Loading...
HomeMy WebLinkAboutMike Prlich and Sons Inc; 2010-05-10; PWS10-29UTIL Part 1 of 2CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -C/0 #01 Project: #3873 & 5512 -Beech Avenue Sewer & Home Plant Lift Station Influent Sewer Replacement Date Routed: Reasons for changes: City Engineer Engineering lnsw· n Finance Directo !$/ City Manager/Ma Engineering Inspection Item 1: Exploratory work has determined that the invert of the existing 8"-VCP sewer is 0.63 feet higher at the connection point of Manhole #5 than the elevation identified upon the Contract Drawings. The establishment of a mechanical sewer bypass, and the removal and reconstruction of approximately six (6) lineal feet of existing downstream sewer is proposed to achieve positive fall into Manhole #5. Item 2: During the excavation for Manhole #4, an unidentified 4" cast iron sewer lateral was discovered. This sewer lateral conflicts with the proposed location of Manhole #4. Dye testing has confirmed that the sewer lateral provides service to the State Parks Department Building. Temporarily rerouting the 4" sewer lateral around the excavation of Manhole #4 is necessary to maintain the sewer service. After the completion of Manhole #4, the sewer lateral will be reconstructed with twenty (20) lineal feet of 4" PVC in its original alignment. .3873 & 5512 -Beech Avenue Sewer & Home Plant Lift Station Influent Sewer Replacement qhange Order No. 1 COST ACCOUNTING SUMMARY: Original contract amount $1,517,620.00 Total amount this c/o $9,959.89 Total amount of previous c/o's $0.00 Total c/o's to date $9,959.89 New Contract Amount $1,527,579.89 Total C/O's as% of oriQinal contract 0.65% Contingency monies encumbered $228,000.00 ContinQency increase I decrease $0.00 Contingency Subtotal $228,000.00 Total c/o's to date $9,959.89 Contingency balance $218,040.11 CITY OF CARLSBAD CONTRACT CHANGE ORDER NO. 01 PROJECT: #3873 & 5512 -Beech Avenue Sewer & Home Plant Lift Station Influent Sewer Replacement CONTRACT NO. 3873 & 5512 PURCHASE ORDER NO. P122803 & P122804 ACCOUNT NO. CONTRACTOR: ADDRESS: 51570009060/387319066 Mike Prlich & Sons Inc. 5103 Elton Street Baldwin Park, CA 91706 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to Section 3-2.4, Agreed Prices, of the General Provisions, perform the following work: Item 1: Reference is made to Field Change #3 dated September 24, 2010. Remove and reconstruct approximately six (6) lineal feet of existing 8" VCP downstream of Manhole #5 in accordance with Field Change #3 and the lump sum proposal furnished by the Mike Prlich & Sons Inc., dated September 23, 2010 in the amount of $6,023.05. Increase to contract cost. ....................................................................... $6,023.05 Item 2: Reference is made to Field Change #3 dated September 24, 2010. Temporarily remove, temporarily re-align and then reconstruct an existing 4" cast iron sewer lateral in accordance with Field Change #3 and the lump sum proposal furnished by the Mike Prlich & Sons Inc., dated September 23, 2010 in the amount of $3,936.84. Increase to contract cost. .......................................................................... $3,936.84 ·3~73 & 5512 -Beech Avenue Sewer & Home Plant Lift Station Influent Sewer Replacement Change Order No. 1 TOTAL INCREASE TO CONTRACT COST ........................................................... $9,959.89 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY TWO (2) DAYS AS A RESULT OF THIS CHANGE ORDER. RECOMMENDED BY: ~~~l~,a RUIOMANAGER (DATE) T1:~r.c.--It? ... ,;"-10 FINANCE DIRECTOR DISTRIBUTION: INSPECTION FILE (ORIGINAL) PURCHASING CONTRACTOR DEPUTY CITY ENGINEER, DESIGN (DATE) (DATE) APPROVED BY: CrrRACTOR °I /z.,/.2,0{() (DATE) /()·?ID (DATE) CITY OF CARLSBAD X San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS, SUPPLEMENTAL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR BEECH AVENUE SEWER AND HOME PLANT LIFT STATION INFLUENT SEWER REPLACEMENT CONTRACT NOS. 3873 & 5512 BID NO. PWS10-29UTIL A•^ Revised 6/10/09 Contract Nos. 3873 & 551 2 Page 1 of 165 TABLE OF CONTENTS Item Page Notice Inviting Bids 9 Contractor's Proposal 13 Bid Security Form 22 Bidder's Bond to Accompany Proposal 23 Guide for Completing the "Designation Of Subcontractors" Form 25 Designation of Subcontractor and Amount of Subcontractor's Bid Items 27 Bidder's Statement of Technical Ability and Experience 28 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation 29 Bidder's Statement Re Debarment 30 Bidder's Disclosure of Discipline Record 31 Non-Collusion Affidavit to Be Executed by Bidder and Submitted with Bid 33 Contract Public Works , 34 Labor and Materials Bond 40 Faithful Performance/Warranty Bond 42 Optional Escrow Agreement for Surety Deposits in Lieu of Retention 44 Revised 6/10/09 Contract Nos. 3873 & 5512 Page 2 of 165 GENERAL PROVISIONS Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms 47 1-2 Definitions 48 1-3 Abbreviations 52 1-4 Units of Measure 55 Section 2 Scope and Control of The Work 2-1 Award and Execution of Contract 57 2-2 Assignment 57 2-3 Subcontracts 57 2-4 Contract Bonds 58 2-5 Plans and Specifications 59 2-6 Workto be Done 62 2-7 Subsurface Data 62 2-8 Right-of-Way 62 2-9 Surveying 63 2-10 Authority of Board and Engineer 67 2-11 Inspection 68 Section 3 Changes in Work 3-1 Changes Requested by the Contractor 68 3-2 Changes Initiated by the Agency 68 3-3 Extra Work 70 3-4 Changed Conditions 72 3-5 Disputed Work 73 Section 4 Control of Materials 4-1 Materials and Workmanship 76 4-2 Materials Transportation, Handling and Storage 80 Section 5 Utilities 5-1 Location 80 5-2 Protection 81 5-3 Removal 81 5-4 Relocation 81 5-5 Delays 82 5-6 Cooperation 83 Section 6 Prosecution, Progress and Acceptance of the Work 6-1 Construction Schedule and Commencement of Work 83 6-2 Prosecution of Work 87 6-3 Suspension of Work 88 6-4 Default by Contractor 88 6-5 Termination of Contract 89 6-6 Delays and Extensions of Time 89 6-7 Time of Completion 90 6-8 Completion, Acceptance, and Warranty 91 6-9 Liquidated Damages 91 6-10 Use of Improvement During Construction 91 Revised 6/10/09 Contract Nos. 3873 & 5512 Page 3 of 165 Section 7 Responsibilities of the Contractor 7-1 Contractor's Equipment and Facilities 92 7-2 Labor 92 7-3 Liability Insurance 92 7-4 Workers' Compensation Insurance 92 7-5 Permits 93 7-6 The Contractor's Representative 94 7-7 Cooperation and Collateral Work 94 7-8 Project Site Maintenance 95 7-9 Protection and Restoration of Existing Improvements 97 7-10 Public Convenience and Safety 97 7-11 Patent Fees or Royalties 103 7-12 Advertising 104 7-13 Laws to be Observed 104 7-14 Antitrust Claims 104 Section 8 Facilities for Agency Personnel 8-1 General 104 8-2 Field Office Facilities 105 8-3 Field Laboratories 106 8-4 Bathhouse Facilities 106 8-5 Removal of Facilities 106 8-6 Basis of Payment 106 Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work 106 9-2 Lump Sum Work 107 9-3 Payment 107 9-4 Bid Items 110 Revised 6/10/09 Contract Nos. 3873 & 5512 Page 4 of 165 Part 2 SUPPLEMENTAL PROVISIONS TO PART 2, 3 AND 6 OF THE SSPWC Construction Materials Section 203 Bituminous Materials 203-6 Asphalt Concrete 111 203-13 Asphalt Pavement Crack Sealants 112 Section 204 Lumber and Treatment with Preservatives 204-1 Lumberand Plywood 114 Section 206 Miscellaneous Metal Items 206-7 Traffic Signs 114 206-8 Light Gage Steel Tubing and Connectors 116 206-9 Portable Changeable Message Sign 118 Section 207 Pipe 207-9 Iron Pipe and Fittings 119 207-25 Underground Utility Marking Tape 119 Section 209 Signals, Lighting and Electrical Systems 209-1 General 120 209-2 Materials and Installation 122 209-5 Detectors 136 209-8 Payment 138 Section 210 Paint and Protective Coatings 210-1 Paint 139 Section 213 Engineering Fabrics 213-2 Geotextiles 142 213-3 Erosion Control Specialties 143 Section 214 Pavement Markers 214-5 Reflective Pavement Markers 143 Section 215 Fencing 215-1 Environmental Fencing 144 PART 3 Construction Methods Section 300 Earthwork 300-1 Clearing and Grubbing 145 300-9 Geotextiles for Erosion Control and Water Pollution Control 145 300-13 Storm Water Pollution Prevention Plan 146 Section 301 Treated Soil, Subgrade Preparation and Placement of Base Materials 301-1 Subgrade Preparation 148 Section 302 Roadway Surfacing 302-4 Emulsion-Aggregate Slurry 149 302-5 Asphalt Concrete Pavement 151 302-11 Asphalt Pavement Repairs and Remediation 152 Section 306 Underground Conduit Construction 306-1 Open Trench Operations 154 Revised 6/10/09 Contract Nos. 3873 & 5512 Page 5 of 165 Section 307 307-3 307-4 Section 308 308-2 308-4 308-8 Section 310 310-5 Section 312 312-1 Section 313 313-1 313-2 313-3 313-4 Street Lighting and Traffic Signals Street Lighting Construction 157 Traffic Signal Construction 157 Landscape and Irrigation Installation Earthwork and Topsoil Placement 157 Planting 158 Measurement and Payment 159 Painting Painting Various Surfaces 160 Pavement Marker Placement and Removal Placement 161 Temporary Traffic Control Devices Temporary Traffic Pavement Markers 161 Temporary Traffic Signing 162 Temporary Railing (Type K) and Crash Cushions 162 Measurement and Payment 164 Revised 6/10/09 Contract Nos. 3873 & 5512 Page 6 of 165 TECHNICAL SPECIFICATIONS DIVISION 01 - GENERAL REQUIREMENTS 011010 SUPPLEMENTAL INFORMATION 012000 MEASUREMENT AND PAYMENT 013233 PRECONSTRUCTION AUDIO-VIDEO DOCUMENTATION 013300 SUBMITTALS 015100 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS DIVISION 02 - EXISTING CONDITIONS 020120 PROTECTING EXISTING UNDERGROUND UTILITIES DIVISION 03 - CONCRETE 030500 GENERAL CONCRETE CONSTRUCTION 034210 PRECAST CIRCULAR CONCRETE MANHOLES DIVISION 09 - FINISHES 099720 CHEMICAL-RESISTANT COATINGS FOR CONCRETE 099752 COLD-APPLIED WAX TAPE COATING 099754 POLYETHYLENE SHEET ENCASEMENT (AWWA C105) DIVISION 31 - EARTHWORK 312316 TRENCHING, BACKFILLING, AND COMPACTING 317216 AUGER BORING DIVISION 32 - EXTERIOR IMPROVEMENTS 321216 ASPHALT CONCRETE PAVING DIVISION 33 - UTILITIES 330130 LEAKAGE AND INFILTRATION TESTING 330131 SANITARY SEWER SYSTEM TELEVISION INSPECTION 331032 BYPASS PUMPING SYSTEM 330133 SEWER LINE CHEMICAL GROUTING 330523 MICROTUNNELING OF PIPES 333110 VITRIFIED CLAY PIPE 333112 PVC GRAVITY SEWER PIPE 333120 REINFORCED PLASTIC MORTAR GRAVITY SEWER PIPE DIVISION 40 - PROCESS INTEGRATION 400722 FLEXIBLE PIPE COUPLINGS 402092 PVC DISTRIBUTION PIPE (AWWA C900) Revised 6/10/09 Contract Nos. 3873 & 5512 Page 7 of 165 Appendices Appendix A Pertinent City of Carlsbad Standard Drawings Nn Appendix B Geotechnical Reports Nn Appendix C Environmental Exemption Document Nn Appendix D Example Resident Notification Door Hanger Nn Appendix E Referenced City of Carlsbad Record Drawings Nn Appendix F Carlsbad Municipal Water District's Approved Materials List Nn Appendix G Underground Classification Nn Appendix H Project Sign Details Nn Appendix I NCTD License Agreement & Sample ROE Agreement Nn Revised 6/10/09 Contract Nos. 3873 & 5512 Page 8 of 165 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS UNTIL 2:00 PM ON MARCH 9, 2010, the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. The work generally includes the construction of approximately 1,374 linear feet of new 8-inch and 12-inch sewer pipeline with manholes along Beech Avenue, by trenchless and open cut construction methods and the construction of approximately 215 linear feet of new 15-inch influent sewer pipeline with manholes for the existing Home Plant Lift Station, by trenchless and open cut construction methods. BEECH AVENUE SEWER AND HOME PLANT LIFT STATION INFLUENT SEWER REPLACEMENT CONTRACT NOS. 3873 & 5512 BID NO. PWS10-29UTIL INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans, provisions, and specifications as approved by the City Council of the City of Carlsbad on file with the (Engineering) Department. The specifications for the work include City of Carlsbad Technical Specifications and the Standard Specifications for Public Works Construction, Parts 2 & 3, all hereinafter designated "SSPWC", as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. The City of Carlsbad encourages the participation of minority and women-owned businesses. Revised 6/10/09 Contract Nos. 3873 & 5512 Page 9 of 165 The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly executed including notarization, where indicated. 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit 4. Designation of Subcontractor and Amount of Subcontractor's Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder's Statement Re Debarment 9. Bidder's Disclosure Of Discipline Record 10. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) ENGINEER'S ESTIMATE: All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $2,300.000 TIME OF COMPLETION: The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: Classification "A", General Engineering. ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of $60.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. Am¥ Revised 6/10/09 Contract Nos. 3873 & 5512 Page 10 of 165 INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PAYMENT OF PREVAILING WAGES IS NOT REQUIRED The City of Carlsbad is a Charter City. Carlsbad Municipal Code Section 3.28.130 supersedes the provisions of the California Labor Code when the public work is not a statewide concern. The City Council has determined that it is not in the best interest of the city to require the payment of prevailing wages for this project. Payment of prevailing wages is at contractor's discretion. PRE BID MEETING A pre-bid meeting and tour of the project site will not be held UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. ADDENDUMS Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. Am¥ Revised 6/10/09 Contract Nos. 3873 & 5512 Page 11 of 165 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2010-11, adopted on the 12th day of January, 2010. January 25, 2010 Date Deputy City Clerk Am¥ Revised 6/10/09 Contract Nos. 3873 & 5512 Page 12 of 165 CITY OF CARLSBAD BEECH AVENUE SEWER AND HOME PLANT LIFT STATION INFLUENT SEWER REPLACEMENT CONTRACT NOS. 3873 & 5512 CONTRACTOR'S PROPOSAL City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 OPENED, WITNESSED AND 3 •?•//? DATE DED: SIGNATURE The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract Nos. 3873 & 5512 in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: SCHEDULE"A" Total Amount (Figures) Item No. A-1 Description Mobilization and Preparatory Work at footL^ "TStoO'SAA/h l^cjw? Approximate Quantity And Unit 3 Not to Exceed _5 $150,000 Unit Price (Figures) A-2 (Price in Words) Traffic Control at LS (Lump Sum Price in Words) A-3 Protection of Existing Utilities at LS ^,"700 $ $ 2., "700- (Lump Sum Price in Words) A-4 Construction Schedule at PouuMLZ $1 5,000 Stipulated Amount $15.000 $15.000 Revised 6/10/09 Contract Nos. 3873 & 5512 Page 13 of 165 Item No. Description A-5 A-6 A-7 A-8 A-9 Beech Avenue, Construction of Shaft for Trenchless Construction, Station 11 +91. 74 at Approximate Quantity And Unit LS (Lump Sum Price in Words) Beech Avenue, Construction of Shaft for Trenchless Construction, Station 14+25.0 at (Lump Sum Price in Words) Beech Avenue, Construction of Shaft for Trenchless Construction, Station 17+32.57 at (Lump Sum Price in Words) Beech Avenue, Construction of Shaft for Trenchless Construction, Station 20+07.29 at (Lump Sum Price in Words) Beech Avenue, Trenchless Construction, Station 11 +91. 74 -14+25.0 at (Price in Words) A-10 Beech Avenue, Trenchless Construction, Station 14+25.0 -17+32.57 at (Lump Sum Price in Words) LS LS LS LS Unit Price (Figures) $ So QO<* Total Amount (Figures) $ Sot LS $ ~JO,&Q€>$ JO, $ 35,odrC>$ S $ /$ $ j ^>*, &g«>$ Revised 6/10/09 Contract Nos. 3873 & 5512 Page 14 of 165 Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) A-11 Beech Avenue, Trenchless LS $ i fegj °°° $ Construction, Station 17+32.57-20+07.29 at (Lump Sum Price in Words) A-12 Beech Avenue, Open Cut LS $ ** *< OOC:> Construction, Station 10+00- 11+91.74 at (Lump Sum Price in Words) (Lump Sum Price in Words) A-13 Beech Avenue, Open Cut LS $ 3M, o6fa $ Construction, Station 20+07.29 - 20+23.93 at (Lump Sum Price in Words) A-14 Beech Avenue, 8-inch VCP LS $ (Qy oocb $ I o, QCT& Pipe Repair at (Lump Sum Price in Words) A-15 Beech Avenue, 8-inch Sewer LS $ L\S. ooc> $ ^4S\ poo Line B-1 at (Lump Sum Price in Words) A-16 Beech Avenue, 8-inch Sewer LS $ ^^pgo $ </fty OOP Line B-2 at (Lump Sum Price in Words) A-17 Beech Avenue, Abandon LS Hy Q^^ f*7 Existing 8-inch Sewer and Manholes Revised 6/10/09 Contract Nos. 3873 & 5512 Page 15 of 165 Item No. Description A-18 Beech Avenue, Sewer By- pass at A-19 A-20 A-21 A-22 Approximate Quantity And Unit LS (Lump Sum Price in Words) Home Plant Lift Station, Construction of Shaft for Trenchless Construction, Station 1+11.31 at Si x r~i (Lump Sum Price in Words) Home Plant Lift Station, Construction of Shaft for Trenchless Construction, Station 3+05.53 at (Lump Sum Price in Words) Home Plant Lift Station, Trenchless Construction, Station 1+11.31- 3+05.53 at (Lump Sum Price in Words) Home Plant Lift Station, Open Cut Construction, Station 1+00-1+11.31 at (Lump Sum Price in Words) A-23 Home Plant Lift Station - Open Cut Construction, Station 3+05.53 - 3+14.27 at (Lump Sum Price in Words) A-24 Home Plant Lift Station, Sewer By-pass at (Lump Sum Price in Words) LS LS LS LS LS Unit Price (Figures) Total Amount (Figures) $$ $ 4. OOP $ $ 31.$ 37, LS $ /oS~,$/° $ 2-T-. $$ 2.3. $ 7oc>o $ 7000. Revised 6/10/09 Contract Nos. 3873 & 5512 Page 16 of 165 Item No. Description Approximate Quantity Unit Price And Unit (Figures) Total Amount (Figures) A-25 Excavation Safety Measures, Including Sheeting/Shoring Required for Section 06705 and 06707 of the California Labor Code at LS $$ (Lump Sum Price in Words) A-26 1-1/2" AC Pavement Grinding and Overlay and Traffic Striping in Beech Avenue at Pe> 43,000 SQ $ FT (Unit Price in Words) A-27 Replacement of Vehicle Loop Detectors in Beech Avenue at LS to ooo OOO — (Lump Sum Price in Words) Total amount of bid in words for Schedule "A": &J£ M/LLIOA/ five Total amount of bid in numbers for Schedule "A": $ SCHEDULE "B" (Alternate Bid Item) Item No. Description B-1 Beech Avenue, Trenchless Equipment - Standby Rate at Approximate Quantity And Unit 10 EA Working Day Unit Price (Figures) $ 2.00 Total Amount (Figures) $ 1. o o o B-2 (Unit Price in Words) Home Plant Lift Station, Trenchless Equipment - Standby Rate at T V»i Q - ^ Nl^ f*-*- f> 10 EA Working Day $$ 2. ooo (Unit Price in Words) ORevised 6/10/09 Contract Nos. 3873 & 5512 Page 17 of 165 Total amount of bid in words for Schedule "B": Total amount of bid in numbers for Schedule "B": $ Total amount of bid in words including the sum of Schedule "A" and Schedule "B": Total amount of bid in numbers including the sum of Schedule "A" and Schedule "B":$ f, &/ ~7f G £o. o£~> The basis of the award of the Contract will be the sum of Schedule "A" and Schedule "B". Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s)._^ has/have been received and is/are included in this proposal. The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number 7£ D^f 74- , classification A which expires on 3 ~-3/ ~ tf , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. _• *•> * -rr- &f eThc A/tfW/JT~ Olb- Accompanying this proposal is &1® O^O rytL/L. /e> (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. Revised 6/10/09 Contract Nos. 3873 & 5512 Page 18 of 165 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 City and State (4) Zip Code Telephone No. (5) E-Mail (Street and Number) IF A PARTNERSHIP. SIGN HERE: (1) Name under which business is conducted. (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business City and State (4) Zip Code (5) E-Mail (Street and Number) Telephone No. Revised 6/10/09 Contract Nos. 3873 & 5512 Page 19 of 165 MIKE PRL/5M AND IF A CORPORATION, SIGN HERE: 5103 ELTON STREET BALDWIN PARK CA917Ofi(1) Name under which business is conducted w (Signature) MICHAEL A. PRLICH PRESIDENT__ Impress Corporate Seal here (3) Incorporated under the laws of the State of. (4) Place of Business ^ff>. <^2 / /) (Street and Number) City and State £>&<-2>i**tJ rAP-K- , £A > (5) Zip Code 7 /7^£ Telephone No. ( £26.) IF/3 — (6) E-Mail MAP NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED Revised 6/10/09 Contract Nos. 3873 & 5512 Page 20 of 165 State of California County of Los Angeles On 3-fe~/Q 2010, before me, Michael A. Prlich, President, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature . GttGGAKDWALFVEGRENk COMM. 11800880 ' NotifyPuWk-CdifomH % Los Angtta County r Camm.Ex{*tsJun9,2012 P (Seal) 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: MICHAEL A. PRLICH PtTER SERDARUSICH PRESIDENT ": SCRETARY/TREASUREK Revised 6/10/09 Contract Nos. 3873 & 5512 Page 21 of 165 Mike Prlich and Sons Inc. 5103 Elton Street Baldwin Park, California 91706 (626)813-1700 Fax (626)813-1770 RESOLUTION BY THE BOARD OF DIRECTORS OF MIKE PRLICH AND SONS INC WHEREAS, THE UNDERSIGNED BEING ALL OF THE DIRECTORS (OR A MAJORITY) OF THE ABOVE-NAMED CORPORATION, HERBY INDIVIDUALY AND COLLECTIVELY CONSENT TO THE FOLLOWING RESOLUTION: RESOLVED, THAT ANY ONE OR MORE OF THE FOLLOWING OFFICERS OF THIS CORPORATION IS HERBY AUTHORIZED TO ENTER INTO ANY CONTRACT OR EXECUTE ANY INSTUMENT IN THE NAM OF AND ON BEHALF OF THE CORPORATION. SUCH POWER IS GENREAL. MICHAEL A. PRLICH - PRESIDENT PETER A. SERDARUSICH SECRETARY/TRESURER RESOLVED FURTHER, THAT ANY OF THE ABOVE OFFICERS OF THIS CORPORRATION IS HERBY AUTHORIZED TO EXECUTE ANY DOUCUMENTS OR INSTURMENT ON BEHALF OF THE CORPORATION. THE UNDERSIGNED, BEING ALL OF THE DIRECTORS (OR A MAJORITY) OF THIS CORPORATION, HERBY ADOPT AND CONSET TO THE FOREGOING RESOLUTION IN LIEU OF A MEETING. DATED: NOVEMBER 10,2008 Secretary/Treasurer Director BID SECURITY FORM (Check to Accompany Bid) BEECH AVENUE SEWER AND HOME PLANT LIFT STATION INFLUENT SEWER REPLACEMENT CONTRACT NOS. 3873 & 5512 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of dollars ($ ), this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder. BIDDER Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed-the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) Revised 6/10/09 Contract Nos. 3873 & 5512 Page 22 of 165 Bond No. MIKPR-23 BIDDER'S BOND TO ACCOMPANY PROPOSAL BEECH AVENUE SEWER AND HOME PLANT LIFT STATION , INFLUENT SEWER REPLACEMENT CONTRACT NOS. 3873 & 5512 KNOW ALL PERSONS BY THESE PRESENTS: That We, Mike Prlich & Sons, Inc. 3S Principal, and Hartford Fire Insurance Company as Surety are held and firmly bound unto the City pf Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) Ten percent of Amount Bid for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Principal for: BEECH AVENUE SEWER AND HOME PLANT LIFT STATION INFLUENT SEWER REPLACMENT CONTRACT NOS. 3873 & 5512 In the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become 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 City. Revised 6/10/09 Contract Nos. 3873 & 5512 Page 23 of 165 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 PRINCIPAL: Mike Prlich & Sons, Inc. day of..20 (name of Principal) By: (print name here) Executed by SURETY this Of March . 1st (Title and Organization of Signatory) By: __\__^I (sign here) (print name here) (title and organization of signatory) SURETY: Hartford Fire Insurance Company (name of Surety) One Pointe Dr., Suite 325 Brea, CA 92822 (address of Surety) 714-674-1200 (signature of Attorney^ir^Fact) Arturo Ayala, Attorney-in-Fact (printed name of Attorney-in-Fact) , day (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By:.JfLU Deputy City Attorney Revised 6/10/09 Contract Nos. 3873 & 5512 Page 24 of 165 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT 5G^^^e^e<je<jG£^e<?^©ee^ STATE OF CALIFORNIA County of Orange On 3/1/10 Date before me, Daniel Huckabav, Notary Public personally appeared Arturo Ayala Here Insert Name and Title of the Officer Name(s) of Signer(s) DANIEL HUCKABAY COMM. #1796314 Notary Public-California ORANGE COUNTY MyComm. Expires Apr. 24,2012 If • Jiijll •»! .MlLMJm^JLJ^*»>j*rf*>w*£^ n(A ITIL Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State^GaltforrTia thaFTRB-fetejoing paragraph is true and correct. Witness rnVtiaHd and official se Signature OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: 3/1/10 Number of Pages: Two Signer(s) Other Than Named Above:. Capacity(ies) Claimed by Signer(s) Signer's Name: Arturo Ayala D Individual D Corporate Officer — Title(s): D Partner— D Limited D General 0 Attorney in Fact D Trustee RIGHTTHUMBPRINT OF SIGNER Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee RIGHTTHUMBPRINT OF SIGNER D Guardian or Conservator D Other: Signer Is Representing: Top of thumb here D Guardian or Conservator D Other: Signer Is Representing: Top of thumb here y&V&V&t&®GvG®&t$&QG<^^ © 2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA91313-2402-www.NationalNotary.org Item #5907 Reorder: Call Toll-Free 1-800-876-6827 POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS THAT: Bond No. MIKPR-23 Direct Inquiries/Claims to: THE HARTFORD BOND, T-4 P.O. BOX 2103, 690 ASYLUM AVENUE HARTFORD, CONNECTICUT 06115 call: 888-266-3488 or fax: 860-757-5835 Agency Code: 72-181009 | X | Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut | X | Hartford Casualty insurance Company, a corporation duly organized under the laws of the State of Indiana j X | Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut j | Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut j | Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana | | Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois I [ Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana I [ Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Ralph Eidem, Jr., Daniel Huckabay, ArturoAyala of Orange, CA their true and lawful Attorney{s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by H, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on July 21, 2003 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. Paul A. Bergenholtz, Assistant Secretary STATE OF CONNECTICUT -v V ss. Hartford COU NTY OF HARTFO RD 1 David T. Akers, Assistant Vice President f On this 4th day of August, 2004, before me personally came David T. Akers, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hampden, Commonwealth of Massachusetts; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. \*\At^MlC / /Vi—si'/ Scott E-Paseka ^i&&£r Notary Public CERTIFICATE My Commission Expires October 31,2007 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of March 1st, 2010 Signed and sealed at the City of Hartford. Gary W. Stumper, Assistant Vice President POA2005 THF -_ ,„_ JL Jl I, J. ji mmm^mmmmimm Claims Inquiries Notice Hartford Fire Insurance Company Twin City Insurance Company Hartford Casualty Insurance Company Hartford Insurance Company of Illinois Hartford Accident and Indemnity Company Hartford Insurance Company of the Midwest Hartford Underwriters Insurance Company Hartford Insurance Company of the Southwest Please address inquiries regarding Claims for all surety and fidelity products issued by The Hartford's underwriting companies to the following: Phone Number: : 888-266-3488 Fax-Claims : 860-757-5835 or 860-547-8265 E-mail : claimsfg), 1 stepsurety.com Mailing Address : The Hartford BOND, T-4 690 Asylum Avenue Hartford, CT 06115 Claims Inquiries Notice 2003 State of California County of Los Angeles On M&&4 2010, before me, Michael A. Prlich, President, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. A, fk.. A A A A A A A, GUtQG AfiOCN AlFVEGftEN COMM. 11 800880 Notwy Public- California £ Los Angeles County :" Ccji»mfapHtJun9.2012YYv vx (Seal) GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Form" Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, "Bid", "Bidder", "Contract", "Contractor", "Contract Price", "Contract Unit Price", "Engineer", "Own Organization", "Subcontractor", and "Work". Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be preformed by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non- responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor- installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be final. Revised 6/10/09 Contract Nos. 3873 & 5512 Page 25 of 165 Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. Revised 6/10/09 Contract Nos. 3873 & 5512 Page 26 of 165 DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) BEECH AVENUE SEWER AND HOME PLANT LIFT STATION INFLUENT SEWER REPLACMENT CONTRACT NOS. 3873 & 5512 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Portion of Work Subcontractor Name and Location of Business Subcontractor's License No. and Classification* Amount of Work by Subcontractor in Dollars* Po 774VO 5G/OOO.OO ST. C-V 2."* rr o* vr ? OOP. A OOO. OO £ Page.of pages of this Subcontractor Designation form Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." Revised 6/10/09 Contract Nos. 3873 & 5512 Page 27 of 165 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) BEECH AVENUE SEWER AND HOME PLANT LIFT STATION INFLUENT SEWER REPLACMENT CONTRACT NOS. 3873 & 5512 The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. Date Contract Completed ^>ee A ^Asr Name and Address of the Employer iTAe(4e& kJs.r OF tl <££&$-*>,(j Name and Phone No. of Person to Contract C0m p fe*fe& k)om Type of Work ~ O) |TH //J ~H)t Amount of Contract Revised 6/10/09 Contract Nos. 3873 & 5512 Page 28 of 165 MIKE PRLICH AND SONS, INC. (Completed within the last II years) JOBS ENTITY NAME SOI City of Los Angeles 200 N. Spring St. Los Angeles, CA 90012 PURPOSE OF CONTRACT Samoan Apt-Harbor Blvd. Sewer Repair W.O. SZSI 1171 TYPE TOTAL COST YEAR CONTACT PERSON Sewer $118,876.00 1999 Linn Cummings (310)732-4693 M>2 Cily of Los Angeles 200 N. Spring St. Los Angeles, CA 90012 Easter Ave. Sewer Relief 12,000 L.F. 30" VCP W.O. SZSI 1113 Sewer $3,674,245.00 1999 John M. Haskett (213)485-5464 603 Cily of Los Angeles 200 N. Spring St. Los Angeles, CA 90012 Western Ave. Storm Drain W.O. E400023 Sewer $1,394,700.00 2000 Robert Vega (322)342-1575 604 City of Los Angeles 200 N. Spring St. Los Angeles, CA 90012 Hollywood Area Cement Sewer Repair (CSRP)Unit3 W.O. SZSI 1137 Sewer $725,985.00 2000 605 Cily of Los Angeles 200 N. Spring St. Los Anaeles. CA90012 Harbor Unit 2 Sewer Replacement Rehab. SZSI I 140 Sewer $1,047,084.00 2000 John M. Haskett (213)485-5464 606 City of Los Angeles 200 N. Spring St. Los Angeles, CA 90012 Emergency Sewer Repairs 425 E. 29th St. W.O. SWC00082 Sewer $9,800.00 2000 Rafael Solorazano (213)798-8965 607 City of Los Angeles 200 N. Spring St. Los Angeles, CA 90012 Boyle Heights Area Relief Sewer Project SZSI1190 Sewer $615,049.00 2001 John M. Haskett (213)485-5464 M)8 City of Los Angeles 200 N Spring St. Los Angeles, CA 90012 Dept of Water & Power Harbor West Recycling Project 42814-1 Water $95,250.00 2000 )9 City of Los Angeles ***"*•' 200 N. Spring St. Los Anaeles. CA 90012 Dept of Water & Power Harbor West Recycling Project 42815-1 Water $99,500.00 2000 610 Cily of Los Angeles 200 N. Spring St. Los Angeles, CA 90012 Arapahoe St. & Olive St. Emergency Swr Repair W.O.SZSi 1171 Storm Drain $ 121,366.00 2000 61 1 City of Los Angeles 200 N. Spring St. Los Anaeles, CA 90012 Montecito Drive Storm Drain Extension W.O. SZSI 1156 Storm Drain $77,650.00 2001 61 2 Los Angeles County Sanitation District 1955 Workman Mill Rd. Whittier, CA 90601-1415 Holmes-Willowbrook Relief Sewer- Contract No. 3782 File No. 1-10.06-31 Sewer $938,467.00 2001 Bereau of Engineering (562)699-7411 613 Orange County Sanitation District 10844 Ellis Ave. CA 92728-8127 Junction Structure Upgrade SP200029 Sewer Structure $386,736.00 2001 Sid Kirk (714)593-7342 MIKE PRLICH AND SONS, INC. (Completed within the last II years) .IOIW ENTITY NAME >14 Cily of Los Angeles 200 N. Spring Si. Los Angeles, CA 90012 615 1 .os Angeles County Dept of Public Works 900 S. Fremonl Ave. Alhambra.CA 91803-1331 PURPOSE OF CONTRACT Emergency Sewer Repairs 33rd St. East of San Pedro St. W.O. SZS11236 Beverly Pico Drain Unit2 TYPE TOTAL COST YEAR CONTACT PERSON Sewer $99,930.00 2001 Rafael Solorazano (213)798-8965 Storm Drain $641,927.00 2001 Bereau of Engineering (626)458-6959 6 16 City of Los Angeles 200 N. Spring St. Los Angeles, CA 90012 617 City of Pico Rivera P.O. Box 1016 Pico Rivera, CA 90660 Emergency Sewer Repairs Wartime Museum Junction Structure SZCI1241 Vestar Site Sewer Improvements Sewer Sewer $247,811.00 2001 Linn Cummings (310)732-4693 $209,033.00 2002 Michael Moore (562)801-4389 618 City of Los Angeles 200 N. Spring Si. Los Angeles, CA 90012 619 Orange County .Sanitation District 10844 Ellis Ave P.O. Box SI27 Fountain Valley CA 92728-8127 Emergency Sewer Repairs Sewer Spot Repairs Winter 2001/2002 W.O. SWC00120 Emergency Force Main Repair Force Main Repair and Ocean Siphon Repair, 2000 L.F. Hobas Pipe Lining, Diversion Of Sewer Siphon under Santa Ana River. Sewer $652,522.00 2002 Sewer Force Main $2,004,923.00 2002 Sid Kirk (714)593-7342 62U Cily of Pico Rivera (1615 Passons Blvd. Pico Rivera, CA 90660 Sares-Regis Sewer Improvement Sewer $233,294.00 2002 Michael Moore (562)801-4389 11 Cily of Rosemead S838E. Valley Blvd. Rosemead. CA 91770 Ralph Street and Olney Storm Drain Storm Drain $487.996.00 2002 Wildan Engineering (714)940-6300 d22 Cily of Los Angeles 200 N. Spring St. Los Angeles, CA 90012 623 City of Los Angeles 200 N. Spring St. Los Angeles, CA 90012 624 City ofGlendale 613 E. Broadway, Suite 120 Glendale, CA9I206 625 Orange County 10844 Ellis Ave. I'O. Box 8127 Fountain Valley CA 92728 Emergency Sewer Repair W.O. SWC000129 Garwood Place Emergency Storm Drain-W.O. SZSI1211 San Fernando Road Sewer Capacity Abandonment of Airbase Trunk Sewer Arlington Sewer $204,444.00 2002 Iraj Mouffay-Azhali (213)485-5846 Storm Drain $43,013.00 2002 Alfredo Magallenes (213)847-4844 Sewer $786,268.00 2002 Steve Walker (818)548-2140 Sewer $699,500.00 2002 Todd Haynes (714)593-7304 MIKE PRLICH AND SONS, INC. (Completed within the last 11 years) JO1W ENTITY NAME PURPOSE OF CONTRACT TYPE TOTAL COST YEAR CONTACT PERSON '•>26 City of Los Angeles 200 N. Spring St. Los Angeles. CA 90012 Toluca Lake-Moorpark Storm Drain W.O. SZS1II98 Storm Draim $250,207.00 2003 Tom Kilmer (213)847-5170 627 Vallecitos Water District 201 VallecilosDeOro San Marcos CA 92069-1453 Land Outfall Manhole Rehabit.Sewer Manhole Coating $78,942.00 2003 Chuck Reuck (760)744-2738 Orange County Sanitation District 10844 Ellis Ave. P.O. BON 8127 Fountain Valley C A 92728-8127 Los Alamitos Lateral Sewer $16,156.00 2002 Terry Krie (714)593-7348 629 City of Los Angeles 200 N. Spring Street Los Anaeles. CA 90012 Emergency Sewer Repair Temporary Sewer between the Pacific Coast Hghwy and Via De Las Olas W.O. SWC00141 Sewer $281,769.00 2002 Iraj MoutTay-Azhali (213)485-5846 630 City of Los Angeles 200 N, Spring Street Los Armeies, CA 90012 Emergency SD. Repair W.O. SSOA0060 Sewer $10,026.00 2002 Iraj Mouffay-Azhali (213)485-5846 63 I City of Santa Monica 1685 Main Street Sanla Monica, CA 90402-2200 Project #14 Sewer Gravity & $3,714,690.00 2003 Eugenia Chusid Pipe Bursting (310)458-8795 o32 City of Garden Grove I 1222 Acacia Parkway P.O. Box 3070 Garden Grove. CA 94842 Garden Grove Sewer Improvements Project No. 7800 Sewer $366,627.00 2003 Mark Uphus (714)741-5191 (i33 City of Los Angeles 20u N. Spring Street Los Angeles, CA 90012 634 City of Los Angeles 200 N. Spring Street Los Angeles. C A 90012 635 City of Los Angeles 200 N. Spring Street I.us Armeies. C A 90012 Emergency Sewer Repairs Collection System Spot Repairs W.O. SWCOOI48 Emergency Sewer Repairs W.O. SWC00160 Emergency Sewer Repairs W.O. SWC00169 Sewer Sewer Sewer $237,887.00 2003 Iraj Mouffay-Azhali (213)485-5846 $249,911.00 2003 Iraj Mouffay-Azhali (213)485-5846 $64,830.00 2003 Iraj Mouffay-Azhali (213)485-5846 636 City of Carlsbad 1635 Faraday Ave. Carlsbad. CA 92008-7314 Project 3874-1 Sewer Manhole Coating $179,940.00 2004 Don Moore (760) 602-2430 6.17 City of Los Angeles 200 N Spring Street Los Angeles. CA 90012 Liebe Drain (Benedict Cyn SD N/0 Hutton Dr.) Storm Drain $1,147,240.00 2004 Anthony Munoz (818)374-4638 MIKE PRLICH AND SONS, INC. (Completed within the last 11 years) ,IOI5# ENTITY NAME '•>3X Cily ol'C'osla Mesa Orange County Sanitation PC). Box 8127 l-oumam Valley CA 92728-8127 PURPOSE OF CONTRACT Abandonment of Airbase Trunk Sewer TYPE TOTAL COST YEAR CONTACT PERSON Sewer $2,375,000.00 2004 Larry Rein (714)593-7375 639 City of Los Angeles 200 N. Spring Street Los Anaeles, CA90012 Beacon Street Storm Drain Storm Drain $156,613.00 2004 Linn Cummings (310)732-4693 (i4() Cily of Los Angeles 200 N Spring St. I.os Anaeles, CA 90012 Emergency Sewer Repairs South Van Ness Avenue W.O. SWCOOI77 Sewer $71,069.03 2004 Iraj Mouffay-Azhali (213)485-5846 641 City of Los Angeles 200 N. Spring St. Los Anaelos. CA 90012 Emergency Sewer Repairs Alonzo Avenue W.O. SWC00192 Sewer $213,513.97 2004 Iraj Mouffay-Azhali (213)485-5846 642 Orange County Sun nation District 10844 Ellis Ave. P.O. Box 8127 Fountain Valley CA 92728-8127 Abandonment of Airbase Trunk California St. Sewer $507,610.00 2004 Sid Kirk (714)593-7342 (•43 Los Angeles County Sanitation Districts 1955 Workman Mill Rd. Whiiiier. CA 90601-1415 Lateral Sewer Connections (a>. Crenshaw Blvd. Sewer $82,254.29 2004 Lenny Blackman (310)830-8050 '44 Cily of Los Angeles 200 N. Spring St. Los Angeles, CA 90012 645 Cily of Los Angeles 200 N. Spring St. Los Angeles, CA 90012 646 Cily of Los Angeles 200 N. Spring St. Los Anaeles. CA 90012 Enchanted Way Emergency Storm Drain Replacement W.O. SZS1I272 Santa Monica Basin Pollution 1 Oth Avenue @ 36th St. W.O. SZS11226 Dalton Ave. @ 30th St. W.O. SZS11228 SMBWUR Pollution Removal Normandie @ 52nd & Vernon @ Normandie W0# SZS 11228 SZS 11229 Storm Drain $35,600.00 2004 Iraj Mouffay-Azhali (213)485-5846 Storm Drain Pollution $668,558.00 2005 Francisco Rangel Collector Structures (213) 847-5235 Storm Water Pollution $698,235.00 2005 Linn Cummings Collection (310)732-4693 (47 Los Angeles County Sunilalion Dislncls 1455 Workman Mill Rd. Whitlier. CA 90601-1415 Long Beach Water Reclamation Plant Interceptor, Section I Sewer Force Main $1,332,594.00 2004 John Joyce (310)830-8050 (48 City of Vernon 4305 Sania Fe Ave. Vernon. CA 90058 Emergency Sewer Repairs Sewer $47,737.70 2004 Vincent A.Rodriguez (323)583-8811 (4V Cily of Los Angeles 200 N. Spring Si. Los Angeles, CA 90012 Las Pulgas Canyon Sewer/ Temescal Canyon Pumping Plant W.O. E2002396 Sewer $2,863,660.00 2006 Romano V. Galassi (213)847-0405 MIKE PRLICH AND SONS, INC. (Completed within the last 11 years) ,IOU# ENTITY NAME S50 Crabb Construction Comp. 5135 Valley Center Ave. Covina. CA9I724 PURPOSE OF CONTRACT Me. Donald's TYPE TOTAL COST YEAR CONTACT PERSON Storm Drain $88,157.00 2004 Dan Wareham (909)305-2088 651 City ol'Garden Grove I 1222 Acacia Parkway (iarden Grove. CA 92842 Emergency Sewer Repair liu. Magnolia Ave. & Katella Ave. Sewer $42,013.47 2004 Brant Hayes (714)290-9318 o52 California Stale University 125(1 BcllllowerBlvcl. Long Beach. CA 90S40-570I 653 City of Los Angeles 200 N. Spring St. Los Angeles, C A 90012 North Campus Underground Utilities Bid#UIX01MC034 Wastewater Treatment Plant Emergency W.O.SZS 11462 Sewer $384,142.00 2004 Mike Jasminski (562)985-4175 Odor Control $219,284.00 2004 Ray Mohammadi (310)648-6203 (>54 City ol'Los Angeles 200 N Spring Si. LosAnaeles, CA90012 Transportation Contaminant Reduction SZSI1225, SZS11227, SZSII229 Storm Water Trash $459,877.00 2006 Hassan Nazemi Removal 213/847-5076 655 City ol'Los Angeles 200 N Spring St. Los Armeies, CA 90012 Emergency Sewer Repairs Whitworth Drive and W.O. SWC00267 Sewer $110,228.35 2005 Iraj Mouffay-Azhali (213)485-5846 C'uy ol'Gurden Grove 11222 Acacia Parkway Garden Grove, CA 92842 Install an 18" Water Valve at Lampson & West Street IFB#OI-I078 Water $28,000.00 2005 Thomas C. Meng (714)741-5056 657 Midway City Sanitary Dist. 14451 Cedarwood Si. Westminster, CA 92683 Pacific Avenue & 14th St. Sewer Project Sewer $2,510,099.33 2005 DGA Consultants Don Greek (714)568-0200 City ol Los Angeles 200 N. Spring St. Los An»eles, CA 90012 Neenach Street Sewer Improvement W.O. No.A'll-E6000416 Sewer $113,869.80 2005 Eladio Lopez (818)374-4652 659 City of Los Angeles 200 N. Spring St. Los Angeles, CA 90012 660 City ofLa Palma 7822 Walker Street La Palma. CA 90623 661 City ol'Los Angeles 200 N. Spring St. Los Armeies, CA 90012 Emergency Sewer Repair 54th St. Sewer Replacements W.O. SZC1 1486 Installation of Drainage Devices Along Andrew Drive & Houston Avenue Project* 03-SWR-02 Emergency Sewer Repairs Summitridge Drive (1300 Block) W.O. SWC00313 Sewer $219,176.97 2005 Iraj MourYay-Azhali (213)485-5846 Sewer/Storm Drain $39,465.12 2005 Ismile H. Noorbaksh, P.E. (714)690-3310 Sewer $11,215.15 2005 Iraj Mouflay-Azhali (213)485-5846 662 City of Los Angeles 201) N Spring St. Los Angeles. CA 90012 Shields Drive Hillside Emerg. SD Repl. 25th St. @ RPV Phase II Emerg. SD Repl. W.O. SZSII304&SZSI1325 Storm Drain $78,597.74 2005 Linn Cummings (310)732-4693 664 City oI'Los Angeles 200 N. Spring St. Los Angeles, CA 90012 Emerg. Sewer Repair Bellagio Road W.O. SZC1 1437 Sewer $406,080.00 2005 Phillip M. Wilson (310)575-8387 MIKE PRLICH AND SONS, INC. (Completed within the lust 11 years) JOBS KNTITY NAME PURPOSE OF CONTRACT TYPE TOTAL COST YEA.R CONTACT PERSON ,..