and other excavations. The hydrostatic head in water-bearing strata below foundations, drains, sewers, water pipelines and other excavations shall be reduced to ensure that the water level is below the excavation surface at all times. The system shall be placed into operation before excavation below groundwater level is started. The system shall be operated continuously 24 hours a day, 7 days a week until drains, sewers and structures have been constructed, fill materials have been placed, and dewatering is no longer required. The site shall be graded to facilitate drainage and runoff shall be diverted from the excavation. Surface runoff shall be collected in shallow ditches around the perimeter of the excavation, drained to sumps, and pumped or drained by gravity away from the excavation. Dewatering shall at all times be conducted to preserve the undisturbed bearing capacity of the subgrade soils at proposed bottom of excavation. If foundation soils are disturbed or loosened by the upward seepage of water or an uncontrolled flow of water, the affected areas shall be excavated and replaced with drain rock at no additional cost to the Agency. Flotation of structures and facilities shall be prevented by maintaining a positive and continuous removal of water. If well points or wells are used, they shall be adequately spaced to provide the necessary dewatering and shall be sandpacked and/or other means shall be used to prevent pumping of fine sands or silts from the subsurface. A continuous check shall be maintained to ensure that the subsurface soil is not being removed by the dewatering operation. Water and debris shall be disposed of in a suitable manner in compliance with permit requirements and SSPWC Subsection 306-3.3, without damage to adjacent property. No water shall be drained into work built or under construction. Before disposal, water shall be treated in accordance with permit requirements. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C DEWATERING DATE: JUNE 30,2003 02 140-3 L. The release of groundwater to its original level shall be performed in a manner that avoids disturbance of natural foundation soils, prevents disturbance of compacted backfill, and prevents flotation or movement of structures and pipelines. I **END OF SECTION** I. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C DEWATERING DATE: JUNE 30,2003 021 40-4 SECTION 02160 EXCAVATION SUPPORT SYSTEMS PART 1 - GENERAL 1 .I A. B. I .2 A. - 1.3 A. 1.4 A. 1.5 A. WORK OF THIS SECTION The Work of this Section includes support of temporary open excavations by means of sheet pilings, soldier piles and lagging, structural steel walls and struts, liner plates, and timber. The Contractor shall be responsible for the design and selection of methods in conformance with the design criteria as specified herein. The Work of this Section applies to temporary excavation support systems for demolition, construction of underground structures, and installation of buried pipelines, and boring and receiving shaft or pits. RELATED SECTIONS The Work of the following Sections applies to the Work of this Section. Other Sections, not referenced below, shall also apply to the extent required for proper performance of this work: 1. Section 02200 Earthwork 2. 5. Section 05500 Miscellaneous Metals Section 02340 Boring and Jacking STAN DARD SPEC I F ICATION S Except as otherwise indicated in this Section, the Contractor shall comply with the Standard Specifications for Public Works Construction, including the Regional Supplement Amendments (SSPWC) and with the Carlsbad Municipal Water District Reclamation Rules and Regulations for Construction of Reclaimed Water Mains. SPECIFICATIONS AND STANDARDS Except as otherwise indicated, the current editions of the following apply to the Work of this Section: 1. 2. 3. 4. 5. 6. 7. 8. ASTM A 36 Structural Steel. ASTM A 328 Steel Sheet Piling. AWS D1 .I Structural Welding Code-Steel. UBC Chapter 25 Wood. WCLIB Grading Rules. WWPA Grading Rules. AlSC Manual of Steel Construction. AASHTO, Section on Steel Tunnel Liner Plate CONTRACTOR SUBMITTALS The following shall be submitted in compliance with SSPWC Subsection 2-5.3: 1. The proposed excavation support system for each construction component where excavation support systems will be used. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT EXCAVATION SU PPORT SYSTEMS DATE: JUNE 30,2003 PROJECT NO. 3887-C 021 60-1 B. C. D. 1.6 A. 1.7 A. 2. 3. 4. 5. 6. 7. 8. 9. IO. Arrangement and details for each excavation support system, supporting design calculations, and construction methods to be used for the installation of each system. Soldier pile installation methods, connection details, bracing preloading, and jacking procedures. Depths below the main excavation bottom elevation to which the support system will be installed. Elevations of ground surface, struts, and shores, as applicable. Permissible depth to which excavation may be carried before supports must be installed and preloaded. Full excavation depth load to be carried by various support system members. Bracing loads for various stages of excavation, bracing removal, and concrete placement. Preloads as required. Proposed sequence of strut and shore removal as applicable and as related to backfilling operations. - The above Shop Drawings shall be coordinated with other shop drawing submittals for work specified elsewhere in which support of excavation is required. The proposed method of installing sheet piling including sequence of installation, template, and equipment description. Contingency plan for alternative procedures to be implemented if the excavation support system is found to perform unfavorably. QUALITY ASSURANCE Support of excavation shall be designed, and Shop Drawings and calculations signed, by a Professional Engineer licensed to practice in the State of California and experienced in the design of excavation support systems. All design drawings and calculations shall be checked and initialed by a checker. DESIGN CRITERIA Shop Drawings with supporting calculations for the various excavation support systems shall be prepared in accordance with the following criteria: 1. Design the excavation support system and all components to support the earth pressures, unrelieved hydrostatic pressures, utility loads, equipment, traffic, and construction loads including impact, and other surcharge loads in such manner as will allow the safe and expeditious construction of the permanent structures, to minimize ground movement or settlement, and to prevent damage to or movement of adjacent bu i Idi ng s , structures, roadways and utili ties. 2. Design support members to resist the maximum loads expected to occur during the excavation and support removal stages. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT EXCAVATION SUPPORT SYSTEMS DATE: JUNE 30,2003 PROJECT NO. 3887-C 021 60-2 B. C. 1.8 A. 1.9 A. 3. 4. 5. 6. 7. 8. 9. Design for staged removal shall conform to construction backfill sequence shown. Design shall consider provisions for future construction, and limits on bracing level elevations as shown on the plans. Maximum vertical center-to-center spacing of supports shall be 16 feet between top 2 support levels and 12 feet below second support level unless otherwise approved. If decking beams are not required, install the uppermost bracing tier at a vertical distance of not more than 6 feet below the top of excavation. Where water flows from the face of excavation, the maximum height of unsupported excavation shall not exceed 15 inches. In running sand and silt, provide positive means for securing timber lagging to the soldier piles to avoid shifting or falling off of the lagging, and positive means for containing such material behind lagging. Review of the Contractor's Shop Drawings and methods of construction by the Engineer does not relieve the Contractor of responsibility for the adequacy of the excavation support systems. No portion of the excavation support system's vertical face will be permitted to penetrate the design lines as indicated on the Drawings for the permanent concrete structure to be constructed within the excavation. Vertical support capacity shall be provided for wall systems and internal bracing elements, for loads due to vertical force components of tieback anchors, the weight of the structural systems themselves, and live load on any portion of the system. Steel Components: 1. Timber Support Systems and Members: 1. 2. Design and fabrication of steel components shall be as specified in Section 05120. Bases for determination of minimum allowable working stress: UBC Chapter 25. The minimum thickness of timber lagging between soldier piles spaced 5 to 7 feet center-to-center shall be 3 inches for excavations up to 25 feet in depth, and 4 inches for excavations deeper than 25 feet. For other conditions and types of lagging, design calculations shall be submitted. 3. SAFETY Except as otherwise indicted, the following codes apply to the Work of this Section: 1. Title 8, California Administrative Code, Chapter 4, Subchapter 4, Construction Safety Orders, Article 6, Excavations, Trenches, Earthwork, Section 1542, Shafts. PROJECT CONDITIONS Utility agencies shall be notified and caution exercised while exposing utility facilities by hand or other methods approved by utility owner. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C EXCAVATION SUPPORT SYSTEMS DATE: JUNE 30,2003 02 1 60-3 B. If existing utility facilities interfere with the proposed method of support, the method shall be modified in a manner that will protect the facility and accommodate the proposed Work. Shop Drawings shall be revised and resubmitted along with design calculations required to account for the modified support method and to show the actual location of the existing utilities. C. Provisions shall be made for contingencies as follows: 1. Monitor performance of support system components, for both vertical and horizontal movement, at regular intervals not to exceed 3 days. 2. Provide contingency plan for alternative procedures to be implemented if unfavorable performance is evidenced. 3. Elements of the support system shall not be spliced unless approved by the Engineer. Keep on hand materials and equipment necessary to implement contingency plan. D. PART 2 -- PRODUCTS 2.1 MATERIALS A. Steel sheet piling shall be continuous interlocking type ASTM A 328 of appropriate shape and provided with at least one Z-I/Z-inch-diameter handling hole on the centerline of the web located at least 6 inches from each end of the sheet pile. B. Fabricated connections and accessories, steel H-piles, WF shapes, and other structural steel shall conform to the requirements of ASTM A 36, unless otherwise approved. C. Concrete shall be as specified in Section 03300. 1. For encasement of steel soldier piles below the final level of excavation, 2,500 psi shall be used. 2. For encasement of soldier piles above the final level of excavation, lean concrete shall be used, the strength of which shall be adequate to protect the excavated faces of the augured hole. D. Wood lagging shall be dimension lumber with minimum allowable stress of 1100 psi. 1. The stress grade of the lagging shall be in conformance with the allowable stresses of the UBC, Chapter 25. 2. Lumber shall be grade marked by WWPA or WCLIB with species and grade conforming with those shown on approved Shop Drawings. PART 3 - EXECUTION 3.1 GENERAL A. The support system shall extend the main excavation bottom elevation to a depth adequate to prevent lateral movement and to adequately support applied vertical loads. In areas where additional excavation is required below the main excavation subgrade provisions shall be made to prevent movement of main excavation supports. Damage to existing utilities during installation of excavation support system shall be avoided. CARLSBAD MU N IC1 PAL WATER D 1 STRl CT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT EXCAVATION SUPPORT SYSTEMS DATE: JUNE 30,2003 PROJECT NO. 3887-C 021 60-4 B. - 3.2 A. B. C. D. 3.3 A. B. I C. D. 3.4 A. B. Water control measures shall be provided in accordance with the requirements specified in Section 02140. SOLDIER PILES Soldier piles shall be installed by preboring or other approved pre-excavation methods to tip elevation shown on approved Shop Drawings. Prevent prebored or other pre-excavated holes from collapsing. Prebored hole shall be filled with lean concrete from bottom of hole to subgrade dependent upon analysis of vertical support requirements. Remaining pile length shall be filled with lean concrete, completely encasing the pile. Concrete shall be placed from the bottom of the hole upwards by means of a flexible pipe connected to a hopper. 'SHEETING AND LAGGING Sheeting and lagging shall be installed with no gap between the boards unless specifically approved. As installation progresses, the voids between the excavation face and the lagging or sheeting shall be backfilled with sand or soil rammed into place. Materials such as hay or burlap shall be used where necessary to allow drainage of groundwater without loss of soil or packing material. If gaps in the lagging are allowed, the gap width between lagging boards shall be limited to 1/2 inch maximum. If unstable material is encountered, suitable measures shall be taken to retain it in place or to otherwise prevent soil displacement. Extend lagging down to final subgrade. A sufficient quantity of material shall be on hand for sheeting, shoring, bracing, and other operations for protection of work and for use in case of accident or emergency. STEEL SHEET PILING Steel sheet piling may be used only where existing subsurface conditions are suitable for installation of sheet piling to the full depth of penetration required, and to proper alignment and plumbness, specified herein, without damage to the sheet piling or rupture of its interlocks. The use of steel sheet piling will not be permitted where sheeting would be required to penetrate boulders, rock or other materials that may prevent the proper installation of sheet piling. Steel sheet piling shall be installed in plumb position with each pile interlocked with adjoining piles for its entire length so as to form a continuous diaphragm throughout the length of each run of wall, bearing tightly against original ground. Install sheeting to depth required for design. Exercise care during installation so that interlocking members can be extracted, if required, without injury to adjacent ground. The installation equipment shall be suitable to the type and nature of the subsurface materials, anticipated to be encountered. The equipment, and methods of installation, cutting, and splicing shall conform to the approved Shop Drawings. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C EXCAVATION SUPPORT SYSTEMS DATE: JUNE 30,2003 021 60-5 C. Liner plate shall be installed to proper line and grade and dimensions that will enable final liner to be placed in accordance with tolerances specified. Annular void, if present by method of ground support shall be filled with tunnel grout as specified. 3.5 INTERNAL BRACING SUPPORT SYSTEM A. All bracing support members shall be installed and maintained in tight contact with each other and with the surface being supported. B. Bracing members shall be preloaded by jacking the struts and shores in accordance with loads, methods, procedures, and sequence as described on the approved Shop Drawings. Coordinate excavation work with bracing installation and preloading. Use steel shims and steel wedges welded or bolted in place to maintain the preloading force in the bracing after release of the jacking equipment pressure. Use procedures so as to produce uniform bracing member loading without appreciable eccentricities, overstressing, or support member distortion. C. Struts shall be provided with intermediate bracing as needed to enable them to carry their maximum design load without distortion or buckling. Provide diagonal bracing as necessary to maintain the stability of the system. Web stiffeners, plates, or angles shall be provided as needed to prevent rotation, crippling, or buckling of connectors at points of bearing between structural steel members. Allow for eccentricities resulting from field fabrication and assembly. D. Excavations shall be to a depth no more than 2 feet below the elevation of the support member about to be placed. The support member shall be installed and preloaded immediately after installation and prior to continuing excavation. 3.6 REMOVAL OF SUPPORT SYSTEMS A. Where removal is required wholly or in part, such removal shall be performed in a manner that will not disturb or damage adjacent new or existing construction or utilities. Fill all voids immediately with lean concrete, or other approved means. B. All elements of support systems shall be removed to a minimum depth of 6 feet below final ground surface. However, when a structure poured against the sheeting system extends above the 6-foot limit, removal of the sheeting system shall be to the top of the structure. C. All damage to property resulting from removal shall be promptly repaired at no cost to the Agency. The Engineer shall be the sole judge as to the extent and determination of the materials and methods for repair. ** END OF SECTION ** CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C EXCAVATION SUPPORT SYSTEMS DATE: JUNE 30,2003 02 1 60-6 .- SECTION 02200 - EARTHWORK PART 1 -- GENERAL 1.1 A. 1.2 A. B. C. D. 1.3 A. 1.4 A. B. WORK OF THIS SECTION The Contractor shall perform all earthwork required for construction of the Work. The Work includes the loosening, removing, loading, transporting, depositing, and compacting in their final locations of all materials, wet and dry. The Contractor shall comply with all local, state and federal safety and health standards, laws and regulations. DEFINITIONS Fill material is defined as material used to raise the level of a portion of the site to the line and grade indicated. Backfill material is defined as material used to refill an excavation. Backfill material is defined as starting 1 foot above the top of the pipe or conduit, or at the subgrade for cast-in- place structures such as vaults and valve boxes. Bedding material is defined as material within the pipe zone that supports and surrounds the pipe or conduit. The pipe zone is generally defined as the area that extends from 6 inches below the bottom of the pipe to I foot above the top of the pipe. For steel pipe, the pipe zone begins 4 inches below the bottom of the pipe. RELATED SECTIONS The Work of the following Sections applies to the Work of this Section. Other Sections, not referenced below, shall also apply to the extent required for proper performance of this work: 1. Section 021 00 Site Preparation 2. Section 02140 Dewatering 3.. Section 03300 Cast-in-Place Concrete REFERENCE SPECIFICATIONS, CODES AND STANDARDS Except as otherwise indicated in this Section, the Contractor shall comply with the latest adopted edition of the Standard Specifications for Public Works Construction (SSPWC) together with the latest adopted edition of the Regional Supplement Amendments. The Work of this Section shall comply with current versions, with revisions, of the following: 1. Uniform Building Code. 2. 3. 4. Construction Safety Orders, Division of Industrial Safety, State of California. California Department of Transportation Traffic Manual. Carlsbad Reclamation Rules & Regulations for Construction of Reclaimed Water Mains CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 38871 -C EARTHWORK 02200-1 DATE: JUNE 30,2003 1.5 CONTRACTOR SUBMllTALS A. The Contractor shall submit the following in compliance with SSPWC Subsection -2-5.3: 1. The Contractor's detailed plan the showing the design and calculations for all shoring, bracing, sloping of the sides of excavation, or other provisions for worker protection against the hazard of caving ground during the excavation of trenches or structure excavation. The Contractor's detailed plan shall include a description of the methods, schedule and equipment, including trench shields, to be used for earthwork operations. The Contractor's plan shall identify the locations of temporary soil stockpiles. The Contractor's detailed plan shall be submitted before starting any trench or structure excavation 5-feet deep or over. The Contractor shall be in possession of the Agency's written acceptance of the detailed plan before starting any trench or structure excavation 5-feet deep or over. If the Contractor's detailed plan varies from the shoring system established in the Construction Safety Orders of the State of California, the Contractor's detailed plan shall be prepared and signed by a civil or structural engineer licensed in the State of California. 2. A copy of the excavation permit issued by the California Department of Industrial Safety. 3. Samples of imported material in accordance with SSPWC Subsection 306-1.3.5. 4. Such other samples of materials as the Engineer may require. 5. An agricultural soil evaluation about the suitability of proposed topsoil. PART 2 -- PRODUCTS 2.1 A. B. C. D. FILL AND BACKFILL MATERIALS General: Fill and backfill material shall consist of select material obtained from the excavation, imported material, bedding material, or unclassified material. The Contractor shall import at its expense materials in excess of the approved material obtained from excavation as required to complete the fill, backfill, and grading Work as indicated. Select Material: Select material shall consist of primarily granular material obtained from the excavation which is free of vegetation, organic matter, rubbish, debris, rocks larger than 4- inches in diameter and other unsuitable material, has an expansion index less than 30 (less than 20 for footings and floor slabs) as determined by UBC Standard No. 29-2, has a plasticity index of 10 or less, has a liquid limit of 30 or less, and is approved as select material by the Engineer. Imported Material: Imported material shall conform to the same specifications as select material defined above. In addition, the imported materials shall comply with SSPWC subsection 306-1.3.5. Imported material placed in areas to be planted shall be able to support normal plant growth. The Contractor shall obtain approval by the Engineer before transporting imported material. Bedding Material: Bedding material shall be sand, gravel, crushed aggregate, or free draining material in accordance with SSPWC Subsection 306-1.2.1, including the Regional Supplement Amendments. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 38871-C EARTHWORK 02200-2 DATE: JUNE 30,2003 E. F. -. 2.2 A. 2.3 A. B. 2.4 2.5 A. - Unclassified Material: Unclassified material shall conform to SSPWC Subsection 300-4. Structure Backfill: Structure backfill shall conform to SSPWC Subsection 300-3.5. ROCK PRODUCTS Rock products, consisting of crushed rock, rock dust, gravel, sand, and stone for riprap shall be clean, hard, sound, durable, uniform in quality and free of disintegrated material, organic matter, oil, alkali, or other deleterious substance, and shall unless otherwise specified conform to the requirements of SSPWC Subsection 200-1, including the Regional Supplement Amendments. UNTREATED BASE MATERIALS Untreated base materials shall conform to the requirements of SSPWC Subsection 200-2. Materials for use as untreated base or subbase shall be: 1. Sand 2. Crushed Aggregate Base 3. Crushed Miscellaneous Base 4. Processed Miscellaneous Base 5. Select Subbase NOT USED PIPELINE MARKING TAPE Buried, non-metallic water pipe shall be provided with metallic locator tape in accordance with materials list in the Carlsbad Reclamation Rules & Regulations for Construction of Reclaimed Water Mains. All buried water lines shall require location installed over the centerline of the water line and twelve inches (12”) above the top of pipe. Tape shall be metalized foil core two inches (2”) in width. The tape shall be “Detectable Terra Tape”, Thor Enterprises, Inc., P.O. Box 450, Sun Prairie, Wisconsin 53590, or approved equal. PART 3 -- EXECUTION 3.1 A. B. C. GENERAL The Contractor shall perform earthwork as necessary to complete the Work as shown on the Contract Drawings and specified herein. The Contractor shall take the necessary precautionary measures to prevent dust or other nuisances that might be created by reason of his activities. The necessary precautionary measures shall conform to the requirements of SSPWC Subsection 7-8. The requirements specified in Subsection 7-8 shall be extended to include paved surfaces. All types of earthwork, including trench, structural and general excavation, fill, backfill and compaction, shall conform to applicable requirements of the SSPWC Section 300 and to the requirements specified herein. Pursuant to California Code of Regulations, Title 8, Section 1541, at least two working days before the start of excavation, the Contractor shall notify the Regional Notification Center CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 38871-C EARTHWORK DATE: JUNE 30,2003 02200-3 and known owners of underground facilities in the area who are not members of the Regional Notification Center of the proposed excavation. 3.4 SITE PREPARATION A. Areas to be excavated, filled, graded, and to be occupied by permanent construction or embankments shall be prepared by clearing, grubbing and stripping. Clearing, grubbing and stripping shall conform to the applicable requirements of SSPWC Subsection 300-1 and Section 02100. The Contractor shall provide for a Storm Water Pollution Prevention Plan. 3.5 EXCAVATION A. General: Except when specifically provided to the contrary, excavation shall include the removal of all materials of whatever nature encountered, including all obstructions of any nature that would interfere with the proper execution and completion of the work. Unless otherwise directed, the removal of said materials shall conform to the lines and grades shown. Unless othetwise provided, the entire construction site shall be stripped of all vegetation and debris, and such material shall be removed from the site prior to performing any excavation or placing any fill. The Contractor shall furnish, place, and maintain all supports and shoring that may be required for the sides of the excavations, and all pumping, ditching, or other measures for the removal or exclusion of water as required by Section 02140 - Dewatering. Excavations shall be sloped or otherwise supported in a safe manner in accordance with the rules, orders, and regulations of the Division of Industrial Safety of the State of California. B. Unclassified Excavation: Unclassified excavation shall consist of all excavation, including roadways, unless separately designated. 1. Unsuitable material shall be excavated and disposed of in accordance with the requirements of SSPWC Subsection 300-2.2. 2. Wet material, if unsatisfactory for the specified use on the project solely because of high moisture content, may be processed to reduce the moisture content, or may be required to be removed and replaced with suitable material in accordance with the requirements of SSPWC Subsection 300-2.2.2. 3. The removal and disposal of slide and slipout material shall be in accordance with SSPWC Subsection 300-2.4. 4. Excavation slopes shall be finished in conformance with the lines and grades shown, and in accordance with SSPWC Subsection 300-2.5. 5. Surplus material shall be disposed of off-site, and in accordance with SSPWC Subsection 300-2.6. C. Structure Excavation: Structure excavation shall consist of the removal of material for the construction of foundations for bridges, retaining walls, headwalls, culverts, buildings, or other structures, and shall be in accordance with SSPWC Subsection 300-3. 1. Cofferdams for foundation construction shall be constructed in accordance with SSPWC Subsection 300-3.2. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 38871-C EARTHWORK DATE: JUNE 30,2003 02200-4 2. The treatment of foundation material shall be in accordance with SSPWC Subsection 300-3.3. _- D. Underground Conduit Excavation: 1. General: Excavation for underground conduits shall be in accordance with SSPWC Subsection 306-1 .I and the requirements contained herein. Unless othewise shown or ordered, excavation for pipelines and utilities shall be open-cut trenches. Trench widths shall be kept as narrow as is practical for the method of pipe zone densification selected by the Contractor. 2. Sheeting, Shoring, and Bracing of Excavations: The manner of sheeting, shoring, and bracing excavations shall be as set forth in the rules, orders and regulations of the Division of Industrial Safety of the State of California, and in accordance with the requirements of SSPWC Subsection 306-1 .I .6. Sheeting, shoring and bracing shall be provided for the protection of life and limb, for the protection of existing underground and above ground structures and improvements, and shall conform to applicable safety orders. Sheeting, shoring and bracing shall be provided to prevent trench sluffing, pavement separation and similar problems during construction, and shall include furnishing, installation, maintenance, and removal. 3. Trench Bottom: Except when pipe bedding is required, the bottom of the trench shall be excavated uniformly to the grade of the bottom of the pipe. The trench bottom shall be given a final trim, using a string line for establishing grade, such that each pipe section when first laid will be continually in contact with the ground along the extreme bottom of the pipe. Rounding out the trench to form a cradle for the pipe will not be required. ..- 4. Open Trench: The maximum length of open trench permitted in any one location shall be 500 feet or the length necessary to accommodate the amount of pipe installed in a single day, whichever is greater. All trenches shall be fully backfilled at the end of each day or, in lieu thereof, shall be covered by heavy steel plates adequately braced and capable of supporting vehicular traffic in those locations where it is impractical to backfill at the end of each day. The top of the steel plates shall be set flush with the top of the adjacent pavement, and the plates shall be surfaced for improved vehicular traction. The above requirements for backfilling or use of steel plate will be waived in cases where the trench is located further than 100-feet from any traveled roadway or occupied structure. In such cases, however, the Contractor shall provide and maintain barricades and warning lights conforming to requirements set forth in the California Department of Transportation Traffic Manual. 5. Trench Over-Excavation: Where the Drawings indicate that trenches shall be over- excavated, they shall be excavated to the depth required, and then backfilled to the grade of the bottom of the pipe. 6. Where pipelines are to be installed in embankment fills, the fill shall be constructed to a level at least one-foot above the top of the pipe before the trench is excavated. E. Over-Excavation Ordered by Engineer: Trenches shall be over-excavated beyond the depth shown when required by the Engineer. Such over-excavation shall be to the depth ordered by the Engineer. The over-excavation shall then be backfilled using 3/4-inch crushed rock. The Contractor shall then place bedding material over the crushed aggregate. All work specified in this Section shall be performed by the Contractor at no additional cost to the CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 38871-C EARTHWORK DATE: JUNE 30,2003 02200-5 F. G. H. I. 3.6 A. Agency when the over-excavation ordered by the Engineer is within 6 inches of the limit shown on the Drawings. When the over-excavation ordered by the Engineer is 6 inches more than the limit shown on the Drawings, additional payment will be made to the Contractor for the portion that exceeds the said 6-inch distance. Over-Excavation not Ordered or Indicated: Any over-excavation carried below the grade ordered or indicated shall be backfilled to the required grade with material specified by the Engineer and the material shall be compacted. Such work shall be performed by the Contractor at no additional cost to the Agency. Excavation in Lawn Areas: 1. Where excavation occurs in lawn areas, the sod shall be carefully removed and stockpiled to preserve it for replacement. Excavated material may be placed on the lawn; provided, that a drop cloth or other suitable method is employed to protect the lawn from damage. The lawn shall not remain covered for more than 72 hours. Immediately after completion of backfilling [and testing of the pipeline], the sod shall be replaced in a manner so as to restore the lawn as near as possible to its original condition. Contractor shall provide new sod if removed sod has remained stockpiled for more than 72 hours. 2. The Contractor shall restore the lawn irrigation system removed or damaged due to excavation operations to a condition equal to the previous condition. Excavation in Vicinity of Trees: Except where trees are shown to be removed, trees shall be protected from injury during construction operations. No tree roots over 2-inches in diameter shall be cut without written permission of the Engineer. Trees shall be supported during excavation by means previously reviewed by the Engineer. Rock Excavation: 1. Rock excavation shall include removal and disposal of the following: (1) all boulders measuring 1/3 of a cubic yard or more in volume; (2) all rock material in ledges, bedding deposits, and unstratified masses which cannot be removed without systematic drilling and blasting; (3) concrete or masonry structures which have been abandoned; and (4) conglomerate deposits which are so firmly cemented that they possess the characteristics of solid rock and which cannot be removed without systematic drilling and blasting. 2. Rock excavation shall be performed by the Contractor, however, should the quantity of rock excavation be affected by any change in the scope of the Work, an appropriate adjustment of the contract price will be made. FILL AND BACKFILL General : 1. Fill and backfill shall be placed in accordance with the applicable provisions of SSPWC Section 300 and the requirements stated herein. 2. Backfill shall not be dropped directly upon any structure or pipe. Backfill shall not be placed around or upon any concrete structure until the concrete has cured in accordance with the requirements of Section 03300 - Cast-in-Place Concrete and has CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 38871 -C EARTHWORK DATE: JUNE 30,2003 02200-6 . .- attained sufficient strength to withstand the loads imposed. Backfill around water retaining structures shall not be placed until the structures have been tested, and the structures shall be full of water while backfill is being placed. B. Placing and Spreading of Materials: ' 1. Materials shall be placed and spread evenly in layers. When compaction is achieved using mechanical equipment the layers shall be evenly spread so that when compacted each layer shall not exceed 8 inches in thickness. When compaction is achieved using flooding and jetting methods, each layer shall not exceed 3 feet in thickness after compaction. 2. During spreading, each layer shall be thoroughly mixed as necessary to promote uniformity of material in each layer. Bedding materials shall be brought up evenly around the pipe so that when compacted the material will provide uniform bearing and side support. 3. Where the material moisture content is below the optimum moisture content water shall be added before or during spreading until the proper moisture content is achieved. 4. Where the material moisture content is too high to permit the specified degree of compaction the material shall be dried until the moisture content is satisfactory. C. Compaction Requirements 1. The Agency will perform density and compaction tests in accordance with SSPWC Subsection 21 1-2. 2. The relative compaction of fill, backfill, and base material shall be in accordance with SSPWC Section 300, with the following exceptions: a. Subgrade where trench has been over-excavated 95% b. Fill beneath structures: 95% 3. In case the tests of the fill or backfill show non-compliance with the required compaction or density, the Contractor shall accomplish such remedy as may be required to ensure compliance. Subsequent testing to show compliance shall be by a testing laboratory selected by the Agency and shall be at the Contractor's expense. D. Unclassified Fill: All fill shall be of unclassified material unless separately designated. Construction of unclassified fill, including preparing the area on which fill is to be placed, and the depositing, conditioning, and compacting of fill material shall be in accordance with SSPWC Subsection 300-4. E. Structure Backfill: Backfill at structures shall be select material placed in accordance with SSPWC Subsections 300-3.5 and 300-4.5. F. Underground Conduit Bedding and Backfill: 1. Bedding around pipe shall be bedding material placed in accordance with the requirements of SSPWC Subsection 306-1.2.1 except as noted. Water pipes shall be bedded in accordance with Standard Drawings W-21 and SDW-100. Bedding material CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 38871-C EARTHWORK DATE: JUNE 30,2003 02200-7 shall be sand, gravel, crushed rock, or native free-draining granular material having a sand equivalent of not less than 50 and an expansion when saturated with water of not more than 0.5 percent. Bedding material shall be mechanically compacted. The relative compaction of the conduit bedding shall be 90 percent. Neither flooding nor jetting will be allowed for compaction of the bedding. 2. If bedding material consists primarily of gravel or crushed rock, the bedding material shall be wrapped using an approved nonwoven geotextile filter fabric. Geotextile filter fabric will not be required where sand is used for bedding material or where the excavation is through rock. 3. Upon completion of the bedding and following placement of the pipe or conduit, trench backfill shall be placed and densified in accordance with SSPWC Subsection 306-1.3. Backfill shall be select material. Where imported material is used for trench backfill and has a sand equivalent of 30 or more, it may be water densified in accordance with the requirements of SSPWC Subsection 306-1.3.3, otherwise trench backfill shall be mechanically compacted. Mechanically compacted trench backfill shall be placed in accordance with the requirements of SSPWC Subsection 306-1.3.2. 4. Trench backfill shall be compacted to obtain a minimum 90 percent relative compaction. The top foot of the trench backfill shall be densified to a minimum 95 percent relative compaction except in unimproved areas. Only lightweight tamping equipment shall be used within 3 feet of the pipe, conduit, or appurtenance. Testing of compaction will be performed by the City Materials and Testing Lab. 5. Separate payment for imported backfill will be made only when select material from the excavation is unavailable, when the excavation is in heavy clay, when the excavation is in highly expansive soil, or when the soil has other deleterious properties as determined by the Engineer. The Engineer will decide whether the excavated material is suitable for backfill and when separate payment will be made for imported backfill. Where imported backfill is required, the unit Bid price for imported backfill shall include the cost for disposal of all unsuitable materials excavated from the trench. 3.7 PREPARATION OF SUBGRADE A. The preparation of subgrade for pavement, curbs and gutters, driveways, sidewalks and other roadway structures shall be in accordance with SSPWC Subsection 301-1. 3.8 UNTREATED BASE A. Aggregate base material shall be spread and compacted in accordance with SSPWC Subsection 301-2. 3.9 TEMPORARY STOCKPILES A. Locations of temporary stockpiles shall be approved by the Engineer. B. Temporary stockpiles shall not surcharge buried pipe, conduits, or other structures. ** END OF SECTION ** CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 38871-C EARTHWORK DATE: JUNE 30,2003 02200-8 SECTION 02340 - BORING AND JACKING PART1 -- GENERAL 1 .I A. 1.2 A. 1.3 - A. B. I .4 A. WORK OF THIS SECTION The Contractor shall provide jacked steel casing, complete and in place, in accordance with the Contract Documents. Voids between the outside of the casing and the carrier pipe shall be completely filled with grout. The carrier pipe shall be properly installed and supported within the casing. The annular void between the carrier pipe and casing shall be filled with sand, cellular concrete, or grout and sealed at the ends of the casing. RELATED SECTIONS The Work of the following Sections also apply to the Work of this Section. Other Sections, not referenced below, shall also apply to the extent required for proper performance of this work. 1. Section 02140 Dewatering 2. 3. Section 02200 Earthwork Section 021 60 Excavation Support Systems REFERENCE SPECIFICATIONS, CODES AND STANDARDS Except as otherwise indicated in this Section, the Contractor shall comply with the latest adopted edition of the Standard Specifications for Public Works Construction, including the Regional Supplement Amendments (SSPWC). Except as otherwise indicated, the current editions of the following apply to the Work of this Section: 1. ASTMA283 Specification for Low and Intermediate Tensile 2. ANSVAWS D1 .I Structural Welding Code Strength Carbon Steel Plates CONTRACTOR SUBMITTALS Shop Drawings: The Contractor shall submit shop drawings in accordance with the requirements in SSPWC Subsection 2-5.3 and the following supplemental requirements as applicable: 1. Casing installation schedules which include schedules of excavation, pipeline installation, pipeline support, and backfill operations. 2. Material list including diameter, thickness, and class of steel casing, any lubricant proposed outside the casing, casing grout, cellular concrete or annular sand, and pipeline supports. 3. Detailed locations and sizes of all boring or jacking and receiving pits. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT N0.3887-C BORING AND JACKING DATE: JUNE 30,2003 02340-1 B. C. D. E. 1.5 A. B. C. D. 1.6 A. Contractor-Acquired Permits: The Contractor shall obtain all necessary permits from governing agencies having jurisdiction over the location of the boring and jacking location. Before the start of excavation, the Contractor shall furnish two copies of all permits associated with the boring or jacking operations required by local, State and Federal regulations. Insurance: The Contractor shall obtain and furnish to Agency insurance required under the terms of the permit. Certifications: The Contractor shall furnish a certified affidavit of compliance for all pipe and other products or materials furnished under this Section, including physical and chemical properties of all steel. All expenses incurred in making samples for certification of tests shall be bome by the Contractor. Qualifications: The Contractor shall submit qualifications of the subcontractor responsible for boring or jacking operations. All work shall be done by a qualified subcontractor with experience involving work of a similar nature. QUALITY ASSURANCE/QUALIFICATlONS Notification: The Contractor shall furnish the Engineer a minimum of 3 days advance notice before the start of an excavation or boring operations. Inspection: All Work shall be performed in the presence of the Engineer, unless the Engineer has granted prior approval to perform such work in its absence. Welding Requirements: All welding procedures used to fabricate steel casings shall be pre- qualified under the provisions of ANSVAWS D1 .l. Welding procedures shall be required for, but not necessarily limited to, longitudinal and girth or special welds for pipe cylinders, casing joint welds, reinforcing plates and grout coupling connections. Welders’ Qualifications: All welding shall be done by skilled welders, welding operators, and tackers who have had adequate experience in the type of materials to be used. Welders shall be qualified under the provisions of ANSVAWS D1.l by an independent local, approved testing agency not more than 6 months prior to commencing work on the casing or pipeline. Machines and electrodes similar to those used in the Work shall be used in qualification tests. Furnish all material and bear the expense of qualifying welders. SAFETY Safety Codes: The Contractor shall ensure that the Work is done in conformance with all applicable federal, state, and local safety requirements. Except as otherwise indicated, the following codes apply to the work of this Section: 1. Title 8, California Administrative Code, Chapter 4, Subchapter 20, Tunnel Safety Orders. 2. Title 8, California Administrative Code, Chapter 4, Subchapter 4, Construction Safety Orders, Article 6, Excavations, Trenches, Earthwork, Section I 542, Shafts. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT N0.3887-C BORING AND JACKING DATE: JUNE 30,2003 02340-2 .- B. C. D. 1.7 A. Gas Classification: The Contractor shall obtain from the State of California Department of Industrial Relations, Division of Occupational Safety and Health (Cal OSHA), Mining and Tunneling Unit a underground gas classification (attached) for each bore where required based on the size of the bore. Safety Devices and Equipment: The Contractor shall provide flagmen, barricades, lights, warning signs, ventilation, air quality monitoring, and other safety devices and equipment as may be required to ensure the safety of all people who may enter the area. The Contractor shall establish a procedure to log all persons into and out of the bore shaft and shall take necessary steps to prevent unauthorized entry. Safety Requirements: Boring and jacking work shall be performed in accordance with all applicable safety provisions in the Reference Specifications and Standards identified herein. EXISTING CONDITIONS Subsurface Conditions: The Agency will make available to the Contractor existing subsurface information. Additional subsurface investigations deemed necessary by the Contractor to complete horizontal boring work shall be conducted at no additional cost to the Agency. Copies of all additional subsurface reports obtained by the Contractor shall be provided to the Agency. PART 2 -- PRODUCTS - 2.1 A. B. C. D. MATERIALS General: Steel casings shall be welded steel pipe of the diameters and plate thicknesses indicated. The steel pipe casings shall conform to ANSVAWWA C200, subject to the following supplemental requirements. The Contractor may select a greater diameter or thickness for the method of work and loading involved, site conditions, and possible interferences at no additional cost to the Agency. Steel Casing: The steel casing pipe shall be in accordance with ASTM A283, Grade C, unless indicated otherwise. The minimum casing inside diameter shall be at least 4 inches larger than maximum outside diameter of the carrier pipe. The casing wall thickness shall be designed to accommodate the maximum jacking load allowed, as well as expected earth and live loads. Thickness shall be no less than 3/8 inch and the Contractor shall be fully responsible for the sufficiency of the casing provided. Casing section joints shall be of the interlocking type or butt welded, lap welded, or welded using butt or banding straps in the field. Each end of the casing for butt welding shall be prepared by providing 1/4-inch by 45- degree chamfer on the outside edges. Casing End Seals: Seals shall be standard pull on or wrap around end seals, made of synthetic rubber, with self-curing rubber sealing strips and provided with Type 316 stainless steel bands and clamps. End seals shall be manufactured by Pipeline Seal and Insulator Inc., Model C, W, Advance Products & Systems Inc. Model AC, AW, or equal. Carrier Pipe Support: The Contractor shall provide casing spacers, wood skids or a combination of wood skids and spacers to support the carrier pipe within the casing, to prevent the carrier pipe from floating, and to electrically insulate the carrier pipe from the CARLSBAD MUNICIPAL WATER DISTRICT - PROJECT N0.3887-C PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT BORING AND JACKING DATE: JUNE 30,2003 02340-3 casing. Skids or spacers shall be designed and spaced to support the carrier pipe when full, with no water in the annular space. The skids or casing spacer risers on the underside of the carrier pipe shall be high enough so that the carrier pipe shall clear the invert of the casing pipe by one inch minimum. There shall also be a maximum of one inch clear space between the top of this top skid or riser and the crown of the casing. 1. Wood Skids: Pressure treated wood blocks or redwood, held in place with 3/4-inch stainless steel bands. Pressure treatment shall comply with UBC Standard 25-12. Skids shall be at lest 12 inches long and shall be notched 1/8-inch maximum at the bands to prevent the bands from touching the conductor casing. 2. Casing Spacers: Pipe casing spacers shall be bolt-on type bands. For carrier pipe sized 27” through 36”, the bands shall be 12“ wide with runners at least 2” wide. For 20” diameter carrier pipe, the band shall be at least 8” wide with minimum I” wide runners. Bands shall be made of two sections of 14-gauge steel and coated with rust inhibiting paint. The band shall also be equipped with a clamp to secure a 4” schedule 80 PVC conduit for placement in the casing. The band shall be lined with a polyvinylchloride, ribbed liner having a hardness of Durometer “A 85-90. The runners shall be made of fiberglass-reinforced plastic and bolts, nut, studs and washers shall be cadmium plated. Casing spacers shall Pipeline Seal and Insulators Inc. models A 12G-2, A 8G-1, Advance Product Systems Inc. model SI or equal. E. Grout Connections for Annular Space Between Ground and Casing: For large diameter pipelines greater than 6-feet, provide 2-inch grout connections regularly spaced at 5 feet on center alternating at 30 degrees from plumb each side of the vertical centerline. Longitudinal spacing between the grout connections may be decreased to provide more frequent grouting, but in no case shall the spacings shown or specified, be exceeded. F. Backfill Materials for Annular Space Between Casing and Carrier Pipe: Sand Backfill: Sand for the annular space between the carrier pipe and the steel casing shall be clean and 100% shall pass a Standard No. 30 sieve. PART 3 - EXECUTION 3.1 GENERAL A. Agency-Acquired Permits: Permits, if any, obtained by the Agency that relate to boring and jacking are attached to the Contract Documents. The Contractor shall abide by all permit conditions. B. Lawful Requirements: The Contractor shall comply with the lawful requirements of the affected railway companies, California DOT, public agencies, and owners of public utilities or other facilities respecting the safeguarding of traffic and improvements that might be endangered by the boring and jacking operations. C. Open Trenches: The approach trenches in public streets will not be permitted to remain open for extended periods of time. If the Contractor is not ready to place the pipe in the casing at the time of completion of boring and jacking operations, the ends shall be bulkheaded, and the approach trenches in public streets shall be backfilled, temporary surfacing placed thereon, and the affected portion of the street reopened to traffic. CARLSBAD MUNICIPAL WATER DISTRICT BORING AND JACKING PROJECT N0.3887-C 02340-4 PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT DATE: JUNE 30,2003 D. 3.2 A. B. C. D. E. Maintaining Line and Grade: The Contractor shall be responsible for maintaining the specified line and grade, and for preventing settlement of overlying structures, or other damage due to the boring and jacking operations. INSTALLATION OF CASING Installation: The installation of the casing shall be in accordance with the Contract Documents and subject to the approval of the agency having jurisdiction over the area containing the boring or jacking operations. Potholing: The Contractor shall pothole all existing utilities within and adjacent to the proposed location of the bored and jacked casing prior to excavating the boring/jacking and receiving pits. The Contractor shall coordinate all potholing with the respective utility owners. Jacking Head: A steel jacking head shall be fitted to the lead section of the casing in such a manner that it extends around the entire outer surface of the steel casing and projects at least 18 inches beyond the driving end of the casing. The jacking head shall not protrude more than %-inch outside of the outer casing surface. The head shall be securely anchored to prevent any wobble or alignment variation during the boring or jacking operations. To minimize voids outside the casing, excavation shall be entirely within the jacking head and not in advance of the head. Excavated materials shall be removed from the casing as the boring or jacking operation progresses and accumulation of excavated materials within the casing shall not be permitted. Jacking Pit: The excavations for the boring or jacking operations shall be adequately shored to safeguard existing substructures and surface improvements and to ensure against ground movement in the vicinity of the jack supports. Heavy guide timber, structural steel, or concrete cradles of sufficient length shall be provided to assure accurate control of boring or jacking alignment. Adequate space shall be provided within the excavation to permit the insertion of the lengths of casing to be bored or jacked. Timbers and structural steel sections shall be anchored to ensure action of the jacks in line with the axis of the casing. A bearing block, consisting of a timber or structural steel framework, shall be constructed between the jacks and the end of the casing to provide uniform end bearing over the perimeter of the casing and distribute the jacking pressure evenly. Control of Alignment and Grade: The Contractor shall control the application of the jacking pressure and excavation of materials ahead of the casing but within the jacking head as it advances to prevent the casing from becoming earthbound or deviating from the required line and grade. The Contractor shall restrict the excavation of the materials to the least clearance necessary to prevent binding in order to avoid loss of ground and consequent settlement or possible damage to overlying structures. Allowable grade deviations in horizontal and vertical alignments shall be no greater than 0.2 feet per 100 feet in any direction over the length of the jacking or boring to a maximum deviation of 0.5 feet. Final installation shall be without a sag in the pipe. A lubricant such as bentonite or equal polymer may be used to reduce the friction between the casing and the bore hole after first reviewing the procedure with the Engineer. Survey control shall be provided by a California licensed land surveyor who shall also monitor for any settlement over the casing. The Contractor shall provide two copies of the controls and monitoring record to the Engineer at completion. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT N0.3887-C BORING AND JACKING DATE: JUNE 30,2003 02340-5 F. 3.3 A. B. C. D. E. F. G. Grouting: Immediately after completion of the boring or jacking operations, the Contractor shall inject grout through the grout connections in such a manner as to completely fill all voids outside the casing pipe resulting from the boring or jacking operations. Grout pressure shall be controlled so as to avoid deformation of the steel casing and avoid movement of the surrounding ground. After completion of the grouting operations, the grout connections shall be closed with cast-iron threaded plugs. INSTALLATION OF CARRIER PIPE Joints: All joints of the carrier pipe within the casing shall be restrained in accordance with the type of carrier pipe material installed. Carrier Pipe Support: The Contractor shall position casing spacers or wood skids to prevent excessive sag, bending and shear stresses in the piping in accordance with the requirements as shown on the Drawings. End casing spacers or skids shall be placed within 6 inches of each end of the conductor casing. There shall be a minimum of two casing spacers or wood skids installed on each section of pipe. Testing of the Carrier Pipe: Hydrostatic testing of the carrier pipe shall be completed prior to the filling of the annular space between the casing and carrier pipe with sand or other alternate grout or backfill materials approved by the Engineer. Hydrostatic testing shall be performed in accordance with specifications. Additional Pipes or Conduits: Where more than one pipe or conduit such as for irrigation or communication cables in addition to the primary carrier pipe, is shown inside the casing, they shall be bundled and attached to the skids as a unit in the quadrant shown with restrained joints. Backfilling of the Annular Space Between the Casing and Carrier Pipe: The annular space between the carrier pipe and the casing shall be filled with sand as approved by the Engineer. The Contractor shall furnish sand, equipment, hoses, valves, and fittings for filling the annular space between the casing and carrier pipe. Sand shall be conveyed by air through a hose and deposited by air pressure in its final position. The sand shall be free of lumps to flow unimpeded and to completely fill all voids. In general, sand bacMill will be considered completed when no more sand can be forced into the annular space. The Contractor shall protect and preserve the interior surfaces of the steel casing from damage. Installation of Conductor Casing End Seals: The Contractor shall secure the casing seals in place with stainless steel bands in accordance with the manufacturer’s recommended procedures. The installation shall be made water tight by bonding together the exposed overlapping surfaces with a permanent sealing adhesive. Closing of Pits: After jacking equipment and excavated materials from boring or jacking operations have been removed from the jacking pit, the Contractor shall prepare the bottom of the jacking pit as a pipe foundation. All loose and disturbed materials below pipe grade shall be removed to undisturbed earth and shall be filled and re-compact in accordance with Section 02200 - Earthwork. ** END OF SECTION 02340 ** CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT N0.3887-C .- BORING AND JACKING DATE: JUNE 30,2003 02340-6 SECTION 02510 -ASPHALT CONCRETE PAVEMENT AND BASE PART I --GENERAL 1 .I A. 1.2 A. 1.3 A. 1.4 - A. B. C. D. WORK OF THIS SECTION The Contractor shall provide asphalt concrete pavement, cement-treated base, and associated materials in accordance with the Contract Documents. RELATED SECTIONS The Work of the following Sections applies to the Work of this Section. Other Sections, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. Section 02100 Site Preparation 2. Section 02200 Earthwork REFERENCE SPECIFICATIONS, CODES AND STANDARDS Except as otherwise indicated in this Section, the Contractor shall comply with the latest adopted edition of the Standard Specifications for Public Works Construction (SSPWC) together with the latest adopted edition of the Regional Supplement Amendments. CONTRACTOR SUBMITTALS The Contractor shall submit, in writing, materials testing reports, job-mix formulas, and other pertinent information satisfactory to the Engineer, demonstrating that materials and methods Contractor proposes to use will comply with the provisions of this Section. Submittals shall be in accordance with the requirements of SSPWC Subsection 2-5.3. Suitability Tests of Proposed Materials: Test for conformance with the Specifications shall be performed before start of the Work. The samples shall be identified to show the name of the material, aggregate source, name of the supplier, contract number, and the segment of the Work where the material represented by the sample is to be used. Results of all tests shall be submitted to the Engineer for approval. Materials to be tested shall include aggregate base, coarse and fine aggregate for paving mixtures, mineral filler, and asphalt binder. The Contractor shall submit an asphalt design mix report and verification data for review by the Engineer for each source of supply and type of mixture specified. The design mix report shall indicate the results of all testing requirements identified in sections 203-1.2 and 203-6.3 of the standard specifications for public works construction and these special provisions. The Contractor shall submit certification and test records of all proposed materials showing that thev meet the amlicable reauirements. I. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT ASPHALT CONCRETE PAVEMENT AND BASE DATE: JUNE 30,20031 PROJECT NO. 3887-C 0251 0-1 SECTION 02510 - ASPHALT CONCRETE PAVEMENT AND BASE PART 1 -- GENERAL 1.1 A. 1.2 A. 1.3 A. - 1.4 A. B. C. D. WORK OF THIS SECTION The Contractor shall provide asphalt concrete pavement, cement-treated base, and associated materials in accordance with the Contract Documents. RELATED SECTIONS The Work of the following Sections applies to the Work of this Section. Other Sections, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. 2. Section 02200 Earthwork Section 021 00 Site Preparation REFERENCE SPECIFICATIONS, CODES AND STANDARDS Except as otherwise indicated in this Section, the Contractor shall comply with the latest adopted edition of the Standard Specifications for Public Works Construction (SSPWC) together with the latest adopted edition of the Regional Supplement Amendments. CONTRACTOR SUBMITTALS The Contractor shall submit, in writing, materials testing reports, job-mix formulas, and other pertinent information satisfactory to the Engineer, demonstrating that materials and methods Contractor proposes to use will comply with the provisions of this Section. Submittals shall be in accordance with the requirements of SSPWC Subsection 2-5.3. Suitability Tests of Proposed Materials: Test for conformance with the Specifications shall be performed before start of the Work. The samples shall be identified to show the name of the material, aggregate source, name of the supplier, contract number, and the segment of the Work where the material represented by the sample is to be used. Results of all tests shall be submitted to the Engineer for approval. Materials to be tested shall include aggregate base, coarse and fine aggregate for paving mixtures, mineral filler, and asphalt binder. The Contractor shall submit an asphalt design mix report and verification data for review by the Engineer for each source of supply and type of mixture specified. The design mix report shall indicate the results of all testing requirements identified in sections 203-1.2 and 203-6.3 of the standard specifications for public works construction and these special provisions. The Contractor shall submit certification and test records of all proposed materials showing that they meet the applicable requirements. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT ASPHALT CONCRETE PAVEMENT AND BASE DATE: JUNE 30,20031 PROJECT NO. 3887-C 0251 0-1 PART 2 -- PRODUCTS 2.1 A. 2.2 B. 2.3 A. 2.4 A. B. 2.5 A. 2.6 A. 2.7 A. 2.8 A. AGGREGATE BASE Materials for aggregate base shall be crushed rock and rock dust complying with SSPWC Subsection 200-2. PRIME COAT The prime coat shall be liquid asphalt complying with SSPWC Subsection 302-5.3. TACK COAT The tack coat material shall comply with SSPWC Subsection 302-5.4 ASPHALT CONCRETE Except as noted below, asphalt concrete shall comply with SSPWC Subsection 400-4. Asphalt concrete for all trench repairs shall be class C2-AR-4000 for surface course, and B-AR-4000 for base course. Asphalt concrete shall be class D2-AR-8000 for dikes and class E-AR-8000 ditches. Asphalt Rubber Hot Mix (ARHM) wet process shall be used for all pavement overlay. ARHM shall be class ARHM-GG-C and shall comply with SSPWC Subsection 203-1 1. CEMENT-TREATED BASE Materials for cement-treated base shall conform to the requirements of SSPWC Subsection 301 -3.3, including Regional Supplement Amendments. PAVEMENT MARKING PAINT Pavement marking paint shall comply with SSPWC Subsection 21 0-1.6. EMULSIFIED ASPHALT SLURRY COAT The slurry coat shall meet the requirements of SSPWC Subsection 203-5, and shall have the composition and grading indicated for Type II material. SOIL STERILANT Soil sterilant or chemical weed control agent shall be a commercial product manufactured specifically to sterilize the subgrade soil to prevent the growth of weeds, plants or any type of vegetation PART 3 -- EXECUTION 3.1 SUBGRADE PREPARATION A. The subgrade shall be prepared as specified in Section 02200 - Earthwork as applicable to roadways and embankments. Redwood headers measuring 2-inch by 4-inch shall be firmly staked in the proper positions along all edges other than those where the pavement is to be placed against existing concrete or paved surfaces. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT ASPHALT CONCRETE PAVEMENT AND BASE DATE: JUNE 30,20031 PROJECT NO. 38874 0251 0-2 3.2 A. 3.3 A. 3.4 A. 3.5 A. B. C. D. CEMENT-TREATED BASE Cement-treated base shall be installed where indicated and to the thickness indicated. Construction of the cement-treated base shall comply with SSPWC Subsection 301 -3.3. PRIME COAT Before placing of pavement a prime coat of cutback asphalt shall be applied to the compacted base. Application of the prime coat shall comply with the requirements of SSPWC Subsection 302-5.3. TACK COAT A tack coat shall be applied in accordance with the requirements of SSPWC Subsection 302-5.4. ASPHALT CONCRETE SAMPLING AND TESTING Evaluation of asphalt concrete shall be in accordance with the requirements of SSPWC Subsection 203-6.3.2, except as noted below. Evaluation of asphalt concrete shall be determined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant inspection that confirms the production of a particular mix design and verifies using samples of aggregate taken before the addition of asphalt and mineral filler (Bin). All samples shall be taken in accordance with Calif. Test 125. When Wet Mix or Core samples of asphalt concrete are to be used for evaluation, sufficient size samples shall be taken to ensure representative and adequate quantity of material for: 1. 