•><>5 Cily of Los Angeles 200 N Spring Si. Los Angeles, CA 90012 660 City of Los Angeles 200 N. Spring Si. Los Angeles, CA 90012 667 Cm-ofGarden Grove I 1222 Acacia Parkway Garden Grove. CA 92842 57th Street @ Vermont Avenue Emergency Storm Drain W.O. SZS1I346 Liebe Drain (Benedict Canyon) W.O. E4000279 Provide & Install a 6-Inch Sewer Lateral al 12927 Chapman Avenue, Garden Grove IFB No. 01-1091 Storm Drain $2,168.74 2005 Andy Flores (213)847-8766 Storm Drain $174,822.93 2005 Rafael Villegas (213)847-5051 Sewer $21,198.00 2005 Thomas C. Meng 66X Orange County Sanitation DiMnct I'.O. Box 8127 Founlain Valley. CA N92728 Water Distribution System Modifications Plant I - FE0520 Water $196,378.00 2006 Jim Harris (714)593-7727 669 Cily of Los Angeles 200 N. Spring Si. Los Angeles, CA 90012 670 Cily ol'l.os Angeles 200 N Spring St. Los Anueles. CA 90012 Santa Monia Blvd. Emergency Sewer Repair W.O. SZC11590 Harbor Area Cemenl Sewer Renewal Program - Unit 5 SZC11159 Sewer Sewer $62,996.29 2005 Rafael Villegas (213)847-5051 $1,420,058.00 2006 Neil 0. Tuano (310)732-4691 d7l Cily of La Palma 7X22 Walker Street I.u I'alma. CA 9(1623 Coyote Creek Channel Emergency Reconstr. of Levee and Channel Invert Channel $435,426.00 2005 Ismile H. Noorbaksh, P.E. (714)690-3310 672 I.us Angeles County San i union Distncls 1955 Workman Mill Rd. Whitiier. CA 90601-1415 Emergency Sewer Rpr Figueroa & Sepulveda Peck Rd. & Bryant St. Cheyenne St. - Downey Sewer $78,443.08 2004 Walter Akkerman (310)830-8050 Hoeing Realty Corporation 4900 I.; Conanl Slreet Lonu Beach. CA 90808 Pacific Galeway Tract 16375 Wet Utility Improvements Storm Drain/Sewer Water $4,538,622.12 2006-2007 Jim Slater (626)272-6940 674 Cily of Los Angeles 200 N Spring St. Los Anueles. CA 90012 Emergency Sewer Repair 88tgh Place and Beaudry W.O. SZC I 1595 Sewer $61,081.45 2005 Iraj Mouffay-Azhali (213)485-5846 o?5 Andrew Papac & Sons, Inc. 203U Santa Anita Avenue South El Monte, CA 91733 Bushnell Way 5600 Block & Redfield Ave. 400 Block SZC 11480 Pipe Bursting $100,916.52 2005 Andrew Papac (626)443-4061 676 City of Los Angeles 200 N. Spring St. Los Angeles, C A 90012 677 City ol'l.os Angeles 200 N Spring Si. Los Anaeles. CA900I2 Rising Glen Drive Emergency Storm Drain Storm Drain W.O. SZS11359 10221 Sunset Blvd. Emergency Sewer Repairs Sewer W.O. SWC00492 $65,300.13 2005 Iraj Mouffay-Azhali (213)485-5846 $47,118.31 2005 Iraj Mouffay-Azhali (213)485-5846 • MIKE PRLICH AND SONS, INC. (Completed within the last 11 years) .IOBW ENTITY NAME 678 Los Angeles County Sanitation Districts 1955 Workman Mill Rd. Whiuier, CA 90601-1415 PURPOSE OF CONTRACT 1965 Workman Mill Road TYPE TOTAL COST YEAR CONTACT PERSON Sewer $3,859.31 2005 Walter Akkerman (310)830-8050 079 City of Los Angeles 200 N. Spring St. Los Anaelcs. CA900I2 Bayvvood Court Sewer Extension W.O. E2000900 Sewer/Directional Drilling $1,145,789.00 2007 Chris Trinidad (213)847-8429 Cily of Los Angeles 200 N. Spring St. Los Angeles, CA 90012 City of Los Angeles 200 N. Spring St. Los Angeles, CA 90012 Cilv of Los Angeles 200 N. Spring St. Los Anaeles. CA 90012 Washington Blvd./Flower to Grand W.O. E2000267 Quinton Lane (Near Marcus) Sewer Improvements W.O. A11'-SZC11327 Belden Drive Emergency Storm Drain W.O. SWC1 1377 Sewer/Tunnel $2,646,666.00 2007-2008 Wai Yip (213)485-5441 Sewer $218,774.00 2006 Barbara Sherfey (818)374-4653 Storm Drain $108,496.57 2006 Iraj Mouftay-Azhali (213)485-5846 City oI'Los Angeles 200 N. Spring St. Los Aimeles. CA90012 ESR 4th St. Gertrude.Cummings, 2nd St. W.O. SWC00522 Sewer $69,726.36 2006 Iraj Mouftay-Azhali (213)485-5846 684 City of Los Angeles 200 N. Spring Si. Los Angeles. CA 90012 dX5 City of Los Angeles 200 N. Spring St. Los Aimeles. CA 90012 Meyler Upland Elberon Storm Drain W.O. SZSII286 Manchester Pumpilng Plant 601 W.O. SWC00518 Storm Drain $207,014.95 2007 Carlton Jones (310)732-4690 Sewer $456,371.88 Ongoing Rafael Solorazano (213)798-8965 City of Los Angeles 200 N Spring St. Los Alludes. CA 90012 Fries Emergency Sewer Repair W.O. SZCI 1678 Sewer $195,388.32 2006 Lynn Cummings (310)732-4693 687 Cily of Costa Mesa Orange County Sanitation P.O. Box 8127 Fountain Valley CA 92728-8127 Emergency Sewer Repair Lemon Heights & Los Alamitos, Seal Beach Sewer $70,506.17 2006 Terri Kries (714)964-4775 Cily ol'Yorba Linda -1845 Casa Loma Avenue Yorba Linda, CA 92886 Storm Drain & E01P28 Inlet Irnprov. Project Storm Drain $411,882.12 Ongoing Eric Schlichter (949) 655-3900 Ext. 683 Cny of Orange .>U(i L:. Chapman Avenue Oranae. CA 92866 Tali Ave. & Glassell St. Storm Drain Improvement Storm Drain $838,321.60 Ongoing Alan Truong (714)744-5569 690 Cily of Los Angeles 200 N. Spring St. Los Angeles, CA 90012 692 Moeon 49-950 Jefferson St. C-20 Indio. CA 92001 Emergency Sewer Repair 18th Street/Dundee/James/Lindacrest Yosemite Valley Sanitary Sewer Package No. YOSE 069463 Sewer Sewer $82,398.13 2006 Iraj Mouftay-Azhali (213)485-5846 $142,261.40 2006 Bob Morrow (760) 564-2536 MIKE PRLICH AND SONS, INC. (Completed within the hist 11 years) .IOH# ENTITY NAME >93 City of I.os Angeles 200 N. Spring St. I .os Aimeles, CA900I2 PURPOSE OF CONTRACT Emergency Sewer Repair Vendome St. SZCII687 TYPE TOTAL COST YEAR CONTACT PERSON Sewer $122,311.74 2006 I raj Mouffay-Azhali (213)485-5846 694 Cily ol'Garden Grove 1 1222 Acacia Parkway Garden Grove. CA 92840 10" Sewer Repair at Garden Grove Blvd. East of Knott Sewer $2,414.20 2006 Brent Hayes (714)741-5395 Orange Courtly Sanitation 10X44 Ellis Ave. Fountain Valley, CA 92728 City of Los Angeles 200 N Spring St. Los Anucles. CA 90012 FE06-03 Plant I Primary Clarifier Pipeline Rep. Storm Drain ESR - NOS Sinkhole at Rodeo Sewer SWC00630 $34,232.00 2006 Brian Bigam (714)962-2411 $12,496,172.00 2007 John Hasket (213)485-5864 697 City of El Monte 1 1333 Valley Blvd. El Monte, CA 91731 Bryant Road & Peck Road Pothole Utilities Pothole $7,735.05 2007 Cesar Roldan (626) 580-2058 Orange County Sanitation 10844 Ellis Ave. Fountain Vallev, CA 9272S Redhill & Winsor Tustin Emergency Sewer $36,098.37 2007 Raul Cuellar (714)593-7828 f>99 Boeing Really Corporation 4900 !•;. Conant Street Lonu Beach, CA 90808 Boeing Realty Industrial OtTSite Constr.Sewer & Storm Drain $23,837.58 2007 Eddie Silvery (714)751-5557 I.ACSI.) 24501 S Figucroa St. Carson, CA 90746 Inglewood Trunk Sewer Beach beetween Ellis & Hillsdale Sewer $ 100,639.19 2007 Walter Ackerman 310/830-8050 Orange County Sanitation 10X44 Ellis Ave. l-ounlain Vallev. CA 92728 Emergency Sewer Sinkholes @ 10441 Randall, 10471 Randall, 10571 Meads Sewer $96,266.81 2007 Terry Krie (714)593-7348 702 Cily of Los Angeles 200 N. Spring St. Los Anseles. CA90012 Normandie Replacement Sewer 62 to 68 W.O. SZC1I647 Sewer $3,959,517.00 2008 Carlos Tirres (213)761-0002 704 Cily of I.os Angeles 200 N. Spring St. Los Angeles, CA 90012 County of LADPW P.O Box 1460 Alhamhra. CA 91802 Avenue 44 Storm Drain Emergency Repl. Phase II W.O.SZSII395 Barrier Water Supply Facilities Improvements FCC0000940 Storm Drain $25,450.00 2007 Edgar Mergado (213)485-4586 $645,102.25 2007 Shaun Kjelstrom (626)458-3139 Long Beach Water Depl. 1SOO I- Wardlmv Road Lonu Beach. CA 90807 8" VCP Emergency Repair on Westminster Ave. Job No. SC-0166 $357.903.99 2007 Jimmy Chen (562) 570-2306 7()d LACSD l')55 Workman Mill Road Whmier. CA 90601 Douglas Avenue Reliet'Trunk Sewer BU NO. 0256005 PO# RO17385 $49,824.07 2007 Phil Kang (562)699-7411 707 City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92663 Buck Gully Sewer Force Main Relocation Contract No. 3803 $292,379.00 2007-2008 Mike Sinacori (949)644-3342 ' MIKE PRLICH AND SONS, INC. (Completed within the last 11 years) ,IOB# ENTITY NAME V,, 70S Cily of Los Angeles 20(1 N. Spring St. Los Amides, CA 90012 PURPOSE OF CONTRACT Emergency Sewer Repair Angelina St. W.O. SZCI1808 TYPE TOTAL COST YEAR CONTACT PERSON Sewer $331,297.01 2007-2008 Jon M. Haskett (213)485-5464 KM City ofl-'iillerlon ?>03 W Commonwealth Ave. l-'ullorlon X'A 92832 Sanitary Sewer Upgrade 2006-07, Phase 2 Project No. 5132 Sewer $773,042.00 2007 Jaswinder D. Dhanda (714)738-6321 710 Cily oI'Los Angeles 200 N Spring Si. Los Anaeles, CA 90012 10851 Chalon Road Emergency Repair SZCI18I5 Sewer $83.610.78 2008 John M. Haskelt (213)485-5464 711 l.ACSD 1455 Workman Mill Road Whillier. CA 90601 Joint Water Pollution Control Plant P0# 0735200 Water $28,179.00 2008 Patti Sherman (562)699-7411 712 Cily of I.os Angeles 200 N. Spring St. Los Anaeles, CA 90012 Berkeley, Buckingham & Rodeo SZCII930 Sewer $237,005.00 2008 John M. Haskett (213)485-5464 713 (.'ily ol'l.us Angeles 200 N Spring St. Los Angeles, CA 90012 714 Crabh Construction 5135 Valley Center Ave. Covimi. CA9I724 Oriole Way R/W SZC1I927 2215 Martin Luther King, Los Angeles Sewer $104,840.18 2008 John M. Haskett (213)485-5464 $41,120.00 2008 GregHirscher (909)973-4476 715 Cily of Los Angeles 200 N. Spring Si. Los Anaeles. CA 90012 Secondary Sewer Renewal H28B Franklin Ave./Nichols Cyn Rd. W.O. SZCI1662 Sewer $3,349,108.00 2008-200S M ike Schmoker (213)847-0293 16 City of Garden Grove I 1 222 Acacia Parkway Garden Grove. CA 92840 Emergency Sinkhole Magnolia & Weslminster PO#08-2958 Sewer $62,023.55 2008 Brent Hayes (714)741-5395 717 Cily of Los Angeles 200 N. Spring St. Los Armeies. CA 90012 Secondary Sewer Renewal H28A Sunset Blvd./Gardner W.O. SZCI 1661 Sewer $4,882,887.00 2008-2005 Carla Rinehart (213)847-0366 7IS C'lf, of Los Angeles 200 N. Spring St l.os Anceles. CA 90012 ESR Lemay, Rranchito, Tobias, Vesper W.O. SWC00853 Sewer $94,569.00 2008 John M. Haskett (213)485-5464 719 Orange' County Sanitation 10X44 Kllis Ave. I•ounlain Valley. CA 92728 ESR-Redhill& Lacolina Sewer $27,369.79 2008 Syd Kirk (714)593-7717 720 Orange County Sanitation 10844 Ellis Ave Fountain Valley, CA 92728 72 I Long Beach Water Dept. ISOO H. Wardlow Road l.ons! Beach. CA 90807 Emergency Sewer P0# 66476-05 Lining at Colorado & Eliot & Lining Exist Sanita Sewer Sewer Pipe by C1PP Liner $11,700.00 2008 MikeMcKusker (714)593-7738 $127,092.70 2008 Jimmy Chen (562)570-2340 722 CCK Builders. Inc. d25 W. Katella Rd. #3 Oraime, CA 92867 Me. Donald's Castaic, Newhall Sewer $117,14500 2008 Chris (714)471-7077 723 l.ACSD 1955 Workman Mill Road Cleaning & Camera Storm Drain P0# 0819094 Storm Drain $9,600.00 2008 Patti Sherman (562)699-7411 MIKE PRLICH AND SONS, INC. (Completed within the hist 11 years) JOBS KNTITYIMAME Whiuier. CA 90607 PURPOSE OF CONTRACT TYPE TOTAL COST YEAR CONTACT PERSON 724 City of Los Angeles 200 N Spring St. Los Anaeles, C'A 90012 ESR17th St., 30th St. Dali St. W.O. SWC00902 Sewer $83,178.28 2008-2005 John M. Haskett (213)485-5464 725 I.ACSD 1955 Workman Mill Road Whiuier. CA 90607 Artesia Extension Trunk Sewer Belltlower - Long Beach Sewer $109,172.76 2008 Phil Kang (310)830-8050 726 Long Death Water Dept. 18001". Wardlow Road Lonii Beach. CA 90807 Pacific Coast Highway and Termino Ave. Belltlower - Long Beach Water Main $19,691.16 2008 Abelardo Rendon (562)570-2341 727 Cily of Anaheim 200 S. Anaheim Blvd. FI.2 Anaheim, CA 92805 Citywide Sanitary Sewer Improvement, Group 3 Santa Ana St., Anaheim Blvd., Elm St. Sewer $817,876.00 Ongoing Robert Palaeologus (714)765-5285 728 Ciiyol'l.os Angeles 20(1 N. Spring Si Los Angeles, CA 90012 729 City of Los Angeles 200 N Spring St. Los Angeles. CA 90012 7.10 City ol' Los Angeles 200 N. Spring St. Los Angeles. CA 90012 73 1 City ol'Garden Grove I 1222 Acacia Parkway Garden Grove. CA 92840 ESR Verdtigo Rd. & Avenue 33 Washington Oxford Beach Reliet'Sewer SZC 11622 ESR Plummer and Lindley Avenue SWCOO1056 Harbor Blvd/Buaro St Improvements Project No 7812 Sewer Sewer Sewer Sewer $217,870.04 2008-2005 John M. Haskett (213)485-5464 $3,981,723.00 Ongoing Phillip M. Wilson (310)575-8387 $24,382.64 2009 John M. Haskett (213)485-5464 $686,810.13 2009 Samuel Kim (714)741-5534 712 Cily of Los Angeles 200 N. Spring Si. Los Anaeles. CA900I2 Crestmoore Place SWC01079 Sewer $32,699.83 2009 John M. Haskett (213)485-5464 733 Cily of Los Angeles Murray Drive 200 N. Spring Si. SWC01I38 Los Armeies. CA 90012 Sewer $34,181.13 2009 John M. Haskett (213)485-5464 10 MIKE PRLICH AND SONS, INC. (Completed within the last 11 years) .IOIW ENTITY NAME PURPOSE OF CONTRACT TYPE TOTAL COST YEAR CONTACT PERSON 734 I.AUSD 1545 Whilshire Blvd. Ste. 100 I.os Angeles, CA 90017-4510 735 I.AUSD 1545 Whilshire Blvd. Sle. 100 I.us Armeies. CA 90017-4510 South Region High School #12 Projects 56D40066, Contract* 0910338 South Region Elementary School #5 Project* 56C40057, Contract* 0910348 Storm Drain $1,224,000.00 Ongoing Mark Mickelson (323)981-5492 Storm Drain $2,095,593.00 Ongoing Michael Darquea (323)981-5492 736 City orGarden Grove 11222 Acacia Parkway Garden Grove, CA 92840 Emergency Springdale & Lampson Sewer $23,707.13 Ongoing Samuel Kim (714)741-5534 737 City ol'l.os Angeles 200 N. Spring St. l.os Angeles. C A 90012 738 City ot'l.os Angeles 200 N Spring St. I.os Angeles, C A 90012 739 Long Beach Water Dept 1800H. WardlowRoad l.ona Beach, CA 90807 ESR - 1600BL St. Andrews Alley SWCOI240 ESR - Mayerling Street SWC01260 2 each 10" Fireline Services - Pier B Sewer Sewer Sewer $11,145.20 Ongoing John M. Haskett (213)485-5464 $100,000.00 Ongoing John M. Haskett (213)485-5464 $94,556.90 Ongoing Dennis A. Santos (562)570-2378 740 Cnv olTulkrlon j03 W Commonwealth Ave. hillcrton .CA 92832 Sewer Replacement Craol Dr./Magnolia Ave. An 5162 Sewer $733,489.00 Ongoing Eric Villagracia (714)7385-6853 741 City of I.os Angeles 200 N. Spring St. Los Ans-cles. CA 90012 ESR - Twining Street SWCOI279 Sewer $100,000.00 Ongoing John M. Haskett (213)485-5464 •742 City of Los Angeles 200 N. Spring Si. Los Angeles, CA 90012 Riverdale Avenue Green Sheet Project SZSI1437 Sewer $385,880.87 Ongoing Richard Liu (213)485-1482 743 Long Beach Water Dept 1800 I-!. WardlowRoad Long Beach. CA 90807 744 Orange County Sanitation 10844 Klhs Ave. l-ountain Valley, CA 92728 7-15 l.ACSD 1955 Workman Mill Road Whittier, CA 90607 Long Beach Blvd. Water Repair (Emergency) Birch Street Emergency Paseo Lunado & Palos Verdes Drive Water Water Sewer $100,000.00 Ongoing Carolina Vega (562) 570-2334 $100,000.00 Ongoing Carolina Vega (562)570-2334 $100,000.00 Ongoing Walter Ackerman (310)830-8050 746 I.ong Beach Water Depl 18001- WardlowRoad l.onu Beach. CA 90807 Loma Avenue & IOth Street Emergency Water $100,000.00 Ongoing Ed Mendoza (562) 570-2369 7-17 Long Ik-acli Water Dept IX(K) L Ward low Road I .on" Beach. CA 90807 2nd Street Bridge Water $40,259.00 Ongoing Chris Pincherli (562)570-2327 7-18 Cii\-of Los Angeles I 149 S Broadway Los Armeies. CA 90015 ESR Holboro Drive W.O. SWC01348 Water $100,000.00 Ongoing John Haskett (213)485-5464 TOTAL $89,624,918.63 BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) BEECH AVENUE SEWER AND HOME PLANT LIFT STATION INFLUENT SEWER REPLACMENT CONTRACT NOS. 3873 & 5512 As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: Comprehensive General Liability Automobile Liability Workers Compensation Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. / oRevised 6/10/09 Contract Nos. 3873 & 5512 Page 29 of 165 ACORCF CERTIFICATE OF LIABILITY INSURANCE "T/ToT' PRODUCER (818)598-8900 FAX: (818)598-8910 Venbrook Insurance Services, CA Lie OD80832 *320 Canoga Avenue ,^2th Floor Woodland Hills CA 91367 INSURED Mike Prlich & Sons 5103 Elton Street Baldwin .Park , Inc. CA 91706 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURER A: Old Republic General Ins Corp INSURERS: American Guarantee iNSURERC:Westchester Surplus Lines INSURER D: INSURER E: NAIC# 24139 35521 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTAN DING 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. INSR ADD'L LTR INSRD TYPE OF INSURANCE A A ***•' B A C GENERAL LIABILITY X X X COMMERCIAL GENERAL LIABILITY CLAIMS MADE 1 X | OCCUR BFPD/XCU Contractual GEN'L AGGREGATE LIMIT APPLIES PER: x] POLICY PI jPERc°f 1 ILOC AUTOMOBILE LIABILITY X X X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY ANY AUTO EXCESS / UMBRELLA LIABILITY X OCCUR j CLAIMS MADE DEDUCTIBLE 1 RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY y , N ANY PROPRIETOR/PARTNER/EXECUTIVE | 1 OFFICER/MEMBER EXCLUDED?(Mandatory In NH) If yes, describe underSPECIAL PROVISIONS balow OTHER pollution Liability POLICY NUMBER A1CG92780901 MCA92780901 AUC967229401 A1CW92780901 G24031639002 POLICY EFFECTIVEDATE (MM/DD/YYYY) 8/1/2009 8/1/2009 8/1/2009 8/1/2009 8/1/2009 POLICY EXPIRATIONDATE (MM/DD/YYYY) 8/1/2010 8/1/2010 8/1/2010 8/1/2010 8/1/2010 LIMITS EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY(Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) AUTO ONLY - EA ACCIDENT OTHER THANAUTO ONLY: EAACC AGG EACH OCCURRENCE AGGREGATE X E.L. WC STATU-TORY LIMITS OTH-1 ER EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L DISEASE - POLICY LIMIT $ 1,000,000 $ 50,000 $ 5,000 $ 1,000,000 $ 2,000,000 $ 2,000,000 $ 1,000,000 $ $ $ $ $ $ $ 5,000,000 $ 5,000,000 $ $ $ $ 1,000,000 S 1,000,000 $ 1,000,000 1,000,000 Agg. 2,000,000 Occ. RE: Beech Avenue Sewer and Home Plant Lift Station Influent Sewer Replacement - Contract No's 3873 & 5512. Certificate holder The City of Carlsbad, its officials, employees and volunteers are named as additional insured as evidenced by attached endorsement. *Except 10 days notice of Cancellation for non-payment of Premium. Primary and Noncontributory CERTIFICATE HOLDER CANCELLATION City of Carlsbad Attn: Kevin Davis 1635 Faraday Avenue Carlsbad, CA 92008 ACORD 25 (2009/01) INS025 (200901) BEST SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL M&f&i&X&MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, MW®Q©£>S>®<5X&$WX >0®&t&®&xattiXx^^-/- AU REPRESENTATIVE '-^ © 1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER This Certificate of Insurance 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 (2009/01) INS025 (200901) POLICY NUMBER: A1CA92780901 NAME INSURED: Mike Prlich & Sons, Inc. COMMMERCIAL GENERAL LIABILITY CG20 100704 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name The City of Carlsbad Information required of Additional Insured Person(s) Or Organization(s): , its officials, employees and volunteers Location(s) Of Coverage Operations RE: Beech Avenue Sewer and Home Plant Lift Station Sewer Replacement - Contract No's 3873 & 5512. to complete this Schedule, if not shown above, will be shown in the Declaration. Influent A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on you behalf; In the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. B. With respect to the insurance afforded to these additional insureds, the following additional Exclusions apply: This insurance does not apply to "bodily Injury" or "property damage" Occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work on the project (other than service, maintenance or repairs) to be performed by or on behalf of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 07 04 ISO Properties, Inc., 2004 Page 1 of 1 POLICY NUMBER: A1CA92780901 NAME INSURED: Mike Prlich & Sons, Inc. COMMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person(s) Or Organization(s): The City of Carlsbad, its officials, employees and volunteers WHERE REQUIRED BY WRITTEN CONTRACT, BUT ONLY WHEN COVERAGE FOR COMPLETED OPERATIONS IS SPECIFICALLY REQUIRED BY THAT CONTRACT. Location(s) Of Coverage Operations RE: Beech Avenue Sewer and Home Plant Lift Station Influent Sewer Replacement - Contract No's 3873 & 5512. Information required to complete this Schedule, if not shown above, will be shown in the Declaration. A. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". CG 20 37 07 04 > ISO Properties, Inc., 2004 Page 1 of 1 OLD REPUBLIC GENERAL INSURANCE CORPORATION CHANGES ADDITIONAL INSURED PRIMARY WORDING SCHEDULE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Name of Additional Insured Person(s) Location(s) of Coverage Operations Or Organization(s) As required by written contract. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other insurance of a like kind available to the person or organization shown in the schedule above unless the other insurance is provided by a contractor other than the person or organization shown in the schedule above for the same operation and job location. If so, we will share with that other insurance by the method described in paragraph 4.c of Section IV - Commercial General Liability Conditions. All other terms and conditions remain unchanged. Named Insured Policy Number Policy Period Producer's Name: Producer Number: Mike Prlich & Sons, Inc. A1CA92780901 08/01/09 to 08/01/10 Endorsement No. Endorsement Effective Date -y- AUTHORIZED REPRENTATIVE DATE CG EN CN 0029 09 06 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) BEECH AVENUE SEWER AND HOME PLANT LIFT STATION INFLUENT SEWER REPLACMENT CONTRACT NOS. 3873 & 5512 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? X yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: te Pft.lt c By: (name o^Con^a^tor) (sign here) (print name/title) SbA)5 MlCHAEL A. PRLICH PRESIDENT Page I of f pages of this Re Debarment form Revised 6/1 0/09 Contract Nos. 3873 & 551 2 Page 30 of 165 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) BEECH AVENUE SEWER AND HOME PLANT LIFT STATION INFLUENT SEWER REPLACMENT CONTRACT NOS. 3873 & 5512 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? X yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? X yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? S^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 f of "^ pages of this Disclosure of Discipline form Revised 6/10/09 Contract Nos. 3873 & 5512 Page 31 of 165 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) BEECH AVENUE SEWER AND HOME PLANT LIFT STATION INFLUENT SEWER REPLACMENT CONTRACT NOS. 3873 & 5512 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: Mik^ nUi^ivAMD Sdtfs 3jj<^. (name of By: (sign here) MICHAEL A. PRLICH PRESIDENT (print name/title) Page T^ of IS pages of this Disclosure of Discipline form Revised 6/10/09 Contract Nos. 3873 & 5512 Page 32 of 165 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 BEECH AVENUE SEWER AND HOME PLANT LIFT STATION INFLUENT SEWER REPLACMENT CONTRACT NOS. 3873 & 5512 State of California County of fd4AErf_ A- r £U^f4 __ being first duly sworn, deposes (Name of Bidder) and says that(heor she is (Title) ft A I s \^S*. I.-/ A « I r-v (— v.of (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 executed on the ^t^- day of MAfl^fl 20 \O . MICHAEL A. PRLICH PRESIDENT Signature of Bidder Subscribed and sworn to before me on the day of , 20_ (NOTARY SEAL) Signature of Notary Revised 6/10/09 Contract Nos. 3873 & 5512 Page 33 of 165 State of California County of Los Angeles On CJ4 °{ t 2010, before me, Michael A. Prlich, President, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature > A i A A*. * fc * A A A A A/ J ^T... fi»GG AHOtNAUVtGBtN^ 1^^ COMM.I1800680 L Los Angttes County Comm.ExpH«sJun9,2012 VVVVVVVVVVVVV (Seal) of Carlsbad Public Works - Contract Administration March 2, 2010 ADDENDUM NO. 1 RE: BEECH AVENUE SEWER AND HOME PLANT LIFT STATION INFLUENT PIPELINE REPLACEMENT, BID NO. PWS10-29UTIL Please include this addendum in the Request for Bid package you have for the above project. This page—receipt acknowledged—must be attached to your bid when it is submitted. Sr. Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 MfKE PRLfCH AND SONS INC 5103 ELTON STREET' BALDWIN PARK, CA 91706 Signature PETER SERDARUSICH C ZCRETARY/TREASURER 1635 Faraday Avenue - Carlsbad, CA 92008-7314 • (760) 602-4677 • FAX (760) 6O2-8562 CITY OF CARLSBAD Beech Ave. Sewer and Home Plant Lift Station Influent Pipeline Replacement Contract Nos. 3873 & 5512 Drawing No. 460-5 Addendum No. 1 From: Mark Biskup, Project Manager Phone: (760)602-2763 Fax: (760) 602-8562 Date: March ,2010 Bid Opening Date: March 9,2010 2:00 pm REVISIONS TO BID DOCUMENTS: The following clarifications and additions shall be made a part of the contract documents for Contract No. 3873 & 5512. 1. Sheet 8, Detail 3 on Drawing No. 460-5. Delete: "FILL EXST PIPE 12" DIA AND GREATER WITH 2 SACK CEMENT SLURRY AFTER ALL CONNECTIONS ARE MADE AND NEW SYSTEM HAS BEEND TESTED AND ACCEPTED." Replace with: "FILL ALL EXST PIPE 8" DIA AND GREATER WITH 2 SACK CEMENT SLURRY AFTER ALL CONNECTIONS ARE MADE AND NEW SYSTEM HAS BEEND TESTED AND ACCEPTED." 2. Specification for Chemical Resistant Coating for Concrete, Section 099272: Note that Specification Chemical Resistant Coating for Concrete Section 099272, of the Contracts Technical Specifications is incorrectly labeled as Section 013300 on the footer of each page and as Section 0099272 on the heading of page 1. 1 of 3 Delete: Part 2 - MATERIALS (entirety) of Section 099272 Replace with: PART 2 - MATERIALS A. 100% Solids Epoxv 1. The coating shall be 100% solids, ultra high build epoxy. 2. Service Conditions: Renovating existing raw sewage manholes or pumping station wet wells exposed to moist hydrogen sulfide gas and in which the surfaces to be coated cannot be dried. 3. Characteristics shall be as follows: a. Tensile Strength on Concrete: 7,600 psi (minimum) per ASTM D638. b. Surface Hardness: 88 minimum, Shore "D." 4. Product: Raven 405 as manufactured by Raven Lining Systems (Tulsa, Oklahoma) or equal. 5. Apply a low viscosity penetrating primer similar to Raven 155 as manufactured by Raven Lining Systems. Apply two coats of epoxy to a minimum total dry-film thickness of 100-125 mils. 6. Coating to protect exposed reinforcing steel in existing structures shall be an 80% solids, moisture-insensitive acrylic. Product: Dyna-Bond-System 1 as manufactured by American Chemical Corporation. Apply two coats at 10-mil wet-film thickness each. Allow at least 30 minutes between applying the first and second coats. After applying the second coat, allow a minimum of 36 hours of curing time before applying the epoxy. B. Abrasives for Surface Preparation of Concrete Abrasives used for preparation of concrete surfaces shall be 16 to 30 or 16 to 40 mesh silica sand. 3. General Provisions: Section 7-5.2.3 Railroad Fees: Add: "In addition to the stated NCTD estimated Permit Fee, Contractors and fees for Safety Class and Engineering Review of Plans, a fee of $500 per month for use of the NCTD yard as a laydown area. This fee shall be considered as included in the various bid items in the contract and no separate payment will be made therefore." 2 of 3 4. General Provisions: Section 7-7 Cooperation and Collateral work: Add: 7-7.2 As indicated on the Project Plans, relocation of the existing SDG&E gas pipeline will be completed by others (SDG&E), at no cost to the Contractor. The new alignment of the gas pipeline is shown in a draft SDG&E relocation drawing in Appendix J which is included as part of this Addendum No. 1. 3 of 3 APPENDIX) SDG&E GAS MAIN AND SERVICE RELOCATION (PRELIMINARY DRAWING) Addendum No. 1 I INSTALL 1" STL PUNCH TEE 2" x 1" STL REDUCER 2" TRANSITION FITTING 5| ANODE 2' MET FIT COUPLING INSTALL 295' - 2" PE MAIN 2" PE TEE 295' - 1/0 CABLE * CONDUIT 4 - 2' STL CAPS : REMOVE 260' - 2" STL MA!N O INSTALL 2 - 2" STL PCF BT'S 2-2" STL ELLS 2-2" TRANSITION FITTINGS 2 - 5f ANODES 2-2" MET FCT COUPLINGS 2 - 2" STL CAPS 2 - 2" PE ELLS INSTALL J85' - PE MAIN 2 - 2" STL PCF BT'S 2 - 2" STL ELLS 2-2' TRANSITION FITTINGS 2 - 5| ANODES 2 - 2" MET FIT COUPLINGS 2 - 2" PE ELLS 4 - 2" STL CAPS 85* - 1/0 CABLE It CONDUIT RFS 37' - STL WAIN (REF) BEECH AVE. Q < ED(/) o: o GRADE TO BE SET BY FIELD UTILITY SPECIALIST. CONTACT FIELD UTILITY SPECIALIST FOR ANY DESIGN CHANCES. 2. FUS TO SCHEDULE PRE-CONSTRUCTlON MEETING. ATTENDEES TO INCLUDE FIELD OPERATION SUPERVISOR PIPELINE OPERATIONS. WELDING INSPECTION AND CATHODC PROTECTION AS REQUIRED. 3. PURGE GAS SYSTEM IN ACCORDANCE WITH GAS STANDARD D7911 AND G7909 LEGEND PROTECTION TIES AND BONO SPLICES. 2 WORKING DAYS PRIOR TO STARTING JOB. (J&TJ TEST AND TIE SERVICE 5. 1" CATHODlC CONDUITS TO BE MANDRlLLED PER SDG&E ELECTRIC STANDARD 3379 4" PUNCH TEE SLEEVE TO BE (88) YEAR OF EXISTING MAIN OR SERVICE INSTALLED AT ALL SPLICES. FOREMAN TO CONTACT SDGJcE INSPECTOR 2 WORKING DAYS PRIOR TO STARTING JOB. ESTIMATED PiPE FOOTA.GE. ^( 2" PE MAIN 420'± 1RJ RETIRE FROM SERVICE 6. TEST NEW 2" P.E. PIPE AT 100 PSl FOR 1 HOUR OR 15 MINUTES FDR SERVICES. PER GAS STANDARD D7265. %•• PE SERV|CE ?Q'± 7. ABANDONED NATURAL GAS PIPELINES MAY CONTAIN ASBESTOS IN THEIR INSULATING MATERIAL IF IMPROPERLY ' ' HANDLED, THESE ASBESTOS CONTAINING MATERIAL (ACM) COULD BECOME FRIABLE AND THEREFORE HAZARDOUS. SUCH ACM WASTE MUST THEN BE MANAGED. TRANSPORTED AND DISPOSED OF IN ACCORDANCE WITH APPLICABLE SAFETY AND ENVIRONMENTAL LAWS AND REGULATIONS. £DGJ^ BUDGET/ 505 THOMAS BROS| 1106-05 PLAI PAGE: 26-326 DRAWN: RAP DESIGNED: RAP SIZED: SYSTEM PROTECTION: PIPELINE OPERATIONS: REGION ENGINEERING: APPROVED: DATE 1 2/07/09 12/07/09 e) \~ Sempra Energy utility" GAS TECHNICAL SERVICES - UlRAMAR GAS DISTRIBUTION SYSTEM BEECH ST MAIN & SERVICE RELOCATION 2" STL & 1-1/4" POLY MAINS ; 1/2" SERVICE CITY OF CARLSBAD PROJECT No./DPSS No 956104-040 PLOT SCALE: 1:1.9448 Work Order No. 1731710 SHEET: 1 OF 2 REV 0 SITE VICINITY MAP NO SCALE TB 1106-D5 NO. 2680 1/2" PE (INSERT) (78) 1-1/4" PE (INSERTED) CD O cr<o O INSTALL 90' - 2" PE MAIN 5' - T PE PIPE 2 - 1-1/4" « 1" OUPONT TAPPING TEE 2' PE BRANDING SADDLE 2 - I" x 2' PE REDUCER 3 - 2" PE ELLS 1 - 2" PE TEE 4 - 1-1/4" PE CAPS 2 - 2" PE CAPS RFS 40' - STL MAIN BEECH AVE. te 1T± 1/2" NO. 367 1/2" PE (INSERT) 1. FOS/CONTRACTOR TO CONTACT FIELD UTILITY SPECIALIST 2 WORKING DAYS PRIOR TO STARTING JOB. POSITION ANDGRADE TO BE SET BY FIELD UTILITY SPECIALIST. CONTACT FIELD UTILITY SPECIALIST FOR ANY DESIGN CHANGESFIELD UTILITY SPECIALIST - ROBERT PROVENCIO AT (858)-54?-3359. 2 FUS TO SCHEDULE PRE-CONSTRUCTION MEETING ATTENDEES TO INCLUDE FIELD OPERATION SUPERVISOR PIPELINEOPERATIONS. WELDING INSPECTION AND CATHODlC PROTECTION AS REQUIRED. 3. PURGE GAS SYSTEM IN ACCORDANCE WITH GAS STANDARD D791I AND G7909. 4. FOREMAN TO CONTACT SYSTEM PROTECTION SUPERVISOR. MIKE BASSETT AT (s58)-549-6566 FOR CATHODIC PROTECTION TIES AND BOND SPLICES, 2 WORKtNG DAYS PRIOR TO STARTING JOB 5. 1" CATHODIC CONDUITS TO BE MANDRILUD PER SDG&E ELECTRIC STANDARD 3379 J" PUNCH TEE SLEEVE TO S£ INSTALLED AT ALL SPLICES. FOREMAN TO CONTACT SDC&E INSPECTOR 2 WORKING DAYS PRIOR TO STARTING JOB. 6. TEST NtW 2' P-E. PIPE AT 100 PSI FOR 1 HOUR OR 15 MINUTES FOR SERVICES. PER GAS STANDARD D7265. 7. ABANDONED NATURAL GAS PIPELINES MAY CONTAIN ASBESTOS IN THEIR INSULATING MATERIAL IF IMPROPERLY HANDLED, THESE ASBESTOS CONTAINING MATERIAL (ACM) COULD BECOME FRIABLE AND THEREFORE HAZARDOUS SUCH ACM WASTE MUST THEN BE MANAGED, TRANSPORTED AND DISPOSED OF IN ACCORDANCE WITH APPLICABLESAFETY AND ENVIRONMENTAL LAWS AND REGULATIONS. T NO 343 1/2" PE (INSERT) f NO. 333 1/2" PE (INSERT) LEGEND (T£T) TEST AND TIE SERVICE \&B) YEAR OF EXISTING MAIN OR SERVICE Qy RETIRE FROM SERVICE [T] DESIGN BY LOCATION TNO 3511/2" PE (INSERT) BU&GETjl RAP 12/07/09 SYSTEM PROTECTION: PIPELINE OPERATIONS: REGION ENGINEERING: , Sempra Energy utiitty* GAS TECHNICAL SERVICES - UIRAWW GAS DISTRIBUTION SYSTEU BEECH ST MAIN & SERVICE RELOCATION 2" STL & 1-1/4" POLY MAINS; 1/2" SERVICE CITY OF CARLSBAD PROJECT No./OPSS 956104-040 ; 1.9448 ork Order N> 1731710 2 OF 2 CONTRACT PUBLIC WORKS This agreement is made this / O _ day of _ ////luu b and between the Cit of Carlsbad, California, a municipal cororatby and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Mike Prlich and Sons, Inc. whose principal place of business is 5103 Elton Street Baldwin Park CA 91706 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: BEECH AVENUE SEWER AND HOME PLANT LIFT STATION INFLUENT SEWER REPLACEMENT CONTRACT NOS. 3873 & 5512 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Non-Collusion Affidavit, Designation of Subcontractors, Technical Ability and Experience, Bidder's Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches Revised 6/1 0/09 Contract Nos. 3873 & 5512 Page 34 of 165 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 DSC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Revised 6/10/09 Contract Nos. 3873 & 5512 Page 35 of 165 9. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in City Council Policy # 70. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the Revised 6/10/09 Contract Nos. 3873 & 5512 Page 36 of 165 insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy # 70. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 10. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1 , Article 1 .5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in Section 3 of the General Provisions. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may Revised 6/1 0/09 Contract Nos. 3873 & 551 2 Page 37 of 1 65 be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 11 above. |«/YX jnit /tr^init 12. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 13. Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 14. 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. Revised 6/10/09 Contract Nos. 3873 & 5512 Page 38 of 165 15. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: MIKE PRLICHANDSONS INC. (name jof Contractor) By: (sign here) X. (print name and title) By: (sign here) (print name and title) CITY the 9 al corporation of *<*,,x President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL City Attorney\Qj2o-QL- De^utyCity Attorney^ By: Revised 6/10/09 Contract Nos. 3873 & 5512 Page 39 of 165 State of California County of Los Angeles On 2010, before me, Michael A. Prlich, President, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. X. A A A A .A A A A A /| A A A GftSGG AROEN ALFVEGREN COMM. 11800880 M Notary PuWfc-California ^ Los Angeles County 7" __ ComnxExpi«iJun9,2012p Signature ^^^ /VY v v v v v v w v VT\ ^s/ ~7 (Seal) Mike Prlich and Sons Inc. 5103 Elton Street Baldwin Park, California 91706 (626)813-1700 Fax (626)813-1770 RESOLUTION BY THE BOARD OF DIRECTORS OF MIKE PRLICH AND SONS INC WHEREAS, THE UNDERSIGNED BEING ALL OF THE DIRECTORS (OR A MAJORITY) OF THE ABOVE-NAMED CORPORATION, HERBY INDIVIDUALY AND COLLECTIVELY CONSENT TO THE FOLLOWING RESOLUTION: RESOLVED, THAT ANY ONE OR MORE OF THE FOLLOWING OFFICERS OF THIS CORPORATION IS HERBY AUTHORIZED TO ENTER INTO ANY CONTRACT OR EXECUTE ANY INSTUMENT IN THE NAM OF AND ON BEHALF OF THE CORPORATION. SUCH POWER IS GENREAL. MICHAEL A. PRLICH - PRESIDENT PETER A. SERDARUSICH SECRETARY/TRESURER RESOLVED FURTHER, THAT ANY OF THE ABOVE OFFICERS OF THIS CORPORRATION IS HERBY AUTHORIZED TO EXECUTE ANY DOUCUMENTS OR INSTURMENT ON BEHALF OF THE CORPORATION. THE UNDERSIGNED, BEING ALL OF THE DIRECTORS (OR A MAJORITY) OF THIS CORPORATION, HERBY ADOPT AND CONSET TO THE FOREGOING RESOLUTION IN LIEU OF A MEETING. DATED: NOVEMBER 10, 2008 Secretary/Treasurer Director THE FINAL PREMIUM IS PREDICATED ON THE RNAL CONTRACT PRICE Bond No. 72BCSFI1548 LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2010-064, adopted April 6, 2010, has awarded to Mike Prlich and Sons, Inc. (hereinafter designated as the "Principal"), a Contract for: BEECH AVENUE SEWER AND HOME PLANT LIFT STATION INFLUENT SEWER REPLACEMENT CONTRACT NOS. 3873 & 5512 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, MIKE PRLICH AND SONS, INC., as Principal, (hereinafter designated as the "Contractor"), and Hartford Fire Insurance Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of One Million Five Hundred Seventeen Thousand Six Hundred Twenty Dollars ($1,517,620), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 3181, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 3248. This bond shall inure to the benefit of any of the persons named in California Civil Code section 3181, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Revised 6/10/09 Contract Nos. 3873 & 5512 Page 40 of 165 In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this 12th day of April 2010 CONTRACTOR: Mike Prlich & Sons, Inc. (name of Con By: PRLICH PRESIDENT (print name here) MIKE PRLICH ANDSONSINC. By:. (title and organization of signatory) (sign here) (print name here) Executed by SURETY this. of April 12th .day SURETY: Hartford Fire Insurance Company (name of Surety) One Pointe Dr., Suite 325 Brea. CA 92822 _ (address of Surety) (714) 674-1200 Surety) (signature of Attctfoey'-in-Fact) Arturo Ayala (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (title and organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney ZJt Deputy City Attorney Revised 6/10/09 Contract Nos. 3873 & 5512 Page 41 of 165 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT SGXZ&Q&Q&QQvejs^ STATE OF CALIFORNIA County of Orange On 4/12/10 Date before me, Daniel Huckabay, Notary Public personally appeared Arturo Ayala Here Insert Name and Title of the Officer Name(s) of Signer(s) DANIEL HUCKABAY K COMM. #1796314 n Notary Public-California z ORANGE COUNTY «• My Comm. Expires Apr. 24. 2012 K Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Calif^nia-that-trae^foregoing paragraph is true and correct. Witness my hand^nd official sea/ Signature Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Labor and Materials Bond Document Date: 4/12/10 Number of Pages: Two Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Arturo Ayala D Individual D Corporate Officer — Title(s): D Partner — D Limited D General Ef Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here XZQggfCg&zxzfy^ © 2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toll-Free 1 -800-876-6827 State of California County of Los Angeles On _, 2010, before me, Michael A. Prlich, President, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct WITNESS my hand and official seal. A A. A A / Signature GftEGG AftDEN ALFVEGRE N k COMM.I1800880 ' Notary Public- CaHforniai Los Angeles County 7 Comm. Expires Jun 9.2012 % 'YYYYYYVVVYYV Y\ (Seal) r THE FINAL PREMIUM IS PREDICATED ON THE RNAL CONTRACT PRICE Bond NO. 72BCSFH548 Premium: $16,997.00 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2010-064, adopted April 6, 2010, has awarded to Mike Prlich and Sons, Inc. (hereinafter designated as the "Principal"), a Contract for: BEECH AVENUE SEWER AND HOME PLANT LIFT STATION INFLUENT SEWER REPLACEMENT CONTRACT NOS. 3873 & 5512 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, MIKE PRLICH AND SONS, INC., as Principal, (hereinafter designated as the "Contractor"), and Hartford Fire Insurance Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of One Million Five Hundred Seventeen Thousand Six Hundred Twenty Dollars ($1,517,620), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. A•V Revised 6/10/09 Contract Nos. 3873 & 5512 Page 42 of 165 In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this 12th day of April 2010 . CONTRACTOR: Mike Prlich & Sons, Inc. (name of Contractor) By: . PRLIC4 PRESIDENT (print name here) MIKE PRLICH ANDSONS INC. (Title and Organization of Signatory) Executed by SURETY this 12th day of April , 20 10 SURETY: Hartford Fire Insurance Company (name of Surety) One Pointe Dr., Suite 325 Brea, CA 92822 (address of Surety) (714) 674-1200 (telephone number of Surety) (signature of AB^rfiey-in-Fact) By: (sign here) (print name here) Arturo Ayala (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Title and Organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By: depufy City AttoTney Revised 6/10/09 Contract Nos. 3873 & 5512 Page 43 of 165 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT y^^f&sGV&f&v&t&v^y^&eez^^ STATE OF CALIFORNIA County of Orange On 4/12/10 Date before me, Daniel Huckabav, Notary Public personally appeared Arturo Ayala Here Insert Name and Title of the Officer Name(s) of Signer(s) DANIEL HUCKABAY COMM. 81796314 n Notary Puftlic-Colifornia u ORANGE COUNTY "• MyComm. Expires Apr. 24,2012K who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Place Notary Seal Above I certify under the State oPCalifornia and corre Witness my Signature Y OF PERJURY under the laws of foregoing paragraph is true Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Faithful Performance/Warranty Bond Document Date: 4/12/10 Number of Pages: Two Signer(s) Other Than Named Above:, Capacity(ies) Claimed by Signer(s) Signer's Name: Arturo Ayala D Individual D Corporate Officer — Title(s): D Partner — D Limited D General Bf Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here i^G<>>e<i^®<?G<>@S®<JS<;^^^ © 2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Hem #5907 Reorder: Call Toil-Free 1-800-876-6827 State of California County of Los Angeles On - _ ^ 2010, before me, Michael A. Prlich, President, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ...AA»AAAAAXYJ vAAAAAAAA.AAA.AA GREGG ARDEN ALFVEGREN COMM. 11800880 I Notary Putriio California £ to$ Angeles County -j" Y Signature (Seal) POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS THAT: Bond No. 72BCSFI1548 Direct Inquiries/Claims to: THE HARTFORD BONO, T-4 P.O. BOX 2103, 690 ASYLUM AVENUE HARTFORD, CONNECTICUT 06115 call: 888-266-3488 or fax: 860-757-5835 Agency Code: 72-181009 | X | Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut | X ) Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana | X | Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut | | Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut | [ Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana | | Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois | | Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana | | Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Ralph Eidem, Jr., Daniel Huckabay, Arturo Ayala of Orange, CA their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by M, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on July 21, 2003 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. Paul A. Bergenholtz, Assistant Secretary STATE OF CONNECTICUT • David T. Akers, Assistant Vice President COUNTY OF HARTFORD ss. Hartford f On this 4th day of August, 2004, before me personally came David T. Akers, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hampden, Commonwealth of Massachusetts; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. CERTIFICATE Scott E.Pascka Notary Public My Commission Expires October 3 1 , 2007 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of April 12th, 2010 Signed and sealed at the City of Hartford. Gary W. Stumper, Assistant Vice President PDA 2005 I 't Claims Inquiries Notice Hartford Fire Insurance Company Twin City Insurance Company Hartford Casualty Insurance Company Hartford Insurance Company of Illinois Hartford Accident and Indemnity Company Hartford Insurance Company of the Midwest Hartford Underwriters Insurance Company Hartford Insurance Company of the Southwest Please address inquiries regarding Claims for all surety and fidelity products issued by The Hartford's underwriting companies to the following: Phone Number: : 888-266-3488 Fax - Claims : 860-757-5835 or 860-547-8265 E-mail : claimsfgU stepsurety.com Mailing Address : The Hartford BOND, T-4 690 Asylum Avenue Hartford, CT 06115 Claims Inquiries Notice 2003 ESCROW #1591/14-906549 OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and MIKE PRLICH & SONS. INC. whose address is 5103 ELTON STREET. BALDWIN PARK, CA 91706 hereinafter called "Contractor" and COMMUNITY BANK whose address is 505 E. COLORADO BLVD., PASADENA. CA 91101 hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for BEECH AVENUE SEWER AND HOME PLANT LIFT STATION INFLUENT SEWER REPLACEMENT CONTRACT NOS. 3873 & 5512 in the amount of $1,517,620.00 dated^TJa^/O, lC<d (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contra6tor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the Escrow Agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the 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 City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. Revised 6/10/09 Contract Nos. 3873 & 5512 Page 44 of 165 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: . Title FINANCE DIRECTOR Name Signature. Address 1635 Faraday Avenue. Carlsbad. CA 92008 For Contractor: Title PRESIDENT Name MICHAEL PRLICH Signature' Address 5103 Elton Street, Baldwin Park, CA 91706 For Escrow Agent: Title VICE PRESIDENT Name LESLIE K. BUHL Signature /-v\j -a A . . J ~~ ~ 0h JS.Address 50 JS. Colorado Blvd.. Pasadena, CA 91101\,<' At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. Revised 6/10/09 Contract Nos. 3873 & 5512 Page 45 of 165 IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: For Contractor: Title MAYOR Name f1!, 1 tI A &AJ rtt* ft**-\ Signature Address 1200 Carlsbad Village Drive. Carlsbad. CA 92008 Title PRESIDENT Name MICHAEL PRLICH Signature* Address 5103 Elton Street, Baldwin Park, CA 91706 For Escrow Agent:Title Name VICE PRESIDENT LESLIE K. BUHL „. iSignature ~r^\ \ Address ^p5/E.jColorado Blvd., Pasadena, CA 91101 cRevised 6/10/09 Contract Nos. 3873 & 5512 Page 46 of 165 COMMUNITY BANK Partnership Banking* April 12, 2010 City of Carlsbad 1200 Carlsbad Village Dr. Carlsbad, CA 92008 PROJECT: Beech Avenue Sewer & Home Plant Lift Station Influent Sewer Repla. CONTRACTOR: Mike Prlich & Sons, Inc. ESCROW: #1591 An Escrow has been opened for the above referenced project. Please find enclosed herewith three copies of the Escrow Agreement executed on behalf of Mike Prlich & Sons, Inc. and Community Bank. Please sign all three escrow agreements where indicated and return one fully executed agreement to Community Bank at the address below, one agreement to the Contractor and retain one copy for your records. Kindly arrange with your finance department to have all retention deposits and release requests sent to the following address: Community Bank 505 E. Colorado Blvd. Pasadena, CA 91101 Attn.: Leslie Buhl - Escrow #1591 If by wire: Community Bank 505 E. Colorado Blvd. Pasadena, CA 91101 Routing No.: 122203471 Account No.: 14-906549 If you should have any questions, please do not hesitate to contact me at 626-568-2232, or you can reach me on my cell phone at 626-278-5756. fie K. Buhl Vice President 505 E. COLORADO BLVD., PASADENA, CA 91101-2002 (626) 568-2265 Fax (626) 795-4964 ~ www.cbank.com GENERAL PROVISIONS FOR BEECH AVENUE SEWER AND HOME PLANT LIFT STATION INFLUENT SEWER REPLACEMENT CONTRACT NOS. 3873 & 5512 CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 - TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS - Unless otherwise stated, the words directed, required, permitted, ordered, instructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. oRevised 06/10/09 Contract Nos. 3873 & 5512 Page 47 of 165 1-2 Definitions. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Addendum - Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bulletins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency - The City of Carlsbad, California. Agreement - See Contract. Assessment Act Contract - A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base - A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid - The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder-Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board - The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad or the Board of Directors of Carlsbad Municipal Water District. Bond - Bid, performance, and payment bond or other instrument of security. City Council - the City Council of the City of Carlsbad. City Manager - the City Manager of the City of Carlsbad or his/her approved representative. Cash Contract - A Contract financed by means other than special assessments. Change Order - A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code - The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager- the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. Contract - The written agreement between the Agency and the Contractor covering the Work. 0Revised 06/10/09 Contract Nos. 3873 & 5512 Page 48 of 165 Contract Documents - Including but not limited to; the Contract, any Addendum (which pertain to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documentation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, permits from other agencies, the Technical Specifications, the Supplemental Provisions, the Plans, Standard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. Contractor - The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime contractor" shall mean Contractor. Contract Price - The total amount of money for which the Contract is awarded. Contract Unit Price - The amount stated in the Bid for a single unit of an item of work. County Sealer - The Sealer of Weights and Measures of the county in which the Contract is let. Days - Days shall mean consecutive calendar's days unless otherwise specified. Deputy City Engineer, Construction Management & Inspection - The Construction Manager's immediate supervisor and second level of appeal for informal dispute resolution. Design Engineer - Boyle Engineering Corporation, 7807 Convoy Court, Suite 200, San Diego, California 92111, 858/268-8080, FAX 858/292-7432. Dispute Board - Persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier - Street light assembly complete, including foundation, standard, luminaire arm, luminaire, etc. Engineer - The City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile - Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer - A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer - A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire - The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm - The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. oRevised 06/10/09 Contract Nos. 3873 & 5512 Page 49 of 165 Minor Bid Item -A single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Modification - Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Notice of Award - The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. Notice to Proceed - A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. Owner - The City of Carlsbad, California. Owner's Representative - The person or engineering/architectural firm authorized by the City to represent it during the performance of the work and until final acceptance. The Owner's Representative is referred to throughout the Contract Documents as if singular in number and masculine in gender. The Owner's Representative means the Owner's Representative and his assistants. Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3.1. Person - Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans - The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract - Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector - The Engineer's designated representative for inspection, contract administration and first level for informal dispute resolution. Proposal - See Bid. Reference Specifications - Those bulletins, standards, rules, methods of analysis or test, codes, and specifications of other agencies, engineering societies, or industrial associations referred to in the Contract Documents. These refer to the latest edition, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specifically referred to by edition, volume, or date. Roadway - The portion of a street reserved for vehicular use. Service Connection - Service connections are all or any portion of the conduit, cable, or duct, including meter, between a utility distribution line and an individual consumer. oRevised 06/10/09 Contract Nos. 3873 & 5512 Page 50 of 165 Sewer - Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Specifications - General Provisions, Standard Specifications, Technical Specifications, Reference Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Standard - The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. Standard Plans - Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. Standard Specifications - The Standard Specifications for Public Works Construction (SSPWC), the "Greenbook". State - State of California. Storm Drain - Any conduit and appurtenances intended for the reception and transfer of storm water. Street-Any road, highway, parkway, freeway, alley, walk, or way. Subbase - A layer of specified material of planned thickness between a base and the subgrade. Subcontractor - An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade - For roadways, that portion of the roadbed on which pavement, surfacing, base, subbase, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision - Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement - A written amendment of the Contract Documents signed by both parties. Supplemental Provisions - Additions and revisions to the Standard Specifications setting forth conditions and requirements peculiar to the work. Surety - Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne - Also referred to as "metric ton". Represents a unit of measure in the International System of Units equal to 1,000 kilograms. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 51 of 165 Utility - Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private easement. Work - That which is proposed to be constructed or done under the Contract or permit, including the furnishing of ail labor, materials, equipment, and services. 1-3 ABBREVIATIONS 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these Standard Specifications and to project Plans or other Contract Documents. All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the "Manual of Steel Construction" published by the American Institute of Steel Construction, Inc. 1-3.2 Common Usage Abbreviation Word or Words ABAN Abandon ABAND Abandoned ABS Acrylonitrile - butadiene - styrene AC Asphalt Concrete ACP Asbestos cement pipe ACWS Asphalt concrete wearing surface ALT Alternate APPROX Approximate APIS Apartment and Apartments AMER STD American Standard AVE Avenue AWG American Wire Gage (nonferrous wire) BC Beginning of curve BCR Beginning of curb return BDRY Boundary BF Bottom of footing BLDG Building and Buildings BM Bench mark BVC Beginning of vertical curve B/W Back of wall C/C Center to center CAB Crushed aggregate base CAL/OSHA California Occupational Safety and Health Administration CalTrans California Department of Transportation CAP Corrugated aluminum pipe CB Catch Basin Cb Curb CBP Catch Basin Connection Pipe CBR California Bearing Ratio CCR California Code of Regulations CCTV Closed Circuit TV CES Carlsbad Engineering Standards CF Curb face CF Cubic foot C&G Curb and gutter CFR Code of Federal Regulations CFS Cubic Feet per Second CIP Cast iron pipe CIPP Cast-in place pipe CL Clearance, center line, Class CLF Chain link fence CMB Crushed miscellaneous base CMC Cement mortar-coated CML Cement mortar-lined CMU Cement mortar unit CMWD Carlsbad Municipal Water District CO Cleanout (Sewer) COL... Column COMM Commercial CONG Concrete CONN Connection CONST Construct, Construction COORD Coordinate CPLG Coupling CSP Corrugated steel pipe CSD Carlsbad Standard Drawings CTB Cement treated base CV Check valve CY Cubic yard D Load of pipe dB Decibels DBL Double DET Detail DF Douglas fir Dl Ductile iron DIA Diameter DIP Ductile iron pipe DL Dead load DR Dimension Ratio DT Drain Tile DWG Drawing DWY Driveway DWY APPR Driveway approach E Electric / Easting EA Each c«Revised 06/10/09 Contract Nos. 3873 & 5512 Page 52 of 165 EC End of curve ECR End of curb return EF Each face EG Edge of gutter EGL Energy grade line El Elevation ELC Electrolier lighting conduit ELEV Elevation ELT Extra long ton ENGR Engineer, Engineering EP Edge of pavement ESMT Easement ETB Emulsion-treated base EVC End of vertical curb EWA Encina Wastewater Authority EXC Excavation EXP JT Expansion joint EXST Existing F Fahrenheit F&C Frame and cover F&l Furnish and install FAB Fabricate FAS Flashing arrow sign FD Floor drain FDN Foundation FED SPEC Federal Specification FG Finished grade FH Fire hydrant FHWA Federal Highway Administration FL Flow line FM Force main FS Finished surface FT-LB Foot-pound FTG Footing FW Face of wall G Gas GA Gauge GAL Gallon and Gallons GALV Galvanized GAR Garage and Garages GIP Galvanized iron pipe GL Ground line or grade line GM Gas meter GNV Ground Not Visible GP Guy pole GPM gallons per minute GR Grade GRTG Grating GSP Galvanized steel pipe H High or height HB Hose bib HC House connection HDWL Headwall HGL Hydraulic grade line HORIZ Horizontal HP Horsepower HPG High pressure gas HPS High pressure sodium (Light) HYDR Hydraulic IE Invert Elevation ID Inside diameter INCL Including INSP Inspection INV Invert IP Iron pipe JC Junction chamber JCT Junction JS Junction structure JT Joint L Length LAB Laboratory LAT Lateral LB Pound LD Local depression LF Linear foot LH Lamp hole LL Live load LOL Layout line LONG Longitudinal LP Lamp post LPS Low pressure sodium (Light) LS Lump sum LTS Lime treated soil LWD Leucadia Wastewater District MAINT Maintenance MAX Maximum MCR Middle of curb return MEAS Measure MH Manhole, maintenance hole MIL SPEC Military specification MIN Minimum MISC Miscellaneous MJ Mechanical Joint MOD Modified, modify MON Monument MSL . Mean Sea Level (Reg. Standard Drawing M-12) MTBM Microtunneling Boring Machine MULT Multiple MUTCD.... Manual on Uniform Traffic Control Devices MVL Mercury vapor light N Northing NCTD North County Transit District No Number NRCP Nonreinforced concrete pipe OBS Obsolete OC On center OD Outside diameter OE Outer edge OHE Overhead Electric OMWD Olivenhain Municipal Water District OPP Opposite ORIG Original OVHD Overhead PB Pull box PC Point of curvature PCC Portland cement concrete or point of compound curvature PCVC Point of compound vertical curve PE Polyethylene/Plain End PI Point of intersection PL Property line PMB Processed miscellaneous base POC Point on curve POT Point on tangent PP Power pole PRC Point of reverse curve PRVC Point of reverse vertical curve PSI Pounds per square inch PT Point of tangency Revised 06/10/09 Contract Nos. 3873 & 5512 Page 53 of 165 PVC Polyvinyl chloride PVMT Pavement PVT R/W Private right-of-way Q Rate of flow in cubic feet per second QUAD Quadrangle, Quadrant R Radius R&O Rock and oil R/W Right-of-way RA Recycling agent RAG Recycled asphalt concrete RAP Reclaimed asphalt pavement RBAC Rubberized asphalt concrete RC Reinforced concrete RGB Reinforced concrete box RGB Registered civil engineer RCP Reinforced concrete pipe RCV Remote control valve REF Reference REHAB Rehabilitate REINF Reinforced or reinforcement REQ'D Required RES Reservoir RGE Registered geotechnical engineer ROW Right-of-Way RR Railroad RSE Registered structural engineer RT Right RTE Registered traffic engineer S Sewer or Slope, as applicable SCCP Steel cylinder concrete pipe SD Storm drain SDG&E San Diego Gas & Electric SDNR San Diego Northern Railway SDR Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD San Diego Regional Standard Drawings SE Sand Equivalent SEC Section SF Square foot SFM Sewer Force Main SI International System of Units (Metric) SPEC Specifications SPPWC Standard Plans for Public Works Construction SSPWC Standard Specifications for Public Works Construction STHWY State highway STA Station STD Standard SIR Straight STR GR Straight grade STRUG Structural/Structure SW Sidewalk SWD Sidewalk drain SWR Sewer SY Square yard T Telephone TAN Tangent TC Top of curb TEL Telephone TEMP Temporary TF Top of footing THB .Thrust block TOPO Topography TR Tract TRANS Transition TS Traffic signal or transition structure TSC Traffic signal conduit TSS Traffic signal standard TV Television TW Top of wall TYP Typical UE Underground Electric UG Underground USA Underground Service Alert VAR Varies, Variable VB Valve box VC Vertical curve VCP Vitrified clay pipe VERT Vertical VOL Volume VWD Vallecitos Water District W Water, Wider or Width, as applicable W/ With WATCH Work Area Traffic Control Handbook Wl Wrought iron WM Water meter WPJ Weakened plane joint WTR Water XCONN Cross connection XSEC Cross section 1-3.3 Institutions. Abbreviation Word or Words AASHTO American Association of State Highway and Transportation Officials AISC American Institute of Steel Construction ANSI American National Standards Institute API American Petroleum Institute AREA American Railway Engineering Association ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWS American Welding Society AWWA American Water Works Association FHWA Federal Highway Administration Revised 06/10/09 Contract Nos. 3873 & 5512 Page 54 of 165 GRI Geosynthetic Research Institute NEMA National Electrical Manufacturers Association NOAA National Oceanic and Atmospheric Administration (Dept. of Commerce) UL Underwriters' Laboratories Inc. USGS United States Geological Survey 1 -4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Standard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. 1 -4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) SI Unit (Abbreviations) (Abbreviations) 1 mil (=0.001 in) 25.4 micrometer (jam) 1 inch (in) 25.4 millimeter (mm) 1 inch (in) 2.54 centimeter (cm) 1 foot (ft) 0.3048 meter (m) 1 yard (yd) 0.9144 meter (m) 1 mile (mi) 1.6093 kilometer (km) 1 square foot (fr) 0.0929 square meter (nr 1 square yard (yd ) 0.8361 square meter (nn 1 cubic foot (ft) 0.0283 cubic meter (nrg 1 cubic yard (yd ) 0.7646 cubic meter (m ) 1 acre 0.4047 hectare (ha) 1 U.S. gallon (gal) 3.7854 Liter (L) 1 fluid ounce (fl. oz.) 29.5735 millileter (mL) 1 pound mass (Ib) (avoirdupois) 0.4536 kilogram (kg) 1 ounce mass (oz) 0.02835 kilogram (kg) 1 Ton (=2000 Ib avoirdupois) 0.9072 Tonne (= 907 kg) 1 Poise 0.1 pascal second (Pa • s) 1 centistoke (cs) 1 square millimeters per second (mm Is) 1 pound force (Ibf) 4.4482 Newton (N) 1 pounds per square inch (psi) 6.8948 Kilopascal (kPa) 1 pound force per foot (Ibf/ft) 1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf) 1.3558 Joules (J) 1 foot-pound force per second ([ft-lbf]/s) 1.3558 Watt (W) 1 part per million (ppm) 1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit (°F): Degree Celsius (°C): °F = (1.8 x °C) + 32 °C = (°F - 32)/1.8 SI Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (Im) 1 second (s) Revised 06/10/09 Contract Nos. 3873 & 5512 Page 55 of 165 Common Metric Prefixes kilo(k) 103 centi(c) 10'* mjlli(m) 10'3 micro (n) 10"® nano(n) 10,, pico(p) 10"12 1-5 SYMBOLS A Delta, the central angle or angle between tangents Z Angle % Percent Feet or minutes Inches or seconds1 Number / per or (between words) Degree PL Property line CL Centerline SL Survey line or station line Revised 06/10/09 Contract Nos. 3873 & 5512 Page 56 of 165 SECTION 2 - SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as provided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the Board, except that the Contractor may assign money due or which will accrue to it under the Contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by the Agency for completion of the Work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: "(a) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the con- struction of the work or improvements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater." "(b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid." If the Contractor fails to specify a Subcontractor, or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor's total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as otherwise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by procedures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 4110 provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the Contractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed in •^ Revised 06/10/09 Contract Nos. 3873 & 5512 Page 57 of 165 excess of 50 percent of the contract price by other than the Contractor's own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract, and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcontracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. omW Revised 06/10/09 Contract Nos. 3873 & 5512 Page 58 of 165 All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiving notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifications, to which the Engineer shall have access at all times. The specifications for the work include the General Provisions, project technical specifications, Carlsbad Engineering Standards (CES), Standard Specifications for Public Works Construction, (SSPWC), Part 2 & 3, and the latest supplements thereto, current edition at the time of bid opening as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter designated "SSPWC", as amended. The construction plans consist of one set. The set is designated as City of Carlsbad Drawing No. 460-5 and consists of 10 sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Engineering Standards and Carlsbad Standard Drawings, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES and CSD, respectively. Copies of some of the pertinent standard drawings are enclosed as an appendix to these General Provisions. The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the Specifications and not shown on the Plans, or shown on the Plans and not specified in the Specifications, shall be as though shown on or specified in both. The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. mW Revised 06/10/09 Contract Nos. 3873 & 5512 Page 59 of 165 Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) Change orders, whichever occurs last. 3) Contract addenda, whichever occurs last. 4) Technical Specifications. 5) Contract. 6) Carlsbad General Provisions. 7) Plans. 8) Standards plans. a) City of Carlsbad Standard Drawings. b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) State of California Department of Transportation Standard Plans. 9) Standard Specifications for Public Works Construction, as amended. 10) Reference Specifications. 11) Manufacturer's Installation Recommendations Detail drawings shall take precedence over general drawings. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 9) above. Detailed plans and plan views shall have precedence over general plans. 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor's expense, as required in 2-5.3.2, 2- 5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engineer. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required by performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 20 working days for review of submittals unless otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. Am¥ Revised 06/10/09 Contract Nos. 3873 & 5512 Page 60 of 165 Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. Working drawings are required in the following sections: TABLE 2-5.3.2 (A) Item Section Number Title Subject 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 7-10.4.1 207-2.5 207-8.4 207-10.2.1 300-3.2 303-1.6.1 303-1.7.1 303-3.1 304-1.1.1 304-1.1.2 304-2.1 306-2.1 306-3.1 306-3.4 306-6 306-8 307-4.3 Safety Orders Joints Joints General Cofferdams General General General Shop Drawings Falsework Plans General General General Tunnel Supports Remodeling Existing Sewer Facilities Microtunneling Controller Cabinet Wiring Diagrams Trench Shoring Reinforced Concrete F'ipe Vitrified Clay Pipe Fabricated Steel Pipe Structure Excavation & Backfill Falsework Placing Reinforcement Prestressed Concrete Construction Structural Steel Structural Steel Metal Hand Railings Jacking Operations Tunneling Operations Tunneling Operations Polyethylene Liner Installation Microtunneling Operations Traffic Signal Construction Working drawings listed above as Items 5, 6, 8, 9, 10, 12, 13, 14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special Provisions. 2-5.3.4 Supporting Information. Supporting information is information required by the Specifications for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Six copies of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the Special Provisions or directed by the Engineer. Supporting information for systems shall be bound together and include all manufactured items for the system. If resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the following and is required unless otherwise specified in the Special Provisions: 1) 2) 3) 4) 5) 6) 7) 8) List of Subcontractors per 2-3.2. List of Materials per 4-1.4. Certifications per 4-1.5. Construction Schedule per 6-1. Confined Space Entry Program per 7-10.4.4. Concrete mix designs per 201-1.1. Asphalt concrete mix designs per 203-6.1. Data, including, but not limited to, catalog sheets, manufacturer's brochures, technical bulletins, specifications, diagrams, product samples, and other information necessary to describe a system, product or item. This information is required for irrigation systems, street lighting systems, and traffic signals, and may also be required for any product, manufactured item, or system. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 61 of 165 2-5.4 RECORD DRAWINGS. The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by Section 2-5.4 shall be included in the various bid items and no additional payment will be made therefore. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equipment, tools, labor, and incidentals necessary to complete the Work. 2-7 SUBSURFACE DATA. All soil and test hole data, water table elevations, and soil analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. The following geotechnical reports are included in Appendix "B": Beech Avenue Site: "Geotechnical Report, Beech Avenue Sewer Project, Carlsbad, Califor- nia," prepared by Inland Foundation Engineering, Inc., dated December 30, 2008; Letter from Ninyo & Moore to Mr. Mark Biskup, City of Carlsbad, Subject: Limited Geotechnical Consult- ing Services, Beech Avenue Sewer, Carlsbad, California, dated October 21 , 2008. Home Plant Lift Station Site: "Geotechnical Evaluation, Home Plant Lift Station Sewer Pipe- line Replacement, Carlsbad, California," prepared by Ninyo & Moore, dated December 8, 2008. The Contractor may make independent geotechnical investigations of the project site in order to satisfy himself of the subsurface conditions that may be encountered. No additional compensation will be made for additional geotechnical investigations. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor's responsibility to determine and allow for the elevation of groundwater at the date of project construction. A difference in elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for extra work. Opinions, recommendations or conclusions contained in any soils report, soil boring logs, subsurface material investigation, geological report or similar studies, tests or reports, prepared for the Owner, are not a part of the Contract. Contractor will be responsible for forming its own opinions and conclusions from the facts set forth in such reports. It is expressly understood and agreed that the Owner, the Design Engineer, and their consultants assume no responsibility whatsoever in respect to the sufficiency or accuracy of the investigations; the records thereof; or of the interpretations set forth therein or made by the Owner's consultants, the Design Engineer or its consultants in the use thereof by the Engineer, and there is no warranty or guarantee, either express or implied, that the conditions indicated by such investigations or records thereof are representative of those existing throughout such areas, or any part thereof, or that unlooked-for developments may not occur, or that materials other than, or in proportions, densities, or other characteristics different from, those indicated may not be encountered. 2-8 RIGHT-OF-WAY. Rights-of-way, easements, or rights-of-entry for the Work will be provided by the Agency. Unless otherwise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and disposing of additional work areas and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions. Revised 06/1 0/09 Contract Nos. 3873 & 551 2 Page 62 of 1 65 2-9 SURVEYING. 2-9.1 Permanent Survey Markers. The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by §§ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.2 Survey Service. The Contractor shall hire and pay for the services of a Surveyor, hereinafter Surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. 2-9.2.1 Submittal of Surveying Data, All surveying data submittals shall conform to the requirements of Section 2-5.3.3, "Submittals", herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (81/2" by 11") paper. The field notes, calculations and supporting data shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from earlier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and calculations will be labeled with name of the Surveyor, the party chief, the field crewmembers and the author of the field notes or calculations. They shall be annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or documentation for any computer program. The field notes shall be prepared in conformance with the CALTRANS "Surveys Manual". The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §§ 8700 - 8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such map is required under §§ 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDKS 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. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 63 of 165 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. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal locations where the curb is not being built as a part of this contract. 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. When curb and gutter does not exist and is not being installed as a part of the project the location of adjacent facilities being constructed as a part of the contract the Contractor shall place stakes defining the horizontal and vertical location of such adjacent utility vaults, poles or other facilities that are being installed as parts of, or adjunct to, the project either by the Contractor and/or those noted on the plans as to be installed by others. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 64 of 165 TABLE 2-9.2.2(A) Survey Requirements for Construction Staking Feature Staked Street Centerline Clearing Slope Fence Rough Grade Cuts or Fills > 10 m (33') Final Grade (includes top of: Basement soil, subbase and base) Asphalt Pavement Finish Course Drainage Structures, Pipes & similar Facilities©, ® Curb Traffic Signal ® Signal Poles & Controller ® Junction Box ® Conduit ® Minor Structure ® Abutment Fill Wall® Stake Description ® SDRS M-10 Monument Lath in soil, painted line on PCC & AC surfaces RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake, Blue- top in grading area RP, paint on previous course RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake + Line Stake RP + Marker Stake + Line Stake RP + Marker Stake + Line Point +Guard Stake Centerline or Parallel to Centerline Spacing®, © <1000', Street Intersections, Begin and end of curves, only when shown on the plans lath - Intervisible, < 50' on tangents & < 25' on curves, Painted line - continuous Intervisible and < 50' < 200' on tangents, < 50' on curves when R> 1000' & 25' on curves when R< 1000' <50' < 50' on tangents & curves when R> 1000' & < 25' on curves when R < 1000' < 25' or as per the intersection grid points shown on the plan whichever provides the denser information intervisible & < 25', beginning and end, BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities (except plumbing), Skewed cut-off lines < 25', BC & EC, at 1/4A, 1/2A & "/4A on curb returns & at beginning & end Vertical locations shall be based on the ultimate elevation of curb and sidewalk at each pole & controller location at each junction box location < 50' on tangents & curves when R> 1000' & < 25' on curves when R < 1 000' or where grade < 0.30% for catch basins: at centerline of box, ends of box & wings & at each end of the local depression © < 50' & along end slopes & conic transitions < 50' and at beginning & end of: each wall, BC & EC, layout line angle points, changes in footing dimensions &/or elevation & wall height Lateral Spacing ®, ® on street centerline at clearing line Grade Breaks &<25' N/A ( constant offset) N/A <22' edge of pavement, paving pass width, crown line & grade breaks as appropriate ( constant offset) as appropriate as appropriate as appropriate as appropriate as appropriate as appropriate Setting Tolerance (Within) 0.02' Horizontal, also see Section 2-9.2.1 herein 1' Horizontal 0.1 'Verticals. Horizontal 0.1' Horizontal 0.1 'Verticals Horizontal V Horizontal & V Vertical J/8" Horizontal & V Vertical J/8" Horizontal & V/ Vertical •V Horizontal & V4" Vertical •Vs" Horizontal & V4" Vertical J/8" Horizontal & V Vertical V Horizontal & when depth cannot be measured from existing pavement 1At" Vertical V Horizontal & V4" Vertical (when vertical data needed) 0.1 'Verticals Horizontal '/4" Horizontal & '/41' Vertical Revised 06/10/09 Contract Nos. 3873 & 5512 Page 65 of 165 Feature Staked Major Structure © Footings, Bents, Abutments & Wingwalls Superstructures Miscellaneous © Contour Grading ® Utilities ®, © Channels, Dikes & Ditches ® Signs © Subsurface Drains ® Overside Drains ® Markers ® Railings & Barriers ® AC Dikes ® Box Culverts Pavement Markers® Stake Description © RP + Marker Stake + Line Point +Guard Stake RP RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake + Line Point +Guard Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP Centerline or Parallel to Centerline Spacing®, ® 10' to 33' as required by the Engineer, BC & EC, transition points & at beginning & end. Elevation points on footings at bottom of columns 10' to 33' sufficient to use string lines, BC & EC, transition points & at beginning & end. Elevation points on footings at bottom of columns <50' < 50' on tangents & curves when R> 1000' & < 25' on curves when R < 1000' or where grade < 0.30% intervisible & < 100', BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities At sign location intervisible & <, 50', BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities longitudinal location for asphalt street surfacing < 50' on tangents & curves when R> 1 000' & < 25' on curves when R< 1000'. At beginning & end and < 50' on tangents & curves when R > 1 000' & < 25' on curves when R< 1000' At beginning & end 10' to 33' as required by the Engineer, BC & EC, transition points & at beginning & end. Elevation points on footings & at invert 200' on tangents, 50" on curves when R > 1000' & 25' on curves when R <, 1000'. For PCC surfaced streets lane cold joints will suffice Lateral Spacing <3>, © as appropriate as appropriate along contour line as appropriate as appropriate Line point as appropriate At beginning & end At marker location(s) at railing & barrier location(s) as appropriate as appropriate at pavement marker location(s) Setting Tolerance (Within) V Horizontal & 74" Vertical "Is" Horizontal & 74" Vertical 0.1' Vertical & Horizontal %" Horizontal & 74" Vertical 0.1' Horizontal & 74" Vertical 0.1 'Verticals Horizontal 0.1' Horizontal & 74" Vertical 0.1' Horizontal & 74" Vertical 74" Horizontal %" Horizontal & Vertical 0.1' Horizontal & Vertical V Horizontal & 74" Vertical 74" Horizontal ® Staking for feature may be omitted when adjacent marker stakes reference the offset and elevation of those features and the accuracy requirements of the RP meet the requirements for the feature © Reference points shall be sufficiently durable and set securely enough to survive with accuracy intact throughout the installation & inspection of the features or adjacent facilities for which they provide control. RP means reference point for the purposes of this table ® Perpendicular to centerline. © Some features are not necessarily parallel to centerline but are referenced thereto ® Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the feature © > means greater than, or equal to, the number following the symbol. < means less than, or equal to, the number fol- lowing the symbol. ® The cut datum for storm drainage & sanitary sewer pipes & similar structures shall be their invert. The cut datum for all other utilities shall be the top of their pipe or conduit. All guard stakes, line stakes and lath shall be flagged. Unless otherwise approved by the Engineer flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(8) Revised 06/10/09 Contract Nos. 3873 & 5512 Page 66 of 165 TABLE 2-9.2.2(8) Survey Stake Color Code for Construction Staking Type of Stake Horizontal Control Vertical Control Clearing Grading Structure Drainage, Sewer, Curb Right-of-Way Miscellaneous Description Coordinated control points, control lines, control reference points, centerline, alignments, etc. Bench marks Limits of clearing Slope, intermediate slope, abutment fill, rough grade, contour grading, final grade, etc. Bridges, sound and retaining walls, box culverts, etc. Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, storm drains, slope protection, curbs, gutters, etc. Fences, R/ W lines, easements, property monuments, etc. Signs, railings, barriers, lighting, etc. Color* White/Red White/Orange Yellow/Black Yellow White Blue White/Yellow Orange Flagging and marking cards, if used. 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2- 9.1 through 2-9.2.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made. Payment for the replacement of disturbed monuments and the filing of records of survey and/or corner records, including filing fees, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made. 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the quality and practice required by the Engineer. 2-9.4 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the finished work. Grades for underground conduits will be set at the surface of the ground. The Contractor shall transfer them to the bottom of the trench. 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all matters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce compliance with the Plans and Specifications. The Contractor shall promptly comply with instructions from the Engineer or an authorized representative. The decision of the Engineer is final and binding on all questions relating to: quantities; acceptability of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless otherwise ordered by the Board. 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 67 of 165 2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor's staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor's ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Contractor shall notify the Engineer before noon of the working day before inspection is required. Work shall be done only in the presence of the Engineer, unless otherwise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized representatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and workmanship are in accordance with these specifications. Inspection of the Work shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract. SECTION 3 - CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the interests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as granting a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price (Excluding "Alternate Bid Items"). Should it become necessary to exceed this limitation, the change shall be by written Supplemental Agreement between the Contractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are involved, shall provide for the Contractor's signature indicating acceptance. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 68 of 165 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 50 percent, payment will be made per Section 3-2.2.2 or 3-2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 150 percent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipulated Unit Prices may be used for the adjustment of Contract changes when so specified in the Special Provisions. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement can not be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise specified in Sections 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construction, Contractor shall provide a schedule of values for all lump sum bid items that shall be used for the purpose of progress payments. The prices shall be valid for the purpose of change orders to the project. 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notification in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of Am¥ Revised 06/10/09 Contract Nos. 3873 & 5512 Page 69 of 165 notification of elimination by the Engineer, and if the order for that material can not be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for handling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Section 3-3. 3.2.6 Alternate Bid Items. No payment will be required for Alternate Bid Items if the item is eliminated from the contract. 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as "extra work" when the Engineer determines that it is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. 3-3.2.2 Basis for Establishing Costs. (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Section 3-3.2.3 (a). (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for Revised 06/10/09 Contract Nos. 3873 & 5512 Page 70 of 165 delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all incidentals. Necessary loading and transportation costs for equipment used on the extra work shall be included. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Contractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer's ratings and approved modifications shall be used to classify equipment and it shall be powered by a unit of at least the minimum rating recommended by the manufacturer. The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work, and be of a type not ordinarily available from the Contractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. (e) Invoices. Vendors' invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor 20 2) Materials 15 3) Equipment Rental 15 4) Other Items and Expenditures .. 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other Revised 06/10/09 Contract Nos. 3873 & 5512 Page 71 of 165 services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the following Work site conditions (hereinafter called changed conditions), in writing, upon their discovery and before they are disturbed: 1. Subsurface or latent physical conditions differing materially from those represented in the Contract; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engineer determines that conditions are changed conditions and they will materially affect performance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor's failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. 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 Revised 06/10/09 Contract Nos. 3873 & 5512 Page 72 of 165 as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. "The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City's proposed final estimate in order for it to be further considered." By: Title: Date: Company Name: The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the Revised 06/10/09 Contract Nos. 3873 & 5512 Page 73 of 165 City will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested m¥ Revised 06/10/09 Contract Nos. 3873 & 5512 Page 74 of 165 documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 75 of 165 Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer's approval. Materials and work quality not conforming to the requirements of the Specifications shall be considered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Specifications. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facilities and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Contractor shall also adequately protect new and existing work and all items of equipment for the duration of the Contract. The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrication, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are acceptable upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed electrical panel boards, large pumps, sewage plant equipment, etc., are subject to inspection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Am¥ Revised 06/10/09 Contract Nos. 3873 & 5512 Page 76 of 165 Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for testing to the place and at the time designated by the Engineer. Unless otherwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection, or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor's responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, 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 Revised 06/10/09 Contract Nos. 3873 & 5512 Page 77 of 165 place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifications and accept the manufacturer's written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words or equal. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any material, process, or equipment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the contract documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer's findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for proportioning materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. oRevised 06/10/09 Contract Nos. 3873 & 5512 Page 78 of 165 All scales shall be arranged so they may be read easily from the operator's platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment Testing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain- measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials' tests, as defined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The investigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional information in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the cooperative investigation concluded. Whenever the cooperative investigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the implementation of a resolution process by committee. The continuance of the investigation shall be contingent upon recipient's agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notification. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the cooperative investigation and will re-consider all available information and if necessary gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority.opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or Revised 06/10/09 Contract Nos. 3873 & 5512 Page 79 of 165 2. Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or 3. At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, the Contractor shall bear and maintain a record for all the investigative costs until resolution. Should the investigation discover assignable causes for the contradiction, the assignable party, the Agency or the Contractor, shall bear all costs associated with the investigation. Should assignable causes for the contradiction extended to both parties, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assignable cause, the investiga- tion will assign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradiction, the initiator of the investigation shall bear all investigative costs. All claim notification requirements of the contract pertaining to the contradiction shall be suspended until the investigation is concluded. 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in Section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency's boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. SECTION 5 - UTILITIES 5-1 LOCATION. The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, telephone, or cable television are shown on the Plans, the Contractor shall assume that every property parcel will be served by a service connection for each type of utility. As provided in Section 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Underground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installations. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 80 of 165 The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its operations. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accordance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor's operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as "abandoned" or "to be abandoned in place". Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements before commencement of work by the Contractor. When the Plans or Specifications indicate that a utility installation is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade as provided in the Standard Specifications for Public Works Construction, Section 301-1.6, 2006 Edition. Utilities which are relocated in order to avoid interference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 81 of 165 After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and property line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3-3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering service connections. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor's convenience and no additional compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1 . The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time available for protection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Section 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or alterations not covered by Section 5-1 , which could not have been avoided by the judicious handling of forces, Revised 06/10/09 Contract Nos. 3873 & 5512 Page 82 of 165 equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor's actual loss as was unavoidable and the Contractor may be granted an extension of time. 5-6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. Prior to excavation of the Beech Avenue trenchless shafts, San Diego Gas and Electric (SDG&E) will relocate or highline the gas main that is in conflict with the shafts shown on the plans. Contractor shall coordinate with SDG&E and protect the existing, high-lined and relocated gas mains during all phases of the contract. Following construction of the new sewer main, Contractor shall not commence pavement overlay work until all trenching work has been completed by SDG&E. SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within five (5) calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6-4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Baseline Construction Schedule shall include each item and element of Sections 6-1.2 through 6- 1.2.9 and shall be on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media. 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities required to represent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Schedule shall include detail of all project phasing, staging, and sequencing, including all milestones necessary to define beginning and ending of each phase or stage. 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. A tabular listing of all the activities, showing for each activity the identification number, the description, the duration, start, and finish, shall be included in the tasks along the vertical axis. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 83 of 165 6-1 .2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows 2000 compatible "Suretrak" program by Primavera or "Project" program by Microsoft Corporation to prepare the Baseline Construction Schedule and all updates thereto. The Contractor shall submit to the Agency a CD-ROM data disk with all network information contained thereon, in a format readable by a Microsoft Windows 2000 system. The Agency will use a "Suretrak", "Project" or equal software program for review of the Contractor's schedule. Should the Contractor elect to use a scheduling program other than the "Suretrak" program by Primavera or "Project" program by Microsoft Corporation the Contractor shall provide the Engineer three copies of the substituted program that are fully licensed to the Agency and 32 class hours of on-site training by the program publisher for up to eight Agency staff members. The classes shall be presented on Mondays through Thursdays, inclusive, between the hours of 8:00 a.m. and 5:00 p.m. The on-site training shall be held at 1635 Faraday Avenue, Carlsbad, California. The dates and times of the on-site training shall be submitted to the Engineer for approval five working days before the start of the on-site training. The on-site training shall be completed prior to the submittal of the first Baseline Construction Schedule. 6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 20 and 100 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. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. 6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity's construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. 6-1 .2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per Section 6-4. 6-1 .2.9 Early Completion. The Baseline Construction Schedule will show the Contractor's plan to support and maintain the project for the entire contractual time span of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of Section 6-1. The Engineer may choose to accept the Contractor's proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency's acceptance of a shortened duration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. 6-1.2.10 Engineer's Review. The Construction Schedule is subject to the review of the Engineer. The Engineer's determination that the Baseline Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions shall be a condition precedent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Revised 06/1 0/09 Contract Nos. 3873 & 551 2 Page 84 of 1 65 Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the Contractor to obtain the Engineer's determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions within thirty (30) working days after the date of the preconstruction meeting shall be grounds for termination of the contract per Section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 30 working days. The Engineer will review and return to the Contractor, with any comments, the Baseline Construction Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per Sections 6-1.2.10.1 through 6-1.2.10.3. 6-1.2.10.1 "Accepted." The Contractor may proceed with the project work upon issuance of the Notice to Proceed, and will receive payment for the schedule in accordance with Section 6-1.8.1. 6-1.2.10.2 "Accepted with Comments." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per Section 6-1.8.1. 6-1.2.10.3 "Not Accepted." The Contractor must resubmit the schedule incorporating the corrections and changes of the comments prior to receipt of payment per Section 6-1.8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" or "Accepted with Comments" by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" by the Engineer. 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 requirements of Section 2-5.3 and will include each item and element of Sections 6-1.2 through 6- 1.2.9 and 6-1.3.1 through 6-1.3.7. 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Contractor shall report the percentage determined by the Engineer as complete for the activity. 6-1.3.3 Electronic Media. The schedule data disk shall be a CD-ROM, labeled with the project name and number, the Contractor's name and the date of preparation of the schedule data disk. The schedule data disk shall be readable by the software specified in Section 6-1.2.4 "Schedule Software" and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. 6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change. A*¥ Revised 06/10/09 Contract Nos. 3873 & 5512 Page 85 of 165 6-1.3.5 Change Orders. Each monthly update will include the addition of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor's change orders. 6-1.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.4 Engineer's Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be returned marked as per Sections 6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked "Accepted with Comments" or "Not Accepted" by the Engineer will be returned to the Contractor for correction. Upon resubmittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer returning a monthly updated construction schedule marked "Not Accepted". 6-1.4.1 "Accepted." The Contractor may proceed with the project work, and will receive payment for the schedule in accordance with Section 6-1.8.2. 6-1.4.2 "Accepted with Comments." The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. 6-1.4.3 "Not Accepted." The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked "Accepted" by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor's responsibility. 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent "Accepted" Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the "Accepted" schedule. 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of Section 2-5.3 and per the schedule review and acceptance requirements of Section 6-1, including but not limited to the acceptance and payment provisions. As used in this section "substantially different" means a time variance greater than 5 percent of the number of days of duration for the project. A•K Revised 06/10/09 Contract Nos. 3873 & 5512 Page 86 of 165 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. Construction Schedule will be paid for at the stipulated lump sum price of fifteen thousand dollars ($15,000.00). The stipulated lump sum price paid for Construction Schedule shall include full compensation for furnishing all labor, materials including, but not limited to, the computer hardware and software, tools, equipment, and incidentals; and for doing all the work involved in attending meetings, preparing, furnishing, updating, revising the tabular, bar and flow chart Construction Schedules and narrative reports required by these supplemental provisions and as directed by the Engineer. The Engineer's determination that each and any construction schedule proposed by the Contractor complies with the requirements of these supplemental provisions shall be precedent to each and any payment for the Construction Schedule. Payments for Construction Schedule will be made as per Sections 6-1.8.1 through 6-1.8.3. 6-1.8.1 Initial Payment. Five thousand dollars ($5,000.00) of the stipulated lump sum bid for the Construction Schedule will be made when the Engineer has accepted a Construction Schedule for this project 6-1.8.2 Monthly Updated Construction Schedule Payments. Monthly Updated Construction Schedule Payments of one thousand dollars ($1,000.00) will be made subsequent to the initial payment for the Construction Schedule for each monthly Construction Schedule, updated as required herein, that the Engineer has accepted as sufficient within the month that the monthly progress payment pertains. No payment shall be made, nor shall any payment accrue, for any monthly updated construction schedule that is not marked "Accepted" by the Engineer on or before the twentieth working day of the month such monthly updated construction schedule is due per Section 6-1.3 Preparation of Schedule Updates and Revisions. The sum of the amounts paid for Construction Schedule during the initial and subsequent payment periods, or extensions to the contract, shall not exceed the stipulated lump sum price for Construction Schedule. 6-1.8.3 Concluding Payment. A Final payment of three thousand dollars ($3,000.00) for the Construction Schedule will be made when both one hundred percent of the contract work is completed and the Engineer has accepted a final construction schedule update prepared and submitted by the Contractor as required herein that shows the actual beginning and ending dates and all other data that is required for baseline and update schedules for each activity shown on the baseline construction schedule and updates thereto that the Engineer accepted for this project. 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor's Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all excavations and restore to usefulness all improvements existing prior to the start of the Work. Am¥ Revised 06/10/09 Contract Nos. 3873 & 5512 Page 87 of 165 If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. The work includes the construction of approximately 1,374 linear feet of new 8-inch and 12-inch sewer along Beech Avenue by trenchless and open cut construction methods and the construction of approximately 215 linear feet of new 15- inch influent sewer for the existing Home Plant Lift Station by trenchless and open cut construction methods. Suggested sequencing plans for construction of the two sewers are provided in the Project Plans. The sequencing plans shall not relieve the Contractor from its responsibilities to perform the coordination and work in accordance with the plans and specifications. 6-2.3 Project Meetings. The Engineer will establish the time and location of Project Meetings. The Contractor's Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under Section 7-6, "The Contractor's Representative". No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise specified in Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of archaeological or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equipment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency's interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board's opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board's consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If m& Revised 06/10/09 Contract Nos. 3873 & 5512 Page 88 of 165 the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for that part, and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the premises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such methods. In any event, the cost of completing the Work shall be charged against the Contractor and its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency within 5 days after the completion, all costs in excess of the sums due. The provisions of this section shall be in addition to all other rights and remedies available to the Agency under law. 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. No extension of time will be granted for a delay caused by the Contractor's inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof, the proof must be provided in a timely manner in accordance with the sequence of the Contractor's operations and the approved construction schedule. If delays beyond the Contractor's control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interests of the Agency. The Contractor will not be entitled to damages or additional payment due to such delays, except as provided in Section 6-6.3. If delays beyond the Contractor's control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by Revised 06/10/09 Contract Nos. 3873 & 5512 Page 89 of 165 any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Contract for such portion. The time of completion of the Contract shall be expressed in working days. The Contractor shall diligently prosecute the work to completion within one hundred and twenty (120) working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor association, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each working day to be charged against the Contract time. These determinations will be discussed and the Contractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indicate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 90 of 165 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the Engineer for acceptance upon receipt of the Contractor's written assertion that the Work has been completed. The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor's sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of ONE THOUSAND DOLLARS ($1,000.00). Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that ONE THOUSAND DOLLARS per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negligence. The Contractor will not be required to reclean such portions of the improvement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any completed facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 91 of 165 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or otherwise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with applicable provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimina- tion because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 10 of the Public Works Contract. The cost of this insurance shall be included in the Contractor's Bid. 7-4 WORKERS' COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers' Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this paragraph. All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 92 of 165 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain all permits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-5.2 Relations with the Railroad. 7-5.2.1 General. The Contractor shall cooperate with the North County Transit District (NCTD), the Burlington Northern and Santa Fe Railway (BNSF) and the National Railway Passenger Corporation (AMTRAK), herein after collectively referred to as Railroad. It is understood the Railroad shall have absolute authority and right to cause the Contractor's work on the Railroad Property to cease. 7-5.2.2 Right of Entry Permit. It shall be the responsibility of the Contractor to obtain a "Right of Entry" Permit from the North County Transit District Board, (The Board), prior to the commencement of any work. A Sample Permit is included in Appendix 'J', of these supplemental provisions. All fees and costs associated with obtaining and complying with the terms of this permit, including but not limited to engineering review, submittal review, railway flaggers and construction inspection, shall be the responsibility of the Contractor, and no other payment will be allowed, except as specified herein. All fees and costs associated with obtaining and complying with the terms of the Right of Entry permit shall be the responsibility of the Contractor. Contractor may be required to make a deposit to NCTD. The deposit to NCTD will be required prior to the issuance of the Right of Entry permit. Any portion of the deposit remaining after acceptance of the contract by the City will be returned to the Contractor. Payment to the Contractor for all costs associated with obtaining and complying with the Right of Entry permit shall be considered as included in various items of work and no additional compensation will be allowed therefore. The Contractor after receipt of the Right of Entry Permit approved by the Board shall furnish the Engineer with two copies of the executed Right of Entry permit. 7-5.2.3 Railroad Requirements The Contractor shall notify NCTD in writing at least ten (10) working days prior to commencement of work on Railroad Right of Way at: North County Transit District 810 Mission Avenue Oceanside, CA 92504 (760) 966-6504 (760) 754-9403 FAX The details of construction, including proposed method of setup to perform the work shall be submitted to the railroad for approval and shall not be undertaken without approval and shall not be undertaken until approval by the Railroad is given. All persons entering into the railroad right of way will be required to attend a preconstruction Railroad Safety Training course conducted by NCTD. No additional compensation to Contractor will be allowed for attendance at a Railroad Safety Training course. Revised 06/1 0/09 Contract Nos. 3873 & 551 2 Page 93 of 1 65 7-5.2.4 Requirements for use of Railway Flaggers. The presence of equipment, materials, or manpower will not be allowed within 25 feet of the centerline of any track without the presence of Railway Flaggers. The Contractor shall be responsible for coordination with NCTD to schedule Railway Flaggers. Costs for Railway Flaggers shall be the responsibility of the Contractor and subtracted from the deposit made to NCTD. The current cost for Railway flaggers average $600.00 per day. 7-5.2.5 Railroad Insurance. Contractor shall provide NCTD proof of liability insurance with limits of $2,000,000 per occurrence and $6,000,000 aggregate and no exclusion of working in the vicinity of a railroad. Insurance shall name the City and its representatives as additionally insured under the aforementioned limits. Payment for insurance shall be considered as included in the various bid items and no separate payment will be made therefore 7-5.2.3 Railroad Fees. The following fees are estimated for this project and payment for these fees shall be considered as included in the various bid items and no separate payment will be made therefore: Permit Fee: $1,000.00 Contractor Safety Class: $350.00 Engineering Review: $1,500.00 7-6 THE CONTRACTOR'S REPRESENTATIVE. Before starting work, the Contractor shall designate in writing a representative who shall have complete authority to act for it. An alternative representative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. In order to communicate with the Agency, the Contractor's representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others, the Contractor will not be entitled to additional compensation from the Agency for damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Am¥ Revised 06/10/09 Contract Nos. 3873 & 5512 Page 94 of 165 Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. When required by the Plans or Specifications, the Contractor shall furnish and operate a self-loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is incomplete. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor's Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. Failure of the Contractor to comply with the Engineer's cleanup orders may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time, and shall be Am¥ Revised 06/10/09 Contract Nos. 3873 & 5512 Page 95 of 165 performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of employees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condition. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sewage shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall comply with the California State Water Resources Control Board (SWRCB) Order Number 99-08-DWQ, National Pollutant Discharge Elimination System (NPDES) General Permit Number CAS000002, Waste Discharge Requirements (WDR's) for Discharges of Stormwater Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. A Notice of Intent (NOI) is not required for this project. The Contractor shall prepare and submit a Tier 2 SWPPP as defined in the City of Carlsbad Engineering Standards, Volume 4 Storm Water Standards Manual, Chapter 3 Construction SWPPP Standards and Requirements (2004 Edition) for approval by the City. The Contractor shall be responsible for the preparation and implementation of the SWPPP and coordination with the City. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. A•^ Revised 06/10/09 Contract Nos. 3873 & 5512 Page 96 of 165 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installations, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a portion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. Maintenance of street and traffic signal systems that are damaged, temporarily removed or relocated shall be done in conformance with 307-1.5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor's operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. Contractor shall conduct all work with an approved sequence plan and traffic control plans that will not require the closure of Beech Avenue and or any of its intersecting cross streets between and including Ocean Street and Washington Street. NCTD bus routes from the bus terminal near Washington Street shall not be interrupted. 7-10.1 Traffic and Access. The Contractor's operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Unless otherwise authorized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. Safe and adequate pedestrian and vehicular access shall be provided and maintained to: fire hydrants; commercial and industrial establishments; churches, schools and parking lots; service stations and motels; hospitals; police and fire stations; and establishments of similar nature. Access to these facilities shall be continuous and unobstructed unless otherwise approved by the Engineer. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian crossings of the Work at intervals not exceeding 90 m (300 feet), shall be maintained unless otherwise approved by the Engineer. Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. If backfill has been completed to the extent that safe access may be provided, and the street is opened to local traffic, the Contractor shall immediately clear the street and driveways and provide and maintain access. The Contractor shall cooperate with the various parties involved in the delivery of mail and the collection and removal of trash and garbage to maintain existing schedules for these services. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 97 of 165 Grading operations, roadway excavation and fill construction shall be conducted by the Contractor in a manner to provide a reasonably satisfactory surface for traffic. When rough grading is completed, the roadbed surface shall be brought to a smooth, even condition satisfactory for traffic. Unless otherwise authorized, work shall be performed in only one-half the roadway at one time. One half shall be kept open and unobstructed until the opposite side is ready for use. If one-half a street only is being improved, the other half shall be conditioned and maintained as a detour. The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City's contracted waste disposal company, Coast Waste Management at 929-9417. During overlay operations, the Contractors schedule for overlay application shall be designated to provide residents and business owners whose streets are to be overlaid sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24-hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 Ib. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix "A". In addition to the notifications, the contractor shall post no parking signs 72 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 72 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 72 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional compensation for printing and distributing these notices. The contractor shall replace all street markings and striping damaged by construction activities. The Contractor shall include in its Bid all costs for the above requirements. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 98 of 165 7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall not be stored in streets, roads, or highways for more than 5 days after unloading. All materials or equipment not installed or used in construction within 5 days after unloading shall be stored elsewhere by the Contractor at its expense unless authorized additional storage time. Construction equipment shall not be stored at the Work site before its actual use on the Work nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of equipment may be authorized by the Engineer. Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless otherwise permitted. After placing backfill, all excess material shall be removed immediately from the site. 7-10.3 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State, County, and City requirements for closure of streets. The Contractor shall provide barriers, guards, lights, signs, temporary bridges, flagpersons, and watchpersons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Contractor shall furnish and install signs and warning devices and promptly remove them upon completion of the Work. After obtaining the Engineers approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1) The Engineer (760) 602-2720 2) Carlsbad Fire Department Dispatch (760) 931-2197 3) Carlsbad Police Department Dispatch (760) 931-2197 4) Carlsbad Traffic Signals Maintenance (extension 2937) (760) 438-2980 5) Carlsbad Traffic Signals Operations (760) 602-2752 6) North County Transit District (760) 967-2828 7) Waste Management (760) 929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's written approval prior to deviating from the requirements of 2) through, and including, 7) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. The Contractor shall secure approval, in advance, from authorities concerned for the use of any bridges proposed by it for public use. Temporary bridges shall be clearly posted as to load limit, with signs and posting conforming to current requirements covering "signs" as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and these provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control Revised 06/10/09 Contract Nos. 3873 & 5512 Page 99 of 165 devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of Section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of Section 214-5. let seq. All temporary reflective channelizers shall conform to the provisions of Section 214- 5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of Section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to Section 210-1.6 for materials and Section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs- shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1 , Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in Section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS "Standard Specifications", except the sleeves shall be 7" long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any Section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 6' of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 25' intervals to a point not less than 25' past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20-1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. 7-10.3.2 Maintaining Traffic. The Contractor's personnel shall not work closer than 1.8m (6')), nor operate equipment within 0.6 m (2') from any traffic lane occupied by traffic. For equipment the 0.6 m (2')) shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. During the entire construction, a minimum of 2 paved traffic lanes, not less than 12' wide, shall be open for use by public traffic in each direction of travel unless otherwise specified on the project plans. 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and provisions under "Maintaining Traffic" elsewhere in these Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. Revised 06/1 0/09 Contract Nos. 3873 & 551 2 Page 1 00 of 1 65 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. 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1 , as amended for use in California) published by CALTRANS. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. 7-10.3.6 Preparation of Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans the Contractor shall have such TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the traveled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer's review in conformance with the requirements of Section 2-5.3, et seq. and obtain the Engineer's approval of the TCP prior to implementing them. The minimum 20-day review period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP for the Engineer's review. 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.. The design of TCP shall meet the requirements of the Engineer and the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California), dated September 26, 2006 as published by CALTRANS. The 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 TCP. The Engineer may approve any the TCP when, in the Engineer's sole opinion the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such design shall not be implemented and no work shall be commenced that is Revised 06/10/09 Contract Nos. 3873 & 5512 Page 101 of 165 contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for TCP shall conform to the requirements of Section 2-5.3 Shop Drawings and Submittals. 7-10.3.7 Payment. The Contractor shall provide traffic control at the contract lump sum price bid. The contract lump sum price paid for "traffic control" shall include full compensation for furnishing all labor (including flagging costs), materials (including signs), tools, equipment and incidentals, and for doing all the work involved in preparation, reproduction and changing of traffic control plans, placing, applying traffic stripes and pavement markers with bituminous adhesive, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the plans and approved additions and modifications, as specified in these supplemental provisions, and as directed by the Engineer. All expenses and time to prepare and review modifications, additions, supplements and/or new TCP designs shall be included in the lump sum bid for traffic control and no additional payment will be made therefore. Flagging costs will be paid for as a part of the Lump Sum Amount for "Traffic Control." The cost of labor and material for portable concrete barriers will be paid for at the unit price bid. When there is no bid item the cost of labor and material for portable concrete barriers they will be paid as an incidental to the work being performed and no additional payment will be made therefore. Progress payments for "Traffic Control" will be based on the percentage of the improvement work completed. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers' protection from the hazard of caving ground during the excavation of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start until the Engineer has accepted the plan and the Contractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are provided, or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engineer, or as otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Engineer's approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Section 5194 of the California Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. oRevised 06/10/09 Contract Nos. 3873 & 5512 Page 102 of 165 Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Material Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe conditions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, administering and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and contain procedures for safe entry into confined spaces, including, but not limited to the following: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potential isolation and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space 7. Special hazards consideration 8. Personal protective equipment 9. Rescue plan provisions The Contractor's submittal shall include the names of its personnel, including subcontractor personnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit- required confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit-required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety-laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall Revised 06/10/09 Contract Nos. 3873 & 5512 Page 103 of 165 indemnify and hold the Agency harmless from any legal action that may be brought for infringement of patents. 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer's approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and National laws and County and Municipal ordinances and regulations which in any manner affect those employed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: "In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties." SECTION 8 - FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. All facilities provided for Agency personnel shall be at suitable locations approved by the Engineer. Such facilities must be in a room, building, or trailer provided for this purpose with acceptable means for locking. A Class "A" Field Office in accordance with Section 8-2.1 shall be provided at any offsite plant facility furnishing pipe subject to Agency inspection during manufacture. A Field Laboratory in accordance with Section 8-3.1 shall be provided at any offsite or project site plant facility furnishing Portland cement concrete or asphalt paving material. Any other facilities for Agency personnel shall be provided only when required by the Specifications. Offices and laboratories at plants may be used concurrently by inspection personnel of other agencies provided such use does not seriously conflict with Agency use. When facilities are shared in this manner, at least one locker provided with a hasp for a padlock must be available for the exclusive use of Agency inspectors. Otherwise any facilities furnished are for the exclusive use of Agency personnel. All facilities shall conform to the applicable codes, ordinances, and regulations of the local jurisdiction and of the State of California, and shall conform to current practice. The interior shall be paneled or suitably lined to provide a facility of good appearance. The Contractor shall provide janitorial and other maintenance services in all types of facilities provided. Such services shall include the supply of the appropriate paper products and dispensers. ©mW Revised 06/10/09 Contract Nos. 3873 & 5512 Page 104 of 165 Trash receptacles shall be provided and emptied by the Contractor at weekly intervals or sooner as required. The trash shall be removed from the project site. All costs to furnish, maintain, service, and remove the specified facilities at the project site shall be included in the price bid for such facilities. If no bid item is provided in the proposal, costs shall be included in other items for which bids are entered. The first progress payment will not be approved until all facilities are in place and fully comply with the Specifications. 8-2 FIELD OFFICE FACILITIES. 8-2.1 Class "B" Field Office. Contractor shall furnish the Engineer a "Class B" Field Office. The field office shall be for the exclusive use of the Engineer and such other individuals that the Engineer may designate. The field office shall be a separate structure from any other office facility. The Contractor shall maintain the field office throughout the entire duration of the contract unless the Engineer shall otherwise direct. This office shall have a minimum floor space of 600 ft2. All doors and windows shall be provided with screens. Furniture shall be provided as follows: one plan table, one standard 5 feet long double-pedestal desk with a drawer suitable for holding files, two chairs, one drafting stool, and one plan rack. Electric power shall be provided to include a minimum of four duplex convenience outlets. The office shall be illuminated at the tables and desk. An outdoor lighting fixture with a 300-watt bulb shall be installed. Heating and air conditioning of sufficient capacity shall be provided at no expense to the Agency. The Contractor shall provide drinking water within the office and integral sanitary facilities directly adjoining. A chemical toilet facility shall be provided adjacent to the office. Extended area, non-coin-operated telephone service shall be provided within the office area. The installation shall include sufficient extension cord to serve the plan table and desk. Additionally the "Class B" Field Office shall be provided with: one (1) additional standard 5' double pedestal desk with two chairs, one (1)Dell 1600n Multifunctional Printer or equal, one (1) refrigerator, one (1) microwave oven, and one (1) additional plan rack shall be provided. Water cooler to have hot and chilled water. The integral sanitary facilities may be separate enclosed toilets per Section 7-8.4. Furnishings are subject to agency approval. The field office shall be located at a site satisfactory to the Engineer and within or immediately adjacent to the limits of work. Access and three parking spaces for the exclusive use of the Engineer and his/her designees that are convenient and satisfactory to the Engineer shall be provided by the Contractor. The field office shall have a 24" by 36" sign affixed near the entry door. The sign text shall be proportioned as shown below. The Contractor shall affix a City seal to the sign in a centered location. The City seal will be supplied by the Engineer. *¥ Revised 06/10/09 Contract Nos. 3873 & 5512 Page 105 of 165 CITY OF CARLSBAD ENGINEERING INSPECTION 8-3 FIELD LABORATORIES. (Not Used) 8-4 BATHHOUSE FACILITIES. (Not Used) 8-5 REMOVAL OF FACILITIES. Field offices, laboratories, and bathhouse facilities at the project site shall be removed upon completion of the Work. Buildings and equipment furnished by the Contractor at the project site under the provisions of this section are the property of the Contractor. 8-6 BASIS OF PAYMENT. All costs incurred in furnishing, maintaining, servicing, and removing field offices laboratories, or bathhouse facilities required at the project site shall be included in the bid item for furnishing such facilities. If such facilities are required by the Plans or Specifications and no bid item is provided in the proposal, the costs shall be included in other items for which bids are entered. Such costs incurred in connection with offices and laboratories at plants shall be borne by the plant owners. Payment for field office will be made at the monthly price bid and will include full compensation for installing and removing the field office, relocating it as may be necessary to facilitate the project, obtaining all permits, property rental, providing utilities including, but not limited to, high speed internet service, electrical, telephone, potable water and sanitary facilities, and maintenance. The monthly rate will be paid for each full calendar month throughout the duration of the contract that the field office, complete with all facilities and utilities, is available to the Engineer and on the project excepting when the Engineer has ordered that the field office be removed from the project. SECTION 9 - MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from measurements or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sections involved. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 106 of 165 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with duplicate licensed weighmaster's certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Standard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated "Lump Sum", "L.S.", or "Job", shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accordance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor's request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precautions which are the Contractor's responsibility have not been taken and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be Revised 06/10/09 Contract Nos. 3873 & 5512 Page 107 of 165 provided under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6-10. Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion." If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor's failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as prescribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency's payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. From each progress estimate, 10 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from remaining progress estimates and from the final estimate may be limited to $500 or 10 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as mW Revised 06/10/09 Contract Nos. 3873 & 5512 Page 108 of 165 determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written statement required in Section 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in Section 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Section 3-5, Disputed Work, for those claims remaining in dispute. 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. 9-3.4 Mobilization. When a bid item is included in the Proposal form for mobilization and subject to the conditions and limitations in the Specifications, the costs of work in advance of construction operations and not directly attributable to any specific bid item will be included in the progress Revised 06/10/09 Contract Nos. 3873 & 5512 Page 109 of 165 estimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 9-3.4.1 Mobilization and Preparatory Work. The Contract lump-sum price paid for mobilization shall not exceed one hundred and fifty thousand dollars ($150,000.00), 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, and preparation and implementation of a Tier 2 SWPPP, 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. 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned on the plans, in the Contract Documents, General Provisions, or Technical Provisions/Specifications shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation systems, and vegetation in place. If damaged during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his expense. See Technical Specification Section 012000 Measurement and Payment for Bid Item descriptions. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 110 of 165 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS SECTION 203 - BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. 203-6.1 General. Asphalt concrete shall be the product of mixing mineral aggregate and up to 15% reclaimed asphalt pavement (RAP) with paving asphalt conforming to 203-1 at a central mixing plant. RAP shall conform with 203-7.2.2, except the viscosity of RAP asphalt recovered in accordance with ASTM D 1856 (Abson Recovery Method) will not be required. RAP asphalt content may be determined in accordance to Calif. Test 382. Asphalt concrete will be designated by class and grade for example "C2-PG 64-10", and shall conform to the requirements in this section. Asphalt concrete containing up to 15% RAP shall be identified by adding the suffix RAP to the class and grade ,i.e, "C2-PG 64-10 RAP". 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. DELETE sections 203-6.2 and 203-6.3.2 and ADD the following: 203-6.2 Materials. Add the following: Asphalt concrete shall be class C2-PG64-10 AR-4000 for surface course, and B-PG64-10 B-AR-4000 for base course. Asphalt concrete shall be class D2- PG70-10 D2-AR-8000 for dikes and class E-PG70-10 E-AR-8000 ditches. 203-6.3.2 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be determined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant inspection that confirms the production of a particular mix design and verifies using samples of aggregate taken before the addition of asphalt and mineral filler (Bin). All samples shall be taken in accordance with Calif. Test 125. When Wet Mix or Core samples of asphalt concrete are to be used for evaluation, sufficient size samples shall be taken to ensure representative and adequate quantity of material for: 1. Asphalt Content and Gradation of Extraction using Calif. Test 382 or ASTM 2172, and Calif. Test 202. 2. Stability1 using: a. Stabilometer Value2 using Calif. Test 366 and shall be the average of three individual Stabilometer Values And/or b. Marshall Stability in accordance with the Asphalt Institute's MS-2 fabricated and tested Revised 06/10/09 Contract Nos. 3873 & 5512 Page 1 1 1 of 165 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). 2Use Marshall Stability when the deviation between individual Stabilometer Values are greater than +/-4. When using core sample analysis, the samples must be properly prepared to safeguard against influx of outside contaminates and so that the cut surfaces do not influence the test results. The amount of asphalt binder used in asphalt concrete placed in dikes, gutters, gutter flares, overside drains and aprons at the ends of drainage structures shall be increased one percent by mass of the aggregate over the amount of asphalt binder determined for use in asphalt concrete placed on the traveled way. 203-6.3.3 Acceptance. Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the asphalt content is within +I-.5 of the design mix and the gradation conforms to the grading as shown in Table 203-6.3.2 (A). Deviations in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Stabilometer Value per Table 203-6.3.2 (A) Marshall Stability using Asphalt Institute MS-2. Plant inspected asphalt concrete will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the grading as shown in Table 203-6.3.2 (A). 203-6.6.2, Batch Plant Method, modify as follows: Third paragraph, last sentence, delete "and from the Engineer's field laboratory". Last paragraph, add after D 2172: "method A or B." 203-6.7 Asphalt Concrete Storage, add the following: Open graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 18 hours, shall not be used in the work. Add the following section: 203-13 ASPHALT PAVEMENT CRACK SEALANTS 203-13.1 Elastomeric Sealant. Elastomeric sealant shall be a polyurethane material of a composition that will, within its stated shelf life, cure only in the presence of moisture. No elastomeric sealant shall be incorporated into any portion of the work that is beyond the shelf life recommended by its manufacturer. No elastomeric sealant shall be incorporated into any portion of the work that has been stored under conditions not recommended by its manufacturer. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. The cured sealant shall have the performance characteristics in Table 203-13(A). €5m¥ Revised 06/10/09 Contract Nos. 3873 & 5512 Page 112 of 165 TABLE 203-13.1 (A) ELASTOMERIC SEALANT CHARACTERISTICS Property Hardness (indentation) Tensile Strength Elongation Flex at -40°C Weathering Resistance Salt-Spray Resistance Dielectric Constant Measuring Standard (ASTM Designation) ASTM D 2240 Rex. Type A, Model 1700 ASTM D 41 2 Die C, ASTM D 41 2 Die C, 0.6 mm (25 mil) Free Film Bend (180°) ASTM D 822 Weatherometer 350 h ASTM B 117 28 days at 38°C ASTM D 150 Results 65 - 85 3.45 MPa, minimum 400%, minimum No cracks Slight chalking 3.45 MPa, minimum tensile; 400% minimum Elongation Less than 25% change Conditions 25°C @ 50% relative humidity pulled at 508 mm (20") per minute pulled at 508 mm (20") per minute over 1 3 mm (1/2") 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 203-13.2 Asphaltic Emulsion Sealant. Asphaltic emulsion sealant shall conform to the State of California Specification 8040-41 A-15 and shall be used only for filling slots in asphalt concrete pavement. This material shall not be used in slots which exceed 16 mm (5/8") in width or where the slope causes the material to run from the slot. The material shall not be thinned in excess of the manufacturer's recommendations and shall not be placed when the air temperature is less than 7°C (45'F). 203-13.3 Hot-Melt Rubberized Asphalt Sealant. Hot-melt rubberized asphalt shall be in solid form at room temperature and fluid at an application temperature of 190°C (375°F) to 205°C (400°F). Fumes from the material shall be non-toxic. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. Performance characteristics of the cured hot-melt rubberized asphalt shall be as per Table 203-13.3(A). TABLE 203-13.3(A) CURED HOT-MELT RUBBERIZED ASPHALT Property Cone Penetration Flow, 60°C Resilience Softening Point, Ductility, Flash Point, COC, °C Viscosity, Brookfield Thermosel, Measuring Standard (ASTM Designation) ASTM D 3407, Sec. 5 ASTM D 3407, Sec. 6 ASTM D 3407, Sec. 8 ASTM D 36 ASTM D 113 ASTM D 92 ASTM D 4402 Results 3.5 mm, max. 5 mm, max. 25%, min. 82 °C, min. 300 mm, min. 288 °C, min. 2.5-3.5 Pa-s Conditions 25°C, 150g, 5s 25°C 25°C, 50 mm/min No. 27 Spindle, 20 rpm, 190°C, Revised 06/10/09 Contract Nos. 3873 & 5512 Page 113 of 165 SECTION 204 - LUMBER AND TREATMENT WITH PRESERVATIVES 204-1 LUMBER AND PLYWOOD TABLE 204-1.2(A) add the following: TABLE 204-1.2(A) USES Headers for bituminous pavement up to 50 mm x 100mm (2"x4") Headers for bituminous pavement larger than 50 mmx 100mm (2"x4") GRADES Construction grade Redwood or preservative treated construction grade Douglas Fir Number 1 grade Redwood, or preservative treated number 1 grade Douglas Fir SECTION 206 - MISCELLANEOUS METAL ITEMS Add the following section: 206-7 TRAFFIC SIGNS. Add the following section: 206-7.1 Permanent Traffic Signs. Permanent traffic signs shall consist of 10-gage and 12-gage cold-rolled steel perforated tubing. This includes all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic upon the completion of the Work unless otherwise shown on the plans. 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, 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, 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: 206-7.1.2 Sign Identification. Modify the "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993" as follows: Sign identification shall be as per "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993", except that the notation shall be "PROPERTY OF THE CITY OF CARLSBAD". Add the following section: 206-7.1.3 Drawings. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: Standard 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. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 114 of 165 Add the following section: 206-7.1.4 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 III encapsulated lens sheeting conforming to the requirements of this specification. Add the following section: 206-7.1.5 Substrate. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: All permanent traffic signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall use aluminum substrate. Add the following section: 206-7.1.6 Mounting Traffic Signs. Traffic signs shall be installed on 10-gage or 12-gage cold- rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45 or, when the sign area exceeds the maximum area allowed for on that drawing, on multiple 10-gage or 12-gage cold-rolled steel perforated tubing posts. The number of posts shall be determined by the parameters in SDRS drawing M-45 or as approved by the Engineer. Traffic signs will be provided with back braces and mounting blocks as approved by the Engineer consisting of 10-gage or 12-gage cold-rolled steel perforated tubing when multiple posts are used. Add the following section: 206-7.1.6 Traffic Sign Posts. Posts shall be constructed of 10-gage or 12-gage cold-rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45. 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 III encapsulated lens sheeting conforming to the requirements of this specification. Am¥ Revised 06/10/09 Contract Nos. 3873 & 5512 Page 115 of 165 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 RS1, RS2, RS3 and RS4 for installation of roadside signs, except as follows: a) Wood posts shall not be used. b) Back braces and blocks for sign panels will not be required. c) The height to the bottom of the sign panel above the edge of traveled way shall be at least 2.1 m (7'). 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 legend 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. Add the following section: 206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS. Add the following section: 206-8.1 General. This Section pertains to 10-gage and 12-gage cold-rolled steel perforated tubing used for the support and stabilization of signs. All shapes shall have a galvanized finish and shall be cold-roll-formed steel conforming to ASTM Designation A-446, Grade A. Galvanizing shall conform to ASTM A-525, Designation G-90. Galvanizing shall be performed after all forming and punching Revised 06/1 0/09 Contract Nos. 3873 & 551 2 Page 1 1 6 of 1 65 operations have been completed. Cold-rolled steel perforated tubing shall be perforated on all four faces with 11mm (7/16") holes on 25 mm (1") centers. Add the following section: 206-8.2 Tolerances. Wall thickness tolerance shall not exceed +0.28 mm, -0.13 mm (+0.011", -0.005"). Convexity and concavity measured in the center of the flat side shall not exceed a tolerance of +0.25 mm (+0.010") applied to the specific size determined at the corner. Straightness tolerance variation shall not exceed 1.6 mm in 1 m (1/16 " in 3'). Tolerance for corner radius is 4.0mm (5/32"), plus or minus 0.40 mm (1/64"). Weld flash on corner-welded square tubing shall permit 3.60 mm (9/64") radius gage to be placed in the corner. Using 10-gage or 12-gage square tube, consecutive size tubes shall telescope freely for 3.1m (10'). Tolerance on hole size is plus or minus 0.40 mm (1/64") on a size. Tolerance on hole spacing is plus or minus 3.2 mm in 6.1 m (1/8" in 20'). In addition, for the following specific sizes of light gage steel tubing, dimensional tolerances shall not exceed those listed in tables 206-8.2 (A) and 206-8.2(8). TABLE 206-8.2(A) LIGHT GAGE STEEL TUBING SIZE TOLERANCE Nominal Outside Dimensions mm (inches) 25x25 32x32 38x38 44x44 51x51 56x56 57x57 64x64 51x76 (1x1) dV.XlV,) (11/2x11/2) (13/4x13/4) (2x2) (23/16 x 23/16) (21/4 x 21/4) (2V2x2V2) (2x3) Outside Tolerance for All Sides at Corners mm (inches) 0.13 0.15 0.15 0.20 0.20 0.25 0.25 0.25 0.25 0.005 0.006 0.006 0.008 0.008 0.010 0.010 0.010 0.010 TABLE 206-8.2(8) LIGHT GAGE STEEL TUBING SQUARENESS OF SIDES AND TWIST Nominal Outside Dimension mm (Inches) 25x25 32x32 38x38 44x44 51 x51 56x56 57 x 57 64x64 51 x76 (1x1) (1-V4X1-V4) (1-V2x1-V2) (1-3/4x1-3/4) (2x2) (2-3/16 x 2-3/16) (2-1/4 x 2-V4) (2-1/2 x 2-1/2) (2x3) Squareness0' mm (Inches) 0.15 0.18 0.20 0.25 0.30 0.36 0.36 0.38 0.46 0.006 0.007 0.009 0.010 0.012 0.014 1.014 0.015 0.018 Twist Permissible in 900 mm (3") mm(2) (lnches)<2) 1.3 1.3 1.3 1.6 1.6 1.6 1.6 1.9 1.9 0.050 0.050 0.050 0.062 0.062 0.062 0.062 0.075 0.075 11) Tubing may have its sides failing to be 90 degrees to each other by the tolerance listed. w Twist is measured by holding down the edge of one end of a square tube on a surface plate with the bottom side of the tube parallel to the surface plate, and noting the height that either corner on the opposite end of the bottom side is above the surface plate. Add the following section: 206-8.3 Fasteners. Fasteners used to assemble cold-rolled steel perforated tubing shall be steel "pull-through" electrogalvanized rivets with 9.5 mm (3/8") diameter shank, 22 mm (7/8") diameter Revised 06/10/09 Contract Nos. 3873 & 5512 Page 117 of 165 head, and a grip range of from 5 mm (0.200") to 0.90 mm (0.356"). The fasteners shall conform to ASTM B-633, Type III 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 -20°C (-4°F) to +70°C (158°F) 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 (71) above the ground and the top no more than 4.4 m (14.51) 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 alphanumeric 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 plans, specified herein, or 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. When 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. Am¥ Revised 06/10/09 Contract Nos. 3873 & 5512 Page 118 of 165 Add the following section: 206-9.4 Measurement and Payment. The contract unit price PCMS 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 signs 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 207 - PIPE 207-9 IRON PIPE AND FITTINGS 207-9.2.2 Pipe Joints Unless otherwise shown on the Plans, all joints shall be the push-on type joint. Joints and accessories shall conform to the requirements and dimensions specified in ANSI A21.11, AWWA C111. Rubber gasket material shall conform to 208-1.2 and AWWA C111 and ANSI A21.11-90. 207-9.2.3 Fittings. Add the following: Ductile iron pipe and fittings shall be manufactured in accordance with ANSI 21.50, AWWA C150 and ANSI 21.51, AWWA 0151, and shall be of the size and thickness classes shown on the Plans. 207-9.2.4 Lining and Coating. Replace with the following: Unless otherwise specified, all iron pipe and fittings shall be lined with double thickness, cement motor lining with cement conforming to ASTM C150 Type II, AWWA C104/A21.4.90 and outside coating of bituminous coating a minimum of 2 mils, thick in accordance with AWWA C151 or C100. Add the following section: 207-25 UNDERGROUND UTILITY MARKING TAPE. Add the following section: 207-25.1 Detectable Underground Utility Marking Tape: Detectable Underground Utility Marking Tape shall have a minimum 0.13 mm (0.005") overall thickness, with no less than a 35 gauge (AWG), 0.14 mm aluminum foil core. The foil must be visible from both sides. The layers shall be laminated together with the extrusion lamination process, not adhesives. No inks or printing shall extend to the edges of the tape. All printing shall be encased to avoid ink rub-off. Detectable Underground Utility Marking Tape shall conform to the properties listed in Tables 207-25(A) and 207- 25 (B). TABLE 207-25.1 (A) DETECTABLE UNDERGROUND UTILITY MARKING TAPE PROPERTIES Property Thickness Tensile strength Elongation Printability Flexibility Inks Message repeat Foil Top layer Bottom layer Adhesives Bond strength Colors Method ASTMD2103 ASTM D882 ASTM D882-88 ASTM D2578 ASTM D671-81 Manufacturing specifications Manufacturing specifications Manufacturing specifications Manufacturing specifications Manufacturing specifications Manufacturing specifications BoilinpLH2O at 100 degrees Celsius APWA Code Value 01 14 mm (0.0056") 4500g/cm (25 lbs/inch)J5,500 PSI) <50 percent at break >50 dynes/square centimeter Pliable hand Heat-set Mylex Every 500 mm(20") Dead soft/annealed Virgin PET Virgin LDPE >30 percent, solid 1.5#/R Five hours without peel See Table 207-25.1 (B) Revised 06/10/09 Contract Nos. 3873 & 5512 Page 119 of 165 TABLE 207-25.1(8) DETECTABLE UNDERGROUND UTILITY MARKING TAPE COLORS Color Red Yellow Orange Blue Green Brown Purple Utility Marked Electric power, distribution, transmission, and municipal electric systems. Gas and oil distribution and transmission, dangerous materials, product and steam. Telephone and telegraph systems, police and fire communications, and cable television. Water systems. Sanitary and storm sewer systems, nonpotable. Force mains. Reclaimed water lines. Add the following section: 207-25.2 Materials Approvals. Detectable Underground Utility Marking Tape shall meet the requirements of each of the following agency/association publications. A. Department of Transportation, Materials Transportation Bureau, Office of Pipeline Safety. USAS code for pressure piping B31 .8, paragraph 1 92.321 (e). B. National Transportation Safety Board, Washington, DC, Special Study Prevention of Damage to Pipelines. Adopted June 7, 1974. Report NTSB-PSS-73-1. C. American Petroleum Institute (API). Recommended practice for marking buried liquid petroleum pipelines - APR RP 1 109. D. General Services Administration, Washington, DC, Public Buildings Service Guide Specification for Mechanical and Electrical Equipment - PBS 4-1501, Amendment 2, Page 501-14, Paragraph 18, Subparagraph 18.1, Clause 18.1.1. E. Rural Electrification Authority (REA), U.S. Department of Agriculture, Washington, DC, National Electrical Safety Code for Underground Construction for remote and immediate hazards. SECTION 209 - ELECTRICAL COMPONENTS 209 ELECTRICAL COMPONENTS. Modify as follows: 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 209 - SIGNALS, LIGHTING AND TRAFFIC ELECTRICAL SYSTEMS 209-1 GENERAL 209-1.01 Description. Electrical systems work shall consist of replacing traffic signal loop detectors damaged or removed during 1-1/2-inch asphalt concrete pavement grinding and overlay work along Beech Avenue. The locations, lighting fixtures, signs, controls, services and appurtenances shown on the plans are approximate and the exact locations will be established by the Engineer in the field. All systems shall be complete and in operating condition at the time of acceptance of the contract. Revised 06/1 0/09 Contract Nos. 3873 & 551 2 Page 1 20 of 1 65 209-1.015 Definitions. The following definitions pertain only to Section 209, "Signals, Lighting and Traffic Electrical Systems." Channel. —A discrete information path. Detector. — A device for indicating the passage or presence of vehicles or pedestrians. Major Street.— The roadway approach or approaches at an intersection normally carrying the major volume of vehicular traffic. Minor Street.— The roadway approach or approaches at an intersection normally carrying the minor volume of vehicular traffic. Plans. — For this Section (Section 209) plans shall include all documents listed in Section 2.5, "Plans and Specifications", et seq. as well as the "STANDARD PLANS", 2006 edition as promulgated by the State of California, Department of Transportation. Rated Voltage. — The ac rms voltage at which light output performance and power consumption are specified (117 VAC at 60 Hz). Vehicle.— Any motor vehicle normally licensed for highway use. 209-1.02 Regulations and Code. All electrical equipment shall conform to the standards of the National Electrical Manufacturers Association (NEMA), the Underwriters' Laboratories Inc. (UL), the Electrical Testing Laboratories (ETL), the National Electrical Testing Association, Inc. (NETA), or the Electronic Industries Association (EIA), wherever applicable. In addition to the requirements of the plans, these special provisions, all materials and workmanship shall conform to the requirements of the National Electrical Code 2008 edition, hereinafter referred to as the Code; California Code of Regulations, Title 8, Chapter 4, Subchapter 5, Electrical Safety Orders; Rules for Overhead Electrical Line Construction, General Order No. 95 of the Public Utilities Commission; Standards of the American Society for Testing and Materials (ASTM); American National Standards Institute (ANSI); and any local ordinances which may apply. Wherever reference is made to any of the standards mentioned above, the reference shall be construed to mean the code, order, or standard that is in effect on the day the Notice to Contractors for the work is dated. 