2. Asphalt Content and Gradation by Extraction using Calif. Test 382 or ASTM 21 72, and Calif. Test 202 Stability’ using: a. Stabilometer Value2 using Calif. Test 366 and shall be the average of three individual Stabilometer Values b. Marshall Stability in accordance with the Asphalt Institute’s MS-2 fabricated and tested for traffic volume and shall be the average of three specimens. And I or 1. Stability will be waived provided the extracted asphalt content is within +\-.5 of mix design and the extracted gradation complies with Table 203-6.3.2 (A). Use Marshall Stability when the deviation between individual Stabilometer Values are greater than +\-4. 2. When using core sample analysis, the samples must be properly prepared to safeguard against influx of out side contaminates and so that the cut surfaces do not influence the test results. The amount of asphalt binder used in asphalt concrete placed in dikes, gutters, gutter flares, overside drains and aprons at the ends of drainage structures shall be increased one percent by mass of the aggregate over the amount of asphalt binder determined for use in asphalt concrete placed on the traveled way. CARLSBAD MUNICIPAL WATER DISTRICT ASPHALT CONCRETE PAVEMENT AND BASE PROJECT NO. 3887-C 0251 0-3 PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT DATE: JUNE 30,20031 E. F. 3.5 A. B. C. 3.6 3.7 A. 3.8 A. Acceptance. Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the asphalt content is within +\- .5 of the design mix and the gradation conforms to the grading as shown in Table 203-6.3.2 (A). Deviations in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Stabilometer Value per Table 203-6.3.2 (A) Marshall Stability using Asphalt Institute MS-2. - Plant inspected asphalt concrete will be will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the grading as shown in Table 203-6.3.2 (A). ASPHALT CONCRETE PAVING Asphalt concrete paving shall be constructed in accordance with SSPWC Subsection 302-5 and Section 302-9 for ARHM. Existing asphalt pavement that has been gouged, marred or scarred during construction shall be repaired by the Contractor in accordance with SSPWC Subsection 302-5.1 0. The repair shall consist of asphalt patching and/or seal and sand. Repairs of asphalt pavement shall be as determined at the sole discretion of the Engineer. Unless provisions are made in the Bid, payment for trench resurfacing, repairs and replacement of all surface improvements damaged, displaced or removed as a result of the CONTRACTOR’S operation shall be included in the Bid and no separate payment will be made. NOT USED TRAFFIC MARKING Application of paint shall comply with SSPWC Subsection 310-5.6 except as modified by the Supplemental Provisions of this Contract. EMULSIFIED ASPHALT SLURRY COAT An emulsified asphalt slurry coat shall be applied to surfaces of existing asphaltic-concrete pavement as indicated. Mixing and spreading of the slurry coat shall conform to applicable portions of SSPWC Subsection 302-4. Slurry shall be applied at the rate of 1350 square feet per extra long ton. ** END OF SECTION ** CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT ASPHALT CONCRETE PAVEMENT AND BASE DATE: JUNE 30,20031 PROJECT NO. 38874 0251 0-4 SECTION 02646 - PVC PRESSURE PIPE PART 1 -- GENERAL 1 .I A. 1.2 A. 1.3 A. B. WORK OF THIS SECTION The Contractor shall provide rubber gasketed polyvinyl chloride (PVC) pressure pipe greater than 4-inches in diameter and all appurtenant work, complete in place. RELATED SECTIONS The Work of the following Sections applies to the Work of this Section. Other Sections, not referenced below, also apply to the extent required for proper performance of this Work. 1. Section 02140 Dewatering 2. Section 02200 Earthwork 3. Section 02666 Water Pipeline Testing and Disinfection 4. Section 09800 Protective Coating REFERENCE SPECIFICATIONS, CODES AND STANDARDS Except as otherwise indicated in this Section, the Contractor shall comply with the latest adopted edition of the Standard Specifications for Public Works Construction (SSPWC) together with the latest adopted edition of the Regional Supplement Amendments and with the Carlsbad Municipal Water District Reclamation Rules and Regulations for Construction of Reclaimed Water Mains. Except as otherwise indicated, the current additions of the following apply to the Work of this Section: 1. ANSVAWWA C104/A21.4 2. ANSVAWWA C1 I O/A21 .I 0 3. ANSYAWWA C111/A21 .I 1 4. ANSVAWWA C217 5. ANSVAWWA C600 6. ANSVAWWA C605 Cement-Mortar Lining for Ductile-Iron Pipe and Fittings for Water Ductile-Iron and Gray-Iron Fittings, 3-in. through 48-in. (75 mm through 1200 mm), for Water and Other Liquids Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings Cold-Applied Petrolatum Tape and Petroleum Wax Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Buried Steel Water Pipelines Installation of Ductile-Iron Water Mains and their Appurtenances Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipe and Fittings for Water CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C PVC PRESSURE PIPE DATE: JUNE 30,2003 02646-1 1.4 A. 1.5 A. 1.6 A. B. C. D. 7. ANSIIAWWA C900 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4-in. through 12-in. (100 mm through 300 mm), for Water Distribution 8. ANSIIAWWA C905 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 in. through 48 in. (350mm through 1,200 mm), for Water Transmission and Distribution 9. AWWA Manual M23 PVC Pipe - Design and Installation CONTRACTOR SUBMITTALS The following shall be submitted in compliance with SSPWC Subsection 2-5.3: 1. Shop drawings and laying diagrams of all pipe, joints, bends, special fittings, and piping appurtenances. 2. Shoring and bracing drawings in accordance with Section 02200 - Earthwork. 3. Manufacturer's technical data and installation instructions plus samples of all materials proposed for use on the Work. Samples shall be clearly marked to show the manufacturer's name and product identification. 4. Test Reports from: a. Hydrostatic proof testing b. Sustained pressure testing c. Burst strength testing 5. Thrust block calculations and details. OPERATIONS AND MAINTENANCE INFORMATION The Contractor shall provide operation and maintenance information. This information shall include the manufacturer's certificates of compliance indicating that all materials provided under this Section meet the requirements of the Contract Documents. FACTORY INSPECTION AND TESTS Quality Control: The Contractor shall comply with quality control requirements in Part I of the SSPWC. Inspection: All pipe shall be subject to inspection at the place of manufacture in accordance with the provisions of the referenced standards as supplemented by the requirements herein. The Contractor shall notify the Engineer in writing of the manufacturing starting date not less than 14 calendar days before the start of any phase of the pipe manufacture. Access: During the manufacture of the pipe, the Engineer shall be given access to all areas where manufacturing is in process and shall be permitted to make all inspections necessary to confirm compliance with the Specifications. Tests: Except as modified herein, pipe shall be tested in accordance with the requirements of this Section and AWWA C900 and C905, as applicable. The Contractor shall perform said material tests in accordance with the requirements of the Contract Documents. The CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C PVC PRESSURE PIPE DATE: JUNE 30,2003 02646-2 Engineer will witness all testing conducted by the Contractor; provided, that the Contractor's schedule will not be delayed for the convenience of the Engineer. E. Samples: All expenses incurred in obtaining samples for testing shall be borne by the Contractor at no additional cost to the Agency. .In addition to those tests specifically required, the Engineer may request additional samples of any material for testing by the Agency. The additional samples shall be furnished at no additional cost to the Agency. I PART 2 - PRODUCTS 2.1 A. B. C. 2.2 A. 2.3 A. B. C. PIPE Pipe Design: PVC pressure pipe from 4- through 12-inch diameter shall conform to the applicable requirements of ANSVAWWA C900, and pipe from 14- through 36-inch diameter shall conform to ANSVAWWA C905. The pressure class or dimension ratio for pipe shall be shown on the Drawings along with the nominal pipe diameter. Pipe Dimensions: Dimensions for PVC pressure pipe from 4- through 12-inch diameter shall conform to Table 1 of ANSVAWWA C900 for cast iron pipe equivalent outside diameters. Dimension for PVC pressure pipe from 14- through 36-in. diameter shall conform with the requirements of Table 2 of ANSVAWWA C905 for cast iron pipe outside diameter. Pipe Marking: Pipe shall be marked in conformance with ANSVAWWA C900 or C905, as appropriate. FITTINGS Fittings for PVC pressure pipe shall be ductile iron and shall conform to the requirements of AWWA C110/A21.10, Class 350 and ANSVAWWA ClIl/A21 .I 1. Fittings shall be lined with cement mortar of double thickness as defined in ANSVAWWA C1041A21.4. Buried ductile iron fittings shall be coated in accordance with the requirements of Section 09800 - Protective Coating. JOINTS IN PIPE AND FllTlNGS PVC pressure pipe from 4- through 12-inch diameter shall have pipe ends that are either plain by elastomeric gasket bell or plain-by-plain. Each coupling for plain end by plain end pipe shall be furnished with two elastomeric gaskets. For pipe-to-pipe connections, solvent cement or mechanical joints will not be accepted. PVC pressure pipe from 4- through 36-inch diameter shall have pipe ends that are plain by elastomeric gasket bell. For pipe-to-pipe connections, solvent cement or mechanical joints will not be accepted. Fittings used with PVC pipe shall have mechanical joints and shall conform to the requirements of ANSVAWWA C11O/A21 .IO and ANSVAWWA C111/A21 .I 1. Solvent cement joints or push-on joints will not be allowed. Bolt holes in the flanges of the mechanical joint fitting shall straddle the vertical centerline of the fitting. Glands shall be made of ductile iron and shall be factory-stamped. Ductile iron from which the glands are cast shall have a minimum elongation of 5%. Bolts shall be tee heads made of high-strength low-alloy steel or ductile iron in accordance with ANSVAWWA C111/A21 .I 1. Buried mechanical joint couplings shall be coated with petrolatum/wax tape in accordance with Section 09800 - Protective Coating. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C PVC PRESSURE PIPE DATE: JUNE 30,2003 02646-3 PART 3 -- EXECUTION 3.1 A. B. 3.2 A. 3.3 A. 3.4 A. 3.5 A. B. C. D. GENERAL _- All laying, jointing, and testing for defects and for leakage shall be performed in the presence of the Engineer, and shall be subject to approval before acceptance. Installation shall conform to the requirements of AWWA M23, instructions furnished by the pipe manufacturer, ANSVAWWA C600, ANSVAWWA C605, SSPWC Subsection 306-1.2.13 and Supplement Amendments, and to the supplementary requirements or modifications specified herein. Wherever the requirements of this Section and the aforementioned requirements are in conflict, the more stringent provision shall apply. PROTECTIVE COATING OF EXPOSED PVC PIPING Unless otherwise indicated, PVC piping exposed to sunlight shall be painted as specified in Section 09800 - Protective Coating. PIPE STORAGE Pipe should be stored at the job site in unit packages provided by the manufacturer. Caution shall be exercised to avoid compression damage or deformation to bell ends of the pipe. Pipe shall be stored in such a way as to prevent sagging or bending and shall be protected from exposure to direct sunlight by covering with an opaque material while permitting adequate air circulation above and around the pipe. Gaskets should be stored in a cool, dark place out of the direct rays of the sun, preferably in original cartons. TRENCHING AND BACKFILL Trench excavation and backfill shall conform to the requirements of Sections 02200 - Earthwork and as specified herein. INSTALLATION OF PIPE Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the Engineer may direct a change in the alignment or the grades. Such change shall be made by the deflection of joints, by the use of bevel adapters, or by the use of additional fittings. However, in no case shall the deflection in the joint exceed the maximum deflection recommended by the pipe manufacturer. No joint shall be misfit any amount that will be detrimental to the strength and integrity of the finished joint. Each section of pipe shall be laid in the order and position shown on the laying schedule. Unless indicated otherwise, the pipe shall be laid to the design line and grade, within approximately one inch plus or minus. No tolerance is permitted on pipes designed for zero slope. Where curved alignments are indicated, deflecting the joints will not be allowed. Curves and deflections shall be made only with the use of high deflection C-900 PVC couplings as specified in Section 15000. Where a smaller radius of curvature is required than can be accommodated with a standard pipe length and high deflection couplings, use shorter pipe lengths and the high deflection couplings . Cutting and machining of the pipe shall only be in accordance with the pipe manufacturer's standard procedures for this operation. Pipe shall not be cut by any method that may CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C PVC PRESSURE PIPE 02646-4 DATE: JUNE 30,2003 - E. F. G. H. I. J. K. L. M. 3.6 A. fracture the pipe, produce ragged, uneven edges, or otherwise impair the condition of the pipe. The Contractor shall install all pipe, fittings, closure pieces, bends, reducers, wyes, tees, crosses, outlets, manifolds, and other steel plate specials, bolts, nuts, gaskets, jointing materials, and all other appurtenances as indicated and as required to provide a complete and workable installation. No pipe or appurtenance shall be installed when the interior or exterior surfaces show cracks or other defects that may be harmful as determined by the Engineer. Damaged interior and exterior surfaces shall be repaired to the satisfaction of the Engineer or a new undamaged pipe or appurtenance shall be provided. Pipe laying operations shall be stopped and dewatering operations shall be adjusted to prevent the pipe from floating due to water entering the trench from any source. The Contractor shall reinstall all affected pipe to its specified condition and grade. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. Pipe shall be kept clean during and after laying. All openings in the pipeline shall be closed with water tight expandable type sewer plugs or PVC test plugs at the end of each day's operation or whenever the pipe openings are left unattended. The use of burlap, wood, or other similar temporary plugs will not be permitted. Immediately before placing each section of pipe in final position for jointing, the bedding shall be checked for firmness and uniformity of surface. Pipe shall be laid directly on the bedding material. No blocking will be permitted and the bedding shall form a continuous, solid bearing for the full length of the pipe. Excavate 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 facilitate placement of grout bands. Excavation shall be adequate to permit access to the joints for bonding operations and for application of coating on field joints. Sheet piling used for shoring shall extend at least 2 feet below the bottom of the trench. After completion of the pipe, it may be removed by cutting at least 12-inches above the top of the pipe. No vibratory methods for pile removal will be accepted, and piling lower than 12- inches above the top of the pipe shall be left in place. Lay sections of pipe with the bell end upgrade. Except for short runs that may be permitted by the Engineer, sections of pipe shall be laid in a sequence moving in an upgrade direction on grades exceeding 10%. Pipe installed in a downgrade direction shall be blocked and held in place until sufficient support is furnished by the following pipes. Where indicated, concrete thrust blocks shall be provided. INSTALLATION OF FITTINGS Ductile iron fittings shall be installed using standard installation procedures. Fittings shall be lowered into the trench by means of rope, cable, chain, or other acceptable means without damage to the fittings or linings or coating. Cable, rope, or other devices used for lowering fittings into trench shall be attached around the exterior of fitting for handling. Under no circumstances shall the cable, rope or other device be attached through the interior for handling. Fittings shall be carefully connected to the pipe or other facility, and joints shall be checked to insure a sound and proper joint. Recoat damaged coatings. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C PVC PRESSURE PIPE DATE: JUNE 30,2003 02646-5 3.7 CONNECTIONS TO EXISTING SYSTEM -. A. All connections to existing transmission mains will be coordinated with and performed in the presence of CMWD forces . The Contractor shall expose the existing main at the connection point and install the new transmission main at the alignment and grade shown on the Drawings to within 10 lineal feet of the existing main. 3.8 FIELD TESTING AND DISINFECTION A. Field testing shall conform to the requirements of Section 02666 -Water Pipeline Testing and Disinfection. 3.9 SITE RESTORATION A. The Contractor shall backfill and compact soil in accordance with Section 02200 - Earthwork. B. The Contractor shall place subgrade and base materials in accordance with Section 02200 - Earthwork. C. The Contractor shall replace damaged pavement, curbs, gutters, and sidewalks, shrubs, and trees as indicated in SSPWC Subsection 306-1 5.2. 3. IO MARKING TAPE INSTALLATION A. Continuous plastic marking tape and metallic locator tape shall be installed in accordance with the requirements of Section 02200 - Earthwork along the pipeline at the depth and location shown on the Drawings. ** END OF SECTION ** CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C PVC PRESSURE PIPE DATE: JUNE 30,2003 02646-6 SECTION 02653 FABRICATED STEEL PIPE SPECIALS PART 1 -- GENERAL 1 .I A. B. C. 1.2 A. I .3 A. B. C. WORK OF THIS SECTION The Contractor shall provide fabricated steel pipe specials and connections to new and existing pi ping . The Work requires that one pipe manufacturer accept responsibility for furnishing the coated and lined fabricated steel pipe without altering or modifying the Contractor’s responsibilities under the Contract Documents. Fabricated steel pipe shall be cement mortar lined and coated. Lining and coating of steel pipe shall conform to the requirements of Section 09800 - Protective Coating. RELATED SECTIONS The Work of the following Sections applies to the Work of this Section. Other Sections, not referenced below, shall also apply to the extent required for proper performance of the Work. 1. Section 021 40 Dewatering 2. Section 02200 Earthwork 3. Section 02666 Water Pipeline Testing and Disinfection 4. Section 05500 Miscellaneous Metals 5. Section 09800 Protective Coating 6. Section 15000 Piping Components REFERENCE SPECIFICATIONS, CODES AND STANDARDS The Work of this Section shall comply with the current editions, with revisions, of the following codes: 1. Uniform Plumbing Code Except as otherwise indicated in this Section, the Contractor shall comply with the latest adopted edition of the Standard Specifications for Public Works Construction (SSPWC) together with the latest adopted editions of the Regional Supplement Amendments and with the Carlsbad Municipal Water District Reclamation Rules and Regulations for Construction of Reclaimed Water Mains. Except as otherwise indicated, the current editions of the following commercial standards apply to the Work of this Section: 1. ANSI B16.3 Malleable Iron Threaded Fittings, Class 150 and 300 2. ANSI B16.11 Forged Steel Fittings, Socket-Welding and Threaded 3. ASTMA36 Carbon Structural Steel 4. ASTMA47 Ferritic Malleable Iron Castings CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT FABRICATED STEEL PIPE SPECIALS DATE: JUNE 30,2003 PROJECT NO. 3887-C 02653-1 5. ASTMA53 6. ASTMA 105 7. ASTMA106 8. ASTMA197 9. ASTMA234 IO. ASTMA283 11. ASTMA536 12. ASTMA570 13. ASTMA572 14. ASTMD16 15. ASTMD471 16. ASTM D 543 17. ASTM D 2240 18. ASTM D 4060 19. ASTM E 96 20. ANSIIAWWA C200 21. ANSVAWWA C203 22. ANSIIAWWA C205 23. ANSIIAWWA C208 24. ANSIIAWWA C209 25. ANSVAWWA C213 Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless Forgings, Carbon Steel, for Piping Components Seamless Carbon Steel Pipe for High-Temperature Service Cupola Malleable Iron Piping Fittings of Wrought Carbon Steel and Alloy Steel for Moderate and Elevated Temperatures Low and Intermediate Tensile Strength Carbon Steel Plates Ductile Iron Castings Steel Sheet and Strip,Carbon, Hot-Rolled, Structural Quality High-Strength Low-Alloy Columbium-Vanadium Structural Steel Terminology Relating to Paint, Varnish, Lacquer, and Related Products Test Method for Rubber Property-Effect of Liquids Test Method for Resistance of Plastics to Chemical - Reagents Test Method for Rubber Property-Durometer Hardness Test Method for Abrasion Resistance of Organic Coatings by the Taber Abraser Test Method for Water Vapor Transmission of Materials Steel Water Pipe- 6 in.(150 mm) and Larger Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot-Applied Cement-Mortar Protective Lining and Coating for Steel Water Pipe - 4 in.(100 mm) and Larger - Shop Applied Dimensions for Fabricated Steel Water Pipe Fittings Cold-Applied Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT FABRICATED STEEL PIPE SPECIALS DATE: JUNE 30,2003 PROJECT NO. 3887-C 02653-2 c 1.4 A. .- 26. ANSVAWWA C600 Installation of Ductile-Iron Water Mains and their Appurtenances 27. ANSVAWWA C602 Cement-Mortar Lining of Water Pipelines in Place - 4-in. (100 mm) and Larger 28. AWWA MI 1 Steel Pipe - A Guide for Design and Installation 29. SSPC Steel Structures Painting Council Specifications CONTRACTOR SUBMITTALS Shop Drawings: Submit shop drawings of fabricated pipe specials and fittings in accordance with the requirements in SSPWC Subsection 2-5.3, Section 15000 - Piping Components, and the following supplemental requirements as applicable. 1. Fabrication Information: a. Pipe/fitting wall construction details which indicate the type and thickness of cylinder; the position, type, size, and area of reinforcement; manufacturing tolerances; maximum angular joint deflection limitations; and all other pertinent information required for the manufacture and installation of the product. b. Welded joint details shall be submitted for all joint types, including beveled ends for alignment conformance and deep bell or butt strap joints required for control of temperature stresses. 2. Materials: Material lists and steel reinforcement schedules that include and describe all materials to be used. Metallurgical test reports for steel proposed for use on the project. Submit chemical and physical test reports from each heat of steel that indicate the steel conforms to the Specifications. 3. Line Layout Information: a. Dimensional drawings of all valves, fittings, and appurtenances as specified in Section 15000 - Piping Components. b. Drawings showing the location and details of bulkheads for hydrostatic testing of the pipeline, and details for removal of test bulkheads and repair of the lining. c. Details and locations of closures for length adjustment, temporary access manways, vents, and weld lead pass holes as indicated and as required for construction convenience. 4. Welding Information: a. Information regarding location, type, size, and extent of all welds shall be shown on the shop drawings. The shop drawings shall distinguish between shop and field welds. Shop drawings shall indicate by welding symbols or sketches the details of the welded joints, and the preparation of parent metal required to make them. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT FABRICATED STEEL PIPE SPECIALS DATE: JUNE 30,2003 PROJECT NO. 3887-C 02653-3 B. C. 1.5 A. B. C. D. E. b. Current welder performance qualifications shall be submitted for each welder used before the welder performs any Work in the field. c. Submit all nondestructive testing data for each shop-welded and field-welded joint. This data shall include all testing on each weld joint, including re- examination of repaired welds, using radiographic, magnetic particle, dye penetrant examination, ultrasonic, or air test examination methods specified. Test data shall be reviewed and signed by the welding inspector(s). Certifications: Furnish a certified affidavit of compliance for all pipe and other products, materials, or related work provided under this Section, as specified in ANSVAWWA C200, C205, C206, and C602, respectively, and the following supplemental requirements: 1. 2. 3. Hydrostatic test reports. 4. 5. 6. 7. Compliance with the additional requirements included in the Contract Documents. Physical and chemical properties of all steel. Results of production weld tests. Sand, cement, and mortar tests. All materials are NSF approved for use with potable water. All welds were performed in conformance with these documents. All expenses incurred in making samples or collecting data for certification of tests shall be borne by the Contractor at no increased cost to the Agency. FACTORY INSPECTION, TESTS AND WELDING REQUIREMENTS Testing: Except as modified herein, all materials used in the manufacture of the pipe shall be tested in accordance with the requirements of ANSVAWWA C200, C205, C206, and C602, as applicable. 1. After the joint configuration is completed and before lining with cement-mortar, if applicable, each length of pipe of each diameter and pressure class shall be shop- tested and certified to a pressure of at least 80 percent of the yield strength of the pipe steel. Test pressure shall be maintained for a minimum of 5 minutes. Any leaks shall be repaired and the pipe retested. 2. Production weld tests as required in ANSVAWWA C200, except weld tests shall be conducted on each 5000 feet of production welds at a minimum, and at least one set of tests per operator per work shift shall be performed. Cost of Testing: Perform said material tests at no additional cost to the Agency. Quality Control: The Contractor shall comply with the requirements of Part 1 of the SSPWC. Samples: In addition to those tests specifically required, the Engineer may request additional samples of any material including mixed concrete and lining and coating samples for testing by the Agency. The additional samples shall be furnished at no additional cost to the Agency. Welding Procedure Specifications: All welding procedures used to fabricate and install pipe shall be in accordance with the ASME Boiler and Pressure Vessel Code (PVC) for shop welds and ANSVAWS D1.l for field welds. Written welding procedures shall be required for all welds, both shop and field. Welds qualified per the ASME PVC shall include CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT FABRICATED STEEL PIPE SPECIALS DATE: JUNE 30,2003 PROJECT NO. 3887-C 02653-4 -- F. G. H. 1.6 A. Supplementary Essential Variables for notch-tough welding. All provisions of ANSVAWS D1 .I pertaining to notch-tough welding shall apply. Welder Performance Qualifications: All welding shall be done by skilled welders, welding operators, and tackers who have had adequate experience in the methods and materials to be used. Welders shall be qualified by the Contractor under the provisions of ASME PVC for shop welds and ANSVAWS D1.l for field welds. Furnish all material and bear the expense of qualifying welders. Shop Nondestructive Testing: Nondestructive testing shall be performed for various weld categories as specified below. Testing shall include submitting written documentation of procedures in accordance with Section V, and acceptance criteria shall be in accordance with Section Vlll of the ASME Boiler and Pressure Vessel Code. 1. Butt Joint Welds: Spot radiographically examine pipe in accordance with Paragraph UW-52 of the ASME Boiler and Pressure Vessel Code Section VIII, Division 1. If, in the opinion of the Engineer, the welds cannot readily be radiographed, they shall be I00 percent ultrasonically examined. 2. Fillet Welds: 100 percent examine all fillet welds using the magnetic particle inspection method. 3. Groove Welds: 100 percent ultrasonically examine all groove welds that cannot be readily radiographically spot examined. 4. All Welds: Contractods certified welding inspector shall 100 percent visually examine all welds as a minimum. 5. In addition to weld tests hereinbefore specified, doubler pads shall be air tested as stated in AWWA C206 Pipe Manufacturer/Fabricator: The manufacturer or fabricator of the pipe shall be experienced in fabricating pipe of similar diameters and wall thicknesses required for the Work and shall have the manufacturing capability to meet the schedule requirements of this project. This experience requirement shall apply to the fabrication plant facility and responsible personnel, not to the firm that owns the facility or employs the personnel. FIELD TESTING Field testing shall conform to the requirements of Section 02666 -Water Pipeline Testing and Disinfection. PART 2 -- PRODUCTS 2.1 GENERAL A. Fabricated steel pipe and joints shall comply with ANSVAWWA C200 and SSPWC Subsection 207-10.2. The pipe shall be of the diameter and wall thickness shown on the Drawings. B. Handling and Storage: The pipe shall be handled by use of wide slings, padded cradles, or other devices, designed and constructed to prevent damage to the pipe coating/exterior. The use of chains, hooks, or other equipment that might injure the pipe coating/exterior will not be permitted. Stockpiled pipe shall be suitably supported and shall be secured to CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT FABRICATED STEEL PIPE SPECIALS DATE: JUNE 30,2003 PROJECT NO. 3887-C 02653-5 C. 2.2 A. B. C. D. 2.3 A. 2.4 A. prevent accidental rolling and to avoid contact with mud, water, or other deleterious materials. Stockpiled pipe shall be supported on sand or earth berms free of rock exceeding during transport to the jobsite. All pipe handling equipment and methods shall be acceptable to the Engineer. 3-inches in diameter. The ends of all pipe shall be securely bulkheaded or otherwise sealed I Strutting: Adequate strutting (stulling) shall be provided on all specials, fittings, and straight pipe so as to avoid damage or distortion to the pipe and fittings during handling, storage, hauling, and installation. The following requirements shall apply: PIPE MATERIALS Steel Pipe: Steel pipe shall comply with SSPWC Subsection 207-10 and ANSVAWWA c200. Steel Pipe and Specials: Minimum yield point of steel shall be 33,000 psi and steel shall be as specified below. I. Steel coils shall be made from the continuous cast process or continuous cast slabs, fully killed, fine-grain practice conforming to the physical and chemical characteristics of ASTM A570. For sheet steel, the maximum allowable thickness variation shall be 0.01 0-inch under or over the nominal thickness. 2. Steel plate shall be fully killed, conform to ASTM A283, and be manufactured to fine-grain practice conforming to the physical and chemical characteristics of ASTM A570. For plate steel, the maximum allowable thickness variation shall be 0.01 0-inch under or over the nominal thickness. Steel Pipe Fabricated to Meet Requirements of ANSVAWWA C200: Fabricated pipe shall comply with the requirements of SSPWC Subsection 207-1 0.2.1. Wall thicknesses shall comply with SSPWC Subsection 207-1 0.2.2. Cement: Cement for mortar shall conform to the requirements of ANSVAWWA C205; provided, that cement for mortar coating shall be Type V, and mortar lining shall be Type II or V, per ASTM C 150. Fly ash or pozzolan shall not be used as a cement replacement. FITTINGS Fittings shall comply with the following: 1. Fabricated Steel Fittings: ANWAWWA C208 PIPE LINING Cement Mortar Lining: Steel pipe specials shall be centrifugally lined with cement mortar having a minimum thickness of 3/4 inch and complying with ANSI/AWWA C205. If the special cannot be lined centrifugally, it shall be lined by hand in compliance with ANSVAWWA C602. Fittings and specials larger than 24-inches, not fabricated from centrifugally formed straight sections, shall require 2-inch by 4-inch W0.5 x W0.5 gage self- furring wire mesh reinforcement for hand-applied lining. The wire mesh shall be positioned approximately in the center of the lining. The wires spaced 2-inches on centers shall run circumferentially around the pipe with the fabric securely fastened to the pipe. Splices shall be lapped 4-inches and the free ends tied or looped to assure continuity. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT FABRICATED STEEL PIPE SPECIALS DATE: JUNE 30,2003 PROJECT NO. 3887-C 02653-6 B. C. I D. E. F. - G. .- 2.5 A. B. C. Lining Thickness: The minimum lining thickness shall be 3/4-inch. Lining Holdback: The pipe shall be left bare where field joints occur as indicated. Ends of the linings shall be left square and uniform. Feathered or uneven edges will not be permitted. Defects: Defective linings, as determined by the Engineer, shall be removed from the pipe wall and shall be replaced to the full thickness required. Defective linings shall be cut back to a square shoulder in order to avoid feather edged joints. Temperature and shrinkage cracks in the mortar less than 1/16-inch wide need not be repaired. Pipe, specials, or fittings with cracks wider than 1/16-inch shall be rejected. Repairs: The progress of the application of mortar lining shall be regulated in order that all hand work, including the repair of defective areas is cured in accordance with the provisions of ANSVAWWA C205. Cement-mortar for patching shall be the same materials as the mortar for shop or machine lining, except that a finer grading of sand and mortar richer in cement shall be used when field inspection indicates that such mix will improve the finished lining of the pipe. I. Materials: Unless otherwise indicated, all steel pipe shall be mortar-lined. The materials and design of in-place cement-mortar lining shall be in accordance with ANSVAWWA C602. Protection of Pipe LiningAnterior: For all pipe and fittings with plant-applied cement-mortar linings, provide a polyethylene or other suitable bulkhead on the ends of the pipe and on all special openings to prevent drying out of the lining. All bulkheads shall be substantial enough to remain intact during shipping and storage until the pipe is installed. Surface Preparation: Surfaces of pipe specials shall be prepared in accordance with SSPC- SP IO for Near White Blast Cleaning, and the lining shall be applied as recommended by the manufacturer. EXTERIOR COATING OF PIPE SPECIALS Exterior Coating of Exposed Pipe Specials: Exposed pipe specials shall be coated as specified in Section 09800 - Protective Coating. Coating of Buried Pipe Specials: Buried steel pipe specials shall be coated with a tape and cement mortar coating (rock shield) as specified in Section 09800 - Protective Coating. The coating shall be reinforced with a spiral wire reinforcement or welded wire fabric in accordance with ANSVAWWA C205. The welded wire fabric shall be securelyfastened to the pipe special with welded clips or strips of steel. The wire spaced 2-inches on centers shall extend circumferentially around the pipe special. The ends of reinforcement strips shall be lapped 4-inches and the free ends tied or looped to assure continuity of the reinforcement. Coating of Buried Pipe Specials Passing through Structure Walls: Unless othewise indicated, exterior surfaces of buried pipe specials passing through structure walls shall be cement-mortar coated from the center of the wall or from the wall flange to the end of the underground portion of the applicable pipe special. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT FABRICATED STEEL PIPE SPECIALS DATE: JUNE 30,2003 PROJECT NO. 3887-C 02653-7 PART 3 - EXECUTION 3.1 A. B. 3.2 A. B. C. D. E. F. G. GENERAL Steel pipe specials shall be installed in accordance with AWWA MI I , Chapter 16. Field applied pipe lining and coatings shall comply with ANSVAWWA C205, ANSVAWWA C209, SSPWC Subsection 207-10.4, and Section 02650 - Steel Pipe, Lined and Coated. INSTALLATION OF PIPE Handling and Storage: All pipe, fittings, and specials shall be carefully handled and protected against damage to lining and coating/interior and exterior surfaces, impact shocks, and free fall. All pipe handling equipment shall be acceptable to the Engineer. Pipe shall not be placed directly on rough ground but shall be supported in a manner that will protect the pipe against injury whenever stored at the trench site or elsewhere. Pipe shall be handled and stored at the trench site in accordance with the requirements stated below. No pipe shall be installed when the lining or coating/interior or exterior surfaces show cracks or other damage that may be harmful as determined by the Engineer. Such damaged lining and coating/interior and exterior surfaces, shall be repaired to the satisfaction of the Engineer, or a new undamaged pipe shall be furnished. Repair: All pipe damaged before Substantial Completion shall be repaired or replaced by the Contractor at no additional cost to the Agency. Inspection: Inspect each pipe and fitting to ensure that there are no damaged portions of the pipe. Remove or smooth out any burrs, gouges, weld splatter or other small defects before laying the pipe. Foreign Substances: 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. Lifting Points: Lifting points shall be no closer than the 1/3 and 2/3 points along the length of the section. Contractor shall be responsible for selecting lifting points that when used, do not result in damage to the pipe. Excavation: Excavations shall be made as needed to facilitate removal of handling devices after the pipe is laid. Excavation shall be made as needed outside the normal trench section at field joints to permit adequate access to the joints for field connection operations and for application of coating on field joints. Alignment and Grade Changes: Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the Agency may change the alignment and/or the grades. Such change shall be made by the deflection of joints, by the use of beveled joint rings, or by the use of additional fittings. However, in no case shall the deflection in the joint exceed 75 percent of the maximum deflection recommended by the pipe manufacturer or the amount that results in more than a l/&inch gap at the weld location, whichever is less. No joint shall be misfit any amount that will be detrimental to the strength and water tightness of the finished joint. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT FABRICATED STEEL PIPE SPECIALS DATE: JUNE 30,2003 PROJECT NO. 3887-C 02653-8 H. Struts: Struts in pipe smaller than 42-inches may be removed immediately after laying, provided, that the deflection of the pipe during and after backfilling does not exceed that specified. I. Bulkheads: I. Before shipment of pipe with cement mortar lining the lining shall be wetted then a suitable bulkhead shall be attached to each end of the pipe section. This bulkhead shall remain in place and in good condition through transit to the Project. 2. During construction the openings of all pipe and specials where the pipe and specials have been cement-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 so designed to prevent drying out of the interior of the pipe. Introduce water into the pipe as needed to keep the mortar moist where moisture has been lost due to damaged bulkheads. J. Pipe Cleanup: keep the pipe interior free of all debris. Completely clean the interior of the pipe of all sand, dirt, mortar splatter and any other debris following completion of pipe laying and any necessary interior repairs before testing and disinfecting the completed pipeline. K. Installation Tolerances: Each section of pipe shall be laid in the order and position shown on the laying diagram and the following requirements: 1. Each section of pipe having a nominal diameter less than 48 inches shall be laid to line and grade, within plus or minus 2 inches horizontal deviation and plus or minus 1 inch vertical deviation. 2. Lay the pipe so that no high or low points other than those on the laying diagram are introduced . 3. Pipe deflection, after backfill but before installation of field-applied cement mortar lining, if applied, shall not exceed 1.5 percent for cement mortar coated pipe. Deflection shall be measured by the difference in vertical inside diameter in the installed pipe and the manufactured pipe. 4. Pipe not conforming to these criteria or which otherwise impact the ability to complete the Work shall be removed and reinstalled in full conformance with the Contract Documents at no additional cost to the Agency. L. Protection of Pipe: At locations where the Contractor proposes to cross the installed pipeline with heavy equipment, precautions as approved by the Engineer shall be taken to protect the pipe from damage. Acceptable precautions include: backfilling the pipe trench as necessary to protect the pipe, concrete encasing the pipe, and placing steel plating over the pipe. Any damage to the pipe caused by the Contractor's operation or his equipment shall be repaired at no additional cost to the Agency. 3.3 WELDED JOINTS A. Welding Procedures, Welding Qualifications, and Testing: 1. Field welding procedures, welders, welding operators, and tackers shall be qualified in accordance with AWS DI .I and as defined in Section 3 of ANSVAWWA C206 or CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT FABRICATED STEEL PIPE SPECIALS DATE: JUNE 30,2003 PROJECT NO. 38874 02653-9 B. C. D. E. F. G. H. I. 3.4 A. ANSVAWWA C200, as applicable. All qualifications shall be in accordance with all- position pipe tests as defined in Section 5 of AWS D1 .I. 2. All field welds will be inspected by magnetic particle or dye penetration methods. 3. The Contractor shall inform the Engineer before completed weld joints are to be backfilled so that the joint may be inspected. The Contractor shall assume all costs of exposing backfilled joints for inspection when backfilling preceded the inspection. 4. Personnel performing visual inspection of welds shall be qualified and currently certified as Certified Welding Inspectors in accordance with AWS QCI, Standard for Qualification and Certification of Welding Inspectors. Personnel performing nondestructive tests shall be qualified and certified to the requirements of SNT-TC-I A. 5. Test reports of all laboratory tests shall be submitted as provided in the quality control section. Space for Inspection: Where exterior welds are performed, adequate space shall be provided for welding and inspection of the joints. Lap Welded Joints: During installation of welded steel pipe in either straight alignment or on curves, the pipe shall be laid so that at any point around the circumference of the joint there is a minimum lap as shown on the Drawings. Butt Straps: Where used or required, shall be as shown on the Drawings. Welding: Before backfilling or beginning the welding procedure, any tack welds or joint stops used to position the pipe during laying shall be removed. Any annular space between the laying surfaces shall be equally distributed around the circumference of the joint by shimming, jacking, or other suitable means. The weld shall then be made in accordance with ANSVAWWA C206. Where more than one pass is required, all dirt, slag, and flux shall be removed before the succeeding bead is applied. Testing of Joints: Section 02666 - Water Pipeline Testing and Disinfection. The pipeline joints shall be tested as specified herein and in Coating Joint Spaces: Following tests of the joint, the exteriorjoint spaces shall be coated in accordance with the Specifications after which backfilling may be completed. Joints: 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. Repair of Welds: All welds that are defective shall be repaired by the Contractor to meet the requirements of this Section at no additional cost to the Agency. Defects in welds or defective welds shall be removed, and that section of the joint shall then be rewelded. Only sufficient removal of defective material that is necessary to correct the defect is required. After the repair is made, the joint shall be checked by repeating the original test procedure. Welds deficient in size shall be repaired by adding weld metal. JOINT COATING AND LINING General: The interior and exterior joint recesses shall be thoroughly wiped clean and all water, loose scale, dirt and other foreign material shall be removed from the inside surface CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT FABRICATED STEEL PIPE SPECIALS DATE: JUNE 30,2003 PROJECT NO. 3887-C 02653-1 0 of the pipe. The grout for joint coating and lining shall be cement grout, one part cement to two parts sand and sufficient water for dry-pack consistency. - B. Joint Lining and Coating: The interior and exterior joint recesses of shop-lined pipe shall be filled with grout, tightly packed into the joint recess and troweled flush with the interior or exterior surface. All excess shall be removed. At no point shall there be an indentation or projection of the grout exceeding 1I16-inch. 3.5 TESTING A. Hydrostatic testing and disinfection shall comply with Section 02666 -Water Pipeline Testing and Disinfection. B. Coatings shall be inspected electrically immediately before the special is placed in the trench, following the same requirements for factory inspection procedure and voltage indicated above for the protective material. Holidays shall be repaired before the special is placed. 3.6 SITE RESTORATION A. Backfill and compaction shall be performed in accordance with Section 02200 - Earthwork. B. The Contractor shall place subgrade and base materials in accordance with Section 02200 - Earthwork. C. The Contractor shall replace damaged pavement, curbs, gutters, and sidewalks, shrubs, and trees as indicated in SSPWC Subsection 306-1 5.2. - ** END OF SECTION ** CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT FABRICATED STEEL PIPE SPECIALS DATE: JUNE 30,2003 PROJECT NO. 3887-C 02653-1 1 SECTION 02666 - WATER PIPELINE TESTING AND DISINFECTION PART I -- GENERAL I .I A. 1.2 A. 1.3 A. B. C. 1.4 A. WORK OF THIS SECTION The Contractor shall flush and test all water pipelines and appurtenant piping. The Contractor shall disinfect recycled water pipelines and appurtenant piping. The Contractor shall provide test water and shall provide for the disposal of spent water. RELATED SECTIONS The Work of the following Sections applies to the Work of this Section. Other Sections, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. Section 02646 PVC Pressure Pipe REFERENCES SPECIFICATIONS, CODES AND STANDARDS Except as otherwise indicated in this Section of the Specifications, the Contractor shall comply with the latest adopted edition of the Standard Specifications for Public Works Construction (SSPWC) together with the latest adopted edition of the Regional Supplement Amendments and with the Carlsbad Municipal Water District Reclamation Rules and Regulations for Construction of Reclaimed Water Mains. The Work of this Section shall comply with the current editions, with revisions, of the following codes and City of San Diego Supplements: 1. Uniform Plumbing Code Except as otherwise indicated, the current editions of the following apply to the Work of this Section: 1. ANSIIAWWA B300 Hypochlorites 2. ANSIIAWWA B301 Liquid Chlorine 3. ANSIIAWWA C651 Disinfecting Water Mains 4. APHA, AWWA, and WEF TESTING SCHEDULE Standard Methods for the Examination of Water and Wastewater The Contractor shall submit the following: 1. A testing schedule, including proposed plans for water and reclaimed water conveyance, control, and disinfection shall be submitted in writing for approval a minimum of 21 days before testing is to start. The submittal shall also include the Contractor's plan for obtaining sufficient flow to flush disinfection water, neutralization CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT WATER PIPELINE TESTING AND DISINFECTION DATE: JUNE 30,2002 PROJECT NO. 3887-C 02666-1 of water from the pipeline, and the release of water from pipelines after testing and disinfection has been completed. PART 2 -- PRODUCTS 2.1 A. B. C. D. MATERIALS REQUIREMENTS All test equipment, chemicals for chlorination, temporary valves, temporary blow-offs, bulkheads, or other water control equipment and materials shall be determined and furnished by the Contractor. No materials shall be used which would be injurious to the pipeline or its future function. Chlorine for disinfection shall be in the form of liquid chlorine, sodium hypochlorite solution, or calcium hypochlorite granules or tablets. Liquid chlorine shall be in accordance with the requirements of ANSVAWWA B301. Liquid chlorine shall be used only: 1. 2. 3. In combination with appropriate gas flow chlorinators and ejectors; Under the direct supervision of an experienced technician; When appropriate safety practices are observed. Sodium hypochlorite and calcium hypochlorite shall be in accordance with the requirements of ANSVAWWA B300. PART 3 -- EXECUTION 3.1 GENERAL A. Unless otherwise indicated, potable water for testing and disinfecting water pipelines shall be furnished by the Contractor. The Contractor shall also make all necessary arrangements for conveying the water to the points of use. B. Disinfection operations for recycled water pipelines shall be scheduled by the Contractor as late as possible during the contract time period so as to assure the maximum degree of sterility of the facilities at the time the Work is accepted by the Agency. C. Pipeline pressure tests will include the following tests: 1. Air test of double welded lap joints. 2. Hydrostatic pressure test of the complete pipeline, in segments as required to match pipe pressure class. 3.2 AIRTEST A. All double welded lap joints shall be pressure tested to a minimum of 40-psi air pressure for a period of 10 minutes per AWWA C206. No air leakage will be allowed. B. Any joints that leak shall be repaired and retested. .- CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT WATER PIPELINE TESTING AND DISINFECTION DATE: JUNE 30,2002 PROJECT NO. 3887-C 02666-2 HYDROSTATIC TESTING OF RECYCED WATER PIPELINES 3.3 A. .- B. C. D. 3.4 A. B. Hydraulic testing of recycled water pipelines shall be performed in accordance with the latest edition of the Carlsbad Municipal Water District Reclamation Rules and Regulations for Construction of Reclaimed Water Mains. Before starting hydrostatic testing, all pipelines shall be flushed or blown out as appropriate. The Contractor shall test all pipelines either in sections or as a unit. No section of the pipeline shall be tested until all field-placed concrete or mortar has attained an age of 14 days. The test shall be made by closing valves when available, or by placing temporary bulkheads in the pipe and filling the line slowlywith water. The Contractor shall be responsible for ascertaining that all test bulkheads are suitably restrained to resist the thrust of the test pressure without damage to, or movement of, the adjacent pipe. Any unharnessed sleeve-type couplings, expansion joints, or other sliding joints shall be restrained or suitably anchored prior to the test, to avoid movement and damage to piping and equipment. Backfilling shall be completed except at joints. The Contractor shall provide sufficient temporary air tappings in the pipelines to allow for evacuation of all entrapped air in each pipe segment to be tested. After completion of the tests, such taps shall be permanently plugged. Care shall be taken to see that all air vents are open during filling. The pipeline shall be filled at a rate that will not cause any surges or exceed the rate at which the air can be released through the air valves at a reasonable velocity and all the air within the pipeline shall be properly purged. Maximum filling rate shall be per CMWD Standards. After the pipeline or section thereof has been filled, it shall be allowed to stand under a slight pressure for at least 48 hours to allow the concrete or mortar lining, as applicable, to absorb water and to allow the escape of air from any air pockets. During this period, bulkheads, valves, and connections shall be examined for leaks. If leaks are found, corrective measures satisfactory to the Engineer shall be taken. The hydrostatic test shall consist of holding the test pressure on the pipeline for a period of not less than 4 hours. The test pressure for shall be at least 150 percent of the pipe pressure class indicated measured at the lowest point of the pipeline section being tested, and no less than 100 percent of the pipe pressure class at the highest elevation. All visible leaks shall be repaired in a manner acceptable to the Engineer.. Maximum test pressure for Class 200 PVC pipe shall be 250 psi. The maximum allowable leakage for distribution and transmission pipelines shall be as indicated in CMWD Standards. In the case of a pipeline that fails to pass the prescribed leakage test, the Contractor shall determine the cause of the leakage, shall take corrective measures necessary to repair the leaks, and shall again test the pipeline. DISINFECTION OF RECYCLED WATER PIPELINES General: All recycled water pipelines except those appurtenant to hydraulic structures shall be disinfected in accordance with the requirements of ANSVAWWA C651 using the Continuous-Feed Method as modified herein. Preliminary and final flushing shall be done at the ends of mains that have been hydrostatically tested. Chlorination: A chlorine-water mixture shall be uniformly introduced into the pipeline by means of a solution-feed chlorinating device. The chlorine solution shall be introduced at one end of the pipeline through a tap in such a manner that as the pipeline is filled with water, the dosage applied to the water entering the pipe shall be approximately 50 mg/l. Care shall be taken to prevent the strong chlorine solution in the line being disinfected from flowing back into the line supplying the water. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT WATER PIPELINE TESTING AND DISINFECTION DATE: JUNE 30,2002 02666-3 PROJECT NO. 38874 C. D. E. F. G. H. 3.5 A. B. Chlorine Residual Test: The Agency will make 24-hour chlorine residual tests. The Agency will notify the Contractor of the chlorine test result. Chlorinated water shall be retained in the pipeline for at least 24 hours. After the chlorine-treated water has been retained for the required time, the free chlorine residual at the pipeline extremities and at other representative points shall be at least 25 mg/l. Repetition of Test: The disinfection testing procedure shall be repeated if the initial testsfail to produce satisfactory results. Two consecutive satisfactory test results shall be required after any unsatisfactory test. The tablet method shall not be used for repeated disinfection. Chlorinating Valves: During the process of chlorinating the pipelines, all valves and other appurtenances shall be operated while the pipeline is filled with the heavily chlorinated water. Final Flushing: Final Flushing shall be done by the Contractor after he has been notified of a satisfactory chlorine residual test by the Agency. After the applicable retention period, the heavily chlorinated water shall be flushed from the pipeline until chlorine measurements show that the concentration in the water leaving the pipeline is no higher than that generally prevailing in the system or is acceptable for the intended use. If there is any question that the chlorinated discharge will cause damage to the environment, a reducing agent shall be applied to the water to neutralize thoroughly the chlorine residual remaining in the water at no additional cost to the Agency. Disinfection of Connections: Pipe and appurtenances used to connect the newly installed water main shall also be disinfected in accordance with AWWA C651. Neutralization of Chlorinated Water: Neutralizing and disposing of chlorinated water shall be in accordance with Appendix "B" of AWWA Standard C651 as the water exits the pipe. Contractor shall perform all necessary tests to ensure and verify that total residual chlorine effluent limitations are not exceeded. The Engineer will review the effluent chlorine residual test results to ensure conformance with the limitations. Total residual chlorine limits for discharge from testing of pipelines to surface waters of the San Diego Region are as follows: 30-day average - 0.002 mg/L Average daily maximum - 0.008 mg/L Instantaneous maximum - 0.02 mg/L BACTERIOLOGICAL TESTING OF DISINFECTED RECYCLED WATER PIPELINES The Contractor shall contract with a State-certified sampling laboratory to take bacteriological samples, transport the samples to the laboratory, and perform bacteriological testing as specified herein. Collect two sets of samples at least 24 hours apart after completion of final flushing as indicated above. Samples will be taken at locations indicated in ANSVAWWA C651 and will be tested for coliform organisms and standard plate count according to the latest edition of the Standard Methods for the Examination of Water and Wastewater. Sampling methods including tie-ins and connections by spray or swab shall be in accordance with ANSVAWWA C651. Laboratory costs of initial testing will be the Contractor's responsibility. If disinfection fails to produce satisfactory bacteriological counts, the pipe shall be reflushed and will be resampled and retested. Satisfactory bacteriological counts are no positive samples for coliform bacteria and 500 colony forming units/mL or less for heterotrophic plate count. If counts from analysis of the second samples exceed the criteria in Standard CARLSBAD MUNICIPAL WATER DISTRICT WATER PIPELINE TESTING AND DISINFECTION PROJECT NO. 3887-C 02666-4 PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT DATE: JUNE 30,2002 Methods, the pipe shall be re-disinfected and will be resampled and retested until satisfactory results are obtained. The Contractor shall be responsible for all repeat bacteriological testing costs. ** END OF SECTION ** .- CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT WATER PIPELINE TESTING AND DISINFECTION DATE: JUNE 30,2002 PROJECT NO. 3887-C 02666-5 SECTION 0331 0 - CAST-IN-PLACE SITEWORK CONCRETE ,- PART I --GENERAL 1 .I A. 8. 1.2 A. 1.3 - A. B. C. 1.4 A. 1.5 A. WORK OF THIS SECTION The Work of this Section includes providing finished cast-in-place lean concrete, sitework concrete, minor non-hydraulic concrete structures, air placed concrete, including formwork, steel reinforcement, mixing, placing curing, and repairing. Sitework concrete includes curbs, gutters, catch basins, sidewalks, pavements, fence and guard post embedment, underground duct bank encasement, and all concrete Work indicated to be sitework concrete. RELATED SECTIONS The Work of the following Sections applies to the Work of this Section. Other Sections, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. REFERENCE SPECIFICATIONS, CODES AND STANDARDS All applicable City of Carlsbad standards. Except as otherwise indicated in this Section, the CONTRACTOR shall comply with the latest adopted edition of the Standard Specifications for Public Works Construction (SSPWC) together with the latest adopted edition of the Regional Supplement Amendments. The current edition of the Uniform Building Code (UBC) of International Conference of Building Officials (ICBO). CONTRACTOR SUBMITTALS Submittals shall be made in compliance with the requirements of SSPWC Subsection 2-5.3 and with SSPWC Section 201. TESTS Tests on component materials, for the compressive strength of concrete, and for construction tolerances shall be performed in accordance with the requirements of SSPWC Section 201. Section 03280 Joints in Sitework Concrete PART 2 -- PRODUCTS 2.1 CONCRETE MATERIALS _- A. Concrete component materials, including curing materials and joint materials shall be in accordance with SSPWC Subsections 201-1,201-4, and 201-5. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NO. 3887-C CAST-IN-PLACE SITEWORK CONCRETE 03310-1 PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT DATE: JUNE 30,2003 2.2 FORMWORK A. Concrete formwork shall comply with SSPWC Subsection 204-1. 2.3 STEEL REINFORCEMENT A. Reinforcing steel shall conform to SSPWC Subsection 201-2. PART 3 - EXECUTION 3.1 GENERAL A. Proportioning and mixing, preparation of surfaces for concreting, handling, transporting and placing concrete, finishing and curing concrete surfaces and related procedures shall be performed in accordance with SSPWC Subsections 303-1 and 303-5. 3.2 AIR-PLACED CONCRETE A. Air-placed concrete construction (gunite and shotcrete) shall be in accordance with SSPWC Subsection 303-2 and the applicable provisions of Subsection 303-1. ** END OF SECTION ** CARLSBAD MUNICIPAL WATER DISTRICT CAST-IN-PLACE SITEWORK CONCRETE PROJECT NO. 3887-C 0331 0-2 PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT DATE: JUNE 30,2003 SECTION 03280 -JOINTS IN SITE WORK CONCRETE PART I -GENERAL I- _- 1.1 A. 1.2 A. 1.3 A. B. C. D. 1.4 A. 1.5 A. WORK OF THIS SECTION The Work of this Section includes providing expansion joints, construction joints, weakened plane control joints and contact joints in concrete pavement, sidewalk, curb and gutter. RELATED SECTIONS The Work of the following Sections applies to the Work of this Section. Other Sections, not referenced below, shall also apply to the extent required for proper performance of this work. 1. Section 03310 Cast-in-Place Sitework Concrete REFERENCE SPECIFICATIONS, CODES AND STANDARDS All applicable City of Carlsbad standards. Except as otherwise indicated in this Section, the CONTRACTOR shall comply with the latest adopted edition of the Standard Specifications for Public Works Construction (SSPWC), together with the latest adopted edition of the Regional Supplement Amendments. The current edition of the Uniform Building Code (UBC) of International Conference of Building Officials (ICBO). ASTM Standards in Building Codes (Current Edition): 1. ASTM D 1751 Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Non-extruding and Resilient Bituminous Types) Preformed Expansion Joint Filler for Concrete (Bituminous Type) 2. ASTM D 994 CONTRACTOR SUBMllTALS The CONTRACTOR shall submit the following in compliance with Section 01300 - Submittals. 1. 2. Placement shop drawings showing the location and type of all joints. Catalog cuts and samples of the preformed expansion joint filler material, including complete product data. OPERATION AND MAINTENANCE INFORMATION Submit the manufacturer's certification indicating that the preformed expansion joint material meets or exceeds the requirements of the Specifications. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT N0.3887-C JOINTS IN SITE WORK CONCRETE DATE: JUNE 30,2003 03280-1 PART 2 - PRODUCTS 2.1 PREMOLDED JOINT FILLER A. Premolded joint filler shall conform to SSPWC Subsection 201-3.2 and shall be either Preformed Expansion Joint Filler (ASTM D994) or Nonextruding and Resilient Filler (ASTM D 1751) as indicated. 2.2 STEEL BARS AND DOWELS A. Steel bars used in construction joints or contact joints shall conform to SSPWC Subsection 201-2.2. 2.3 CONCRETE CURING COMPOUND A. Curing compound shall conform to SSPWC Subsection 201-4. PART 3 - EXECUTION _- 3. I A. B. 3.2 A. 3.3 A. B. 3.4 A. EXPANSION JOINTS Expansion joints in concrete pavement shall be constructed in accordance with SSPWC Subsection 302-6.5.3 except that the configuration of the joint shall be as indicated on the Drawings. Expansion joints in concrete curbs, sidewalk and gutter shall comply with SSPWC Subsection 303-5.4.2 except that the joint configuration shall be as indicated on the Drawings. CONSTRUCTION JOINTS Construction joints in concrete pavement shall conform to SSPWC Subsection 302-6.5.2. WEAKENED PLANE CONTROL JOINTS Weakened plane joints in concrete pavement shall conform to SSPWC Subsection 302- 6.5.4 except that the configuration of the joint shall be as indicated on the Drawings. Weakened plane joints in concrete curbs, sidewalks and gutters shall conform to SSPWC Subsection 303-5.4.3 except that the joint configuration shall be as indicated on the Drawings. CONTACT JOINTS Contact joints in concrete pavement shall be made by placing fresh concrete against hardened concrete. A moisture barrier consisting of curing compound conforming to SSPWC Subsection 201-4 shall be applied to the face of any contact joint and allowed to dry prior to placing fresh concrete against that joint face. This provision is also applicable to existing Portland cement concrete pavement not constructed as part of the Work performed under the Contract. Application rate shall be as specified in SSPWC Subsection 302-6.6 for the compound used. ** END OF SECTION ** CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT N0.3887-C JOINTS IN SITE WORK CONCRETE DATE: JUNE 30,2003 03280-2 SECTION 05500 - MISCELLANEOUS METALS .- PART I -GENERAL 1 .I A. B. I .2 A. 1.3 A. / WORK OF THIS SECTION The Contractor shall provide miscellaneous metals and appurtenances, complete, in accordance with the Contract Documents. Work Included in this Section. Principal items are: 1. 2. 3. 4. 5. 