209-1.03 Equipment List and Drawings. Unless otherwise permitted in writing by the Engineer, the Contractor shall, within 15 days following award of the contract, submit to the Engineer for review a list of equipment and materials which the Contractor proposes to install as specified in Section 2- 5.3, "Shop Drawings and Submittals." The list shall be complete as to name of manufacturer, size and identifying number of each item. The list shall be supplemented by such other data as may be required, including schematic wiring diagrams and scale drawings of cabinets showing location and spacing of shelves, terminal blocks and equipment, including dimensioning. All of the above data shall be submitted, install as specified in Section 2-5.3, "Shop Drawings and Submittals", for review. Where electrical equipment is constructed as detailed on the plans, the submission of detailed drawings and diagrams will not be required. 209-1.04 Warranties, Guaranties and Instruction Sheets. Manufacturers' warranties and guaranties furnished for materials used in the work and instruction sheets and parts lists supplied with materials shall be delivered to the Engineer prior to acceptance of the project. 209-1.05 Maintaining Existing and Temporary Electrical Systems. Existing electrical systems (traffic signal, street lighting, flashing beacon, traffic monitoring, sign illumination and other facilities), or approved temporary replacements thereof, shall be kept in effective operation for the benefit of the traveling public during the progress of the work, except when shutdown is permitted, to allow for alterations or final removal of the systems. The traffic signal shutdowns shall be limited to normal working hours. Lighting system shutdowns shall not interfere with the regular lighting schedule, unless otherwise permitted by the Engineer. The Contractor shall notify the Engineer prior to performing any work on existing systems. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 121 of 165 Where an existing system or temporary system is being modified, work not shown on the plans or specified in these special provisions and which is considered by the Engineer as necessary to keep all or any part of the system in effective operation will be paid for as extra work as provided in Section 3-3 "Extra Work.". The Agency will: 1) Continue the operation and maintenance of existing electrical facilities. 2) Continue to provide for electrical energy for the operation of existing electrical facilities. 3) Repair or replace existing facilities damaged by public traffic. 4) Pay the cost of electrical energy for the operation of existing or new facilities that are undergoing the functional tests described in Section 209-2.14C, "Functional Testing." The Contractor shall ascertain the exact location and depth of existing detectors, conduits, pull boxes and other electrical facilities before using any tools or equipment that may damage those facilities or interfere with any electrical system. Where damage is caused by the Contractor's operations, the Contractor shall, at the Contractor's expense, repair or replace damaged facilities promptly in accordance with these specifications. If any existing loop conductor, including the portion leading to the detector hand hole or termination pull box, is damaged by the Contractor's operations, the Contractor shall immediately notify the Engineer. The affected detectors shall be replaced at the Contractor's expense and as directed by the Engineer within 24 hours. If the Contractor fails to complete the repairs within this period, the repairs will be made by Agency forces at the Contractor's expense. Should the Contractor fail to perform the required repairs or replacements, the cost of performing the repairs or replacements will be deducted from any moneys due or to become due the Contractor. Where roadways are to remain open to traffic and existing lighting systems are to be modified, the lighting systems shall remain in operation and the final connection to the modified circuit shall be made so that the modified circuit will be in operation by nightfall of the same day. Temporary electrical installations shall be kept in effective operation until the temporary installations are no longer required for the traveling public. Removal of temporary installations shall conform to the provi- sions in Section 209-7, "Removing, Reinstalling or Salvaging Electrical Equipment." These provisions will not relieve the Contractor in any manner of the Contractor's responsibilities as provided in Sections 4-1.1, "General" and 4-1.2, "Protection of Work and Materials." 209-2 MATERIALS AND INSTALLATION 209-2.01 Excavating and Backfilling. The excavations required for the installation of conduit, foundations, and other appurtenances shall be performed in such a manner as to avoid any unnecessary damage to streets, sidewalks, landscaping, and other improvements. The trenches shall not be excavated wider than necessary for the proper installation of the electrical appurtenances and foundations. Excavation shall not be performed until immediately before installation of conduit and other appurtenances. The material from the excavation shall be placed in a position that will not cause damage or obstruction to vehicular and pedestrian traffic nor interfere with surface drainage. The excavations shall be backfilled in conformance with the provisions in Sections 300-3.5, "Structure Backfill" or 306-1.3, "Backfill and Densification," depending on the nature of the structure or conduit that the excavation being backfilled accommodates. Excavations after backfilling shall be kept well filled and maintained in a smooth and well-drained condition until permanent repairs are made. All excavations shall be filled, and sidewalks, pavement, and landscaping restored at each intersection prior to excavating at any other intersection, unless otherwise permitted by the Engineer. Excavations in the street or highway shall be performed in such a manner that not more than one traffic lane is restricted at any time, unless otherwise approved by the Engineer. A•^ Revised 06/10/09 Contract Nos. 3873 & 5512 Page 122 of 165 209-2.02 Removing and Replacing Improvements. In addition to the requirements of sections 7- 9, "Protection and Restoration of Existing Improvements" and 306-1.5, "Trench Resurfacing" Improvements such as sidewalks, curbs, gutters, portland cement concrete and asphalt concrete pavement, underlying material, lawns and plants, and any other improvements removed, broken or damaged by the Contractor's operations, shall be replaced or reconstructed with the same kind of material as found on the work or with materials of equal quality. The new work shall be left in a serviceable condition. Whenever a part of a square or slab of existing concrete sidewalk, curb, gutter, or driveway is broken or damaged, the entire square, section or slab shall be removed and the concrete reconstructed as above specified. The outline of all areas to be removed in portland cement concrete sidewalks and driveways and in pavements shall be cut to a minimum depth of 50 mm (2") with an abrasive type saw prior to removing the sidewalk, driveways and pavement material. Cuts shall be neat and true along score lines, with no shatter outside the removal area. 209-2.05 Conduit. All conductors shall be run in conduit, except overhead and temporary installations, and where conductors are run inside poles. Conduit shall be of the sizes shown on the plans and as specified in this Section 209-2.05. In addition, the Contractor may, as an option at the Contractor's expense, use conduit of a larger size than that shown or specified, provided the larger size is used for the entire length of the run from outlet to outlet. Reducing couplings will not be permitted. New conduit shall not pass through foundations for standards. 209-2.05A Materials. Conduit and conduit fittings shall be UL or ETL listed and shall conform to the following: Type 1. Hot-dip galvanized rigid steel conduit conforming to the requirements in UL Publication UL 6 for Rigid Metallic Conduit. The zinc coating will be tested in accordance with ASTM Designation: A 239. Type 2. Hot-dip galvanized rigid steel conduit conforming to Type 1 above and coated with polyvinyl chloride or polyethylene. The exterior thermoplastic coating shall have a minimum thickness of 0.9 mm (35 mils). Type 3. Rigid non-metallic conduit conforming to the requirements in the UL Standard for Rigid Non-Metallic Conduit (Publication UL 651). Type 3 conduit shall be installed at all underground locations. Type 4. Liquid tight flexible metal conduit shall consist of conduit with a liquid tight, non-metallic, sunlight-resistant jacket over an inner flexible metal core. Type 4 conduit shall be UL listed for use as the grounding conductor. Type 5. Intermediate steel conduit (IMC) conforming to the requirements in UL Publication 1242 for Intermediate Metallic Conduit. Type 5 conduit shall only be used when specified. Bonding bushings to be installed on metal conduit shall be insulated and shall be the galvanized or zinc alloy type. All conduit installed underground shall be Type 3, rigid non-metallic conduit. Type 3 conduit shall be installed at underground locations only. 209-2.05B Use. Exposed conduit installed on a painted structure shall be painted the same color as the structure. Unless otherwise indicated, the minimum metric trade size of conduit shall be: 1) From an electrolier to the adjacent pull box shall be Size 41 (11/2" dia). 2) From a pedestrian push button post to the adjacent pull box shall be Size 27 (1" dia). 3) From a signal standard to the adjacent pull box shall be Size 53 (2" dia). 4) From a controller cabinet to the adjacent pull box shall be Size 78 (3" dia). A•^ Revised 06/10/09 Contract Nos. 3873 & 5512 Page 123 of 165 5) For detector runs shall be Size 41 (11/2" dia). 6) Not otherwise specified shall be Size 41 (1 72" dia). 209-2.05C Installation. Conduit shall be installed in conformance with the codes and regulations listed in Section 209-1.02, "Regulations and Code." Conduit runs shown on the plans may be changed to avoid underground obstructions with written approval by the Engineer. The ends of all conduits, whether shop or field cut, shall be reamed to remove burrs and rough edges. Cuts shall be made square and true. Slip joints or running threads will not be permitted for coupling conduit. When a standard coupling cannot be used for coupling metal type conduit, a UL or ETL listed threaded union coupling shall be used. All couplings for metal type conduit shall be tightened to provide a good electrical connection throughout the entire length of the conduit run. Conduit shall be tightened into couplings or fittings using strap wrenches or approved groove joint pliers. Conduit threads and damaged surfaces on metal conduit shall be painted with 2 applications of approved unthinned zinc-rich primer (organic vehicle type) conforming to the requirements in Section 210-3.6, "Galvanizing for Traffic Signal Facilities." Aerosol cans shall not be used. The ends of conduit shall be threaded and shall be capped with standard pipe caps or "pennies" to protect the raceway against dirt and concrete until wiring is started. When caps or "pennies" are removed, the ends of conduit and conduit fittings shall be provided with conduit bushings. Conduit terminating in pull boxes or foundations shall be provided with insulated bonding bushings. Conduit bends, except factory bends, shall have a radius of not less than 6 times the inside diameter of the conduit. Where factory bends are not used, conduit shall be bent, without crimping or flattening, using the longest radius practicable. A No. 1 2 copper pull wire or a pull rope shall be installed in all conduits which are to receive future conductors. The pull rope shall be nylon or polypropylene with a minimum tensile strength of 2225 N (500 pounds). At least 0.6 m (2') of pull wire or rope shall be doubled back into the conduit at each termination. Existing underground conduit to be incorporated into a new system shall be cleaned with a mandrel or cylindrical wire brush and blown out with compressed air. Conduit shall be laid to a depth of not less than 460 mm (18") below grade in portland cement concrete sidewalk areas and curbed paved median areas, and not less than 750 mm (30") below finished grade in all other areas. Conduit may be laid on top of the existing pavement within new curbed medians being constructed on top of the existing pavement. Conduit couplings shall be located at least 150 mm (6") from face of foundation. Conduit shall be placed under existing pavement in a trench approximately 50 mm (2") wider than the outside diameter of the conduit to be installed. Trench shall not exceed 150 mm (6") in width. Trench depth shall not exceed 300 mm (12") or conduit metric trade size plus 250mm (10"), whichever is greater, except that at pull boxes the trench may be hand dug to required depth. The top of the installed conduit shall be a minimum of 230 mm (9") below finished grade. In areas where additional pavement is to be placed, trenching installation shall be completed prior to placing the final pavement layer. The outline of all areas of pavement to be removed shall be cut to a minimum depth of 75 mm (3") with a rock cutting excavator specifically designed for this purpose. Cuts shall be neat and true with no shatter outside the removal area. The conduit shall be placed in the bottom of the trench and the trench shall be backfilled with trench backfill slurry concrete. Concrete backfill shall be placed to the pavement surface except, when the trench is in asphalt concrete pavement and additional pavement is not being placed, the top 30 mm (0.10') of the trench Revised 06/10/09 Contract Nos. 3873 & 5512 Page 124 of 165 shall be backfilled with asphalt concrete produced from commercial quality paving asphalt and aggregates. Prior to spreading asphalt concrete, paint binder (tack coat) shall be applied as specified in Section 302-5.4, "Tack Coat." Spreading and compacting of asphalt concrete shall be performed by any method which will produce an asphalt concrete surfacing of uniform smoothness, texture, and density. All excavated areas in the pavement shall be backfilled, except for the top 30 mm (0.10'), by the end of each work period. The top 30 mm (0.10') shall be placed within 3 calendar days after trenching. Conduit to be placed beneath railroad tracks shall comply with the following: The conduit shall be Size 41 (11/2" dia.) minimum, and shall be placed to a minimum depth of 900 mm (3') below bottom of tie. The near side of each conduit jacking pit shall be constructed not less than 4 m (12') from the centerline of track. When the jacking pit is to be left overnight, it shall be covered with substantial planking. Conduit terminating in standards or pedestals shall extend not more than 50 mm (2") vertically above the foundation and shall be sloped towards the handhole opening. Conduit entering through the side of non-metallic pull boxes shall terminate not more than 50 mm (2") inside the box wall and not less than 50 mm (2") above the bottom, and shall be sloped toward top of box to facilitate pulling of conductors. Conduit entering through the bottom of a pull box shall terminate 50 mm (2") above the bottom and shall be located near the end walls to leave the major portion of the box clear. At all outlets, conduits shall enter from the direction of the run. Conduit runs from underground, including under sidewalks, which are adjacent to gasoline service stations or other installations of underground gasoline or diesel storage, piping, or pumps, and which lead to a controller cabinet, circuit breaker panel, service, or any enclosure where an arc may occur during normal operations, shall be sealed if the conduit is within the limits specified in the National Electrical Code for Class 1, Division 1, Hazardous Locations. Type 1 or Type 2 conduit shall be used for these runs. Conduit for future use in structures shall be threaded and capped. Conduit leading to soffit, wall or other lights or fixtures below the grade of the pull box shall be sealed by means of a sealing fitting and sealing compound, except that sealing fitting and sealing compound will not be required where conduit terminates in a No. 9 or No. 9A pull box. Conduits in or on walls or bridge superstructures shall be supported as shown on the plans, in conformance with the following: Steel hangers, steel brackets, and other fittings shall conform to the materials and construction methods provisions in Sections 206-1, "Structural Steel, Rivets, Bolts, pins and Anchor Bolts", for materials and 304-1, "Structural Steel" for construction methods. Cast-in-place metal inserts for hangers or brackets shall be capable of developing 135 Mpa (20,000 pounds per square inch) in tension on the net section of the bolt or threaded rod. Precast concrete conduit cradles shall conform to the dimensions shown on the plans and shall be constructed of commercial quality concrete containing not less than 350 kg of portland cement per cubic meter (564 Ibs. per cubic yard) and commercial quality welded wire fabric. The cradles shall be moist cured for not less than 3 days. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 125 of 165 Precast concrete cradles shall be bonded to the structure with epoxy adhesive conforming to the provisions in Section 214-6.2.2, "Standard Set Epoxy Adhesive for Pavement Markers," or Section 214-6.2.1, "Rapid Set Epoxy Adhesive for Pavement Markers" or conforming to State of California specification 8040-21M-08, Type I when cure temperatures are above 15°C (59°F) or to State of California specification 8040-21 M-08, Type I when cure temperatures are below 15°C (59°F). Openings for conduits through bridge superstructure concrete shall be formed or may consist of pipe sleeves. Where conduits pass through the abutment concrete, the conduits shall be wrapped with 2 layers of asphalt-felt building paper, securely taped or wired in place. The space around conduits through bridge abutment walls shall be filled with portland cement mortar conforming to the provisions in Section 201-5, "Cement Mortar," except that the proportion of cement to sand shall be one to 3. When the bridge superstructure is to be prestressed, the space around conduits through abutments shall not be filled until the prestressing has been completed. Conduit which is surface mounted shall be run straight and true, horizontal or vertical on the walls and parallel to walls on ceilings or other similar surfaces. Conduit shall be supported at intervals of not more than 1.5m (5'), and closer where necessary to prevent vibration or unsightly deflection. The supports shall consist of galvanized malleable iron conduit clamps and clamp backs secured with expansion anchorage devices conforming to the requirements for concrete anchorage devices in Sections 206-1, "Structural Steel, Rivets, Bolts, pins and Anchor Bolts", for materials and 304-1, "Structural Steel" for construction methods. Threaded studs shall be galvanized and shall be of the largest diameter that will pass through the mounting hole in conduit clamp. Attention is directed to Section 209-2.10, "Bonding and Grounding." Where pull boxes are placed in conduit runs, the conduit shall be fitted with threaded bushings and bonded. The location of ends of all conduits in structures, or terminating at curbs, shall be marked by a "Y" at least 75 mm (3") high cut into the face of curb, gutter, or wall, directly above the conduit and above grade line. 209-2.05D Expansion Fittings. Expansion fittings shall be installed where the conduit crosses any expansion joint in the structure. Each expansion fitting for metal conduit shall be provided with a copper bonding jumper having the ampacity required by the Code. Each expansion-deflection fitting for expansion joints of 38 mm (11/2") movement rating shall be watertight and shall consist of a molded neoprene sleeve, a bonding jumper and 2 silicon bronze or zinc-plated iron hubs. Each fitting shall permit a minimum of 19 mm (3/4") expansion and contraction and a minimum of 19 mm (3/4") lateral deflection. Details of expansion-deflection fittings for joints of movement rating of more than 38 mm (1V2") shall be as shown on the plans and specified in these special provisions. 209-2.08 Conductors. Conductors shall be copper of the gage shown on the plans, unless specified otherwise. Copper wire shall conform to the specifications of ASTM Designations: B 3 and B8. Wire sizes, other than conductors used in loop detector lead-in cable, shall be based on American Wire Gage (AWG), except that conductor diameter shall be not less than 98 percent of the specified AWG diameter. Conductors for branch circuits shall be sized to prevent a voltage drop exceeding 3 percent at the furthest connected load, while drawing the combination of all connected loads capable of simultaneous operation. The maximum voltage drop for both feeders and branch circuits shall not exceed 5 percent at the furthest connected load, while drawing the combination of all connected loads capable of simultaneous operation. Conductors used in loop detector lead-in cable shall conform to the specifications of ASTM Designation: B 286. A Certificate of Compliance Revised 06/10/09 Contract Nos. 3873 & 5512 Page 126 of 165 conforming to the provisions in Section 4-1.5, "Certification," shall be submitted by the manufacturer with each type of cable to be used on a project. 209-2.08A Conductor Identification. All single conductors in cables, except detector lead-in cables, shall have clear, distinctive and permanent markings on the outer surface throughout the entire length showing the manufacturer's name or trademark, insulation type letter designation, conductor size, voltage rating and the number of conductors if a cable. Conductor insulation shall be of a solid color or of basic colors with a permanent colored stripe as detailed in the following table unless otherwise specified. Solid or basic colors shall be homogeneous through the full depth of insulation. Identification stripes shall be continuous over the entire length of the conductor. For conductor sizes No. 2 and larger, the insulation may be black and the ends of the conductors shall be taped with electrical insulating tape of the required color for a minimum of 500 mm (20"). All single conductors in cables shall be marked as shown in Table 209-2.08A (A): TABLE 209-2.08A (A) CONDUCTORS Circuit Vehicle Signals (Note 4) Pedestrian Signals (Note 4) Pedestrian Push Buttons (Note 4) Traffic Signal Controller Cabinet Highway Lighting Pull Box to Luminaire (Note 9) Multiple Highway Lighting Lighting Control Multiple Service Sign Lighting (Note 8) Flashing Beacons (Note 7) Grounded & Common Interconnect Signal Phase or Function 2,6 HQ 1 5 3,7 ?p 6p to 80 lp,5p 5P,7P >p,6p to 8p ID 5o 3P.7P Jngrounded between Service Switch & Cabinet Jngrounded-Line 1 . . Jngrounded-Line 2 Grounded Jngrounded-Line 2 Jngrounded to Photoelectric Unit (PEU) switching leg from PEU unit orSM transformer Jngrounded-Line 1 (Signals) Jngrounded-Line 2 (Lighting) Jngrounded-Line 1 Jngrounded-Line 2 Jngrounded between Flasher and Beacons 3edestrian Push Buttons., signals & Multiple Lighting Cashing Beacons & Sign Lighting ighting Control Multiple Service Common "lash Dial 2 Dial 3 Dffset Identification Insulation Colors Base Red, Yellow, Brown Red, Yellow, Brown Red, Yellow, Brown Red, Yellow, Brown Red, Brown Red, Brown Red, Brown Red, Brown Blue Blue Blue Blue Black Red Black Red White Black Red Black Red Black Red (Note 10) Black Red Red or Yellow White White White White White White Orange Orange Orange Orange Stripe (Note 1) Black Orange None Purple Black Orange None Purple Black Orange None Purple None None None None None None None None None None None None None None Black None None None None None None None None None Band Symbols (Note 6) 2,6 48 1 5 37 2p 6p 4n 80 1p 5p 3p,7p P-2.P-6 P-4 P-8 P-1 P-5 ... . P-3.P-7 CON-1 CON-2 No band requirec No band requirec No band requirec Ml 1 ML2 C2 No band require Except per Note SL-1 SL-2 F-Location No. (See Note 3) .. No band requirec No band requirec No band requirec C-3 No band requirec I I-F I-D2 I-D3 I-O Minimum Size (Note 11) 14 14 14 14 14 14 14 14 14 14 14 14 6 6 14 14 14 10 10 14 14 6 8 10 10 14 14 10 12 14 14 14 14 14 14 14 Revised 06/10/09 Contract Nos. 3873 & 5512 Page 127 of 165 Railroad Pre-Emption...I Black I None I R I 14 Black I None | No band require j 14Spares. Notes: 1. On overlaps, insulation is striped for first phase in designation, for example, a phase (2+3) conductor is striped as for phase 2. 2. Band for overlap and special phases as required. 3. Flashing beacons having separate service do not require banding. 4. These requirements do not apply to signal cable. 5. "S" if circuit is switched on line side of service equipment by utility. 6. Band conductors in each pull box and near ends of termination points. On signal light circuits, a single band may be placed around 2 or 3 ungrounded conductors comprising a phase. 7. Ungrounded conductors between service switch and flasher mechanism shall be black and banded as indicated in this column. 8. Conductors between ballasts and sign lighting lamps shall be No. 16 and color shall correspond to that of the ballast leads. 9. Both conductors between external H.I.D. ballast and lamp socket shall be black. 10. Black acceptable for size No. 2 and larger. Tape ends for 500 mm (20") with indicated color. 11. Wire sizes listed are minimums. Ampacity requirements of specific circuits or voltage drop may necessitate larger conductors. 209-2.08B Multiple Circuit Conductors. Conductors for multiple circuits shall be UL or ETL listed and rated for 600-volt operation. The insulation for No. 14 through No. 4 conductors shall be one of the following: Type TW polyvinyl chloride conforming to the requirements of ASTM Designation: D 2219. Type THW polyvinyl chloride. Type USE, Type RHH or Type RHW cross-linked polyethylene. At any point, the minimum thickness of any Type TW, THW, USE, RHH or RHW insulation shall be 1.0 mm (40 mils) for conductor sizes No. 14 to No. 10, inclusive, and 1.3 mm (54 mils) for No. 8 to No. 2, inclusive. The insulation for No. 2 and larger conductors shall be one of the types listed above or shall be Type THWN. Conductors for wiring wall luminaires shall be stranded copper, with insulation rated for use at temperatures up to 125°C. Overhead lighting conductors shall be No. 8, or larger, medium hard drawn copper with weatherproof covering. 209-2.08C Series Circuit Conductors. Conductors for series circuits shall be No. 8, shall be rated for 5000-volt operation and shall be insulated with 3.7 mm (150 mils) minimum thickness polyvinyl chloride compound conforming to the specifications of ASTM Designation: D2219, or polyethylene conforming to the specifications of ASTM Designation: D 1351. 209-2.08D Signal Cable. Signal cable shall be installed. Individual conductors are not allowed. Signal cable shall conform to the following: The cable jacket shall be black polyethylene with an inner polyester binder sheath, and shall be rated for 600- volt and 75°C. All cables shall have clear, distinctive, and permanent markings on the outer surface throughout the entire length of the cable showing the manufacturer's name or trademark, insulation designation, number of conductors, conductor sizes, and the voltage rating of the jacket. Filler material, if used, shall be polyethylene material. Individual conductors in the cable shall be solid copper with Type THWN insulation, and shall conform to the requirements in Section 209-2.08, "Conductors," and ASTM Designation: B 286. The minimum thickness of Type THWN insulation, at any point, shall be 0.3 mm ( 13 mils) for conductor sizes No. 14 and No. 12, and 0.4 mm (18 mils) for conductor size No. 10. The minimum thickness of the nylon jacket shall be 0.1 mm (4 mils) at any point. Three-Conductor Cable (3CSC). The 3-conductor signal cable shall consist of three No. 14 conductors. The cable jacket shall have a minimum average thickness of 1.1 mm (45 mils) and a minimum thickness at any point of 0.9 mm (36 mils). The nominal outside diameter of the cable shall not exceed 10 mm (0.10"). The color code of the conductors shall be blue/black stripe, blue/orange Am¥ Revised 06/10/09 Contract Nos. 3873 & 5512 Page 128 of 165 stripe, and white/black stripe. The 3 conductor cable shall be used for pedestrian push buttons and a spare. FiveConductor Cable (5CSC). The 5-conductor signal cable shall consist of five No. 14 conductors. The cable jacket shall have a minimum average thickness of 1.1 mm (45 mils) and shall have a minimum thickness at any point of 0.9 mm (36 mils). The nominal outside diameter of the cable shall not exceed 13 mm (0.50"). The color code of the conductors shall be red, yellow, brown, black, and white. Nine-Conductor Cable (9CSC). The 9-conductor cable shall consist of eight No. 14 conductors and one No. 12 conductor. The cable jacket shall have a minimum average thickness of .5 mm (60 mils) and shall have a minimum thickness at any point of 1.2 mm (48 mils). The nominal outside diameter of the cable shall not exceed 17 mm (0.70"). The color code for the No. 12 conductor shall be white. The color code for the No. 14 conductors shall be as Table 209-2.08D(A): TABLE 209-2.08D(A) NINE-CONDUCTOR CABLE SIGNAL CABLE Insulation Colors Red yellow brown Red/black stripe yellow/black stripe brown/black stripe black white/black stripe Twelve-Conductor Cable (12CSC). The 12-conductor signal cable shall consist of eleven No. 14 conductors and one No. 12 conductor. The cable jacket shall have a minimum average thickness of 1.5 mm (60 mils) and shall have a minimum thickness at any point of 1.2 mm (48 mils). The nominal outside diameter of the cable shall not exceed 17mm (0.70"). The color code for the No. 12 conductor shall be white. The color code and functional connections for the No. 14 conductors shall be as Table 209-2.08D(B), unless otherwise approved by the Engineer: TABLE 209-2.08D(B) TWELVE -CONDUCTOR CABLE SIGNAL CABLE Color Code Red yellow brown red/black stripe yellow/black stripe brown/black stripe black/red stripe black/white stripe black red/white stripe brown/white stripe Termination vehicle signal red vehicle signal yellow vehicle signal green vehicle signal red vehicle signal yellow vehicle signal green spare, or use as required for red or Don't Walk spare, or use as required for yellow spare, or use as required for green or Walk ped signal Don't Walk ped signal Walk Phase 2, 4, 6 or 8 2, 4, 6 or 8 2,4, 6 or 8 1,3, 5 or 7 1,3, 5 or 7 1,3, 5 or 7 The 12-conductor cable shall be used for vehicle signals, pedestrian signals, spares and the signal common. Twenty Eight-Conductor Cable (28CSC). The 28-conductor signal cable shall consist of 27 No. 14 conductors and one No. 10 conductor. The cable jacket shall have a minimum average thickness of 2 mm (80 mils) and shall have a minimum thickness at any point of 1.6 mm (64 mils). The nominal outside diameter of the cable shall not exceed 23mm (0.90"). The color code for the No. 10 Revised 06/10/09 Contract Nos. 3873 & 5512 Page 129 of 165 conductor shall be white. The color code and functional connections for the No. 14 conductors shall be as Table 209-2.08D(C): TABLE 209-2.08D(C) TWENTY EIGHT - CONDUCTOR CABLE SIGNAL CABLE Color Code red/black stripe yellow/black stripe brown/black stripe red/orange stripe yellow/orange stripe brown/orange stripe red/silver stripe yellow/silver stripe brown/silver stripe red/purple stripe yellow/purple stripe brown/purple stripe red/2 black stripes brown/2 black stripes red/2 orange stripes brown/2 orange stripes red/2 silver stripes brown/2 silver stripes red/2 purple stripes brown/2 purple stripes blue/black stripe blue/orange stripe blue/silver stripe blue/purple stripe white/black stripe black/red stripe black Termination vehicle signal red vehicle signal yellow vehicle signal green vehicle signal red vehicle signal yellow vehicle signal green vehicle signal red vehicle signal yellow vehicle signal green vehicle signal red vehicle signal yellow vehicle signal green ped signal Don't Walk ped signal Walk ped signal Don't Walk ped signal Walk overlap A, C red overlap A, C green overlap B, D red overlap B, D green ped push button ped push button overlap A, C yellow overlap B, D yellow ped push button common railroad pre-emption spare Phase 2 or 6 2 or 6 2 or 6 4 or 8 4 or 8 4 or 8 1 or 5 1 or 5 1 or 5 3 or 7 3 or 7 3 or 7 2 or 6 2 or 6 4 or 8 4 or 8 OLA, OLC OLA, OLC OLB, OLD OLB, OLD 2 or 6 4 or 8 OLA(y), OLC(y) OLB(y), OLD(y) 1) The signal commons in each 28-conductor cable shall be kept separate except at the signal controller. 2) Each 28-conductor cable shall be labeled in each pull box "C1" or "C2",. 3) The cable identified "C1" shall be used for signal Phases 1, 2, 3 and 4. The cable identified "C2" shall be used for signal Phases 5, 6, 7 and 8. 4) Each signal cable, except 28-conductor, shall be marked, in each pull box, showing the signal standard to which it is connected. 209-2.08E Signal Interconnect Cable (SIC). Signal Interconnect Cable shall consist of six or twelve No. 20, minimum, stranded tinned copper conductors as shown on the plans or required herein. Each conductor shall be insulated with 0.33 mm (0.013"), minimum nominal thickness, color coded, polypropylene material. Conductors shall be in twisted pairs. Color coding shall distinguish each pair. Each pair shall be wrapped with an aluminum polyester shield and shall have a No. 22 or larger, stranded, tinned copper drain wire inside the shielded pair. The cable jacket shall be black, high density polyethylene, rated for a minimum of 300- volts and 60°C, and shall have a nominal wall thickness of 1.0 mm (40 mils), minimum. The cable jacket or the moisture-resistant tape directly under the outer jacket shall be marked with the manufacturer's name, insulation type designation, number of conductors and conductor size, and voltage and temperature ratings. Splices shall be made only where shown on the plans or in controller cabinets. A minimum of one meter (3') of slack shall be provided at each splice and 2 m (6') at each controller cabinet. Splices of conductors shall be insulated with heat-shrink tubing of the appropriate size and shall overlap the conductor insulation at least 15 mm (0.5"). The overall cable splice shall be covered with heat-shrink tubing, with at least 40 mm (11/2") of overlap of the cable jacket. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 130 of 165 209-2.09 Wiring. All conductors shall be run in conduit, except overhead and temporary installations and where conductors are run inside poles. Wiring shall be done in conformance with the regulations and code listed in Section 209-1.02, "Regulations and Code," and the following additional requirements: 209-2.09A Circuitry. Sufficient traffic signal light conductors shall be provided to perform the functional operation of the signal and, in addition thereto, 3 spare conductors shall be provided in all conduits containing traffic signal light conductors, unless shown otherwise on the plans. Traffic signal light conductors shall not run to a terminal block on a standard unless they are to be connected to a signal head that is mounted thereon. Connection to each terminal of a pedestrian push button shall be by a single conductor. The common for pedestrian push button circuits shall be separate from the traffic signal light circuit grounded conductors. Where ballasts or transformers are used, series conductors shall be run from ballast to ballast, transformer to transformer, and from ballast or transformer to service. 209-2.09B Installation. A UL or ETL listed inert lubricant shall be used in placing conductors in conduit. Conductors shall be pulled into conduit by hand and the use of winches or other power actuated pulling equipment will not be permitted. All conductors shall be pulled directly from the spool into the conduit and shall not be dragged on the ground as to cause damage to the conductors. When new conductors are to be added to existing conductors in a conduit, all conductors shall be removed; the conduit shall be cleaned as provided in Section 209-2.05C, "Installation"; and both old and new conductors shall be pulled into the conduit as a unit. Where traffic signal light conductors are run in lighting standards containing street lighting conductors from a different service point, either the traffic signal light conductors or the lighting conductors shall be encased in flexible or rigid metal conduit, to a point where the 2 types of conductors are no longer in the same raceway. Temporary conductors less than 3 m (10') above grade shall be enclosed in flexible or rigid metal conduit. At least 0.3 m (1 ') of slack shall be left for each conductor at each signal or lighting standard, or combined standard, and at least one meter (31) of slack at each pull box. At least one meter (3') of slack shall be left for each conductor at each splice. Ends of spare conductors or conductors terminated in pull boxes shall be taped to provide a watertight seal. Conductors within fixtures or service cabinets shall be neatly arranged and shall be cabled together with self-clinching nylon cable ties, or other method approved by the Engineer. Traffic signal light conductors, interconnect conductors, service conductors, detector conductors and cables in controller cabinets and flashing beacon cabinets shall be neatly arranged, and shall be cabled together with self-clinching nylon cable ties, or enclosed in plastic tubing or raceway. Conductor identification shall be provided under the following conditions: Where signal phase or circuit are not clearly indicated by conductor insulation color and stripe as detailed in the conductor table in Section 209-2.08, "Conductors," or when identification stripes are not available, marking shall be as detailed in the conductor table for special and overlap phases. Where metered and unmetered conductors occupy the same pull box, the unmetered circuit conductors shall be identified, "UNMETERED-STREET LTG," "UNMETERED-COUNT STATION," or as appropriate to describe the unmetered circuit. Conductors shall be permanently identified as to function. Identification shall be placed on each conductor, or each group of conductors comprising a signal phase, in each pull box and near the end of terminated conductors. Identification shall be by direct labeling, tags or bands fastened to the conductors in such a manner that they will not move along the conductors. Labeling shall be by mechanical methods. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 131 of 165 209-2.09C Connectors and Terminals. Conductors shall be joined by the use of UL or ETL listed crimp type connectors as shown on the plans. Connectors and terminals shall be applied with the proper type tool as recommended by the manufacturer of the connector or terminal being used. Finished connections and terminals shall comply with the requirements of Military Specification MIL- T-7928. All stranded conductors smaller than No. 14 shall be terminated in crimp style terminal lugs. All connectors and terminal lugs for conductor sizes No. 8 and smaller shall be soldered by the hot iron, pouring or dipping method. Open flame soldering will not be permitted. 209-2.09D Splicing and Terminations. Unless specified otherwise or permitted by the Engineer, splices shall conform to the details shown on the plans and will be permitted only in the following types of circuits at the following locations: Grounded conductors in pull boxes. Pedestrian push button conductors in pull boxes. Multiple or series lighting conductors in the pull box adjacent to each electrolier or luminaire location or in the bases of Type 21 standards. Where electroliers are more than 120 m (400') apart, splices will be permitted in pull boxes at 120 m (400'), or greater, intervals. When traffic signals are being modified, ungrounded traffic signal light conductors may be spliced in pull boxes at locations shown on the plans. Ungrounded traffic signal light conductors to a terminal compartment or signal head on a standard may be spliced to through conductors of the same phase in the pull box adjacent to the standard. All splices and terminal lugs for conductor sizes No. 8 and smaller shall be soldered by the hot iron, pouring or dipping method. Open flame soldering will not be permitted. 209-2.09E Splice Insulation. All splices shall be capable of satisfactory operation under continuous submersion in water. Multi-conductor cables shall be spliced and insulated to provide a watertight joint and to prevent absorption of moisture by the cable. Where more than one conductor enters the sleeve of a ballast installed in a pull box, the insulation and taping shall be applied between the conductors in such a manner as to provide a watertight joint. Splice insulation shall conform to the details shown on the plans. Low-voltage tape shall be UL or ETL listed and shall be the following types: Self-fusing, oil and flame-resistant, synthetic rubber. Pressure-sensitive, adhesive, polyvinyl chloride, 0.15 mm (0.007") minimum thickness. Tape for insulating splices in high-voltage (over 600 V) circuits shall be designed for use on 5-kvolt circuits and shall be resistant to ozone, corona and water. Insulating pad shall be composed of a laminate of 2 mm (0.085") thickness of electrical grade polyvinyl chloride and a 3 mm (0.125") thickness of butyl splicing compound with removable liner. Heat-shrink tubing shall be medium or heavy wall thickness, irradiated polyolefin tubing containing an adhesive mastic inner wall. Minimum wall thickness prior to contraction shall be one millimeter (39 mils). When heated, the inner wall shall melt and fill all crevices and interstices of the object being covered while the outer wall shrinks to form a waterproof insulation. Each end of the heat shrink tube or the open end of the end cap of heat-shrink tubing shall, after contraction, overlap the conductor insulation at least 38mm (11/2n). Heat-shrink tubing shall conform to the requirements of UL Revised 06/1 0/09 Contract Nos. 3873 & 551 2 Page 1 32 of 1 65 Standard 468D and ANSI C119.1, for extruded insulated tubing at 600-V. All heat-shrink tubing shall also meet the requirements of Table 209-2.09E(A): TABLE 209-2.09E(A) HEAT-SHRINK TUBING Property Shrinkage Ratio Dielectric Strength Resistivity Tensile Strength Operating Temperature Water Absorption Requirement 33 percent, maximum, of supplied diameter when allowed to cool to 25°C. heated to 125°Cand 140 kV per 10 mm, minimum. 10.13 4 • mm, minimum. 14 MPa, minimum. -40°C to 90°C (135°C Emergency). 0.5 percent, maximum. When three or more conductors are to be enclosed within a single splice using heat-shrink tubing, mastic shall be placed around each conductor, prior to being placed inside the heat-shrink tubing. The mastic shall be the type recommended by the manufacturer of the heat-shrink tubing. After contraction, the ends and seams of heat-shrink tubing shall be painted with electrical insulating coating. Heat-shrink tubing shall not be heated with an open flame. A heating device designed for the purpose is required. The Contractor may, at the Contractor's option, use either of the following splice insulation methods: 1) "Method B" as shown on the plans. A minimum of 2 thicknesses of electrical insulating pad shall be used. Pads shall be applied to the splice in accordance with the manufacturer's recommendations. 2) Heat-shrink tubing as provided above. 209-2.095 Fused Splice Connectors. In the pull box adjacent to each luminaire a fused disconnect splice connector shall be installed in each ungrounded conductor between the line and the ballast. The connector shall be readily accessible in the pull box regardless of whether the ballast is remote or is integral with the luminaire. For 240-volt and 480-volt circuits, each connector shall be designed so that both ungrounded conductors are disconnected simultaneously. The connector shall have no exposed metal parts, except the head of a stainless steel assembly screw may be exposed. The head of the metal assembly screw shall be recessed a minimum of 0.8 mm (1/32") below the top of a plastic boss which surrounds the head. The splice connector shall completely enclose the fuse and shall protect the fuse against damage from water and weather. The contact between the fuse and fuse holder shall be by spring pressure. The terminals of the splice connector shall be rigidly crimped, using a tool of the type recommended by the manufacturer of the fused splice connector, onto the line conductors and the conductors to the ballasts and shall be insulated and made waterproof in accordance with the splice connector manufacturer's recommendations. Fused splice connectors shall not be used in series circuits. Fuses shall be standard midget, ferrule type, with "Non-Time-Delay" feature, and shall be 10 mm (13/32")x38mm(11/2"). 209-2.10 Bonding and Grounding. Metallic cable sheaths, metal pull box covers, metal conduit, equipment grounding conductors, ballast and transformer cases, service equipment, sign switches, and metal poles and pedestals shall be made mechanically and electrically secure to form a continuous system, and shall be effectively grounded. Bonding jumpers shall be copper wire or copper braid of the same cross sectional area as No. 6 for series lighting systems and No. 8 or larger Revised 06/10/09 Contract Nos. 3873 & 5512 Page 133 of 165 for all other systems. The jumper size shall be increased to match the load or the circuit breaker size, or shall be as shown on the plans. Equipment grounding conductors shall be color coded to Code requirements or shall be bare. The bonding jumper in standards with handholes shall be attached by a 4.5 mm (3/i6") or larger brass bolt and shall be run to the conduit or bonding wire in the adjacent pull box. Standards without handholes shall be bonded by a jumper attached to all anchor bolts, and shall be run to the conduit or bonding wire in the adjacent pull box. Grounding jumper shall be visible after cap has been placed on foundation. Where slip base standards or slip base inserts are installed, the bonding jumper shall not intrude into the slip plane. Bonding shall be accomplished by a bonding strap to all anchor bolts or a 4.5 mm (3/ie") or larger brass bolt installed in the bottom slip base plate. One side of the secondary circuit of series-multiple and step-down transformers shall be grounded. Grounding of metal conduit, service equipment and the grounded conductor at service point shall be accomplished as required by the Code and the serving utility, except that grounding electrode conductor shall be No. 6, or larger. For equipment grounding purposes in Type 3 conduit, a No. 6 copper wire shall be run continuously in circuits used for series lighting, and a No. 8, minimum, copper wire shall be run continuously in all other circuits. The bonding wire size shall be increased to match the circuit breaker size, or shall be as shown on the plans. Where Type 3 conduit is to be installed for future conductors, the copper wire may be omitted. Equipment bonding and grounding conductors are not required in conduits which contain only loop lead-in cable or signal interconnect cable or both. At each multiple service disconnect location, a ground electrode shall be furnished and installed. Ground electrodes shall be one-piece lengths of galvanized steel rod or pipe not less than 1 9 mm (3/4") in diameter, or of copper clad steel rod not less than 15 mm (5/8") in diameter. Ground electrodes shall be installed in accordance with the provisions of the Code. The service equipment shall be bonded to the ground electrode by use of a ground clamp or exothermic weld and No. 6 or larger copper wire, enclosed in a size 16 or larger diameter conduit. Ground clamp for service grounding and for grounding of equipment on wood poles shall be Size 16 galvanized, malleable iron conduit hub with swivel feature. On wood poles, all metallic equipment mounted less than 2.4 m (8') above ground surface shall be grounded. Bonding of metallic conduit in non-metallic pull boxes shall be by means of bonding bushings and bonding jumpers. Bonding of metallic conduit in metal pull boxes shall be by means of locknuts, one inside and one outside of the box. 209-2.14 Testing. Attention is directed to Section 4-1 .4, "Test of Materials." Testing shall conform to the following: 209-2.1 4A Materials Testing. Material and equipment to be tested shall be delivered to a testing location designated by the Engineer. Testing will be performed by the Agency. Testing and quality control procedures for Model 170 and Model 2070 controller assemblies shall conform to the requirements in "Transportation Electrical Equipment Specifications," and "Traffic Signal Control Equipment Specifications," issued by the State of California, Department of Transportation, and to all addendums thereto current at the time of project advertising. Testing and quality control procedures for all other traffic signal controller assemblies shall conform to the requirements in the NEMA TS Standards for Traffic Control Systems. In the event equipment submitted for testing does not comply with specifications, the Contractor shall remove the equipment for repair within 5 working days after notification that the equipment is re- jected. In the event the equipment is not removed within that period, it may be shipped to the Revised 06/1 0/09 Contract Nos. 3873 & 551 2 Page 1 34 of 1 65 Contractor at the Contractor's expense. The Contractor shall allow 30 days for Agency testing from the time the material or equipment is delivered to the Agency test site. When equipment being tested has been rejected for failure to comply with the specifications, the Contractor shall allow 30 days for Agency retesting. The retesting period shall begin when the corrected equipment is made available at the test site. All testing subsequent to rejection of the equipment for failure to comply with specification requirements will be at the expense of the Contractor. Deductions to cover the cost of that testing will be made from any moneys due or which may become due the Contractor under the contract. The Contractor will be notified when testing of the equipment has been completed and it shall be the Contractor's responsibility to deliver the equipment to the site of the work or, at the Contractor's request and the Agency's convenience, the Agency will pack and ship the equipment to the Contractor or to the site of work. The sum of $100 or the actual cost of packing and shipping, whichever amount is greater, will be deducted, for each unit of equipment shipped by the Agency, from any moneys due to the Contractor under the contract. 209-2.14B Field Testing. Prior to start of functional testing, the Contractor shall perform the following tests on all circuits, in the presence of the Engineer. 209-2.148(1) Continuity. Each circuit shall be tested for continuity. 209-2.146(2) Ground. Each circuit shall be tested for grounds. 209-2.146(3) Insulation Resistance. An insulation resistance test at 500 volts DC shall be made on each circuit between the circuit and a ground. The insulation resistance shall not be less than 10MQ on all circuits, except for inductive loop detector circuits which shall have an insulation resistance value of not less than 100 MQ. The insulation resistance test shall not be performed on magnetometer sensing elements. Splices in the pull box adjacent to the magnetometer sensing elements shall not be made prior to performing the test on the lead-in conductors between the pull box and the controller cabinet field terminals. 209-2.14C Functional Testing. Attention is directed to Section 209-1.06, "Scheduling of Work," regarding requirements for test periods. A functional test shall be made in which it is demonstrated that each and every part of the system functions as specified. The functional test for each new or modified system shall consist of not less than 5 days of continuous, satisfactory operation. If unsatis- factory performance of the system develops, the condition shall be corrected and the test shall be repeated until the 5 days of continuous, satisfactory operation is obtained. Turn-on of new or modified traffic signals shall be made only after all traffic signal circuits have been thoroughly tested as specified above. Except for new or modified portions of existing lighting circuits and sign illumination systems, The Agency will maintain the system or systems during the test period and will pay the cost of electrical energy for the operation of all of the facilities that are undergoing testing. The cost of any necessary maintenance performed by the Agency on new circuits or on the portions of existing circuits modified under the contract, except electrical energy, shall be at the Contractor's expense and will be deducted from any moneys due, or to become due, the Contractor. A shutdown of the electrical system resulting from damage caused by public traffic, from a power interruption or from unsatisfactory performance of Agency-furnished materials shall not constitute discontinuity of the functional test. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 135 of 165 209-2.15 Galvanizing. Galvanizing shall be in accordance with the provisions in Section 210-3.6, "Galvanizing for Traffic Control Facilities," except that cabinets may be constructed of material galvanized prior to fabrication in conformance with the specifications of ASTM Designation: A 525 or A 525M, Coating Designation G 90, in which case all cut or damaged edges shall be painted with at least 2 applications of approved unthinned zinc-rich primer (organic vehicle type) conforming to the requirements in Section 210-3.5, "Repair of Damaged Zinc Coating." Aerosol cans shall not be used. Other types of protective coating shall be approved by the Engineer prior to installation. Iron or steel pipe standards and pipe mast arms shall be hot-dip galvanized after fabrication in conformance with the specifications of ASTM Designation: A 53. Galvanized surfaces shall have spurs removed. Tie-rods, bolts, nuts, washers, clamps and other miscellaneous ferrous parts shall be hot-dip galvanized after fabrication in accordance with the provisions in Section 210-3.6, "Galvanizing for Traffic Control Facilities." Not less than 250 mm (10") of the upper end of the anchor bolts, anchor bars, or studs, and all nuts and washers shall be galvanized in accordance with the provisions in Section 210-3.6, "Galvanizing for Traffic Control Facilities." After galvanizing, the bolt threads shall accept galvanized standard nuts without requiring tools or causing removal of protective coatings. Galvanizing of existing materials in an electrical installation will not be required. 209-5 DETECTORS 209-5.01 Vehicle Detectors. All replacement sensor units, control units, and amplifiers shall meet the requirements of California Test 675. The units shall not be affected by transient voltages when tested in accordance with California Test 667. After a power interruption the units shall return to normal operation within one minute. Each unit shall be provided with a light or meter, for each output circuit, to indicate when the detector is detecting a vehicle. Each detector shall operate over the range of voltages from 100 volts to 135 volts at 60 Hz. Circuitry shall be solid-state except relays with normally closed contacts may be used for the output circuit. Units shall be designed to provide ease of maintenance with easily accessible electronic components. Each detector shall provide vehicle detection without readjustment from -18°C to 71 °C (0° to 160°F). Units shall use printed circuit boards designed to facilitate identification of components. This shall be done by either part identification markings or by providing a pictorial diagram showing physical location and identification of each component. Each printed circuit board shall have the following minimum quality requirements: NEMA FR-4 glass cloth base epoxy resin board, 1.5 mm (V16") minimum thickness, organic solder masking and gold plated contacts. Intercomponent wiring shall be copper track with a minimum mass of 600 g/m2 (2 oz/ft2). Printed circuit design shall be such that components may be removed and replaced without permanent damage to boards or tracks. Splices shall conform to the provisions in Section 209-2.09, "Wiring." 209-5.01 A Inductive Loop Detectors. Replacement inductive loop detectors shall conform to the following: 209-5.01 A(1) General. The term "inductive loop detector" applies to a complete installation consisting of a loop or group of loops installed in the roadway, as shown on the plans, lead-in cable and a sensor unit with power supply installed in a controller cabinet. 209-5.01 A(3) Sensor Unit Construction. "Card" type sensor units shall conform to the requirements in "Traffic Signal Control Equipment Specifications," issued by the State of California, Department of Transportation, and to all addendums thereto current at the time of project advertising. Shelf mounted sensor units shall conform to the requirements in Section 11 of the NEMA Standards Publication No. TS 1. Capacitors or inductors necessary for loop tuning shall not be mounted external to the sensor unit. 209-5.01 A(4) Construction Materials. Conductor for each inductive loop detector shall be continuous and unspliced and shall conform to one of the following: m¥ Revised 06/10/09 Contract Nos. 3873 & 5512 Page 136 of 165 Type 1 loop wire shall be Type RHW-USE neoprene-jacketed or Type USE cross-linked polyethylene insulated, No. 12, stranded copper wire. The minimum insulation thickness at any point shall be 1.0 mm (40 mils). Type 2 loop wire shall consist of a conductor inside of plastic tubing. The conductor shall be Type THWN or Type XHHW, No. 14, stranded copper wire. The tubing shall be polyethylene or vinyl, rated for use at 105°C, and shall be resistant to oil and gasoline. The tubing shall have a maximum outside diameter of 7 mm (0.27") and a minimum wall thickness of 0.71 mm (0.028"). The conductors shall not be spliced inside the tubing. Conductors for loop detector lead-in cable shall be 2 No. 16 (19 x 29) stranded tinned copper. Loop detector lead-in cable shall conform to the calculated cross sectional area of ASTM Designation: B 286, Table 1. The lead-in cable shall conform to one of the following: Type B lead-in cable shall be insulated with 0.5 mm (20 mils) of high-density polyethylene. The conductors shall be twisted together with at least 6 turns per meter and the twisted pair shall be protected with a copper or aluminum polyester shield. A No. 20, minimum, copper drain wire shall be provided and connected to the equipment ground within the cabinet. The cable shall be provided with a high-density polyethylene or high-density polypropylene outer jacket with a nominal thickness of 0.8 mm (35 mils). An amorphous interior moisture penetration barrier of nonhydroscopic polyethylene or polypropylene fillers shall be provided. Type C lead-in cable shall conform to International Municipal Signal Association (IMSA) Specification No. 50-2. A No. 20, minimum, copper drain wire shall be provided and connected to the equipment ground within the cabinet. 209-5.01 A(5) Installation Details. Installation and tests shall conform to City requirements. Unless shown otherwise each loop shall consist of 3 turns of conductor as specified in Section 209-5.01 A(4), "Construction Materials." Slots cut in the pavement shall be washed clean, blown out and thoroughly dried before installing conductors. Residue resulting from slot cutting operations shall not be permitted to flow across shoulders or lanes occupied by public traffic and shall be removed from the pavement surface before any residue flows off of the pavement surface. Residue from slot cutting operations shall be disposed of outside the highway right of way in accordance with Section 7-8.1, "Cleanup and Dust Control." After conductors are installed in the slots cut in the pavement, the slots shall be filled with sealant to within 3 mm (V8") of the pavement surface. The sealant shall be at least 25 mm (1") thick above the top conductor in the saw cut. Before setting, surplus sealant shall be removed from the adjacent road surfaces without the use of solvents. The sealant for filling slots shall conform to the following: 1. 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 209-5.01 A(5)(B). Revised 06/10/09 Contract Nos. 3873 & 5512 Page 137 of 165 TABLE 209-5.01 A(5)(B) CURED HOT-MELT RUBBERIZED ASPHALT Property Cone Penetration Flow, 60°C Resilience Softening Point, Ductility, Flash Point, COG, °C Viscosity, Brookfield Thermosel, Measuring Standard (ASTM Designation) ASTM D 3407, Sec. 5 ASTM D 3407, Sec. 6 ,ASTM D 3407, Sec. 8 ASTM D 36 ASTM D 113 ASTM D 92 ASTM D 4402 Results 3.5 mm, max. 5 mm, max. 25%, min. 82 °C, min. 300 mm, min. 288 °C, min. 2.5-3.5 Pa-s Conditions 25°C, 150g, 5s 25°C 25°C, 50 mm/min No. 27 Spindle, 20 rpm, 190°C, 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). Hot-melt sealant shall be packaged in containers clearly marked "Detector Loop Sealant" and specifying the batch and lot number of the manufacturer. Loop conductors shall be installed without splices and shall terminate in the nearest pull box. The loops shall be joined in the pull box in combination of series and parallel so that optimum sensitivity is obtained at the sensor unit. Final splices between loops and lead-in cable shall not be made until the operation of the loops under actual traffic conditions is approved by the Engineer. All loop conductors for each direction of travel for the same phase of a traffic signal system, in the same pull box, shall be spliced to a detector lead-in cable which shall be run from the pull box adjacent to the loop detector to a sensor unit mounted in the controller cabinet. All loop conductors for traffic monitoring shall terminate in a pull box or terminal strip in the traffic monitor station cabinet when a cabinet of that type is installed. Conductors for inductive loop traffic signal and traffic monitoring installations shall be identified and banded, in pairs, by lane, in the pull box adjacent to the loops and near the termination of the conductors in the controller or traffic monitoring station cabinet. Bands shall conform to the provisions in Section 209-2.09, "Wiring." If asphalt concrete surfacing is to be placed, the replacement loop conductors shall be installed prior to placing the uppermost layer of asphalt concrete. The conductors shall be installed in the compacted layer of asphalt concrete immediately below the uppermost layer. Installation details for the replacement of damaged loop conductors shall be in accordance with City requirements. 209-8 PAYMENT 209-8.01 Payment. The contract lump sum price paid for Replacement of Vehicle Loop Detectors in Beech Avenue shall include all labor, tools, equipment, materials, and incidentals for doing all work in replacing loop detectors damaged or removed during asphalt concrete pavement grinding and overlay work along Beech Avenue, as shown on the plans, as specified in these supplemental provisions, and as directed by the Engineer. oRevised 06/10/09 Contract Nos. 3873 & 5512 Page 138 of 165 SECTION 210 - PAINT AND PROTECTIVE COATINGS 210-1 PAINT. 210-1.5 Paint Systems. Add the following to Table 210-1.5(A) TABLE 210-1.5 (A) Surface to be Painted Temporary Railing type (K) Pre-reatment / Surface Preparation Abrasive Blast Cleaning to a Roughened, Textured Appearance Primer None Finish Coats Two coats white Acrylic Emulsion Paint (1) (1) acrylic emulsion paint designed for use on exterior masonry. This paint shall comply in all respects to Federal Specification TT-P-19 (latest revision), Paint, Acrylic Emulsion, Exterior. This paint may be tinted by using "universal" or "all purpose" concentrates. 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. 8010-004 (Type II). 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 95819, telephone number (916) 227-7000. SECTION 212 - LANDSCAPE AND IRRIGATION MATERIALS 212-1 LANDSCAPE MATERIALS. 212-1.2.3 Commercial Fertilizer, add the following: Hydroseed fertilizer shall be long-lasting, controlled-release, plastic-coated, uniform in composition, free-flowing, suitable for application with approved equipment, and shall contain the minimum available percentages of nitrogen, phosphoric acid, potash and sulfur required by table 212-1.2.5.1 (A). 212-1.2.4 Organic Soil Amendment. Add the following: For all types of Organic Soil Amendment mulch materials produced from pine trees grown in Alameda, Monterey, Santa Clara, Santa Cruz or San Mateo Counties shall not be used in the Work. Type 1A Organic Soil Amendment shall conform to the requirements for type 1 Organic Soil Amendment except as modified hereinafter. Type 1A Organic Soil Amendment shall be a wood or rice residual product derived from the bark of pine, white fir, or red fir or cedar or redwood shavings or rice hulls. Type 1A Organic Soil Amendment shall be manufactured from clean wood, free from clods coarse objects and rocks and shall conform to the properties shown in Table 212-1.2.4(6): Revised 06/10/09 Contract Nos. 3873 & 5512 Page 139 of 165 Table 212-1.2.4(6) SOIL AMENDMENT PROPERTIES Property Dry Weight Nitrogen Dry Weight Passing 25 mm (1") Sieve Dry Weight Passing #4 Sieve Dry Weight Passing #16 Sieve Dry Weight Passing #30 Sieve Dry Weight Passing #50 Sieve Dry Weight Passing #100 Sieve Salinity Iron ( Dilute acid soluble on dry weight basis) Ash (dry weight basis) PH Wettability Minimum (1) 100% 95% 45% 30% 0% 0% (D 0.08% 0% 6.0 (1) Maximum (1) 100% 100% 65% 40% 10% 2% (D— 6.0% 7.0 (D (1) (As Required by Table 212-1.2.4(A) SSPWC) For all types of Organic Soil Amendment the Contractor shall supply the Engineer a sample of the proposed amendment accompanied by an analytical analysis from a qualified agricultural laboratory certifying compliance to the requirements herein. Qualified agricultural laboratories shall have an on- going quality assurance program that fulfills the requirements of the most recent version of the "Western States Laboratory Proficiency Testing Program Soil and Plant Analytical Methods". Certificates of compliance shall contain a statement attesting that the organic soil amendment meets the requirements of these specifications and that the testing agricultural laboratory does fulfill the requirements of "Western States Laboratory Proficiency Testing Program Soil and Plant Analytical Methods". Said submittal shall be in accordance with Section 2-5.3.3. 212-1.2.5 Mulch for Hydraulic Method Seed Lawn Planting. Add the following: The terms Hydroseeding and Hydroseed shall be synonymous with Hydraulic for the purposes of Section 212. Disturbed Areas planting areas shall be mulched, fertilized and seeded using method B. Mulch shall be manufactured from virgin wood cellulose fiber mulch and shall not contain growth or germination inhibitors. When mixed with water, the mulch shall remain in uniform suspension and when blended with the seed, fertilizer, and other approved additives, shall form a homogeneous slurry. When applied, the fibers shall form a moisture absorbing membrane with adequate percolation properties sufficient to allow one hundred percent of water applied at the rate of 3.1 liters per minute per square meter (0.075 gallons per minute per square foot) onto a surface inclined at a 2:1 (horizontal: vertical) slope to pass through the membrane. A non-phyto-toxic wetting agent shall be added to the slurry mixture. A water soluble, non-toxic green dye shall be added in sufficient quantity to clearly delineate the planted areas. When required, binder shall be added to the slurry mixture and shall be "CPA 4000", "AZTAC", "Ecology Control", "M-Binder", or approved equal. Add the following section: 212-1.2.5.1 Disturbed Area Mulch Fertilizer and Additives. In addition to the seed mix shown in the table for Disturbed Areas the slurry mixture shall be applied at the rates shown in Table 212- 1.2.5.1 (A) Revised 06/10/09 Contract Nos. 3873 & 5512 Page 140 of 165 Table 212-1.2.5.1 (A) DISTURBED AREA MULCH FERTILIZER AND ADDITIVES Component Virgin Wood Cellulose Fiber Mulch Binder Fertilizer, Yara Turf Royal 21-7-14, or approved equal Wetting Agent, Sarvon, or approved equal Green Colorant Application Rate pounds per acre 1500 50 200 Per Mfg. Recommendation Per Mfg. Recommendation Add the following section: 212-1.2.6 Herbicides and Pesticides. Shall be used in their appropriate applications with strict adherence to manufacturer's specifications and instructions. Postemergent herbicide for all areas shall be Glyphosate, N-(phosphonomethyl) glycine, in the form of its isopropylamine salt such as Roundup Pro, Diquat, Montar, or approved equal. Preemergent herbicide for shrubs and groundcover areas planted from flats shall be Treflan, Surflan, Eptan, or approved equal. Add the following section: 212-1.2.7 General Soil Conditioners. Agricultural-grade gypsum shall be a calcium sulfate (CaSO4 H20) product - 94.3 percent. 90 percent shall pass a 50-mesh screen. Control of dust during application is mandatory. Iron Sulfate shall be ferrous sulfate in palletized or granular form containing not less than 20.0 percent iron expressed as metallic iron. Iron Sulfate pellets shall be of size and gradation such that 98 percent is retained on a 10-mesh screen. Add the following section: 212-1.2.8 Stabilizing Emulsion. Stabilizing emulsion shall be a concentrated liquid chemical that forms a plastic film upon drying and allows water and air to penetrate. The film shall be nonflammable and shall have an effective life of at least one year. Stabilizing emulsion shall be nontoxic to plant and animal life and nonthinking to concrete or painted surfaces. In the cured state the stabilizing emulsion shall not be re-emulsifiable. The material shall be registered with, and licensed by the California, Department of Food and Agriculture, as an "auxiliary soil chemical". Stabilizing emulsion shall be miscible with water at time of mixing and application. 212-1.3 Seed. Add following: The quantity of pure live seed supplied shall meet or exceed the quantity shown in the specified mixes. Seed shall not contain more than 0.5 percent weed seed by volume Seed types shall be as specified on the plans and planting legends, and shall be applied at the rates indicated. All brand-name, patented seed must be received by Contractor in original manufacturer's bag. Seed shall be received by Contractor in separate containers specifying kind, quantity, purity, and germination. Contractor shall provide the Engineer with each seed bag label used in the Work. Add the following section: 212-1.3.1 Seed for Disturbed Areas. Hydroseeding mix for Disturbed Areas shall consist of no less than the seed varieties shown in Table 212-1.3.1 (A). m¥ Revised 06/10/09 Contract Nos. 3873 & 5512 Page 141 of 165 Table 212-1.3.1 (A) SEED FOR DISTURBED AREAS Botanical Name Bromus carinatus Distichlis spiciata Eriogonum fasceculatum Eriophyllum confertiflorum Eschscholzia californica Hemizonia fasciculata Isocoma menziesii Lotus purshianus Lotus scoparius Lupinus succulentus Plantago insularis Trifolium gracilentum Vulpia microstchys var. hirsute (Festuca megalura) Common Name California brome Salt grass Flat-topped buckwheat Golden yarrow California poppy Fascicled tarweed Coastal goldenbush lotus deerweed Arroyo lupine Wooly plantain clover Zorro fescue %P/%G 80/80 80/60 10/65 30/60 98/75 10/25 20/40 98/70 90/60 98/85 95/70 85/80 90/80 TOTAL Application Rate pounds per acre 5 3 6 3 5 4 8 3 4 2 8 3 6 60 Add the following section: 212-1.6 Erosion Control Matting. Erosion control matting shall be made of 100-percent- biodegradable, weed-free wheat straw of thickness and density yielding 270 grams per square meter (0.50 Ib./sy) with photodegradable polypropylene netting with a density of 0.89 grams per square meter (1.64 lb/1000 sy) having an approximate mesh interval of 50 mm x 50 mm (2" x 2") on each face of the straw mat. The straw mat shall be sewn together with unidirectional lines of cotton or polypropylene thread spaced approximately 50 mm (2") apart. Erosion control matting shall be "North American Green, DS150", "BonTerra S2", or approved equal. Add the following section: 212-1.7 Erosion Control Mat Staples. Erosion control mat staples shall be 25 mm x 150 mm (1" x 6"), U-shaped 11-gauge mild steel staples. SECTION 213 - ENGINEERING FABRICS 213-2GEOTEXTILES. 213-2.1 General. Table 213-2.1 (A) Add the following: Geotextile types shall be used for the applications listed in Revised 06/10/09 Contract Nos. 3873 & 5512 Page 142 of 165 Table 213-2.1 (A) GEOTEXTILE APPLICATIONS Application of Geotextile Separation of Soil and Street Structural Section Separation of Soil and Subsurface Aggregate Drain Reinforcement of Street Structural Section Remediation and Separation of Soil Reinforcement of Soil Drainage at the Interface of Soil Structures Drainage at the Interface of Soil and Structures Rock Slope Protection Fabric for Rock Sizes Below 225 kg (% Ton) Rock Slope Protection Fabric for Rock Sizes Including and Above 225 kg (% Ton) Plant Protection Covering Erosion Control Fence with 14 AWG - 150 mm x 150 mm (6"x6") Wire and 3 m (10') Post Spacing Erosion Control Fence with 1 .8 m (6') Post Spacing and No Wire Fencing Type Designation 90WS 180N 200WS 270WS 270WS N/A N/A 180N 250N 90N 90WS 200WS Add the following section: 213-3 EROSION CONTROL SPECIALTIES. Add the following section: 213-3 Gravel bags. Gravel bags for the use of temporary erosion control shall be burlap type, filled with no less than 23kg (50 Ibs) of 19 mm (3/4") crushed rock and securely tied closed. Plastic bags are not acceptable. SECTION 214 PAVEMENT MARKERS 214-5 REFLECTIVE PAVEMENT MARKERS Add the following section: 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. TABLE 214-5.1 (A) TEMPORARY REFLECTIVE PAVEMENT MARKERS Type Manufacturer of Distributor TFPM DAPCO Davidson Plastics Company, 18726 East Valley Highway, Kent, Washington 98032, Telephone (206) 251-8140. Add the following section: 14-5.2 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 20/20. Reflective Channelizer shall be one of the types shown in Table 214-5.2(A), or equal thereto. oRevised 06/10/09 Contract Nos. 3873 & 5512 Page 143 of 165 TABLE 214-5.2(A) REFLECTIVE CHANNELIZER Type Safe-Hit SH236MA Carsonite "Super Duck" SDF-436 Repo "The Replaceable Post" Manufacturer of Distributor Safe-Hit Corporation 1930 West Winton Avenue, Building Hayward, CA 94545 Telephone (41 5) 783-6550 #11 Carsonite International Corporation 2900 Lockheed Way Carson City, NV 89701 Telephone (702) 883-5104 Western Highway Products P.O. Box 7 Stanton, CA 90680 Telephone (800) 422-4420 The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of Section 2-5.3.3 "Submittals". Said certificate shall certify that the permanent reflective channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the engineer and were manufactured in accordance with the approved quality control program. SECTION 215-FENCING Add the following section: 215-1 ENVIRONMENTAL FENCING Add the following section: 215-1.1 Materials. Environmental fence shall be minimum 4' high, orange colored plastic construction fencing installed prior to performing any work. Environmental fence shall be constructed of non-toxic, non-conductive polyethylene capable of withstanding temperatures from -58F degrees to 194F degrees. Color shall be non-fading. Posts shall be 6'-6" long, shall be spaced no more than 10'-0" apart and buried portion shall be no less than 2'-6" deep. Used materials may be installed providing the used materials are good, sound, and are suitable for the purpose intended, as determined by the Engineer. Materials may be commercial quality providing the dimensions and sizes of the materials are equal to, or greater than, the dimensions and sizes specified herein. Posts shall be either metal or wood at the Contractor's option. Galvanizing and painting of steel items will not be required. Treating wood with wood preservatives will not be required. Concrete footings for metal posts will not be required. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 144 of 165 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING. 300-1.1 General, add the following to the third paragraph: During surface clearing operations, the Contractor shall not cover or bury any plant growth or other objectionable materials. If the Contractor cannot successfully separate the plant growth from the surface soil and advertently or inadvertently mixes organic or other objectionable materials with the soil, the soil so contaminated shall be removed from the site by the Contractor. All costs, if any, associated with removing the soil mixed with organic or other objectionable materials and importing soil to replace said contaminated soil shall be borne by the Contractor and no additional payment therefore shall be made to the Contractor. 300-1.3 Removal and Disposal of Materials, add the following: Also included in clearing and grubbing shall be removal and disposal of existing street poles and lights, metal guard rail, fences, asphalt concrete and aggregate base, concrete curb and gutter, concrete sidewalk, existing gate, existing headwalls, rip-rap, traffic signs, and other existing features which interfere with the work. Whether or not such items are shown on the plans they shall be removed as a part of clearing and grubbing. Existing underground pipes and conduits that are shown on the plans and designated to be removed shall be removed by the Contractor as a part of clearing and grubbing. 300-1.4 Payment, modify as follows: Payment for clearing and grubbing shall be considered as included in the various bid items for which clearing and grubbing is required and no separate payment will be made therefore. 