6. 7. 8. 9. IO. 11. 12. Shop/erection drawings and samples. Ladders. Metal grating with incidental supports and attachments. Checkered plate. Iron castings. Steel channels and/or angle frames and thresholds with anchors. Welding electrodes. Shop prime paint. Pipe supports with saddles, hangers, bracing and attachments as detailed and required, except as provided by other trades. Guard post assemblies of removable and stationary types. Miscellaneous iron and steel items indicated, specified, or required for completion of the Contract, unless included under other Sections. Galvanizing and shop primer finishes, including field touch-up. RELATED SECTIONS The Work of the following Sections apply to the Work of this Section. Other, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. Section 09800 Protective Coating REFERENCE SPECIFICATIONS, CODES AND STANDARDS Except as otherwise indicated in this Section of the Specifications, the Contractor shall comply with the latest adopted edition of the Standard Specifications for Public Works Construction (SSPWC), together with the latest adopted edition of the Regional Supplement Amendments. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT i j” PROJECT NO. 3887-C MISCELLANEOUS METALS DATE: JUNE 30,2003 05500-1 B. The current edition of the Uniform Building Code (UBC) of International Conference of Building Officials (ICBO). Except as otherwise indicated, the current editions of the following Federal Specifications apply to the Work of this Section: I C. 1. QQ-F-461 2. MIL-G-18015 A 3. MIL-A-907E Floor Plate, Steel, Rolled (Ships) Aluminum Planks. (6063-T6) Antiseize Thread Compound, High Temperature D. Except as otherwise indicated, the current editions of the following commercial standards apply to the Work of this Section: 1. Commercial Standards: AA-M32C22A4 1 AASHTO AlSC Aluminum Association HS-20 Truck Loading Specification for Design, Fabrication and Erection of Structural Steel for Buildings with Commentary and Code of Standard Practice for Steel Buildings and Bridges AlSC Manual of Steel Construction AIS1 Design of Light Gauge, Cold-Formed Steel Structural Members ANSVAWS D1 .I Structural Welding Code - Steel ANSVAWS D1.2 Structural Welding Code - Aluminum ANSVAWS QCI Specification for Qualification and Certification of Welding Inspectors NFPA 101 Life Safety Code NAOMM Metal Stairs Manual AW S-AS Welding of Stainless Steel with Electrodes and Techniques 2. ASTM Standards in Building Codes: ASTM A36 Specification for Structural Steel ASTM A48 Specification for Gray Iron Castings ASTM A53 ASTM A123 Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated Welded and Seamless 1 Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT MISCELLANEOUS METALS DATE: JUNE 30,2003 PROJECT NO. 3887-C 05500-2 ASTM A125 ASTM AI 53 ASTM AI 67 ASTM A193 ASTM AI 94 ASTM A276 ASTM A283 ASTM A307 ASTM A320 ASTM A424 ASTM A500 ASTM A536 ASTM A563 ASTM A569 ASTM A575 ASTM A786 ASTM 898 ASTM B210 ASTM 8221 Specification for Steel Springs, Helical, Heat Treated Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware Specification for Stainless and Heat-Resisting Chromium-Nickel Steel Plate, Sheet and Strip Specification for Alloy-Steel and Stainless steel Bolting Materials for High-Temperature Service Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure and High-Temperature Service Specification for Stainless Steel Bars and Shapes Specification for Low and Intermediate Tensile Strength Carbon Steel Plates Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Specification for Alloy-Steel Bolting Material for Low- Tempera tu re Service Specification for Steel, Sheet, for Porcelain Enameling Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes Specification for Ductile Iron Casting Specification for Carbon and Alloy Steel Nuts Specification for Steel, Carbon (0.15 Maximum Percent), Hot Rolled Sheet and Strip Commercial Quality Specifications for Steel Bars, Carbon, Merchant Quality, M-Grades Specification for Rolled Steel Floor Plates Specification for Copper-Silicon Alloy Rod, Bar, and Shapes Specification for Aluminum and Aluminum-Alloy Drawn Seamless Tubes Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Shapes, and Tubes CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C MISCELLANEOUS METALS DATE: JUNE 30,2003 05500-3 ASTM 8438 Specification for Sintered Bronze Bearings (Oil- Impregnated) 3. Trade Standards: 1.4 A. B. C. 1.5 A. B. C. Welded Austenitic Chromium-Nickel Stainless Steel Technique and Properties, as Published by the International Nickel Company, Inc., New York, New York. Porcelain Enamel Institute, Inc. CONTRACTOR SUBMIlTALS Shop Drawings: Shop drawings shall be Submitted in accordance with SSPWC Subsection 2-5.3. Layout Drawings: Layout drawings for grating shall be submitted showing the direction of span, type and depth of grating, size and shape of grating panels, seat angle details, and details of grating hold down fasteners. Load and deflection tables shall be submitted for each style and depth of grating used. Product List and Product Data Sheets: In coordination with Section 09800 - Protective Coating, a product list shall be submitted with product data sheets of intended shop coats. Shop coats shall be the same products and manufacturer as those of deferred field-applied systems described in Section 09800 - Protective Coating. QUALITY ASSURANCE Miscellaneous metals shall be fabricated and erected in accordance with the latest edition of the AlSC "Specification for the Design, Fabrication and Erection of Steel for Buildings", and "Code of Standard Practice for Steel Buildings and Bridges", except whenever there is a discrepancy between the design drawings and this specification, the Drawings shall govern. Aluminum work shall be fabricated and erected in conformance with applicable requirements of the UBC and referenced standards of the Aluminum Association. Continuous Inspections: All welding and high strength bolting of structural steel assemblies shall be conducted under the continuous inspection of an International Conference of Building Officials (ICBO) certified "Special Inspector" selected by the Owner with costs borne by the Owner. Should such fabrication be performed in the shop of a licensed fabricator approved by the governing building official and certified by the ICBO Evaluation Services, Inc. Only the field welding and high strength bolting of structural steel assemblies will be required to be performed under continuous inspection of the ICBO-certified "Special Inspector." The Owner shall be notified at least 24 hours in advance of needed inspections. Copies of inspection reports for shall be provided for the Owner, Contractor, and governing building official. PART 2 -- PRODUCTS 2.1 MATERIALS A. Steel: Steel shall conform to the following requirements: 1. Shapes, Plates, Bars ASTM A 36 2. Pipe, Pipe Columns, Bollards ASTM A 53, Type E or S, Grade B Schedule 40, unless noted otherwise CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT MISCELLANEOUS METALS DATE: JUNE 30,2003 PROJECT NO. 3887-C 05500-4 - B. C. D. E. 2.2 A. 2.3 - A. B. C. 2.4 A. 3. Tubes ASTM A 500, Grade B Aluminum: Aluminum structural shapes shall be new and conform to applicable Federal Specification for 6061-T6 alloy, unless otherwise noted. Aluminum Pipe shall conform to Schedule 40, or greater. Stainless Steel: Unless otherwise designated or approved, stainless steel alloy types shall conform to ASTM AI 67 and ASTM A276 as follows: 1. 2. Stainless steel plates, pipe and structural shapes: Type 31 6L. Stainless steel bolts, nuts and washers: Type 316L where connecting or bearing on aluminum. Cast Iron: Cast iron shall conform to ASTM A48, except as otherwise noted. Ductile Iron: Ductile iron shall conform to ASTM A536, using Grade 60-40-18 or better, except as otherwise noted. STEEL PIPE HANDRAILS Steel Pipe Handrails: Steel pipe handrails, including brackets and related hardware, which may be partially or wholly submerged, or which are located inside a hydraulic structure, shall be entirely of Type 316L stainless steel. All other steel pipe handrails shall be standard 10- inch black steel pipe made up by welding. All steel pipe handrail shall be picked at fabrication plant and shall be hot-dip galvanized after fabrication. LADDERS Ladders: Ladders which may be partially or wholly submerged, or which are located inside a hydraulic structure, shall be entirely of Type 316 stainless steel. All other ladders shall be of aluminum or carbon steel, hot-dip galvanized after fabrication, or as indicated. Pop-up Extensions: Ladders that do not have an exterior handhold shall be equipped with a pop-up extension. Pop-up extension device shall be manufactured of the same material and finish as the ladder with telescoping tubular section that locks automatically when fully extended. Upward and downward improvement shall be controlled by stainless steel spring balancing mechanisms. Units shall be completely assembled with fasteners for securing to the ladder rungs in accordance with the manufacturer's instructions. Fall Prevention Systems: The fall prevention system shall be provided for ladders used to ascend heights exceeding 20 feet unless otherwise indicated on the Drawings. All necessary components shall be provided, including 2 safety belts for each fall prevention installation to provide a complete and fully operational fall prevention system. A rail extension shall be provided for each installation. At all locations where fall prevention systems are installed, a safety chain with a snap hook shall be permanently attached to the top of the ladder. The chain shall be long enough to allow a person to connect the belt to the chain while standing on the landing adjacent to the ladder. The chain and snap hook shall have a minimum allowable capacity of 500 pounds. Safety belts shall fit a waist range from 23 inches to 54 inches. Safety rails and associated accessories shall match the ladder material. METAL GRATING General: Metal grating shall be of the design, sizes, and types indicated. All grating shall be completely banded at all edges and cutouts using material and cross section equivalent CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT MISCELLANEOUS METALS DATE: JUNE 30,2003 PROJECT NO. 3887-C 05500-5 B. C. D. E. F. to the bearing bars. Such banding shall be welded to each cut bearing bar. Grating shall be supported on all sides of an opening by support members. Where grating is supported on concrete, embedded support angles matching grating material shall be used on all sides, unless indicated otherwise. Such angles shall be mitered and welded at comers. Grating shall conform to the following requirements: 1. All pieces of grating shall be fastened in two locations to each support. 2. Where grating forms the landing at the top of a stairway, the edge of the grating, which forms the top riser, shall have an integral nonslip nosing, width equal to that of the stairway. 3. Where grating depth is not given, grating shall be provided which will be within allowable stress levels, and which shall not exceed a deflection of 0 inch or the span divided by 180, whichever is less. For standard duty plank, and safety grating, the loading to be used for determining stresses and deflections shall be the uniform live load of the adjacent floor or 100 psf, whichever is greater or a concentrated load of 1,000 pounds. For heavy duty grating, the loading used for determining stresses and deflections shall be AASHTO HS-20. Grating Materials: Grating materials shall conform to the following requirements: 1. Except where indicated otherwise, bar grating shall be fabricated entirely of aluminum. Bearing and banding bars shall be Alloy 6061 -T6; cross bars shall be Alloy 6063-T5. 2. Safety grating shall be fabricated of Aluminum Alloy 5052-H32. 3. Grating which may be partially or wholly submerged shall be fabricated entirely of Type 316 stainless steel. Standard-Duty Grating: 1. No single piece of grating shall weigh more than 80 pounds, unless indicated otherwise. Standard duty grating shall be serrated bar grating. 2. Cross bars shall be welded or mechanically locked tightly into position so that there is no movement allowed between bearing and cross bars. Safety Grating: Safety grating shall be made of sheet metal punched into an open serrated diamond pattern and formed into plank sections. The open diamond shapes shall be approximately 10 inch by 11/16 inch in size. Heavy-Duty Grating: fabrication. Cross bars shall be welded in position. Heavy-duty grating shall be of welded steel, galvanized after Plank Grating: 1. Plank grating shall be aluminum alloy 6063-T6 extruded in 6-inch widths with a minimum of six integral I-bar type-bearing bars per plank. The top surface shall be solid with raised ribs, unless noted otherwise. Where punched grating is required, the top surface shall be provided with a pattern of 3 inch by 19/32 inch rectangular openings spaced at 4 inches on center. The planks shall have continuous tongue and groove type interlock at each side. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C MISCELLANEOUS METALS DATE: JUNE 30,2003 05500-6 _- G. 2.5 A. B. 2.6 A. B. C. D. E. 2. Plank grating shall be provided with a clear anodized finish, except that punched grating may have standard mill finish. Grating Fastening Devices: For metal gratings, either welded or mechanical attachments shall be used except where otherwise noted for locations such as stair treads and incidental landings. For aluminum grating, attachments shall be fabricated of Type 18-8 austinitic stainless steel. CHECKERED PLATE Checkered Plate: Checkered plate shall conform to Federal Specification QQ-F461. Checkered plate shall be not less than 0 inch thick, and shall have a pattern of raised lugs on one face and shall be smooth on the opposite face. Lugs shall be a minimum of one inch in length and raised a minimum of 0.050 inch above the surface. The lugs shall be located in a pattern in which the lugs are oriented at 90 degrees from the adjacent lugs in two orthogonal directions. The rows of lugs shall be oriented at 45 degrees from the edges of the plates. Plate material: Where no plate material is indicated, aluminum shall be provided. Unless indicated otherwise, the minimum plate thickness shall be as required to limit deflection, resulting from a live load of 100 psf, to I] inch or the span divided by 240, whichever is less. HATCHES Hatch Type: Where access hatches are indicated to be mounted on a floor slab (including top slabs which are not covered with a roofing membrane) or on a concrete curb, the hatch shall be a flush type as indicated herein. Hatches mounted on a roof surface which has a membrane or other roofing material covering it shall be the integral raised curb type as indicated in Section 07720 - Roof Accessories. Hatch Materials: All hatches shall be fabricated from Type 304 stainless steel unless otherwise indicated. All hatch hardware shall be Type 316 stainless steel. Live Loads: The minimum design live load shall be 300 psf unless otherwise indicated on the Drawings. The minimum design live load for vehicular traffic loading as indicated on the Drawings shall be MS-20 truck loading in conformance with the current AASHTO standard specification. Hatch Dimensions: Hatch opening sizes, number and direction of swing of door leaves, and locations shall be as indicated. Sizes given shall be for the clear opening. Where the number of leaves is not given, openings larger than 42 inches in either direction shall have double-leaf doors. Unless indicated otherwise, hinges shall be located on the longer dimension side. Unless indicated otherwise, ladder hatches shall be a minimum of 30 inches wide by 36 inches long, with the ladder centered on the shorter dimension, and the door hinge opposite the ladder. Hatch Doors: Door leaves shall be a minimum of 0-inch raised lugs of diamond shape pattern checkered plate. Channel frames shall be a minimum of 0-inch material with an anchor flange around the perimeter. Hatches shall be provided with an automatic hold-open arm with release handle. Equip doors with heavy forged bronze hinges, stainless steel pin and spring operators for ease of operation by a single person. Hatches shall be designed for easy opening from both inside and outside. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C MISCELLANEOUS METALS DATE: JUNE 30,2003 05500-7 F. 2.7 A. B. C. D. 2.8 A. B. 2.9 A. B. C. 2.10 A. Water Tightness: Hatches shall be designed to be water-tight and shall be equipped with a joint gutter and moat-type edge drain. A 1.5-inch diameter (minimum) drain connection shall be provided and located by the manufacturer. IRON CASTINGS General: Iron castings shall be of uniform quality, free from blowholes, porosity, hard spots, shrinkage, distortion, or other defects. They shall be smooth and well cleaned by shotblasting. Covers and Grates: Covers and grates shall fit together evenly, so that the cover fits flush with the surrounding surface and so that the cover does not rock or rattle when loading is applied. Round covers and frames shall have machined bearing surfaces. Design Loads: Covers and grates with matching frames shall be designed to support the following loadings: 1. Where located within a structure, the design loading shall match that required for the adjacent floor area, or, if no loading is given, a minimum of 300 pounds per square foot, unless indicated otherwise. 2. Exterior covers and grates shall be designed for AASHTO H20 loading unless indicated otherwise. Cover Details: Unless indicated otherwise, access manway covers shall be two-part street type removable covers. Larger cover shall be for a 48-inch diameter clear opening with 24- inch diameter cover offset from the center as indicated. Raised lettering shall be as indicated. GALVAN lZl NG Galvanizing for Iron and Steel: Galvanizing for iron and steel shall conform to ASTM AI 23, with the average weight of 2.0 ounces per square foot, and not less than 1.8 ounces per square foot. Ferrous Metal Hardware Items: Ferrous metal hardware items shall conform to ASTM AI 53, with average coating weight of 1.3 ounces per square foot. WELDING ELECTRODES Steel Electrodes: Welding electrodes shall conform with AWS D1 .I, except E7024 rods or electrodes shall not be used. Aluminum Electrodes: Contingent upon alloys being welded, only inert gas-shielded arc or resistant-welding process with filler alloys conforming to UBC Standard No. 28, Table 28-1-C shall be used. No process requiring a welding flux shall be used. Stainless Steel Electrodes: Welding of stainless steel with electrodes and techniques shall conform to the pertinent AWS A5 series specification, and as recommended in Welded Austenitic Chromium-Nickel Stainless Steel Techniques and Properties as published by the International Nickel Company, Inc., New York, New York. BOLTS Bolt Requirements: Bolts shall comply with the following: CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C MISCELLANEOUS METALS DATE: JUNE 30,2003 05500-8 B. C. 2.1 1 A. 2.12 A. 1. Nuts shall be capable of developing the full strength of the bolts. Threads shall be Coarse Thread Series conforming to the requirements of the American Standard for Screw Threads. Bolts and cap screws shall have hexagon heads and nuts shall be Heavy Hexagon Series. 2. The length of all bolts shall be such that afterjoints are made up, each bolt shall extend through the entire nut, but in no case more than [-inch beyond the nut. Standard Service Bolts (Not Buried or Inside Tanks or Channels): Except where otherwise indicated, bolts and nuts shall be steel and shall be galvanized after fabrication. Threads on galvanized bolts and nuts shall be formed with suitable taps and dies such that they retain their normal clearance after hot-dip galvanizing. Except as otherwise indicated herein, steel for bolts, anchor bolts and cap screws shall be in accordance with the requirements of ASTM A325, or threaded parts of ASTM A36. ASTM A325 bolts and nuts shall not be galvanized. Bolts Buried or Inside Tanks or Channels: Unless otherwise indicated, bolts, anchor bolts, nuts and washers which are buried, submerged, or below the top of the wall inside any hydraulic structure shall be of Type 316 stainless steel. SHOP PRIME PAINT Shop Prime Paint: To ensure compatibility with deferred field-applied paint or coating systems, for ferrous metals other than stainless steel, galvanized steel and cast iron, provide surface preparations, and use shop prime paint product and manufacturer as painting, or protective coating system intended for field application specified in Section 09800 - Protective Coating. Shop prime shall not be provided on portions of work immediately adjacent to intended field welds, nor portions intended for embedment. Steel stair nosings shall be painted with industrial "Safety Yellow" enamel prime and finish coats conforming with California OSHA requirements. MANUFACTURERS Products of the type or model (if any) indicated shall be manufactured by one of the following (or equal): 1. Steel Gratings: a. Irving Type IWA b. GaryTypeGW 2. Floor and Cover Plates: a. b. Reynolds Diamond Tread Plate Alcoa C-I 02 Aluminum Tread Plate 3. Fall Prevention System: a. b. Research and Trading Corporation, Wilmington, Delaware Everest Lifeline System Model No. 6006 North Consumer Products, Inc., California Saf-T-Climb .- 4. Manhole Frames and Covers: CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C MISCELLANEOUS METALS DATE: JUNE 30,2003 05500-9 a. b. Neenah Foundry Company R-I642 with Self-sealing Cover Phoenix Iron Works P-1090 RIG 5. Field Repairs to Galvanizing: a. "Galvinox" b. "Galvo-Weld" 6. Aluminum Grating: a. Gary Galok b. Seidelhuber PART 3 -- EXECUTION 3.1 FABRICATION AND INSTALLATION REQUIREMENTS A. Fabrication and Erection: Except as otherwise indicated, the fabrication and erection of structural steel shall conform to the requirements of the American Institute of Steel Construction "Manual of Steel Construction." 1. The Work of this Section shall be coordinated with related trades. Particular attention is required for items to be embedded in concrete work. All punchings and drillings, indicated or required, shall be provided for attachment of other work to that of this Section. 2. Compliance with Safety Requirements. Dimensions required for the fabrication and installation of handrails, ladders, grating, plate, pipe hangers and etc. which are not shown on the Drawings, shall conform to the Division of Occupational Health and Safety, General Industrial Safety Orders, State of California. B. Protection: The Contractor shall provide and be responsible for protection and repair of adjacent surfaces and areas which may become damaged as a result of work in this Section. Work performed hereunder shall be protected until completion and final acceptance of project by the Owner. The Contractor shall repair or replace all damaged or defective work to original specified condition at no additional cost to the Owner. I. Finished floor surfaces and adjacent work shall be protected from damage. Concrete floors shall not be overloaded. Mobile equipment used in placing steel shall have pneumatic tires. Steel members shall not be placed directly on floors; pads of timber or other material shall be used for cushioning. 2. Where welding is done in proximity to glass or finished surfaces, such surfaces shall be protected from damage due to weld sparks, spatter or tramp metal. C. Ladders: Bracketed units of steel or aluminum shall be fabricated as shown on the Drawings. Ladder fabrication shall conform to requirements shown on the Drawings, and CAUOSHA (and/or OSHA). Aluminum units shall have a flaw-free polish finish. Rails shall be extended where indicated. Aluminum units shall be secured with stainless steel anchoring devices. Fall prevention systems shall be provided on all ladders used to ascend heights exceeding 20 feet unless otherwise indicated on the Drawings. D. Pipe Rails and Railings: Pipe rails and railing shall be fabricated complete with stanchions, toe plates, welded and bolted fittings, attachments and expansion/contraction provisions true to size configurations to meet or exceed the requirements of CAUOSHA, and as shown on CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C MISCELLANEOUS METALS DATE: JUNE 30,2003 05500-1 0 .-. .- E. F. 3.2 A. B. 3.3 A. 3.4 A. B. the Drawings. The Contractor shall grind and polish welds flush and smooth. Curves, where indicated or necessary, shall be bent on a radius of not less than 5 inches. 1. Safety chains shall be 112-inch link chain of same material as the railing with stainless steel harness-type snap to meet or exceed the requirements of CAUOSHA. 2. Provisions shall be made to drain water from rail systems by drilling weep holes in concealed locations at the lowest possible elevations. Pipe and Conduit Supports and Bracing: Supports and bracing for pipe and conduit shall be fabricated and installed as detailed on the Drawings, and in accordance with the requirements described in Section 15020 - Pipe Supports, in a fully coordinated manner with the Work of other trades. Where shown or indicated, hot-dip galvanized shall be provided after fabrication, with touch-up of abraded or burned galvanizing using materials specified in this Section. Unless otherwise indicated, members shall be shop primed with a rust- inhibitive primer conforming with requirements of Section 09800 - Protective Coating. Embedded Steel Channel and Angle Frames: Embedded steel channel and angle frames shall have continuously welded joints. Exposed welds shall be ground flush. Hot-dip galvanizing shall be provided after fabrication. WELDING Welding Steel: Welding shall be performed in accordance with the "Structural Welding Code-Steel", AWS D1 .I, and current revisions, except where the Gas Metal Arc Welding (GMAW) process is used, the short-circuited mode shall only be used for light gauge material (12 gauge and lighter). Welders shall be qualified by tests in accordance with AWS B3.0. Welding Aluminum: Refer to Section 05035 - Standards for Aluminum Work regarding the welding of aluminum. GALVANIZING Galvanizing: All structural steel plates shapes, bars and fabricated assemblies required to be galvanized shall, after the steel has been thoroughly cleaned of rust and scale, be galvanized in accordance with the requirements of ASTM A 123. Any galvanized part that becomes warped during the galvanizing operation shall be straightened. Bolts, anchor bolts, nuts and similar threaded fasteners, after being properly cleaned, shall be galvanized in accordance with the requirements of ASTM A 153. Field repairs to galvanizing shall be made using "Galvinox," "Galvo-Weld," or equal. PAINTING Painting: One or more shop coats of paint shall be given on all ferrous metals, except cast- iron, ductile iron, stainless steel and galvanized metals. Before priming, surfaces shall be thoroughly cleaned. Shop coats shall be allowed to dry before materials are loaded for delivery to the job site. After erection, all areas shall be painted where the shop coats have been rubbed off or omitted, and all field bolting and welding areas as specified for shop priming. See Section 09800 - Protective Coating for surface preparation, prime coatings, finish painting and coatings. Isolation of Dissimilar Metals: Aluminum members shall be isolated from contact with dissimilar metals, concrete and masonry to provide protection from electrolytic deterioration. The Contractor shall use nonabsorptive tape or gaskets, a heavy brush coat of approved CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT MISCELLANEOUS METALS DATE: JUNE 30,2003 05500-1 I PROJECT NO. 3887-C zinc chromate primer made with a synthetic resin vehicle, or a heavy coat of approved alkali- resistant bituminous paint. ** END OF SECTION ** CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C MISCELLANEOUS METALS DATE: JUNE 30,2003 05500-1 2 .- SECTION 09800 - PROTECTIVE COATING PART 1 -GENERAL 1 .I WORK OF THIS SECTION A. The Contractor shall provide protective coatings, complete and in place, in accordance with . the Contract Documents. B. Definitions: I. The term "paint," "coatings," or "finishes" as used herein, shall include surface treatments, emulsions, enamels, paints, epoxy resins, and all other protective coatings, excepting galvanizing or anodizing, whether used as a pretreatment, primer, intermediate coat, or finish coat. 2. The term "DFT" means minimum dry film thickness. C. The following surfaces shall not be protective coated unless specifically indicated in other Sections or on the Drawings. 1. Concrete. 2. Stainless steel. 3. Machined surfaces. 4. Grease fittings. 5. Glass. 6. Equipment nameplates. 7. 8. Plastic and fiberglass surfaces 9. Embedded steel in concrete. IO. Factory pre-finished surfaces with baked-on enamel, porcelain, polyvinyldiene fluoride or other similar heat-applied factory finish. 1 1. Submerged or intermittently submerged concrete unless otherwise specified. Platform gratings, stair treads, door thresholds, and other walking surfaces. D. The coating system schedules summarize the surfaces to be coated, the required surface preparation, and the coating systems to be applied. Coating notes on the Drawings are used to show exceptions to the schedules, to show or extend the limits of coating systems, or to clarify or show details for application of the coating systems. 1.2 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Except as otherwise indicated, the current editions of the following apply to the Work of this Section: 1. References herein to "SSPC Specifications" or "SSPC" shall mean the published standards of SSPC, the Society for Protective Coatings. 2. References herein to "NACE" shall mean the published standards of the National Association of Corrosion Engineers. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 38874 PROTECTIVE COATING DATE: JUNE 30,2003 09800-1 B. C. 1.3 A. B. 3. References herein to ANSVAWWA shall mean the published standards of the American Water Works Association including: a. ANSVAWWA C205 Cement-Mortar Protective Lining and Coating for Steel Water Pipe 4 in. (1 OOmm) and Larger Shop Applied 4. National Sanitation Foundation (NSF) Standard 61 for Contact with Drinking Water. 5. Regulatory Agency Requirements: Coatings for surfaces in contact with raw or potable water shall impart no taste or odor to the water nor result in any organic or inorganic content in excess of the maximum contaminant level established by applicable laws or regulations including NSF Standards. All coatings shall be approved by the San Diego Air Pollution Control District. The Contractor shall revise painting systems specified herein to provide manufacturer's regulatory agency approved coating system where required. All painting systems shall be VOC. compliant. The Work of this Section shall comply with the current edition of the Uniform Building Code as adopted by the City of Carlsbad. Inspection records of shop or field-applied coatings and linings for buried or submerged items shall be submitted within 15 days after the work has been accepted. CONTRACTOR SUBMITTALS General: Submittals shall be furnished in accordance with SSPWC Subsection 2-5.3unless indicated otherwise below. Submittals shall include the following information and be submitted at least 30 days before protective coating work: 1. Coating Materials List: Eight copies of a coating materials list showing the Manufacturer and the coating number, keyed to the coating systems herein. The list shall be submitted before or at the time of submittal of samples. 2. Paint Manufacturer's information: For each coating system to be used, the following data: a. Paint manufacturer's data sheet for each product proposed, including statements on the suitability of the material for the intended use. b. Technical and performance information that demonstrates compliance with the system performance and material requirements. c. Paint manufacturer's instructions and recommendations on surface preparation and application. d. Proposed application techniques . e. Colors available for each product (where applicable). f. Compatibility of shop and field applied coatings (where applicable). g. . Material Safety Data Sheet for each product used. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C PROTECTIVE COATING DATE: JUNE 30,2003 09800-2 1.6 SAFETY AND HEALTH REGULATIONS c A. General: In accordance with the requirements of OSHA Safety and Health Standards for Construction (29CFR1926) and the applicable requirements of regulatory agencies having jurisdiction, as well as manufacturer-s printed instructions and appropriate technical bulletins and manuals, the Contractor shall provide and require use of personnel protective lifesaving equipment for persons working in or about the project site. PART 2 - PRODUCTS 2.1 A. B. C. - 2.2 A. 2.3 A. B. 2.4 A. GENERAL Suitability: Use suitable coating materials as recommended by the Manufacturer. Compatibility: In any coating system only compatible materials from a single Manufacturer shall be used in the Work. Particular attention shall be directed to compatibility of primers and finish coats. If necessary, a barrier coat shall be applied between existing prime coat and subsequent field coats to ensure compatibility. Protective Coating Materials shall be standard products produced by recognized manufacturers who are regularly engaged in production of such materials for essentially identical service conditions. Where requested, provide the Engineer with the names of not less than IO successful applications of the proposed manufacturer‘s products which comply with these requirements. INDUSTRIAL COATING SYSTEMS Material Sources: Each of the following manufacturers is capable of supplying many of the industrial coating materials indicated herein. Where manufacturers and paint numbers are listed, it is to show the type and quality of coatings that are required. 1. Ameron International. 2. Carboline Coatings Company. 3. IC1 Devoe Coatings Company. 4. Glidden Coatings and Resins. 5. Inorganic Coatings, Inc. 6. International Protective Coatings. 7. Tnemec Company. COLORS AND FINISHES Surface treatments and finishes are shown under Coating Systems below. All substrates scheduled under “Coating Systems” shall be coated whether or not shown on the Drawings or in the Coating System Schedule, unless an item is specifically scheduled as not requiring one of the coating systems described in this Section. Color Selection COATING SYSTEMS Interior and Exterior Systems CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C PROTECTIVE COATING DATE: JUNE 30,2003 09800-3 1. System No. 1 -Aliphatic Polyurethane: Two component aliphatic acrylic polyurethane coating material shall provide superior color and gloss retention, resistance to splash from acid and alkaline chemicals, resistance to chemical fumes and severe weathering and with a minimum solids content of 58 percent by volume. Primer shall be a rust inhibitive two-component epoxy coating with a minimum solids content of 68 percent by volume. a. Prime coat DFT = 4 mils, Ameron 385, Carboline 893, Tnemec 69, or equal. b. Finish coat (1 or more, DFT = 3 mils), Ameron Amershield, Carboline 134 HS, Tnemec 74, or equal. c. Total system DFT = 7 mils. d. More than one finish coat shall be applied as necessary to produce a finish with uniform color and texture. 2. System No. 2 - Epoxy, Equipment and Piping: Two-component, rust inhibitive polyamide cured epoxy coating material shall provide a recoatable finish that is available in a wide selection of colors. The coating material shall have a minimum solids content of 66 percent by volume and be resistant to service conditions of condensing moisture, splash and spillage of lubricating oils, and frequent washdown and cleaning. a. Prime coat DFT = 3 mils, Ameron 385, Tnemec 69, or equal. b. Prime coat, where shop applied. (DFT = 3 mils), universal primer, Ameron 185 HS, Tnemec 50-330 or 161, or equal. c. Finish coats (2 or more, DFT = 6 mils), Ameron 385, Tnemec 69, or equal. d. Total system DFT = 9 mils. B. Submerged and Severe Service Coating Systems 1. Materials Sources: The manufacturers' products listed in this paragraph are materials which satisfy the material descriptions of this paragraph and have a documented successful record for long term submerged or severe service conditions. Proposed substitute products will be considered as indicated above. 2. System No. 3 - Amine-Cured Epoxy: High build, amine-cured, epoxy resin shall have a solids content of at least 80% by volume, and shall be suitable for long-term immersion service in potable water. For potable water service, the coating material shall be listed by the NSF International as in compliance with NSF Standard 61 - Drinking Water System Components - Health Effects. a. Prime coat and finish coats (3 or more, DFT = 16 miles), Ameron 395, Tnemec 139, or equal. b. For coating of valves and nonsubmerged equipment, DFT = 12 mils. 3. System No. 4 - Cold-Applied Tape: Tape coating materials and procedures shall be in accordance with ANSVAWWA C209. The system shall consist of a primer layer, inner CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C PROTECTIVE COATING DATE: JUNE 30,2003 09800-4 layer tape (35 mils), and an outer layer tape (35 mils). Total system DFT = 70 mils. Prefabricated tape shall be Type II for fittings and ANSVAWWA C214 tape for piping. 4. System No. 5 - Polyamide-Cured Epoxy: High build, polyamide epoxy resin shall have a solids content of at least 56% by volume, and shall be suitable for long-term immersion in potable water. For potable water service, the coating material shall be listed by NSF International as in compliance with NSF Standard 61. a. Prime coat and finish coats (3 or more, DFT = 12 mils), Tnemec 20, Ameron 83HS, or equal. 5. System No. 6 - Fusion Bonded Epoxy: The coating material shall be a 100% powder epoxy applied in accordance with the ANWAWWA C213 - Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines, except that the surface preparation shall be as specified in the coating system schedule of this Section. The coating shall be applied using the fluidized bed process. a. Liquid Epoxy: For field repairs, the use of a liquid epoxywill be permitted, applied in not less than three coats to provide a DFT of 15 mils. The liquid epoxy shall be a 100 percent solids epoxy recommended by the powder epoxy manufacturer and per AWWA C210. (1) Coating DFT = 16 mils, Scotchkote 134 or 206N, or equal. (2) Total system DFT = 16 mils. (3) For coating of valves, DFT = 12 mils. 6. System No. 7 - Not used. C. Special Coating Systems I. System No. 8 - Cold-applied petrolatum/wax tape coating materials and procedures shall be in accordance with ANSVAWWA C217. The system shall consist of a primer (DFT = 3 mils) and a tape layer (40 mils minimum thickness). 2. System No. 9 - Rich Portland Cement Mortar: Rich Portland cement mortar coating shall have a minimum thickness of 1/8 inch, followed by enclosure in an 8-mil thick polyethylene sheet with all joints and edges lapped and sealed with tape. 3. System No. 10 - Cement Mortar Coating: Cement mortar coating materials and procedures shall conform to the requirements of ANSllAWWA C205. A 1-1/4-inch minimum thickness mortar coating shall be provided. The mortar coating shall be reinforced with wire fabric. The cement mortar shall contain no less than one part Type V cement to three parts sand. The cement mortar shall be cured by a curing compound meeting the requirements of "Liquid Membrane Forming Compounds for Curing Concrete," ASTM C 309, Type II, white pigmented, or by enclosure in an 8-mil thick polyethylene sheet with all edges and joints lapped by at least 6 inches. Sheeting shall be removed before backfilling. 4. System No. 11 - Tape and Cement Mortar Coating: A flexible pipe dielectric coating system (polyethylene tape) and cement mortar protective overcoat (rock shield) shall be provided. Polyethylene tape requirements shall conform to the requirements of ANSVAWWA C214. A 314-inch minimum thickness mortar coating (rock shield) shall be provided and shall be reinforced with welded wire fabric conforming to the CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C PROTECTIVE COATING DATE: JUNE 30,2003 09800-5 requirements of ANSVAWWA C205. Cement mortar shall conform to the requirements of ANSVAWWA C205, and cement for mortar shall be Type V. 5. System No. 12 - Polyurethane Coating for Ductile Iron Pipe: The exterior surface of ductile iron pipe and fittings shall be protected with a minimum 25-mil thickness of polyurethane coating. Polyurethane coatings shall be Corrocote 1 1 TX-15 by Madison Chemical, Protec 11 by Futura Coatings, or equal. Polyurethane coating shall be applied in accordance with the manufacturer's instructions, including recommendations for surface preparation and priming. 6. System No. 13 - Not used. 2.5 COATING SYSTEM SCHEDULE Item All ferrous surfaces indoors and outdoors, exposed or covered, except those included below. Surfaces of piping and equipment and ferrous surfaces submerged or intermittently submerged in potable water and all surfaces inside enclosed hydraulic structures and vents (excluding shop- coated valves, couplings, pumps). Buried steel pipe 3-inch diameter and smaller. Where indicated, ferrous surfaces in water passages of all valves 4-inch diameter and larger, exterior surfaces of submerged or buried valves. Ferrous surfaces of sleeve-couplings and exposed piping inside buildings/vaults. Buried surfaces that are not indicated to be coated elsewhere. Above-grade or below-grade concrete, submerged and non-submerged Galvanized surfaces where indicated Buried pipe couplings, valves, and flanged joints, including epoxy-coated surfaces Buried plastic pipe couplings, valves, fittings, and flanged joints (where piping is plastic) Buried steel pipe and fittings Surface Prep. Commercial blast cleaning SSPC-SP6 White metal blast cleaning SSPC-SP5 Removal of dirt, grease, oil White metal blast cleaning SSPC-SP5 White metal blast cleaning SSPC-SP5 Removal of dirt, grease, oil Per paragraph 3.7 Sweep blast cleaning SSPC-SP7 As specified by reference specification Removal of dirt, grease, oil As specified by reference CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C System No. (1) aliphatic polyurethane (3) amine-cured epoxy (4) cold applied tape (5) polyam ide-cured epoxy (6) fusion-bonded epoxy (4) cold applied tape (7) epoxy, concrete (8) petrolatum/wax tape (9) rich Portland cement mortar (1 1) tape and cement mortar] PROTECTIVE COATING DATE: JUNE 30,2003 09800-6 specification (IO) cement mortar] PART 3 -- EXECUTION 3.1 a. C. 3.2 A. 3.3 - A. 3.3 A. WORKMANSHIP Coating shall be done in a workmanlike manner so as to produce an even film of uniform thickness. Edges, comers, crevices, and joints shall receive special attention to insure thorough cleaning and an adequate thickness of coating material. The finished surfaces shall be free from runs, drops, ridges, waves, laps, brush marks, and variations in color, texture, and finish. The hiding shall be so complete that the addition of another coat would not increase the hiding. Special attention shall be given to insure that edges, corners, crevices, welds, and similar areas receive a film thickness equivalent to adjacent areas, and installations shall be protected by the use of drop cloths or other precautionary measures. All damage to surfaces resulting from the Work shall be cleaned, repaired, and refinished to original condition. STORAGE, MIXING, AND THINNING OF MATERIALS Manufacturer's Recommendations: Unless otherwise indicated, the coating manufacturer's printed recommendations and instructions for thinning, mixing, handling, applying, and protecting its coating materials, for preparation of surfaces for coating, and for all other procedures relative to coating shall be strictly observed. PREPARATION FOR COATING General: All surfaces to receive protective coatings shall be cleaned as indicated before application of coatings. Examine all surfaces to be coated, and correct surface defects before application of any coating material. All marred or abraded spots on shop-primed and on factory-finished surfaces shall receive touch-up restoration before any coating application. Surfaces to be coated shall be dry and free of visible dust. SURFACE PREPARATION STANDARDS The following referenced surface preparation specifications of SSPC: The Society for Protective Coatings shall form a part of this specification: 1. Solvent Cleaning (SSPC-SPI): Removal of oil, grease, soil, salts, and other soluble contaminants by cleaning with solvent, vapor, alkali, emulsion, or steam. 2. Hand Tool Cleaning (SSPC-SP2): Removal of loose rust, loose mill scale, loose paint, and other loose detrimental foreign matter, by hand chipping, scraping, sanding, and wire brushing. 3. Power Tool Cleaning (SSPC-SP3): Removal of loose rust, loose mill scale, loose paint, and other loose detrimental foreign matter, by power tool chipping, descaling, sanding, wire brushing, and grinding. 4. White Metal Blast Cleaning (SSPC-SPS): Removal of all visible rust, oil, grease, soil, dust, mill scale, paint, oxides, corrosion products and foreign matter by blast cleaning. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C PROTECTIVE COATING DATE: JUNE 30,2003 09800-7 3.4 A. B. C. D. 3.5 A. 3.6 A. 5. 6. 7. a. Commercial Blast Cleaning (SSPC-SP6): Removal of all visible oil, grease, soil, dust, mill scale, rust, paint, oxides, corrosion products, and other foreign matter, except that staining shall be limited to no more than 33 percent of each square inch of surface area. Brush-off Blast Cleaning (SSPC-SP7): Removal of all visible oil, grease, soil, dust, loose mill scale, loose rust, and loose paint. Near-White Blast Cleaning (SSPC-SPIO): Removal of all visible oil, grease, soil, dust, mill scale, rust, paint, oxides, corrosion products, and other foreign matter, except that staining shall be limited to no more than 5 percent of each square inch of surface area. Surface Preparation of Concrete (SSPC-SP13): Concrete surface shall be free of contaminants, laitance, loosely adhering concrete and dust, and should provide a sound, uniform substrate suitable for the application of protective coating or lining systems. SHOP COATING REQUIREMENTS Unless othewise indicated, all items of equipment, or parts of equipment that are not submerged or buried in service, shall be shop primed and then finish coated in the field after installation with the indicated or selected color. The methods, materials, application equipment and all other details of shop painting shall comply with this Section. If the shop primer requires topcoating within a specified period of time, the equipment shall be finish coated in the shop and then touchup painted after installation. All items of equipment or parts and surfaces of equipment which are submerged or inside an enclosed hydraulic structure when in service, with the exception of pumps and valves, shall have all surface preparation and coating work performed in the field. The interior surfaces of steel water reservoirs, except for Part A surfaces, shall have all surface preparation and coating work performed in the field. For certain pieces of equipment it may be undesirable or impractical to apply finish coatings in the field. Such equipment may include engine generator sets, equipment such as electrical control panels, switchgear or main control boards, submerged parts of pumps, ferrous metal passages in valves, or other items where it is not possible to obtain the indicated quality in the field. Such equipment shall be primed and finish coated in the shop and touched up in the field with the identical material after installation. The Contractor shall require the manufacturer of each such piece of equipment to certify as part of its shop drawings that the surface preparation is in accordance with these Specifications. The coating material data sheet shall be submitted with the shop drawings for the equipment. APPLICATION OF COATINGS The application of protective coatings to steel substrates shall be in accordance with SSPC- PA1 - Paint Application Specification No. 1. CURING OF COATINGS Maintain curing conditions in accordance with the conditions recommended by the coating material manufacturer or by this Section, whichever is the most stringent, before placing the completed coating system into service. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C PROTECTIVE COATING DATE: JUNE 30,2003 09800-8 B. In the case of enclosed areas, forced air ventilation, using heated air if necessary, may be required until the coatings have fully cured. 3.7 PROTECTION I A. Protect work of other trades, whether to be painted or not, against damage by the painting and finishing Work. Leave all such work undamaged. Correct all damages by cleaning, repairing or replacing, and repainting, as acceptable to the Engineer. B. Provide "Wet Paint" signs as required to protect newly painted finishes. Remove all temporary protective wrappings provided for protection of this Contract and other contracts after completion of painting operations. 3.8 CLEAN-UP A. During the progress of Work, remove from the site all discarded paint materials, rubbish, cans and rags at the end of each work day. B. Upon completion of painting Work, clean window glass and all other paint-spattered surfaces. Remove spattered paint by proper methods of washing and scraping, using care not to scratch or otherwise damage finished surfaces. C. At the completion of Work of other trades, touch up and restore all damaged or defaced painted surfaces as determined by the Engineer. ** END OF SECTION ** ,- CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C PROTECTIVE COATING DATE: JUNE 30,2003 09800-9 SECTION 15000 - PIPING COMPONENTS PART I --GENERAL WORK OF THIS SECTION 1 .I A. B. 1.2 A. 1.3 A. B. C. The Contractor shall furnish and install all piping systems shown and specified, in accordance with the requirements of the Contract Documents. Each system shall be complete with all necessary fittings, hangers, supports, anchors, seismic restraints, expansion joints, flexible connectors, valves, accessories, heat tracing, insulation, lining and coating, testing, disinfection, excavation, backfill and encasement, to provide a functional installation. The piping shown in the Drawings is intended to define the general layout, configuration, routing, method of support, pipe size, and pipe type. The Drawings,are not pipe construction or fabrication drawings. It is the Contractor's responsibility to develop the details necessary to construct all mechanical piping systems, to accommodate the specific equipment provided, and to provide and install all spools, spacers, adapters, connectors, and other appurtenances for a complete and functional system. m RELATED SECTIONS The Work of the following Sections applies to the Work of this Section. Other Sections, not referenced below, shall also apply to the ektent required for proper performance of this work. 1. Section 02666 Water Pipeline Testing and Disinfection 2. Section 05500 Miscellaneous Metals 3. Section 09800 Protective Coating REFERENCE SPECIFICATIONS, CODES AND STANDARDS The Work of this Section shall comply with the current editions of the following codes: 1. Uniform Mechanical Code 2. Uniform Plumbing Code 3. Uniform Fire Code Except as otherwise indicated in this Section, the Contractor shall comply with the latest adopted edition of the Standard Specifications for Public Works Construction (SSPWC) together with the latest adopted edition of the Regional Supplement Amendments and with the Carlsbad Municipal Water District Reclamation Rules and Regulations for Construction of Reclaimed Water Mains. Commercial Standards: All equipment, products, and their installation shall be in accordance with the following standards, as applicable, and as indicated in each Section: I. 2. 3. 4. American Society for Testing and Materials (ASTM) American National Standards Institute (ANSI) American Society of Mechanical Engineers (ASME) American Water Works Association (AWWA) CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C PIPING COMPONENTS DATE: JUNE 30,2003 15000-1 5. American Welding Society (AWS) 6. 7. American Iron and Steel Institute (AISI) National Fire Protection Association (NFPA) D. I .4 A. B. The following standards have been referenced in this Section: 1. 2. 3. 4. 5. 6. 7. 8. 9. IO. 11. 12. 13. 14. 15. 16. ANSVASME B1.20.1 ANSI 816.5 ANSIIAWWA C207 ANSIIAWWA C606 ANSVAWS Dl.1 ASTM A 36 ASTM A 283 ASTM A 285 ASTM A 307 ASTM A 325 ASTM A 563 ASTM D 2000 ASTM/AWWA C219 AWWA Manual MI 1 AWWA Manual M23 AWWA Manual M41 Pipe Threads, General Purpose (inch) Pipe Flanges and Flanged Fittings, NPS 112 through NPS 24 Steel Pipe Flanges for Water Works Service, Sizes 4 in through 144 in. Grooved and Shouldered Joints Structural Welding Code 0 Steel Specification for Carbon Structural Steel Specification for Low and Intermediate Tensile Strength Carbon Steel Plates Specification for Pressure Vessel Plates, Carbon Steel, Low- and Intermediate-Tensile Strength Specification for Carbon Steel Bolts and Studs, 60000 PSI Tensile Strength Specification for High-Strength Bolts for Structural Steel Joints Specification for Carbon and Alloy Steel Nuts Classification System for Rubber Products in Automotive Applications Bolted, Sleeve-Type Couplings for Plain-End Pipe Steel Pipe - A Guide for Design and Installation PVC Pipe - Design and Installation Ductile-Iron Pipe and Fittings CONTRACTOR SUBMITTALS The Contractor shall submit complete shop drawings and certificates, test reports, affidavits of compliance, of all piping systems for review by the Engineer in accordance with the requirements in SSPWC Subsection 2-5.3, and as indicated in the individual piping sections. The shop drawings shall include dimensions and details on pipe joints, fittings, fitting specials, harnessed joints, valves, and appurtenances, and shall include design calculations and material lists. The submittals shall include detailed layout, spool, or fabrication drawings which show all pipe spools, spacers, adapters, connectors, fittings, and pipe supports and seismic restraints necessary to accommodate the equipment and valves provided in a complete and functional system. The Contractor shall submit operations and maintenance information including the following: 1. Manufactureds product data. 2. Manufactureds installation instructions. 3. Manufactureds certification of compliance. 4. Statement from the pipe fabricator certifying that s,, pipe will be fabricated subject to a Quality Control Program. Outline of Quality Control Program. 5. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C PIPING COMPONENTS DATE: JUNE 30,2003 15000-2 QUALITY ASSURANCE 1.5 - A. B. C. D. - 1.6 A. 1.7 A. 1.8 A. Inspection: All pipe shall be subject to inspection at the place of manufacture. The Contractor shall notify the Engineer in writing of the date for the start of each phase of pipe production and the dates for the proof of design tests. The notification shall be given at least 14 days prior to the start of the pipe manufacture. During the manufacture of the pipe, the Engineer shall be given access to all areas where manufacturing is in progress and shall be permitted to make all inspections necessary to confirm compliance with the Specifications. Tests: Except where otherwise indicated, all materials used in the manufacture of the pipe shall be tested in accordance with the applicable specifications and standards. Welds shall be tested as indicated. The Contractor shall perform all tests at no additional cost to the Agency. Copies of all test reports shall be furnished to the Engineer. Welding Requirements: All welding procedures used to fabricate pipe shall be prequalified under the provisions of ANSVAWS D1 .I. Welding procedures shall be required for, but not necessarily limited to, longitudinal and girth or spiral welds for pipe cylinders, spigot and bell ring attachments, reinforcing plates and ring flange welds, and plates for lug connections. Welder Qualifications: All welding shall be done by skilled welders, welding operators, and tackers who have had adequate experience in the methods and materials to be used. Welders shall be qualified under the provisions of ANSVAWS DI .I by an independent local, approved testing agency not more than 6 months prior to commencing Work on the pipeline. Machines and electrodes similar to those used in the Work shall be used in qualification tests. The Contractor shall furnish all material and bear the expense of qualifying welders at no increased cost to the Agency. MANUFACTURERS SERVICE REPRESENTATIVE Where the assistance of a manufacturer's service representative is advisable in order to obtain perfect pipe joints, supports, or special connections, the Contractor shall furnish such assistance at no additional cost to the Agency. MATERIAL DELIVERY, STORAGE, AND PROTECTION All piping materials, fittings, valves, and accessories shall be delivered in a clean and undamaged condition and shall be stored off the ground to provide protection against oxidation caused by ground contact. All defective or damaged materials shall be replaced with new materials. CLEANUP After completion of the Work, all remaining pipe cuttings, joining and wrapping materials, and other scattered debris, shall be removed from the site by the Contractor. The entire piping system shall be handed over to the Agency in a clean and functional condition. PART 2 -- PRODUCTS 2.1 GENERAL A. All pipes, fittings, and appurtenances shall be furnished in accordance with the requirements of the applicable Sections of Divisions 2 and 15 and this Section. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C PIPING COMPONENTS DATE: JUNE 30,2003 15000-3 B. C. D. E. F. G 2.2 A. B. C. D. E. F. Pipe Supports: All pipes shall be adequately supported in accordance with the requirements of Section 15020 - Pipe Supports, and as indicated. Lining: The thickness, application, and curing of pipe lining shall be in accordance with the requirements of the applicable Sections of Division 2, unless otherwise indicated. - Coating: The thickness, application, and curing of pipe coating shall be in accordance with the requirements of the applicable Sections of Division 2, unless otherwise indicated. Pipes installed above ground or in structures shall be field-painted in accordance with Section 09800 - Protective Coating. Pressure Rating: All piping systems shall be designed for the maximum expected pressure as defined in Section 02666 -Water Pipeline Testing and Disinfection, or as indicated on the piping schedule. Grooved Piping Systems: Grooved couplings on buried piping shall be bonded. All grooved fittings, couplings, and valves shall be from the same manufacturer. Nuts, Bolts, and Washers: Bolts used for joining pipes shall be stainless steel, Type 31 6, conforming to the requirements of ASTM AI 93, Grade B8M, Standard heavy hexagon head. Nuts shall be stainless steel, Type 316, conforming to the requirements of ASTM A194, Grade 8M, Standard heavy hexagon. Fit shall be Class 2A or 2B, per ANSI B1 .I. PIPE FLANGES Flanges: Where the design pressure is 150 psi or less, flanges shall conform to either ANSVAWWA C207 Class D or ANSI 816.5 150-pound class. Where the design pressure is greater than 150 psi, up to a maximum of 275 psi, flanges shall conform to either ANSVAWWA C207 Class E, Class F, or ANSI 816.5 150-pound class. Where the design pressure is greater than 275 psi up to a maximum of 700 psi, flanges shall conform to ANSI 816.5 300-pound class. Flanges shall have flat faces and shall be attached with bolt holes straddling the vertical axis of the pipe unless otherwise shown. Attachment of the flanges to the pipe shall conform to the applicable requirements of ANSVAWWA C207. Blind Flanges: Blind flanges shall be in accordance with ANSVAWWA C207. All blind flanges for pipe diameters 12-inches and over shall be provided with lifting eyes in form of welded or screwed eye bolts. Flange Coating: All machined faces of metal blind flanges and pipe flanges shall be coated with a temporary rust-inhibitive coating to protect the metal until the installation is completed. Flange Bolts: All bolts and nuts shall conform to Section 05500 - Miscellaneous Metals. Studs and bolts shall extend through the nuts a minimum of 1/4-inch. All-thread studs shall be used on all valve flange connections, where space restrictions preclude the use of regular bolts. Insulating Flanges: Insulated flanges shall have bolt holes 1/4-inch diameter greater than the bolt diameter. Insulating Flange Sets: Insulating flange sets shall be provided where shown on the Drawings. Each insulating flange set shall consist of an insulating gasket, insulating sleeves and washers and a steel washer. Insulating sleeves and washers shall be one piece when flange bolt diameter is 1-1/2 inches or smaller and shall be made of acetal resin. For bolt diameters larger than 1 -1/2 inches, insulating sleeves and washers shall be two-piece and CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C PIPING COMPONENTS DATE: JUNE 30,2003 15000-4 G. I H. I. 2.3 A. B. 2.4 A. B. C. D. shall be made of polyethylene or phenolic. Steel washers shall be in accordance with ASTM A 325. Insulating gaskets shall be full-face. Insulating Flange Manufacturers, or Equal: 1. 2. Reflange by Taylor Forge, Houston, Texas PSI Products, Inc., Gardena, California. Flange Gaskets: Gaskets for flanged joints shall be full-faced, 1/8-inch thick compressed sheets of asbestos-free aramid fiber base, with nitrile binder and nonstick coating, suitable for temperatures to 700 degrees F, a pH of I to 11, and pressures to 1,000 psig. Blind flanges shall have gaskets covering the entire inside face of the blind flange and shall be cemented to the blind flange. Ring gaskets will not be permitted. Flange Gasket Manufacturers, or Equal: 1. John Crane, Style 2160. 2. Garlock, Style 3000. THREADED INSULATING CONNECTIONS General: Threaded insulating bushings, unions, or couplings, as appropriate, shall be used for joining threaded pipes of dissimilar metals and for piping systems where corrosion control and cathodic protection are involved. Materials: Threaded insulating connections shall be of nylon, Teflon, polycarbonate, polyethylene, or other nonconductive materials, and shall have ratings and properties to suit the service and loading conditions. MECHANICAL-TYPE COUPLINGS (GROOVED OR BANDED PIPE) General: Cast mechanical-type couplings shall be provided where shown. The couplings shall conform to the requirements of ANSllAWWA C606. Bolts and nuts shall conform to the requirements of Section 05500 - Miscellaneous Metals. All gaskets for mechanical-type couplings shall be compatible with the piping service and fluid utilized, in accordance with the coupling manufacturer's recommendations. The wall thickness of all grooved piping shall conform to the coupling manufacturer's recommendations to suit the highest expected pressure. To avoid stress on equipment, all equipment connections shall have rigid-grooved couplings, or harness sets in sizes where rigid couplings are not available, unless thrust restraint is provided by other means. The Contractor shall have the coupling Manufacturer's service representative verify the correct choice and application of all couplings and gaskets, and the workmanship, to assure a correct installation. Manufacturers of Couplings for Steel Pipe, or Equal: 1. 2. 3. Victaulic Style 41 or 44 (banded, flexible). Victaulic Style 77 (grooved, flexible). Victaulic Style 07 or HP-70 (grooved, rigid). Manufacturers of Ductile Iron Pipe Couplings, or Equal: 1. Victaulic Style 31 (flexible or rigid grooving), furnished with flush seal gaskets. Manufacturers of Couplings for PVC Pipe, or Equal: CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C PIPING COMPONENTS DATE: JUNE 30,2003 15000-5 1. Victaulic Style 775, furnished with radius cut or standard roll grooved pipe ends. 2.5 A. B. C. D. E. SLEEVE-TYPE COUPLINGS Construction: Sleeve-type couplings shall be provided where indicated on the Drawings, in accordance with ANSVAWWA C219 unless otherwise indicated on the Drawings, and shall be of steel with steel bolts, without pipe stop, and shall be of sizes to fit the pipe and fittings. The middle ring shall be not less than 1/4-inch in thickness and shall be either 5 or 7-inches long for sizes up to and including 30-inches and IO-inches long for sizes greater than 30- inches, for standard steel couplings, and 16-inches long for long-sleeve couplings. The followers shall be single-piece contoured mill section welded and cold-expanded as required for the middle rings. They shall be of sufficient strength to accommodate the number of bolts necessary to obtain adequate gasket pressures without excessive rolling. The shape of the follower shall be of such design as to provide positive confinement of the gasket. Bolts and nuts for buried couplings shall be Type 316 stainless steel. Bolts and nuts for exposed couplings shall conform to the requirements of Section 05500 - Miscellaneous Metals and shall be coated in accordance with Section 09800 - Protective Coating. Buried sleeve-type couplings shall be fusion bonded epoxy lined and coated at the factory in accordance with AWWA C213, and shall also receive a petrolatum/wax tape coating in accordance with Section 09800 - Protective Coating. Pipe Preparation: The ends of the pipe, where indicated, shall be prepared for flexible steel couplings. Plain ends for use with couplings shall be smooth and round for a distance of 12- inches from the ends of the pipe, with outside diameter not more than 1/64-inch smaller than the nominal outside diameter of the pipe. The middle ring shall be tested by coldexpanding a minimum of one percent beyond the yield point, to proof-test the weld to the strength of the parent metal. The weld of the middle ring shall be subjected to air test for porosity. Gaskets: Gaskets for sleeve-type couplings shall be rubber-compound material that will not deteriorate from age or exposure to air under normal storage or use conditions. Gaskets shall be immune to attack by impurities normally found in water or wastewater. All gaskets shall meet the requirements of ASTM D 2000, AA709Z, meeting Suffix B13 Grade 3, except as noted above. All gaskets shall be compatible with the piping service and fluid conveyed. The rubber in the gasket shall meet the following specifications: 1. Color - Jet Black. 2. Surface - Nonblooming. 3. 4. 5. Durometer Hardness - 74 * 5. Tensile Strength - 1,000 psi minimum. Elongation - 175 percent minimum. Insulating Couplings: Where insulating couplings are required, both ends of the coupling shall have a wedge-shaped gasket which assembles over a rubber sleeve of an insulating compound in order to obtain insulation of all coupling metal parts from the pipe. Restrained Joints: Sleeve-type couplings on pressure lines shall be harnessed unless thrust restraint is provided by other means. Harnesses shall conform to the requirements of the appropriate reference standard, to the requirements specified herein, or to the Drawings. 1. Joint Harnesses for Sleeve-Type Couplings on Steel Water Pipelines: Bolts and stud materials shall conform to ASTM A307, Grade B. Nuts shall conform to ASTM A563, Grade A, heavy hex. Lug material shall conform to one of the following: ASTM A36; ASTM A283 Grade B, Grade C, or D; or ASTM A285, Grade C. Lug dimensions shall CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C PIPING COMPONENTS DATE: JUNE 30,2003 15000-6 F. 2.6 A. 2.7 A. 2.8 A B. be as shown in AWWA Manual MI 1. Lugs shall be Type P for pipe from 6- through 10-inch diameter, and Type RR for pipe 12-inch diameter and larger. 2. End Thrust: Joint harnesses shall be designed to accommodate the design working pressure and surge allowance shown on the Drawings. 3. Coating of Joint Harnesses: Coatings for joint harnesses shall conform to Section 09800 - Protective Coating. Buried joint harnesses shall be coated with a petrolatum/wax tape coating in accordance with Section 09800 - Protective Coating. Manufacturers, or Equal: I. 2. 3. 4. 5. Romac Industries, Inc. Style 501 Straight, Transition, and Long Barrel Couplings. Ford Meter Box Co., Inc., Style FCI Ductile Iron Coupling and Style FC2A Ductile Iron Transition Coupling. Smith-Blair, Style 41 1 Steel Coupling and Style 441 Cast Coupling. JCM Industries Model 212 Ductile Iron Transition Coupling. Power Seal, Model No. 3501. FLEXIBLE CONNECTORS Flexible connectors shall be installed in all piping connections to engines, compressors, and other vibrating equipment, and where shown on the Drawings. Flexible connectors for service temperatures up to 180 degrees F shall be flanged, reinforced Neoprene or Butyl spools, rated for a working pressure of 40 to 150 psi, or reinforced, flanged duck and rubber, as best suited for the application, unless otherwise shown. Flexible connectors for service temperatures above 180 degrees F shall be flanged, braided stainless steel spools with inner, annular, corrugated stainless steel hose, rated for minimum 150 psi working pressure, unless othetwise shown on the Drawings. The connectors shall be 9 inches long, face-to- face flanges, unless otherwise shown on the Drawings. The final material selection shall be approved by the manufacturer. The Contractor shall submit manufacturer's shop drawings and calculations. EXPANSION JOINTS All piping subject to expansion and contraction shall be provided with sufficient means to compensate for such movement, without exertion of undue forces to equipment or structures. This may be accomplished with expansion loops, bellow-type expansion joints, or sliding-type expansion joints. Expansion joints shall be of stainless steel, monel, rubber, or other materials, best suited for each individual service. The Contractor shall submit to the Engineer detailed calculations and manufacturer's shop drawings, guaranteeing satisfactory performance of all proposed expansion joints, piping layouts showing all anchors and guides, and information on materials, temperature and pressure ratings. FLANGED COUPLING ADAPTERS Flanged coupling adapters shall be epoxy lined and coated with high-strength low alloy bolts and nuts conforming to ANSI A21 .I I. Buried flange coupling adapters shall be wrapped with three layers of 8-mil polyethylene. Flanged coupling adapters shall be as follows: 1. 2. 3. Romac Industries, Inc. Style FCA 501 and Style FC400 Ford Meter Box Co. Style FFCA and Style FCA Smith-Blair Style 91 2 and Style 91 3. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C PIPING COMPONENTS DATE: JUNE 30,2003 15000-7 2.9 RESTRAINED JOINTS A. All recycled water lines shall have joint restraint system incorporating ductile iron serrated gripping ring with stainless steel hardware. Restrained joints shall be wrapped with three layers, 8 mil polyethylene and taped at each end. Restrained joints for PVC pipe shall be as follows: B. 1. Restrained Flange Adapters: a. b. EBAA Iron, Inc. Series 2100 Megaflange (3- to 24-inch diameter) Ford Meter Box Co. Uni-Flange Series 900-C) (4- to 12-inch diameter) 2. Bell Restraint Harnesses: Bell restraint harnesses shall be full-circle split restraint rings with one installed behind the spigot an d one behind the bell. The design of the restraint system shall be based on the design working pressure with a 2:l safetyfactor. The restraint system shall include high strength threaded rods and nuts. Buried joints shall be wrapped with three layers of 8-mil polyethylene. Bell restraint harnesses shall be the following: a. b. c. d. EBAA Iron, Inc. Series 1500 or 1600 (4- to 12-inch diameter) EBAA Iron, Inc. Series 2800 (14- to 36 inch diameter) Ford Meter Box Co. Uni-Flange Block Buster Series 1390-C) (2- to 36-inch diameter) Star Pipe Products Series I100 C (4- to 24-inch diameter) 3. Mechanical Joint Restraints a. b. c. EBAA Iron, Inc. Series 2000 PV (3- to 36-inch diameter) Ford Meter Box Co. Uni-Flange Block Buster Series 1300-C Pipe Restraint (2- to 36-inch diameter) Ford Meter Box Co. Uni-Flange Series 1500-CA (4- to 24-inch diameter) C. Restrained joints for ductile iron pipe shall be as follows: 1. Restrained Flange Adapters a. b. EBAA Iron, Inc. Series 2100 Megaflange (3- to 36-inch diameter) Ford Meter Box Co. Uni-Flange Series 400 (2- to 48-inch diameter) 2. Bell Restraint Harnesses a. b. EBAA Iron, Inc. Series 1700 Megalug Restraint Harness (4- to 36-inch diameter) Ford Meter Box Co. Uni-Flange Block Buster Series 1390-C) (4- to 16-inch diameter) 3. Mechanical Joint Restraints a. b. c. d. EBAA Iron, Inc. Series 1100 Megalug (3- to 48-inch diameter) EBAA Iron, Inc. Series 1100SD (3- to 48-inch diameter) Ford Meter Box Co. Uni-Flange Block Buster Series 1300-C Pipe Restraint (4- to 16-inch diameter) Ford Meter Box Co. Uni-Flange Series 1400-C) (4- to 36-inch diameter) D. Buried restrained connections shall be wrapped with three layers of 8-mil polyethylene. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C PIPING COMPONENTS DATE: JUNE 30,2003 15000-8 FLEXIBLE EXPANSION JOINTS 2.10 A. - 2.1 1 A. 2.12 A. - 2.13 A. Flexible expansion joints shall be manufactured of ductile iron conforming to ANSVAWWA C 153/A21.53. The joints shall consist of double ball and socket having minimum 15 degrees deflection per ball and 8 inches minimum expansion. Joints shall be rated for a pressure of 350 psi. All internal surfaces of the joints shall be lined with a minimum 15 mils of fusion bonded epoxy (System 6, Section 09800, Protective Coatings). All external surfaces of the joints shall be coated with coal tar epoxy (System 7, Section 09800, Protective Coatings) conforming to AWWA (2210. Provide flexible expansion joints manufactured by EBAA Iron or approved equal. DISMANTLING JOINTS Dismantling joints shall be self-constraint flanged restrained joint fittings allowing for a minimum 2 inches of longitudinal adjustment and service pressures of 250 psi and 350 psi, depending of the approved pump shut-off head rating. The joints shall be manufactured of steel conforming to ASTM A283, grade C with EPDM gaskets conforming to ASTM 02000. The joints shall consist of flanged adapters, spigot pieces, tie bars, and gaskets. All internal surfaces of the joints shall be lined with a minimum 15 mils of fusion bonded epoxy (System 6, Section 09800, Protective Coatings). All external surfaces of the joints shall be coated with coal tar epoxy (System 7, Section 09800, Protective Coatings) conforming to AWWA (2210. Provide dismantling joints manufactured by Viking Johnson or approved equal. PIPE THREADS All pipe threads shall be in accordance with ANSVASME B1.20.1 HIGH DEFLECTION COUPLINTS FOR AWWA C900 PVC PIPE Provide PVC couplings with twin elastomeric gaskets that allow 2 degrees of deflection at each gasket for a total of 4 degrees per coupling. Provide couplings for cast iron equivalent outside diameter and Class 200 pressure rating. Provide CertainTeed High Deflection (HD) Stop Couplings or equal. PART 3 -- EXECUTION 3.1 GENERAL A. All pipes, fittings, and appurtenances shall be installed in accordance with the requirements of Divisions 2 and 15. The lining manufacturer shall take full responsibility for the complete, final product and its application. All pipe ends and joints at screwed flanges shall be epoxy- coated, to assure continuous protection. B. Where core drilling is required for pipes passing through existing concrete, core drilling locations shall be determined by radiograph of concrete construction to avoid damage to embedded raceways and rebar. C. All buried valves, mechanical joints, flanges, adapters, restrained connections, and other metallic pipeline appurtenances shall be wrapped with three layers of 8-mil polyethylene sheet taped at the ends. ** END OF SECTION ** CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C PIPING COMPONENTS DATE: JUNE 30,2003 15000-9 SECTION 15100 -VALVES, GENERAL PART 1 -- GENERAL 1 .I A. B. C. I .2 A. 1.3 A. B. WORK OF THIS SECTION The Contractor shall provide all valves, operators, and appurtenances, complete and operable, in accordance with the Contract Documents. This Section applies to all valves and valve operators except where otherwise indicated. Unit Responsibility: A single manufacturer shall be made responsible for coordination of design, assembly, testing, and furnishing of each type of valve; however, the Contractor shall be responsible to the Owner for compliance with the requirements of each valve section. Unless indicated otherwise, the responsible manufacturer shall be the manufacturer of the valve. Single Manufacturer: Where two or more valves of the same type or size are required, the valves shall be furnished by the same manufacturer. RELATED SECTIONS The Work of the following Sections applies to the Work of this Section. Other Sections, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. Section 09800 Protective Coating 2. Section 15000 Piping Components 4. Section 15101 Valve Operators 5. Section 15109 Gate Valves 7. Section 151 13 Air Release and Vacuum Valves 8. Section 151 14 Pressure Regulating Valves 9. Section 151 15 Miscellaneous Valves REFERENCE SPECIFICATIONS, CODES AND STANDARDS Except as otherwise indicated in this Section, the Contractor shall comply with the latest adopted edition of the Standard Specifications for Public Works Construction (SSPW C) together with the latest adopted edition of the Regional Supplement Amendments and with the Carlsbad Municipal Water District Reclamation Rules and Regulations for Construction of Reclaimed Water Mains. Except as otherwise indicated, the current editions of the following standards apply to the Work of this Section: 1. ANSVASME B16.1 Cast Iron Pipe Flanges and Flanged Fittings 2. ANSVASME B16.5 Pipe Flanges and Flanged Fittings 3. ANSVASME B16.47 4. ANSVASME B1.20.1 Pipe Threads (Inch), General Purpose 5. ANSVASME B31 .I Power Piping 6. ASTMA36 Standard Specification for Carbon Structural Steel Large Diameter Steel Flanges: NPS 26 through NPS 60 CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C VALVES, GENERAL DATE: JUNE 30,2003 1 51 00-1 1.4 A. B. 7. ASTMA48 8. ASTMA126 9. ASTMA216 IO. ASTMA351 11. ASTMA395 12. ASTMA515 13. ASTMA536 14. ASTMA743 15. ASTM B61 16. ASTM 862 17. ASTMB148 18. ASTM B584 19. ANSIIAWWA C210 20. ANSllAWWA C217 21. ANSIIAWWA C550 22. SSPCSP2 23. SSPCSP5 24. MSSSP25 Standard Specification for Gray Iron Castings Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings Standard Specification for Steel Castings, Carbon Suitable for Fusion Welding for High Temperature Service Standard Specification for Steel Castings, Austenitic, Austenitic-Ferric (Duplex), and Pressure-Containing Parts Standard Specification for Ferritic Ductile Iron Pressure- Retaining Castings for Use at Elevated Temperatures Standard Specification for Pressure Vessel Plates, Carbon Steel, for Intermediate and Higher Temperature Service Standard Specification for Ductile Iron Castings Standard Specification for Castings, Iron-Chromium, Iron- Chromium-Nickel, Corrosion-Resistant, for General Purposes Standard Specification for Stream or Valve Bronze Castings Standard Specification for Composition Bronze or Ounce Metal Castings Standard Specification for Aluminum-Bronze Sand Castings Specification for Copper Alloy Sand Castings for General Applications Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines Cold-Applied Petrolatum Tape and Petroleum Wax Tape Coatings fro the Exterior of Special Sections, Connections, and Fittings for Buried Steel Water Pipelines Protective Epoxy Interior Coatings for Valves and Hydrants Hand Tool Cleaning Joint Surface Preparation White Metal Blast Cleaning Standard Marking Systems for Valves, Fittings, Flanges, and Unions CONTRACTOR SUBMITTALS General: Submittals shall be furnished in accordance with Section 01300 - Submittals. Shop Drawings: Shop drawings shall contain the following information: 1. Manufacturer’s product data including catalog cuts. 2. Valve name, size, C, factor, pressure rating, identification number (if any), and specification section number. 3. Complete information on valve operator, including size, Manufacturer, model number, limit switches, and mounting. 4. Cavitation limits for all control valves. 5. Assembly drawings showing part nomenclature, materials, dimensions, weights, and relationships of valve handles, handwheels, position indicators, limit switches, integral control systems, needle valves, and control systems. 6. A schedule of valves to be labeled, indicating in each case the valve location and the proposed wording for the label. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C VALVES, GENERAL DATE: JUNE 30,2003 15100-2 7. Manufacturer's certification that products comply with the indicated requirements. C. D. E. 1.5 A. 1.6 A. 8. Manufacturer's certification that epoxy coatings have been factory tested and comply with the indicated requirements. 9. Manufacturer's literature for flange gaskets, including compression calculation on gaskets for plastic valves and fittings. The following operations and maintenance information shall be provided: 1. 2. Manufacturer's maintenance procedures. 3. List of special tools. 4. Manufacturer's installation and operating instructions. Schedule of valves indicating valve identification and location. Spare Parts List: A spare parts list shall be provided with information for each valve assembly. Factory Test Data: Where indicated, signed, dated, and certified factory test data for each valve requiring certification shall be submitted before shipment of the valve. The data shall also include certification of quality and test results for factory-applied coatings. FACTORY TESTING General: Valves shall be tested in compliance with the AWWA Standards as indicated. As a minimum, unless otherwise indicated, each valve body4 inches and larger shall be tested hydrostatically to I .5 times its rated working pressure at 100 degrees F, for a period of 5 minutes, without showing any leaks or loss of pressure. In addition, each valve 4 inches and larger shall undergo a functional test to demonstrate satisfactory operation throughout the operating cycle, and a closure test shall be conducted at the rated waterworking pressure at 100 degrees F for a period of 5 minutes to demonstrate tight shut-off. Minor stem seal leakage shall not be a cause for rejection. All valves 3 inches and smaller shall undergo the manufacturer's standard test. FIELD TESTING Testing: Valves shall be field-tested for compliance with the indicated requirements. PART 2 -- PRODUCTS 2.1 A. B. .- PRODUCTS General: Valves shall be of the size, type, and capacity indicated on the Drawings or in the Specifications. All valves shall be new and of current manufacture. All shut-off valves 6- inches in diameter and larger shall have operators with position indicators. Buried valves shall be provided with operating devices in accordance with Section 15101 - Valve Operators. Where chains would interfere with passageways, a chain hook shall be mounted on a permanent structure to maintain the passageway clear to a minimum height of 80 inches for the full passage width. Valve Operators: Unless otherwise indicated, valve operators shall be in accordance with Section 151 01 - Valve Operators. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C VALVES, GENERAL DATE: JUNE 30,2003 151 00-3 C. D. E. 2.2 A. 2.3 A. B. C. Protective Coating: Protective coatings for buried and exposed valves shall be provided in accordance with Section 09800 - Protective Coating. Wet interior surfaces of all ferrous valves of diameters 4 inches and larger shall be coated in accordance with Section 09800 - Protective Coating. The valve manufacturer shall certify in writing that the required coating has been applied and tested in the manufacturing plant before shipment, in accordance with the Specifications. Flange faces of valves shall not be epoxy coated but shall be coated with a temporary rust-inhibitive coating to protect the metal until the installation is complete. Certification: Before shipment of any valve over 12 inches in diameter, the Contractor shall submit certified, notarized copies of the hydrostatic factory tests, showing compliance with the applicable standards of AWWA, ANSI, and ASTM. Valve Marking: All valve bodies shall be permanently marked in accordance with MSS SP25 - Standard Marking Systems for Valves, Fittings, Flanges, and Unions. MATER I ALS General: All materials shall be suitable for the intended application. Materials not specified shall be high-grade standard commercial quality, free from all defects and imperfections that might affect the serviceability of the product for the purpose for which it is intended. Unless otherwise specified, valve bodies shall conform to the following requirements: I. 2. 3. 4. 5. Cast Iron: Cast iron valve bodies shall be of close-grained gray cast iron, conforming to ASTM A48, Class 30, or to ASTM AI 26. Ductile Iron: Ductile iron valve bodies shall conform to ASTM A536 or to ASTM A395 Steel: Steel valve bodies shall conform to ASTM A216, Grade WCB or to ASTM A51 5, Grade 70. Bronze: Bronze valve bodies shall conform to ASTM 862, and valve stems not subject to dezincification shall conform to ASTM B584. Stainless Steel: Stainless steel valve bodies and trim shall conform to ASTM A351, Grade CF8M, or shall be Type 316 stainless steel. VALVE CONSTRUCTION Bodies: Valve bodies shall be cast, forged, or welded of the materials indicated, with smooth interior passages. Wall thicknesses shall be uniform in agreement with the applicable standards for each type of valve, without casting defects, pinholes, or other defects that could weaken the body. All welds on welded bodies shall be performed with approved welding procedures and procedure qualifications. All welders shall be certified. Welds shall be ground smooth. Valve ends shall be as indicated, and be rated for the maximum temperature and pressure to which the valve will be subjected. The flanges of valves shall comply with Section 15000 - Piping Components. Bonnets: Valve bonnets shall be clamped, screwed, or flanged to the body and shall be of the same material, temperature, and pressure rating as the body. The bonnets shall have provision for the stem seal with the necessary glands, packing nuts, or yokes. Stems: Valve stems shall be of the materials indicated, or, if not indicated, of the best commercial material for the specific service, with adjustable stem packing, O-rings, Chevron V-type packing, or other suitable seal. Where subject to dezincification, bronze valve stems CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C VALVES, GENERAL 1 51 00-4 DATE: JUNE 30,2003 D. E. 2.5 A. 2.6 A. shall conform to ASTM B 62, containing not more than 5% of zinc or more than 2% of aluminum, with a minimum tensile strength of 60,000 psi, a minimum yield strength of 40,000 psi, and an elongation of at least 10% in 2-inches as determined by a test coupon poured from the same ladle from which the valve stems are poured. Where dezincification is not a problem, bronze conforming to ASTM B584 may be used. lntemal Parts: Internal parts and valve trim shall be as indicated for each individual valve. Where not indicated, valve trim shall be of Type 316 stainless steel or other best suited material. Nuts and Bolts: All nuts and bolts on valve flanges and supports shall be in accordance with Section 05500 - Miscellaneous Metals. VALVE ACCESSORIES All valves shall be furnished complete with the accessories required to provide a functional system. MANUFACTURER'S QUAL1 FI CATIONS Manufacturer's Qualifications: All valve manufacturers shall have a successful record of not less than 5 years in the manufacture of the valves indicated. PART 3 -- EXECUTION 3.1 A. B. C. VALVE INSTALLATION General: All valves, operating units, stem extensions, valve boxes, and accessories shall be installed in accordance with the manufacturer's written instructions and as indicated. All gates shall be adequately braced to prevent warpage and bending under the intended use. Valves shall be firmly supported to avoid undue stresses on the pipe. Access: All valves shall be installed with easy access for operation, removal, and maintenance and to avoid interference between va'lve operators and structural members, handrails, or other equipment. Valve Accessories: Where combinations of valves, sensors, switches, and controls are indicated, assemble and install such items so that all systems are compatible and operating properly. The relationship between interrelated items shall be clearly noted on shop drawing submittals. ** END OF SECTION ** CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NO. 3887-C PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT VALVES, GENERAL DATE: JUNE 30,2003 151 00-5 SECTION 15101 -VALVE OPERATORS PART I -- GENERAL 1 .I WORK OF THIS SECTION A. The Contractor shall provide valve operators and appurtenances, complete and operable, in accordance with the Contract Documents. The Work also includes coordination of design, assembly, testing and installation. The provisions of this Section shall apply to all valves, except where othewise indicated in the Contract Documents. B. Unit Responsibility: A single manufacturer shall be made responsible for furnishing the Work and for coordination of design, assembly, testing, and installation of the Work of each type of valve; however, the Contractor shall be responsible to the Agency for compliance with the requirements of each valve section. Unless otherwise indicated, the single manufacturer shall be the manufacturer of the valve. Where two or more valve operators of the same type or size are required, the operators shall all be produced by the same manufacturer. 1.2 RELATED SECTIONS A. The Work of the following Sections applies to the Work of this Section. Other Sections, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. 2. Section 151 09 Gate Valves Section 151 00 Valves, General 1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Except as othewise indicated in this Section of the Specifications, the Contractor shall comply with the latest adopted edition of the Standard Specifications for Public Works Construction (SSPWC) together with the latest adopted edition of the Regional Supplement Amendments and with the Carlsbad Municipal Water District Reclamation Rules and Regulations for Construction of Reclaimed Water Mains. B. Except as otherwise indicated, the current editions of the following apply to the Work of this Section: 1. ANSVAWWA C500 Gate Valves for Water and Sewerage Systems 1.4 CONTRACTOR SUBMITTALS A. General: Submittals shall be furnished in accordance with SSPWC Subsection 2-5.3 and Section 151 00 - Valves, General. B. Shop Drawings: Shop drawings of all operators shall be submitted together with the valve submittals as a complete package. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C VALVE OPERATORS DATE: JUNE 30,2003 15101-1 PART 2 -- PRODUCTS 2.1 A. B. C. D. E. 2.2 A. B. GENERAL Genera I: 1. Unless otherwise indicated, all shutoff and throttling valves, and externally operated valves, shall be provided with manual operators. 2. Furnish all operators complete and operable with mounting hardware, gears, handwheels, levers, extensions, and other necessary appurtenances as applicable. 3. All shut-off valves 4-inches in diameter and larger shall have operators with position indicators. All operators shall be capable of holding the valve in any intermediate position between fully-open and fully-closed without creeping or fluttering Manufacturers: Where indicated, certain valves may be provided with operators manufactured by the manufacturer. Where operators are furnished by different manufacturers, coordinate selection to have the fewest number of manufacturers possible. Materials: All operators shall be current models of the best commercial quality materials and liberally sized for the maximum expected torque. All materials shall be suitable for the environment in which the is to be installed. Mounting: All operators shall be securely mounted by means of brackets or hardware specially designed and sized for this purpose and of ample strength. The word "open" shall be cast on each valve or operator with an arrow indicating the direction to open in the counter-clockwise direction. All gear operators shall be equipped with position indicators. Where possible, manual operator handwheels shall be located between 42 and 54 inches above the floor or a permanent work platform. Standard: Unless otherwise indicated and where applicable, all operators shall be in accordance with ANSVAWWA C540. MANUAL OPERATORS General: Unless othemvise indicated, all valves shall be furnished with manual operators. Valves in sizes up to and including 3.5-inches shall have direct acting lever or handwheel operators of the manufacturer's best standard design. Larger valves shall have gear- assisted manual operators, with a maximum operating pull of 60 pounds on the rim of the handwheel. All buried and submerged gear-assisted valves, all gates, all gear-assisted valves for pressures higher than 250 psi, all valves 30-inches in diameter and larger, and where so indicated, shall have worm-gear operators, hermetically sealed and grease- packed, where buried or submerged. All other valves 4 to 24-inches in diameter may have traveling-nut operators, worm-gear operators, spur- or bevel-gear operators, as indicated, or if not indicated, as appropriate for each valve. Buried Valves: All buried valves shall have extension stems to grade, with wrench nuts located within 6 inches of the valve box cover or with floor stands, position indicators, and cast-iron or steel pipe extensions with heavy valve boxes, with stay-put, hot-dip galvanized covers, and operating keys. Valve box assembly shall be provided for each buried valve and shall be per Carlsbad Municipal Water District Reclamation Rules and Regulations for Construction of Reclaimed Water Mains Std. Dwg. No. W13. The valve key extension shall be provided for all butterfly valves and for all gate valves when the top of the gate valve nut CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C VALVE OPERATORS DATE: JUNE 30,2003 151 01 -2 is 25-inches or more below ground or pavement surface. Where so indicated, buried valves shall be in cast-iron, concrete, or similar valve boxes with covers of ample size to allow operation of the valve operators. Valve boxes shall be provided in accordance with the CMWD Reclamation Rules and Regulations for Construction of Reclaimed Water Mains and shall be manufactured by Brooks 4TT Series, J. & R. 4T, or equal. Covers of valve boxes shall be permanently labeled “RECYCLED WATER or as requested by the Agency or the Engineer. Wrench-nuts shall comply with AWWA C500. PART 3 -- EXECUTION 3.1 A. 3.2 A. GENERAL Installation shall be as specified herein. Valve operators shall be located so that they are readily accessible for operation and maintenance. Valve operators shall be mounted for unobstructed access, but mounting shall not obstruct walkways. Valve operators shall not be mounted where shock or vibration will impair their operation. Support systems shall not be attached to handrails, process piping, or mechanical equipment. IN STALLATION All valve operators and accessories shall be installed in accordance with Section 151 00 - Valves, General. ** END OF SECTION ** .- CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C VALVE OPERATORS DATE: JUNE 30,2003 15101-3 SECTION 151 09 - GATE VALVES PART I -GENERAL I .I WORK OF THIS SECTION .- A. The Contractor shall provide gate valves and appurtenances, complete and operable, in accordance with the Contract Documents. 1.2 RELATED SECTIONS A. The Work of the following Sections applies to the Work of this Section. Other Sections, not referenced below, shall also apply to the extent required for proper performance of this work. 1. Section 09800 Protective Coating 2. Section 151 00 Valves, General 3. Section 15101 Valve Operators 1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Except as otherwise indicated in this Section of the Specifications, the Contractor shall comply with the latest adopted edition of the Standard Specifications for Public Works Construction (SSPWC) together with the latest adopted edition of the Regional Supplement Amendments and with the Carlsbad Municipal Water District Reclamation Rules and Regulations for Construction of Reclaimed Water Mains. B. Latest current City of Carlsbad Municipal Water District Approved Materials List. C. Except as otherwise indicated, the current editions of the following standards apply to the Work of this Section: 1. ANSVAWWA C509 Resilient-Seated Gate Valves for Water Supply Service 2. ASTM A126 3. ASTMA395 Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings Standard Specification for Ferritic Ductile Iron Pressure- Retaining Castings for Use at Elevated Temperatures 4. ASTMA536 Standard Specification for Ductile Iron Castings 5. ASTMB62 Standard Specification for Composition Bronze or Ounce Metal Castings 6. ASTM B371 Standard Specification for Copper-Zinc-Silicon Alloy Rod 1.4 CONTRACTOR SUBMllTALS A. The Contractor shall furnish submittals in accordance with SSPWC Subsection 2-5.3 and Section 151 00 - Valves, General. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C GATE VALVES DATE: JUNE 30,2003 151 09-1 PART 2 -- PRODUCTS 2.1 A. B. C. D. 2.2 A. B. C. GENERAL Buried gate valves shall be of the inside screw, non-rising stem type and shall be designed for repacking under line pressure. Valves 14-inch diameter and larger installed in vertical pipes with stems horizontal shall be fitted with bronze slides, tracks, rollers, and scrapers to assist the travel of the gate assembly. Where other operators are indicated, operators shall have counter-clockwise opening stems and shall comply with Section 15101 - Valve and Gate Operators. Interior ferrous surfaces of 4-inch diameter valves and larger in contact with water shall be coated in accordance with Section 09800 - Protective Coating. Buried ductile and gray cast iron valves shall be coated as specified in Section 15100 - Valves, General. All gate valves shall be resilient seated type as specified below. RESILIENT-SEATED GATE VALVES Resilient-seated gate valves shall conform to ANSVAWWA C509. The valves shall be suitable for a design working water pressure of 250 psig, with flanged, bell and spigot, or mechanical joint ends. Valves shall have non-rising stems. Buried gate valves shall be of the inside screw, non-rising stem type and shall be designed for repacking under line pressure. Internal and exterior ferrous surfaces shall have a factory-applied, holiday-free, 4 mil epoxy coat conforming to AWWA C550. Valve bodies, bonnets, and discs shall be of cast iron or ductile iron, as dictated by the working pressure. Body and bonnet wall thicknesses shall be equal to or greater than the minimum wall thicknesses listed in Table 2 of ANSVAWWA C509. The valve disc or body shall be rubber coated. Body and bonnet wall thickness shall be equal to or greater than the minimum wall thickness as listed in Table 2 of ANSVAWWA C509. Packing bolts and packing bolt nuts shall be Type 316 stainless steel. Flange bolts and nuts shall be Type 316 stainless steel and shall be installed with anti-seize lubricant. The stem, stem nuts, glands, and bushings shall be of bronze, with the stem seal per ANSVAWWA C509. Operators: Unless otherwise indicated, resilient-seated gate valves shall have manual operators with counter-clockwise opening stems. Unless otherwise indicated, buried valves shall have 2-inch square nut AWWA operators, and valves above grade shall have handwheel operators, in accordance with Section 15101 - Valve and Gate Operators. Buried valves mounted horizontally shall be provided with bevel gear operators. Manufacturers and Model: 1. As listed on the latest current Carlsbad Municipal Water District Approved Materials List. 2. Resilient-seated gate valves shall be manufactured by one of the following (or equal): a. America1 Flow Control Series 2500 b. Kennedy Valve Mfg. Co. (ITT Grinnell) CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C GATE VALVES DATE: JUNE 30,2003 151 09-2 PART 3 -- EXECUTION 3.1 GENERAL - A. All gate valves shall be installed in accordance with the provisions of Section 15100 - Valves, General. Care shall be taken to ensure that all valves in plastic lines are well supported at each end of the valve. ** END OF SECTION ** CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C GATE VALVES DATE: JUNE 30,2003 151 09-3 SECTION 15113 -AIR RELEASE AND VACUUM VALVES PART 1 -- GENERAL 1 .I A. 1.2 A. 1.3 A. B. 1.4 A. WORK OF THIS SECTION The Contractor shall provide air release and vacuum valves as indicated, complete and operable, including accessories and drain connections in accordance with the Contract Documents. RELATED SECTIONS The Work of the following Sections applies to the Work of this Section. Other Sections, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. Section 151 00 Valves, General REFERENCE SPECIFICATIONS, CODES AND STANDARDS Except as otherwise indicated in this Section of the Specifications, the CONTRACTOR shall comply with the latest adopted edition of the Standard Specifications for Public Works Construction (SSPWC) together with the latest adopted edition of the Regional Supplement Amendments and with the Carlsbad Municipal Water District Reclamation Rules and Regulations for Construction of Reclaimed Water Mains. Except as otherwise indicated, the current editions of the following standards apply to the Work of this Section: 1. ANSVAWWA C512 Air Release, AirNacuum, and Combination Air Valves for Water Works Service CONTRACTOR SUBMllTALS The Contractor shall furnish submittals in accordance with SSPWC Subsection 2-5.3 and Section 151 00 - Valves, General. PART 2 - PRODUCTS 2.1 GENERAL A. AirNacuum Valves (AV): Aidvacuum valves shall be capable of venting large quantities of air while pipelines are being filled and allowing air to re-enter while pipelines are being drained. They shall be of the sizes indicated on the Drawings, with flanged or threaded ends to match adjacent piping. Bodies shall be of high-strength cast iron. The float, seat, and all moving parts shall be constructed of Type 316 stainless steel. Seat washers and gaskets shall be of a material ensuring water tightness with a minimum of maintenance. Aidvacuum valves shall be designed for minimum working pressure of 200 psi unless otherwise indicated. ”- CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT AIR RELEASE AND VACUUM VALVES DATE: JUNE 30,2003 PROJECT NO. 3887-C 15113-1 B. Air Release Valves (AR): Air release valves shall vent accumulating airwhile the system is in service and under pressure, shall be of the sizes indicated on the Drawings. They shall be of the sizes indicated on the Drawings, with flanged or threaded ends to match adjacent piping. Bodies shall be of high-strength cast iron. The float, seat, and all moving parts shall be constructed of Type 316 stainless steel. Seat washers and gaskets shall be of a material ensuring water tightness with a minimum of maintenance. Air release valves shall be designed for a minimum working pressure of 150 psi unless otherwise indicated. C. Combination Air Valves (AV/AR): Combination air valves shall combine the characteristics of aidvacuum valves and air release valves by exhausting accumulated air in systems under pressure and releasing or re-admitting large quantities of air, while a system is being filled or drained, respectively. They shall be of the sizes indicated on the Drawings, with flanged or threaded ends to match adjacent piping. Bodies shall be of high-strength cast iron. The float, seat, and all moving parts shall be constructed of Type 316 stainless steel. Seat washers and gaskets shall be of a material ensuring water tightness with a minimum of maintenance. Combination air valves shall be designed for minimum working pressure of 150 psi unless otherwise indicated. 2.2 MANUFACTURERS AND/OR MODELS A B. AirNacuum Valves: APCO Series 140 and 150, Val-Matic Model 104 through 112. Manufacturers and/or Models: As listed on the latest current City of Carlsbad Water and Municipal Sewer Approved Materials list for Combination Air and Vacuum Valves. PART 3 -0 EXECUTION 3.1 INSTALLATION A. Air release, airhacuum valves shall be installed in accordance with CMWD Standard Drawing W7 at the locations indicated on the Drawings. B. All valves shall be installed in accordance with the manufacturer's printed recommendations. C. Air release, aidvacuum, and combination air valves shall have piped outlets to the nearest acceptable drain, firmly supported, and installed in such a way as to avoid splashing and wetting of floors. ** END OF SECTION ** CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT AIR RELEASE AND VACUUM VALVES DATE: JUNE 30,2003 PROJECT NO. 3887-C 151 13-2 SECTION 151 14 - PRESSURE REGULATING VALVES PART 1 -- GENERAL 1 .I WORK OF THIS SECTION The CONTRACTOR shall provide pressure regulating valves indicated, complete and operable, with all accessories. A. 1.2 RELATED SECTIONS A. Except as otherwise indicated in this Section, the Contractor shall comply with the latest adopted edition of the Standard Specifications for Public Works Construction (SSPWC) together with the Regional Supplement Amendments and with the Carlsbad Municipal Water District Reclamation Rules and Regulations for Construction of Reclaimed Water Mains. The Work of the following Sections applies to the Work of this Section. Other Sections, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. Section 15100 Valves, General B. 1.3 CONTRACTOR SUBMllTALS A. The CONTRACTOR shall furnish submittals in accordance with SSPWC Subsection 2-5.3 and Section 151 00 - Valves, General. PART 2 -- PRODUCTS 2.1 A. B. C. PRESSURE REDUCING - PRESSURE SUSTAINING VALVES General: Pressure reducing-pressure sustaining valves shall be of the diaphragm-actuated globe type, with cast iron body and stainless steel trim. Unless otherwise indicated, the valves shall have a minimum working pressure rating of 150 psi, shall have 125-lb flanges, and shall have an adjustable downstream pressure range. Pressure reducing-pressure sustaining valves shall be as specified on the Drawings, specifically Sheet 69 of 114. Manufacturers, or Equal: I. Cla-Val Company 2. Golden-Anderson Valve Division (G A Industries, Inc.) PART 3 -- EXECUTION 3.1 INSTALLATION A. Pressure regulating valves shall be installed in accordance with the manufacturer's written instructions. ** END OF SECTION ** CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PRESSURE REGULATING VALVES DATE: JUNE 30,2003 PROJECT NO. 3887-C 151 14-1 SECTION 15115 - MISCELLANEOUS VALVES PART 1 --GENERAL 1.1 WORK OF THIS SECTION A. The CONTRACTOR shall provide miscellaneous valves, including accessories and, where designated, actuators, complete and operable, in accordance with the Contract Documents. 1.2 RELATED SECTIONS A. The Work of the following Sections applies to the Work of this Section. Other Sections, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. Section 15100 Valves, General 2. Section 15101 Valve Operators 1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Except as otherwise indicated in this Section, the Contractor shall comply with the latest adopted edition of the Standard Specifications for Public Works Construction (SSPWC) together with the Regional Supplement Amendments and with the Carlsbad Municipal Water District Reclamation Rules and Regulations for Constructian of Reclaimed Water Mains. Except as otherwise indicated, the current editions of the following commercial standards apply to the Work of this Section: I B. 1. ANSVAWWA C511 Reduced Pressure Principle Backflow Prevention Assembly 2. ANSVAWWA C800 Underground Service Line Valves and Fittings 1.4 CONTRACTOR SUBMITTALS A. The CONTRACTOR shall furnish submittals in accordance with SSPWC Subsection 2-5.3 and Section 151 00 - Valves, General. PART 2 -- PRODUCTS 2.1 CORPORATION STOPS A. Unless otherwise indicated, corporation stops shall be made of solid brass for key operation, with threaded ends with PVC, copper tubing or iron pipe thread, as required. Threads shall comply with the latest edition of AWWA C 800. B. Manufacturers and Models: As listed on the latest current City of Carlsbad Water and Municipal Sewer Approved Materials List for corporation stops. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT PROJECT NO. 3887-C MISCELLANEOUS VALVES DATE: JUNE 30,2003 15115-1 PART 3 -- EXECUTION 3.1 INSTALLATION - A. Valves shall be installed in accordance with the requirements of Section 15100 - Valves, General. 6. All valves shall be installed in accordance with the manufacturer's printed recommendations. ** END OF SECTION ** CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT MISCELLANEOUS VALVES DATE: JUNE 30,2003 PROJECT NO. 38874 151 15-2 SECTION 151 51 -- RECYCLED WATER FACILITIES IDENTIFICATION PART 1 -- GENERAL 1.1 A. 1.2 A. B. 1.3 A. 1.4 A. WORK OF THIS SECTION The Contractor shall provide all special materials and their installation for recycled water facilities identification. RELATED SECTIONS Except as otherwise indicated in this Section of the Specifications, the Contractor shall comply with the latest adopted edition of the Standard Specifications for Public Works Construction (SSPWC) together with the latest adopted edition of the Regional Supplement Amendments and with the Carlsbad Municipal Water District Reclamation Rules and Regulations for Construction of Reclaimed Water Mains. The Work of the following Sections applies to the Work of this Section. Other Sections not referenced below, also apply to the extent required for proper performance of this Work. 1. 2. 3. 4. Section 15109 Gate Valves 5. 6. 7. Section 02646 PVC Pressure Pipe Section 02653 Fabricated Steel Pipe Specials Section 151 00 Valves, General Section 151 13 Air Release and Vacuum Valves Section 151 14 Pressure Regulating Valves Section 151 15 Miscellaneous Valves CONTRACTOR SUBMITTALS The following shall be submitted in compliance with SSPWC Subsection 2-5.3: 1. Shop drawings of all stenciled pipe, joints, valve covers and boxes, special labels and identification tags. 2. Manufacturer’s technical data and instructions plus samples of all materials proposed for use on the Work. Samples shall be clearly marked to show the manufacturer’s name and product identification. OPERATION AND MAINTENANCE INFORMATION The Contractor shall provide operation and maintenance information which shall include the manufactureds certificates of compliance indicating that all materials provided under this Section meet the requirements of the Contract Documents. PART 2 -- PRODUCTS 2.1 IDENTIFICATION LABELS AND SIGNS A. In all cases, the identification labels or signs must be approved prior to installation. Failure to receive prior approval may result in the Agency removing such sign(s) and providing CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT RECYCLED WATER FACILITIES IDENTIFICATION DATE: JUNE 30,2003 PROJECT NO. 3887-C 151 51-1 approved replacement(s). All costs will be at the Contractor’s expense. The identification labels shall be a product of T. Christy Enterprises or approved equal. B. Buried piping identification tape shall be an inert plastic film specifically formulated for prolonged underground use and shall be prepared with black printing on a purple field having the words, “CAUTION: RECYCLED WATER -- DO NOT DRINK and “PELIGRO: AQUA IMPURA -- NO BEBER.” The minimum thickness shall be 4 mils and the overall width of the tape shall be 12 inches (for 8-inch pipe) and 6 inches (for 6-inch and smaller pipe). C. Warning labels shall be inert plastic film specifically formulated for prolonged exposure and shall be prepared with black printing on a purple field (Pantone #512) having the words: “RECYCLED WATER -- DO NOT DRINK and “AVISO, AGUA IMPURA -- NO TOMAR.” The minimum thickness shall be 4 mils for adhesive backed labels and 10 mils for tag type labels. Tag type labels shall have reinforced tie holes and shall be attached with heavy-duty nylon fasteners. The size, type of label and location will be dictated by each individual application and subject to acceptance by the Engineer. The minimum size shall be 1/2” high letters. D. Integrally Stamped/Marked Purple Pipe: 1. The use of integrally stamped/marked purple pipe will be accepted as an alternative to the use of identification or warning tape. 2. The pipe shall have the words “CAUTION: RECYCLED WATER -- DO NOT DRINK“ and “PELIGRO: AQUA IMPURA -- NO BEBER in 5/8-inch letters repeated every 12 inches. All such piping shall be purple with black on white stenciling appearing on the top of the pipe. 3. The use of a purple polyethylene or vinyl wrap will be acceptable to the use of integrally stamped/marked purple pipe. The wrap shall have the words “CAUTION: RECYCLED WATER -- DO NOT DRINK and “PELIGRO: AQUA IMPURA- NO BEBER” repeating every 2 feet and shall be a product of T. Christy Enterprises or approved equal. E. Valve Boxes: 1. Valve boxes for light duty shall be the standard concrete or fiberglass box conforming to Standard Drawing W 13. The valve box and cover shall be a Brooks 4lT Series or J. & R. 4T. For normally closed valves, the valve box and cover shall be Brooks Series 3 RT. 2. For blowoff and manual air release assemblies, conform to Standard Drawing W6 and use Alhambra Foundry No. 29612,12-inch diameter by24-inch length, asphalt coated, with the cast iron box lid marked ”RECLAIMED WATER. 3. Valve boxes for heavy-duty service shall be of heavy-duty traffic design. 4. All valve covers shall be painted purple (Pantone #512) and the cover shall have “RECLAIMED WATER” cast upon it. F. Quick-Coupling Valves: 1. Quick coupling valves shall be I-inch or 3/4-inch nominal size Nelson #7645, with brass construction and a normal working pressure of 150 psi, or equal. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT RECYCLED WATER FACILITIES IDENTIFICATION DATE: JUNE 30,2003 PROJECT NO. 3887-C 1 51 51 -2 .- 2. The cover shall be permanently attached to the quick-coupling valve. It shall be purple rubber or vinyl. 3. Special or locking covers are required. PART 3 -- EXECUTION 3.1 A. B. 3.2 A. B. 3.3 A. B. C. 3.4 A. B. C. GENERAL All onsite recycled water facilities shall be restricted from public access so that the general public cannot draw water from the system. Facilities such as washdown hydrants (typically found at tennis courts), blowoff hydrants, blowoffs on strainers, and other such facilities, shall be restricted from public access. Recycled water facilities, both above and below grade, shall be housed in an approved lockable container colored purple. A sign reading “CAUTION: RECYCLED WATER -- DO NOT DRINK both in English and Spanish shall be installed. Use of valves that operate by means of hexagonal heads (such as those typically found on fire hydrants) shall also be used. WARNING SIGNS AND LABELS Warning labels shall be installed on all appurtenances in vaults, such as, but not limited to, air release valves, blowoffs, and meters, and on designated facilities, such as, but not limited to, controller panels and washdown or blowoff hydrants on water trucks and temporary construction services. Each pump and every pipe shall be identified with a painted label. In the fenced pump station area, at least one sign shall be posted on the fence which can b readily seen by all operations personnel utilizing the facilities. QU ICK-COUPLING VALVES In order to prevent unauthorized use, all recycled water quick-coupling valves shall be operated only with a special coupler key with an acme thread for opening and closing the valve. Quick-coupling valves used in potable water systems shall be operated with a coupler key not using an acme thread for opening and closing the valve, and with a brass or yellow cover. A warning sign shall be attached to each recycled water valve as specified herein. ON-S ITE POTAB LE WATER PI PING All potable water piping installed within the same project limits as the onsite recycled water piping shall be installed with potable water identification. All PVC potable water piping shall be blue or shall be white with blue stenciling appearing on both sides of the pipe with the marking “POTABLE WATER” in 5/8-inch letters repeated every 12 inches. Blue warning tape identifying it as a potable waterline and stating “CAUTION: WATERLINE BURIED BELOW” may be used as an alternate to blue or stenciled pipe. The tape shall run continuously for the entire length of the main line piping. The tape shall be attached to the CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT RECYCLED WATER FACILITIES IDENTIFICATION DATE: JUNE 30,2003 PROJECT NO. 38874 15151-3 top of the pipe with plastic tape banded around the warning tape and pipe every 5 feet on center. D. Where a potable and recycled line cross within 3 feet vertically, the recycled line shall be installed within a Class 200 PVC protective sleeve. The sleeve shall extend 5 feet either side of the potable line of a total of 10 feet. A minimum of 6-inch vertical separation between utilities must be maintained at al times. The potable line must be installed above the reclaimed lines. A IO-foot horizontal separation must be maintained at all times. 3.5 INSTALLATION OF PIPE IDENTIFICATION (WARNING) TAPE A. Identification tapes shall be installed directly on the longitudinally and shall be centered. The tape shall be installed continuously for the entire length of the pipe and shall be fastened to each pipe length by plastic adhesive tape banded around the pipe and warning tape at no more than 5-foot intervals. Tape attached to the sections of pipe before laying in the trench shall have 5-foot minimum overlap for continuous coverage. All risers between the main line and control valves shall be installed with warning tape. 3.6 INSTALLATION OF WARNING LABELS A. Warning labels shall be firmly attached to all appurtenances using heavy-duty nylon fasteners. ** END OF SECTION ** CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT RECYCLED WATER FACILITIES IDENTIFICATION DATE: JUNE 30,2003 PROJECT NO. 3887-C 15151-4 ~- ~ SECTION 16890 - FIBER OPTIC CONDUIT AND PULL BOXES PART I -- GENERAL 1 .I WORK OF THIS SECTION A. This Section includes furnishing, installing, and testing a direct-buried flexible high density polyethylene (HDPE) communications duct for future fiber optic cable installation by others and all appurtenances as specified herein and as shown on the plans. B. Provide all tools, supplies, materials, equipment, and all labor necessary for furnishing, constructing and installing a complete fiber optic conduit system. C. The terms "duct" and "conduit" are used interchangeably in this Section. 1.2 RELATED SECTIONS A. Except as otherwise indicated in this Section of the Specifications, the Contractor shall comply with the latest adopted edition of the Standard Specifications for Public Works Construction (SSPWC). B. The Work of the following Sections applies to the Work of this Section. Other Sections not referenced below, also apply to the extent required for proper performance of this Work. I 1. Section 02200 Earthwork 1.3 CONTRACTOR SUBMITTALS A. The following shall be submitted in compliance with SSPWC Subsection 2-5.3: 1. Catalog data on the HDPE duct, pull boxes, closures, pull rope, identification tape, and testing equipment. 2. Written procedure on the splice method for cable pull rope. 3. Plans indicating the location of all pull boxes with references to pipeline station numbers. 4. Duct installation procedures including provisions to maintain line and grade in conformance with the Plans. PART 2 -- PRODUCTS 2.1 HIGH DENSITY POLYETHYLENE DUCT A. HDPE duct shall be SIDR-9 with a minimum inside diameter as shown on the Plans, conforming to ASTM F 2160. HDPE material shall meet the requirements of ASTM D 3350 cell class 33440E. Provide HDPE duct marked by the manufacturer every 2 feet with consecutive numbering at each mark for the entire length of the duct. HDPE duct shall be manufactured by Dura-Line, PWPoly, Performance Pipe or equal. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT FIBER OPTIC CONDUIT AND PULL BOXES DATE: JUNE 30,2003 PROJECT NO. 3887-C 151 51 -1 B. C. 2.2 A. B. 2.3 A. 2.4 A. B. 2.5 A. B. HDPE duct splices shall utilize the manufacturer’s recommended threaded, corrosion- resistant, screwed couplings. Couplings shall be made watertight using standard electrical- grade heat shrink sleeve. Provide inner ducts within duct as shown on the Drawings. FIBER OPTIC CABLE PULL BOXES Provide 36L x 24W x 36D inch pull boxes for all locations. Measurements represent interior clear distances. Provide traffic bearing precast concrete pull boxes designed for H-20 bridge loading. Covers for pull boxes shall be galvanized steel. Grind center of pull box cover to create a 1-5/8” x 16” x 1 /I 6 recess area for a cast steel nameplate. Weld cast steel nameplate continuously around the outside edge, grind weld bead smooth, and cold galvanize nameplate. The nameplate shall read “CITY OF CARLSBAD FIBER OPTIC” with square block capital letters. The letters shall be a minimum of 1-1/4” tall, raised 1/16”, with spacing between letters at X. A blank space shall be left at the each end of the nameplate text. Covers shall have locking devices and form a watertight seal to prevent surface water from entering the box. Knockouts in the wall shall permit underground conduit penetration. Accessories shall include angle iron and pulling eyes. Provide Brooks, Associated Concrete Products, or equal. CABLE IDENTIFICATION TAPE Cable identification tape shall be a plastic coated metallic orange tape not less than 6 inches in width. The tape shall have a continuous legend reading “CAUTION BURIED FIBER OPTIC CABLE” in black lettering. Tape splices shall be per tape manufacturer’s recommendations to ensure tape continuity for locating purposes. The tape shall be Panduit, Terra Tape, Brady and Burns, or equal. CABLE PULL ROPE The cable pull rope shall be constructed of a solid braid polyester core. The duct manufacturer shall certify that the cable pull rope is compatible for use with pulling fiberoptic cable through its duct. The cable pull rope shall be preinstalled by the duct manufacturer before the duct is laid. SEALED BUSHINGS Furnish and install sealed bushings for conduit entering pull boxes. Use mechanically expanding bushings as manufactured by Jack Moon Ltd., Amco, or equal. The cable pull rope shall be preinstalled by the duct manufacturer before the duct is laid. PART 3 -- EXECUTION 3.1 GENERAL A. The locations of the fiber optic duct and pull boxes shown on the plans shall be verified in the field prior to construction. Contractor shall locate existing utilities that may conflict with the location of the duct and pull boxes and shall stake pull box locations in the field and obtain approval of the Engineer prior to installation. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT FIBER OPTIC CONDUIT AND PULL BOXES DATE: JUNE 30,2003 PROJECT NO. 3887-C 151 51 -2 3.2 DUCT INSTALLATION _- A. Install the duct in trenches as shown on the Plans and backfilled with imported sand or crushed rock conforming to Section 02200, Earthwork. Place the identification tape 18 inches directly above the top of the duct. B. The duct will not be immediately used. Seal each section of duct at both ends to prevent moisture from entering. C. For change in direction exceeding 45 degrees in either the horizontal or vertical direction, install duct with a pull box or utilizing a bend radius greater than 20 ft. Duct must be installed as straight as possible, with no side to side bending. D. At duct splicing locations, provide sufficient cable pull rope beyond the ends of the duct to allow for splicing of cable pull rope. E. Use manufacturer approved methods and materials to splice the cable pull rope and duct. Spliced sections of rope are to withstand a maximum pull tension of 600 Ibs without damaging the integrity of the duct while pulling. 3.3 PULL BOX LOCATIONS AND INSTALLATION A. Install fiber optic cable pull boxes in at the general spacings shown on the Plans. The maximum distance between any two pull boxes shall not exceed 750 ft, unless otherwise shown on the Plans, or approved by the Engineer. - B. Install sealed bushings where duct enters the pull box. C. Inside the installed pull box, paint the distance in feet to the next pull box or opening as determined from log of duct markings. Use orange paint and 2-inch high stenciled numbers. Paint numbers 3 inches above every duct opening. D. Place the bottom of the pull box firmly on a 6-inch thick bed of %-inch crushed rock extending 6 inches beyond the outside of edges of the pull box. ** END OF SECTION ** CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT FIBER OPTIC CONDUIT AND PULL BOXES DATE: JUNE 30,2003 PROJECT NO. 3887-C 151 51-3 SECTION 16890 - FIBER OPTIC CONDUIT AND PULL BOXES PART 1 -GENERAL 1 .I WORK OF THIS SECTION A. This Section includes furnishing, installing, and testing a direct-buried flexible high density polyethylene (HDPE) communications duct for future fiber optic cable installation by others and all appurtenances as specified herein and as shown on the plans. B. Provide all tools, supplies, materials, equipment, and all labor necessary for furnishing, constructing and installing a complete fiber optic conduit system. C. The terms “duct” and “conduit” are used interchangeably in this Section. 1.2 RELATED SECTIONS A. Except as otherwise indicated in this Section of the Specifications, the Contractor shall comply with the latest adopted edition of the Standard Specifications for Public Works Construction (SSPWC). B. The Work of the following Sections applies to the Work of this Section. Other Sections not referenced below, also apply to the extent required for proper performance of this Work. I. Section 02200 Earthwork 1.3 CONTRACTOR SUBMllTALS A. The following shall be submitted in compliance with SSPWC Subsection 2-5.3: 1. Catalog data on the HDPE duct, pull boxes, closures, pull rope, identification tape, and testing equipment. 2. Written procedure on the splice method for cable pull rope. 3. Plans indicating the location of all pull boxes with references to pipeline station numbers. 4. Duct installation procedures including provisions to maintain line and grade in conformance with the Plans. PART 2 -- PRODUCTS 2.1 HIGH DENSITY POLYETHYLENE DUCT A. HDPE duct shall be SIDR-9 with a minimum inside diameter as shown on the Plans, conforming to ASTM F 2160. HDPE material shall meet the requirements of ASTM D 3350 cell class 33440E. Provide HDPE duct marked by the manufacturer every 2 feet with consecutive numbering at each mark for the entire length of the duct. HDPE duct shall be manufactured by Dura-Line, PWPoly, Performance Pipe or equal. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT FIBER OPTIC CONDUIT AND PULL BOXES DATE: JUNE 30,2003 PROJECT NO. 38874 15151-1 B. C. 2.2 A. B. 2.3 A. 2.4 A. B. 2.5 A. B. HDPE duct splices shall utilize the manufacturer‘s recommended threaded, corrosion- resistant, screwed couplings. Couplings shall be made watertight using standard electrical- grade heat shrink sleeve. Provide inner ducts within duct as shown on the Drawings. FIBER OPTIC CABLE PULL BOXES Provide 36L x 24W x 36D inch pull boxes for all locations. Measurements represent interior clear distances. Provide traffic bearing precast concrete pull boxes designed for H-20 bridge loading. Covers for pull boxes shall be galvanized steel. Grind center of pull box cover to create a 148” x 16” x 1/16’’ recess area for a cast steel nameplate. Weld cast steel nameplate continuously around the outside edge, grind weld bead smooth, and cold galvanize nameplate. The nameplate shall read “CITY OF CARLSBAD FIBER OPTIC with square block capital letters. The letters shall be a minimum of 1-1/4” tall, raised 1/16“, with spacing between letters at %”. A blank space shall be left at the each end of the nameplate text. Covers shall have locking devices and form a watertight seal to prevent surface‘water from entering the box. Knockouts in the wall shall permit underground conduit penetration. Accessories shall include angle iron and pulling eyes. Provide Brooks, Associated Concrete Products, or equal. CABLE IDENTIFICATION TAPE Cable identification tape shall be a plastic coated metallic orange tape not less than 6 inches in width. The tape shall have a continuous legend reading “CAUTION BURIED FIBER OPTIC CABLE” in black lettering. Tape splices shall be per tape manufacturer’s recommendations to ensure tape continuity for locating purposes. The tape shall be Panduit, Terra Tape, Brady and Bums, or equal. CABLE PULL ROPE The cable pull rope shall be constructed of a solid braid polyester core. The duct manufacturer shall certify that the cable pull rope is compatible for use with pulling fiber optic cable through its duct. The cable pull rope shall be preinstalled by the duct manufacturer before the duct is laid. SEALED BUSHINGS Furnish and install sealed bushings for conduit entering pull boxes. Use mechanically expanding bushings as manufactured by Jack Moon Ltd., Arnco, or equal. The cable pull rope shall be preinstalled by the duct manufacturer before the duct is laid. PART 3 -- EXECUTION 3.1 GENERAL A. The locations of the fiber optic duct and pull boxes shown on the plans shall be verified in the field prior to construction. Contractor shall locate existing utilities that may conflict with the location of the duct and pull boxes and shall stake pull box locations in the field and obtain approval of the Engineer prior to installation. CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT FIBER OPTIC CONDUIT AND PULL BOXES DATE: JUNE 30,2003 151 51 -2 PROJECT NO. 3887-C 3.2 DUCT INSTALLATION A. B. C. D. E. 3.3 A. B. C. I Install the duct in trenches as shown on the Plans and backfilled with imported sand or crushed rock conforming to Section 02200, Earthwork. Place the identification tape 18 inches directly above the top of the duct. The duct will not be immediately used. Seal each section of duct at both ends to prevent moisture from entering. For change in direction exceeding 45 degrees in either the horizontal or vertical direction, install duct with a pull box or utilizing a bend radius greater than 20 ft. Duct must be installed as straight as possible, with no side to side bending. At duct splicing locations, provide sufficient cable pull rope beyond the ends of the duct to allow for splicing of cable pull rope. Use manufacturer approved methods and materials to splice the cable pull rope and duct. Spliced sections of rope are to withstand a maximum pull tension of 600 Ibs without damaging the integrity of the duct while pulling. PULL BOX LOCATIONS AND INSTALLATION Install fiber optic cable pull boxes in at the general spacings shown on the Plans. The maximum distance between any two pull boxes shall not exceed 750 ft, unless otherwise shown on the Plans, or approved by the Engineer. Install sealed bushings where duct enters the pull box. Inside the installed pull box, paint the distance in feet to the next pull box or opening as determined from log of duct markings. Use orange paint and 2-inch high stenciled numbers. Paint numbers 3 inches above every duct opening. D. Place the bottom of the pull box firmly on a 6-inch thick bed of %-inch crushed rock extending 6 inches beyond the outside of edges of the pull box. ** END OF SECTION ** CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NAME: INDUSTRIAL PARK PIPELINES PROJECT FIBER OPTIC CONDUIT AND PULL BOXES DATE: JUNE 30,2003 PROJECT NO. 3887-C 151 51-3 ~~