300-9 GEOTEXTILES FOR EROSION CONTROL. Modify as follows: 300-9 GEOTEXTILES FOR EROSION CONTROL AND WATER POLLUTION CONTROL. Add the following section: 300-9.2 General. The Contractor shall provide erosion control and water pollution control conforming to the requirements as specified herein, and as elsewhere required by the Contract Documents. Erosion control and water pollution control shall include the work specified herein, and such additional measures, as may be directed by the Engineer, to meet Best Management Practices, as defined herein, and to properly control erosion and storm water damage of the limits of work and construction impacts upon areas receiving drainage flows from within the limits of work. Add the following section: 300-9.2.1 Grading Controls. The Contractor shall protect all areas that have been graded and/or cleared and grubbed as well as areas that have not been graded and/or cleared and grubbed within the limits of work from erosion. The Contractor shall provide temporary earth berms, gravel bags, silt fences, stabilized construction entrances and similar measures, coordinated with its construction procedures, as necessary to control on site and off site erosion during the construction period. The Contractor will be required to protect areas which have been cleared and grubbed prior to excavation or embankment operations, and which are subject to runoff during the duration of the contract. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 145 of 165 300-13 STORM WATER POLLUTION PREVENTION PLAN Add the following section: 300-13.1 Storm Water Pollution Prevention Plan. As part of the storm water pollution prevention work, the Contractor shall prepare and submit a Tier 2 Storm Water Pollution Prevention Plan, hereafter referred to as the "SWPPP," in accordance with the City of Carlsbad Engineering Standards, Volume 4 Storm Water Standards Manual, Chapter 3 Construction SWPPP Standards and Requirements (2004 Edition). The SWPPP shall conform to the requirements of the Storm Water Standards Manual, the requirements of the Permit, the requirements in the plans and these supplemental provisions. 300-13.1.1 SWPPP Document Within 15 calendar days after the execution of the contract, the Contractor shall submit 3 copies of the SWPPP to the Engineer, in accordance with Section 2-5.3.3 of these Special Provisions. Contractor will be provided the digital format for SWPPP to complete required sections. If revisions are required, as determined by the Engineer, the Contractor shall revise and resubmit the SWPPP within 15 days of receipt of the Engineer's comments and shall allow 5 days for the Engineer to review the revisions. Upon the Engineer's acceptance of the SWPPP, 3 additional copies of the SWPPP, incorporating the required changes, shall be submitted to the Engineer. In order to allow construction activities to proceed, the Engineer may conditionally approve the SWPPP while minor revisions are being completed. The objectives of the SWPPP shall be to identify pollution sources that may adversely affect the quality of storm water discharges associated with the project and to identify, construct, implement and maintain storm water pollution prevention measures, hereafter referred to as control measures, to reduce to the extent feasible pollutants in storm water discharges from the construction site both during and after construction is completed under this contract. The SWPPP shall incorporate control measures in the following categories: 1 . Soil stabilization practices; 2. Sediment control practices; 3. Wind erosion control practices; and 4. Non-storm water management and waste management and disposal control practices. Specific objectives and minimum requirements for each category of control measures are contained in the City of Carlsbad Storm Water Standards Manual. The Contractor shall designate a Water Pollution Control Manager who will have the responsibilities outlined in the SWPPP. The SWPPP shall include, but not be limited to, the following items as described in the SWPPP: 1. Source Identification; 2. Erosion and Sediment Controls; 3. Non-Storm Water Management; 4. Waste Management and Disposal; 5. Maintenance, Inspection and Repair; 6. Training; 7. List of Contractors and Subcontractors; 8. Post-Construction Storm Water Management; 9. Preparer; 10. Copy of the local permit; 1 1 . BMP Consideration Checklist; Revised 06/10/09 Contract Nos. 3873 & 5512 Page 146 of 165 12. SWPPP Checklist; 13. Schedule of Values; and 14. Storm Water Pollution Prevention Drawings. The Contractor shall amend the SWPPP, graphically and in narrative form, whenever there is a change in construction activities or operations which may affect the discharge of significant quantities of pollutants to surface waters, ground waters, municipal storm drain systems, or when deemed necessary by the Engineer. The SWPPP shall also be amended if it is in violation of any condition of the Permit, or has not effectively achieved the objective of reducing pollutants in storm water discharges. Amendments shall show additional control measures or revised operations, including those in areas not shown in the initially accepted SWPPP, which are required on the project to control water pollution effectively. Amendments to the SWPPP shall be submitted for review and acceptance by the Engineer in the same manner specified for the initially accepted SWPPP. Accepted amendments shall be dated and logged in the SWPPP. Upon acceptance of the amendment, the Contractor shall implement the additional control measures or revised operations. The Contractor shall keep a copy of the accepted SWPPP and accepted amendments at the project site. The SWPPP shall be made available upon request of a representative of the Regional Water Quality Control Board, State Water Resources Control Board, U.S. Environmental Protection Agency or local storm water management agency. Requests by the public shall be directed to the Engineer. By June 15 of each year, the Contractor shall submit an annual certification to the Engineer stating compliance with the requirements governing the Permit. If the project is in non-compliance at any time, the Contractor shall make a written report to the Engineer within 15 days of identification of non-compliance. Add the following section: 300-13-1.2 Availability of SWPPP template. A template for the required Tier 2 SWPPP document can be found in the City of Carlsbad Storm Water Standards Manual. The Contractor shall review the template and modify it as necessary to reflect the Contractor's operations. Add the following section: 300-13.1.3 Payment. Preparation, implementation and management of SWPPP shall be considered included in the lump sum bid price for Mobilization and Preparatory Work, and no additional payment will be made therefore. Add the following section: 300-13.1.4 SWPPP Implementation. Upon acceptance of the SWPPP, the Contractor shall be responsible throughout the duration of the project for installing, constructing, inspecting and maintaining the control measures included in the SWPPP and any amendments thereto and for removing and disposing of temporary control measures. Unless otherwise directed by the Engineer or specified in these supplemental provisions, the Contractor's responsibility for SWPPP implementation shall continue throughout any temporary suspension of work ordered in accordance with Section 6-3, "Suspension of Work". Requirements for installation, construction, inspection, maintenance, removal and disposal of control measures are specified in the "Handbook" and these supplemental provisions. Soil stabilization practices and sediment control measures, including minimum requirements, shall be provided throughout the winter season, defined as between October 1 and April 30. Implementation of soil stabilization practices and sediment control measures for soil-disturbed areas of the project site shall be completed, except as provided for below, no later than 20 days prior to the •^ Revised 06/10/09 Contract Nos. 3873 & 5512 Page 147 of 165 beginning of the winter season or upon start of applicable construction activities for projects which begin either during or within 20 days of the winter season. The Contractor shall implement, year-round and throughout the duration of the project, control measures included in the SWPPP for sediment tracking, wind erosion, non-storm water management and waste management and disposal. The Engineer may order the suspension of construction operations, at the Contractor's cost, which create water pollution if the Contractor fails to conform to the requirements of this section as determined by the Engineer. Add the following section: 300-13.1.5 Maintenance. To ensure the proper implementation and functioning of control measures, the Contractor shall regularly inspect and maintain the construction site for the control measures identified in the SWPPP in accordance with the requirements of the City of Carlsbad Storm Water Standards Manual. The Contractor shall identify corrective actions and time frames to address any damaged measures or reinitiate any measures that have been discontinued. During the winter season, inspections of the construction site shall be conducted by the Contractor to identify deficient measures, as follows: 1. When the five-day rain probability forecast exceeds forty percent (40%). 2. After any precipitation which causes runoff capable of carrying sediment from the construction site; 3. At 24 hour intervals during extended precipitation events; and 4. Routinely, at a minimum of once every week. If the Contractor or the Engineer identifies a deficiency in the deployment or functioning of an identified control measure, the deficiency shall be corrected by the Contractor immediately, or by a later date and time if requested by the Contractor and accepted by the Engineer in writing, but not later than the onset of subsequent precipitation events. The correction of deficiencies shall be at no additional cost to the City. 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 "150mm (6 inches)" to "300 mm (12")". 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-1557-91. 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. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 148 of 165 SECTION 302 - ROADWAY SURFACING 302-4 EMULSION-AGGREGATE SLURRY Add the following section: 302-4.3.4 Surface Preparation. As part of surface preparation prior to application of emulsion-slurry seal the Contractor shall: 1. treat the area to receive emulsion-slurry seal with a post emergent herbicide. Herbicide shall be applied at least 2 (two) working days prior to sealing of street. Allowance for the two day period shall be shown in the schedule required per section 6-1. 2. remediate cracks, potholes, and large areas of alligator cracking. Remediation shall be accomplished by: a) Removal of existing asphalt pavement, base material and soil and replacement with full depth asphalt concrete in locations designated by the Engineer b) Crack cleaning and sealing of all cracks designated by the Engineer. 302-4.4 Public Convenience and Traffic Control. 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 Coast Waste Management at (760) 929-9400. At least two weeks prior to work, Contractor shall send, by first class mail, notification letters to all property addresses on which sealing shall occur. Obtaining the appropriate addresses shall be the contractor's responsibility. Letters shall be as shown in bold type as follows, with the appropriate information specific to the work inserted at the locations indicated in the brackets and italicized. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 149 of 165 (Name of Contractoi) (Address of Contractoi) (Contractor's License Number) (Date) As a part of the City off Carlsbad's ongoing program to maintain its streets, your street will be sealed with a mixture of asphalt and sand, beginning in two or three weeks. This process requires that your street be closed for one day starting at 7:00 a.m. and continuing until the Contractor removes the traffic control devices. You will be notified 72 hours in advance of the day your street will be closed by a brightly colored 3 Ya" x 8 Ya" card attached to your doorknob. You will also notice temporary no parking signs on your street with a specific no parking date written on it. A successful street maintenance program depends on your cooperation. Please do not drive, walk, play, skate or allow pets on the sealed street until it has dried. Furthermore, please do not wash your car or turn on any sprinklers while you are waiting for the seal to dry. If you don't plan to leave your home before 7:00 a.m. on the day your street will be sealed, and you need to use your vehicle later in the day, please park your car on an adjacent street in your neighborhood that is not signed as a no parking zone. When walking to and from your car, remember not to walk on the newly sealed street or you will have black residue on the bottom of your shoes. The residue will damage some surfaces, will mark all surfaces that you track it on and will be very difficult to remove. (Name of Contractoi) is the Contractor that will be performing the resurfacing work for the City and you may call them at (24 hour per day attended telephone number in the 760 area code) for any questions you may have about the project. Sealing of your street will not occur on the day your trash is collected. On the day your street is sealed mail delivery may be delayed until the next day. You will not know the exact date your street will be closed until you receive the 3 Yz" x 8 Ya" card. If you have a moving company scheduled to come to your house within the next two weeks, please call and inform the Contractor of the date. If you have any concerns which are not addressed by the Contractor, please call the City's Engineering Inspection Department at 438-1161, extension 4323. They will assist you in resolving the concerns. The City of Carlsbad has some of the finest streets in the county due to the concern and cooperation of citizens like you. Your cooperation is greatly appreciated." Revised 06/10/09 Contract Nos. 3873 & 5512 Page 150 of 165 During sealing operations, the Contractors schedule for slurry seal application shall be designed to provide residents and business owners whose streets are to be sealed sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The Contractor shall deliver the notification which shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24 hour number answered by a representative of the Contractor who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 Ib. card stock. The printing on the notice shall be no smaller than 12 point. The precut notices shall be as shown on the example provided in Appendix "A", with the day of the week circled and appropriate information specific to the work inserted at the locations indicated in the italicized font. 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. 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. 302-5.2.2 Equipment, add the following: The machine shall be capable of grinding Asphalt Concrete so that the finished surface shall not vary from true plane enough to permit a .01 foot thick shim .25 feet wide to pass under a 12 foot long straight edge when the straight edge is laid on the finished surface parallel to the centerline. The transverse slope of the finished surface shall be uniform to a degree such that a .02 foot shim .25 feet wide will not pass under 12 foot long straight edge when the straight edge is laid on the finished surface in a direction transverse to the centerline and extending from edge to edge of a traffic lane. 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. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 151 of 165 302-5.4 Tack Coat, add the following: The Contractor shall place a tack coat between the successive interfaces of existing pavement and new pavement when, in the opinion of the engineer, the Contractor has failed to maintain or prepare each existing or previously laid course of asphalt receiving the subsequent course of asphalt in a sufficiently clean state and the asphalt receiving the new pavement course is dirty enough to impair bonding between the next lift of asphalt. 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. Delete the second sentence of paragraph 7 and the subsequent subsections A. thru E. which reference windrow operations. Add the following sentence in place of the deleted sentence and subsequent subsections: The use of windrow operations shall not be allowed. 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. 302-5.8 Manholes (and other structures), delete the first paragraph and replace with the following: When placing the overlay the Contractor shall pave over appurtenances in the roadway which includes sanitary and storm access covers, water valve boxes, air vents, sewer dead end boxes and survey monument boxes. Each appurtenance shall be treated or covered to prevent adhesion of the overlay. Each appurtenance shall be located immediately after the overlay is placed and shall be thoroughly cleaned of any and all construction debris which may have entered due to the Contractor's operation. The contractor shall adjust all CMWD water valve boxes per CMWD Standard Drawing No. W11 or CMWD Standard Drawing No. W13. All City of Carlsbad sanitary sewer access covers shall be adjusted per CMWD Drawing No. S1. All storm sewer access covers shall be adjusted per SDRSD D-10. Riser rings or extensions shall not be used for the adjustment of these appurtenances. Raising and adjusting to grade all appurtenances in the roadway shall be paid for at the contract unit price per each as shown in the Bid. Such price shall constitute full compensation for all labor, materials, and equipment necessary for completing the work as described in these specifications and plans. 302-5.9 Measurement and Payment, add the following: Payment for asphalt concrete shall be considered as included in the various bid items and no additional payment will be made therefore. Add the following section: 302-11 ASPHALT PAVEMENT REPAIRS AND REMEDIATION Add the following section. 302-11.1 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-1h emulsified asphalt and the placement of asphalt concrete base and wearing courses as specified herein Add the following section. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 152 of 165 302-11.2 Full Depth Asphalt Concrete Patch. Full depth asphalt concrete patch shall consist of removing asphalt concrete and/or aggregate base/subgrade to 300 mm (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 base/subgrade shall be straight and vertical. The Contractor shall compact the upper 300mm (V) of subgrade to 95% relative compaction. A tack coat of SS-1h 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 O.IOgallons 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 (1.0') 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. 302-11.4. 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, saw cutting and removing and disposing 300 mm (1') thick section of existing asphalt concrete, aggregate base/subbase and basement soil as designated by the engineer, placement of asphalt concrete, compaction of subbase and asphalt concrete, placement of SS-1h 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 therefore. 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 therefore. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 153 of 165 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. 4. Weather conditions. The following formula shall be used to score the permitted use of steel plate bridging: PS = [ APT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (kmh) + SLOPE X 100] X LANES 1000 8 PS = [ APT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (mph) + SLOPE X 100] X LANES 1000 5 where: PS = plate score. ADT = average daily traffic as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement. EWL = equivalent wheel loads as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement. DAYS = total number of 24 hour periods during which the plates will be utilized at the site being considered. WEEKEND = total number of Saturdays, Sundays and holidays that the plates will be utilized at the site being considered. NIGHTS = total number of overnight periods that the plates will be in place, exclusive of Saturday, Sunday and holiday nights. WEATHER = 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. SPEED = 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. SLOPE = the quotient of the vertical differential divided by the horizontal distance. The vertical and horizontal dimensions shall be measured at the locations spanning a distance of 15 m (50') up and downstream of the position of the proposed steel plate bridging. LANES = the number of lanes where plates will be used. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 154 of 165 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 306-1.5. Add the following section: 306-1.1.7.3 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 sole discretion of the Engineer, it is approved as specified hereinbefore. b) Steel plates used for bridging must extend a minimum of 610 mm (2') beyond the edges of the trench. c) Steel plate bridging shall be installed to operate with minimum noise. When the use of steel plate bridging and shoring is approved by the Engineer, the Contractor shall install using either Method (1) or (2) depending on the design speed of the portion of street where the steel plate bridging is proposed for use. Method 1 [For speeds more than 70 Km/hr (45 MPH)]: The pavement shall be cold planed to a depth equal to the thickness of the plate and to a width and length equal to the dimensions of the plate. The cold milling shall produce a flat surface that the plate shall rest on with no horizontal or vertical movement. Horizontal gaps between the unmilled pavement and the plate shall not exceed 25 mm (1") and shall be filled with elastomeric sealant material which may, at the contractor's option, be mixed with no more that 50%, by volume, of Type I aggregate conforming to the requirements of tables 203-5.2(6) 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 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 Revised 06/10/09 Contract Nos. 3873 & 5512 Page 155 of 165 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. Add the following section: 306-1.1.7.4 Materials. The minimal thickness of steel plate bridging shall be as shown in Table 306-1.1.7.4(A) TABLE 306-1.1.7.4(A) REQUIRED PLATE THICKNESS FOR A GIVEN TRENCH WIDTH Maximum Trench Width ™ 0.3m (10") 0.6m (23") 0.8m (31") 1.0m (41") 1.6m (63") Minimum Plate Thickness 13mm (V) 19mm (V) 22mm C/8") 25mm (1") 32 mm (1 1/4") (1) For spans greater than 1.6 m (5'), a structural design shall be prepared by a registered civil engineer and submitted to the Engineer for review and approval in accordance with section 2-5.3. 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. 306-1.3.1 General, add the following: The Contractor shall install detectable underground utility marking tape 230 mm x75 mm (9" x 3") above each or, in the case of bundled underground conduit of the same type, the upper underground conduit being installed by the open trench method. The type and color of detectable underground utility marking tape shall conform to the requirements of section 207-25 et seq. 306-1.5 Trench Resurfacing. 306-1.5.1 Temporary Resurfacing. Delete the fourth and fifth paragraphs and substitute the following: Temporary bituminous resurfacing materials which are placed by the Contractor are for its convenience and shall be at no cost to the Agency. Temporary bituminous resurfacing materials shall be used in lieu of permanent resurfacing only when approved by the Engineer. When temporary bituminous resurfacing materials are used in lieu of permanent resurfacing it shall be removed and replaced with permanent resurfacing within 7 days of placement. No additional payment will be made for temporary bituminous resurfacing materials. The price bid for the associated conduit or structure shall include full compensation for furnishing, placing, maintaining, removing, and disposing of such temporary resurfacing materials. A•K Revised 06/10/09 Contract Nos. 3873 & 5512 Page 156 of 165 306-1.5.2 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. SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNALS 307-3 STREET LIGHTING CONSTRUCTION. Modify as follows: Section 209, "Signals, Lighting and Electrical Systems" herein, shall replace Section 307-3, "Street Lighting Construction ", of the SSPWC in all matters pertaining to the specifications for measurement, payment, warranty, and methods of construction for all elements of street lighting. 307-4 TRAFFIC SIGNAL CONSTRUCTION. Modify as follows: Section 209, "Signals, Lighting and Electrical Systems" herein, shall replace Section 307-4, "Traffic Signal Construction ", of the SSPWC in all matters pertaining to the specifications for measurement, payment, warranty, and methods of construction for all elements of traffic signals. SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATION 308-2 EARTHWORK AND TOPSOIL PLACEMENT 308-2.3.2 Fertilization and Conditioning Procedures, add the following: The Contractor shall cultivate the surface of all areas to be planted or hydroseeded by discing, ripping or scarifying the finish grade. After cultivation the Contractor shall clear the planting areas of stones to the depth of cultivation and shall be rake the planting areas to a smooth friable and plantable surface. The Contractor shall cultivate all planting areas, except slopes steeper than 3-1/2:1 (horizontal to vertical), to a depth of 300 mm (12"). The planting areas that are slopes steeper than 3-1/2:1, shall be cultivated to a depth of 150 mm (6"). After cultivation, the soil amendments shown in table 308-2.3.2(A) shall be thoroughly blended 150 mm (6") deep in all planting areas. Except for planting pits the cultivation depths are designated as the root area. Backfill for planting pits shall conform to the requirements of section 308-4.5. After surface preparation and application of the soil amendments shown in Table 308-2.3.2(A) the Contractor shall obtain a minimum of one test for each soil property listed in Tables 308-2.3.2(6) and 308-2.3.2(C) from each median planter, at least one test per 150 m (500') from each parkway and for each hectare (2.5 acres) of hydroseeded area and shall submit the results of said tests to the Engineer. The Contractor shall then adjust the soil properties to the acceptable ranges of soil properties shown in Tables 308-2.3.2(6) and 308-2.3.2(C) using such materials and methods as may be necessary. Organic soil amendment materials shall not be included in the samples used to determine compliance to the soil particle gradation requirements of Table 308-2.3.2(C). If adjustments are necessary the soil shall be tested by the Contractor after such adjustments for each soil property listed in Table 308-2.3.2(6) and 308- 2.3.2(C) to determine that the adjustments to the soil made by the Contractor result in soil properties within the acceptable range. The Contractor shall adjust the soil properties and show acceptable ranges prior to any planting or application of hydroseed slurry. Prior to the start of any planting or application of hydroseed slurry the surface and root area shall be evenly and thoroughly moistened to no less than 75 percent of field capacity. The Contractor shall certify, in writing, that the ground surface has been prepared in accordance with this section and shall request inspection by the Engineer prior to any planting or seeding. The Contractor shall obtain the Engineer's approval before any planting or hydroseeding. TABLE 308-2.3.2(A) SOIL AMENDMENTS Soil Amendment Agricultural Gypsum Iron Sulfate Calcium Carbonate Lime Organic Soil Amendment Metric Application Rate 500 g per square meter 50 g per square meter 500 g per square meter 0.041 15 cubic meters per square meter (average depth 41 mm) Approx. U.S. Application Rate 100 Ibs. per 1 ,000 square feet 10 Ibs. per 1 ,000 square feet 100 Ibs. per 1 ,000 square feet 5 cubic yards per 1 ,000 square feet (average depth 1 5/8") Am¥ Revised 06/1 0/09 Contract Nos. 3873 & 551 2 Page 1 57 of 1 65 TABLE 308-2.3.2(6) SOIL PROPERTIES Soil Property pH Dissolved Salts (Ece) Liquid Limit Plasticity Index Acceptable Range 6.5 to 7.3 <4.0dSm'1 N/A to 30 NPtolO Test Method Saturation Paste pH Saturation Paste Soluble Salts ASTM D 423 ASTM D424 Repeatability Range of Test ±0.1 pH ± 7% ± 2 ± 2 TABLE 308-2.3.2(0) SOIL PARTICLE GRADATION Sieve Siize 19 mm(3/4") 9.5 mm (3/8") 4.75 mm (No. 4) 1.89 mm (No. 10) 475 urn (No. 40) 75 urn (No. 200) Percent Passing 100 95-100 60-85 40-75 35-70 30-70 For areas to receive planting of all types, excluding only hydroseeding, the Contractor shall amend the prepared soil by blending 200 g of 7-7-7 fertilizer per square meter (40 Ibs. per 1,000 square feet) into the top 150 mm (6") of soil after the completion of adjustment of soil properties and acceptance of the planting area by the Engineer. The Contractor shall apply post-plant 12-4-6 fertilizer at the rate of 20 pounds per 1,000 square feet, 30 days after planting and every 30 days through the end of the maintenance period. 308-2.4 Finish Grading., add following: The Contractor shall prepare the finish grade in hydroseed slope areas with a moderately rough texture to provide a suitable surface for adherence of the hydroseed mix. 308-4 PLANTING. 308-4.1 General, add the following: The Contractor shall perform actual planting during those periods when weather and soil conditions are suitable and in accordance with locally accepted horticultural practice and as approved by the Engineer. No planting shall be done in any area untit it has been satisfactorily prepared in accordance with these specifications. Soil moisture level prior to planting shall be no less than 75 percent of field capacity. The Contractor shall obtain the Engineer's approval of planting pits before planting operations begin. For pit planted vegetation when the soil moisture level is found to be insufficient for planting, the Contractor shall fill the planting pits with water and allow them to drain before starting planting operations. No more plants shall be distributed in the planting area on any day than can be planted and watered on that day. The Contractor shall plant and water all plants as herein specified immediately after removal from their containers. Containers shall not be cut prior to placing the plants in the planting area. It shall be the responsibility of the Contractor to provide continuous horticultural services and temporary and/or permanent irrigation to all planted and hydroseeded areas so that the planted and hydroseeded vegetation is 100 percent healthy and thriving prior to, and throughout the, landscape maintenance period. 308-4.8.2(b) Method B. add the following: The Contractor shall prepare hydroseeding slurry on the job site. Slurry additives shall arrive at the site in bags sealed and properly identified by the manufacturer. Seed bag certificates and material invoices for seed slurry components shall be submitted to the Engineer. All specified additives and water shall be added on the job site at the rates specified and shall be thoroughly mixed at the job site. The Contractor shall add seed to the slurry after the fiber mulch has been thoroughly incorporated. The Contractor shall spray all areas with a uniform, visible coat using the green color of the mulch as a guide. The Contractor shall apply the slurry in a sweeping motion, in an arched stream so as to fall like rain allowing the mulch fibers to built on each other until a good coat is Revised 06/10/09 Contract Nos. 3873 & 5512 Page 158 of 165 achieved and the material is spread, evenly, at the required rate per area. The Contractor shall use care not to drag spray hoses over container planted material and shall attempt to spray from the edges of the planting areas wherever possible. Any slurry mixture which has not been applied to the planting areas within four (4) hours after mixing is be rejected and removed from the project at the Contractor's expense. Any slurry spilled into areas outside the limits of work shall be cleaned up at the Contractor's expense to the satisfaction of the Engineer. The Contractor shall assure that the site is properly prepared. The Contractor shall repair all tire ruts created by the equipment. Areas needing grading repair prior to hydroseeding shall be blended and floated to match surrounding grades. Areas having less than 80% plant coverage within thirty (30) days after the initial application shall be reseeded every twenty (20) days until 80% of the ground surface is evenly covered by hydroseeded or subsequently reseeded growth. Add the following section: 308-4.8.3.1 Weed Eradication. The Contractor shall water all irrigated areas to be hydroseeded for three (3) weeks prior to hydroseeding to allow for germination of the weed seeds. The Contractor shall spray all weeds with a post emergent herbicide immediately after the completion of the three week irrigation period. After two (2) weeks, the Contractor shall again eradicate the weeds and complete the preparation of the soil prior to the application of the hydroseed mixes. Add the following section, 308-4.10 Erosion Control Matting Installation Add the following section, 308-4.10.1 General. Before installation of erosion control matting the Contractor shall complete all soil preparation, fine grading, and hydroseeding of the areas to receive erosion control matting. Add the following section: 308-4.10.2 Coordination with Hydroseeding. Erosion control matting shall be installed by the Contractor immediately after the first application of hydroseed materials. In all cases the Contractor shall place the erosion control matting within three days after the first hydroseed material application. Should any seed in the hydroseed materials begin to germinate within the three-day period after application or before the installation of the erosion control matting, the installation of the erosion control matting shall be considered as late and the Contractor shall disc the hydroseed materials into the top 100m (4") of the underlying soil, condition the soil for hydroseeding, apply hydroseeding materials at the rates and of the type specified and then install the erosion control matting. No additional payment will be made for second or subsequent hydroseed applications resulting from late installation of erosion control matting. Add the following section: 308-4.10.3 Installation. The Contractor shall install erosion control matting using the following techniques: 1. Begin at the top of the slope by placing the erosion control matting into a 150 mm (6") wide by 150 mm (6") deep trench with the end of the matting laid flat in the bottom of the trench 2. Anchor the end of the erosion control matting with erosion control mat staples spaced no more than 300 mm (12") on centers placed at the intersection of the bottom and the downhill vertical face of the trench. 3. Roll the erosion control matting down the slope. 4. Staple the erosion control matting on an alternating grid consisting of three across and two across lines of staples in horizontal lines spaced 900mm (3') on centers. 5. Erosion control mat so stapled shall be spaced such that no less than 1 % staples per square meter (1Vz staples per square yard) are provided to anchor the erosion control matting. 6. Start the adjacent erosion control mat as in Item 1. of this section, overlapping the previously placed mat by no less than 50 mm (2"). 7. Staple placement may be such as to use the staples used to secure the adjacent mat to secure both mats along their edges. 308-8 PAYMENT, add the following: Full compensation for hydroseeding Disturbed Areas shall be considered as included in the lump sum prices for the various bid items for which hydroseeding is required, and no additional compensation will be allowed therefore. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 159 of 165 SECTION 310-PAINTING 310-5 PAINTING VARIOUS SURFACES. 310-5.6 Painting Traffic Striping, Pavement Markings and Curb Markings. Modify the fifth paragraph as follows: The Contractor shall furnish all equipment, materials, labor, and supervision necessary for painting traffic lanes, directional arrows, guidelines, curbs, parking lines, crosswalks, and other designated markings in accordance with the Plans, or for approved temporary detours essential for safe control of traffic through and around the construction site. The Contractor shall remove by wet grinding all existing or temporary traffic markings and lines that may confuse the public. When temporary detour striping or markings are no longer required, they shall be removed prior to painting the new traffic stripes or markings. 310-5.6.3 Equipment. Delete the ninth paragraph and substitute the following: The Contractor shall provide a wet grinding machine with sufficient capacity to completely remove all existing or temporary traffic striping or markings that conflict with the striping plan, or are contrary to the Traffic Manual, or that may be confusing to the public. The surface produced by grinding the existing or temporary traffic striping or markings on pavement shall not exceed variations from a uniform plane more than 3 mm (V8") in 3 m (10') when measured parallel to the centerline of the street or more than 6 mm (V4") in 3 m (10') 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. 310-5.6.6 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 striping by high velocity water jet may be permitted when there is neither potential of the water and detritus from the high velocity water jetting to damage vehicles or private property nor to flow from the street into any storm drain or water course and when approved by the Engineer. The Contractor shall vacuum all water and detritus resulting from high velocity water jet striping removal from the pavement immediately after the water jetting and shall not allow such materials to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitations for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. Alternate methods of paint removal require prior approval of the Engineer. Obliteration of traffic striping with black paint, light emulsion oil or any other masking method other than a minimum 30mm (0.10') thick asphalt concrete overlay is not permitted. 310-5.6.7 Layout, Alignment, and Spotting. Modify the first paragraph as follows: The Contractor shall establish the necessary control points for all required pavement striping and markings by 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 100mm (1/2 inch in 50 feet) by wet grinding, and then correcting the markings. The Contractor shall lay out (cat track) immediately behind installation of surface course asphalt and as the work progresses. 310-5.6.8 Application of Paint. Modify the second paragraph as follows: The Contractor shall apply the first coat of paint immediately upon approval of striping layout by the Engineer. The Contractor shall paint the ends of each median nose yellow. Add the following to the eighth paragraph: The Contractor shall apply temporary traffic stripes in one coat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are clearly visible both day and night. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 160 of 165 310-5.6.10 Measurement and Payment. Modify the first paragraph as follows: Final traffic striping, curb markings and pavement markings as required by the specifications are a part of the unit price per square foot bid for 1-1/2" AC Pavement Grinding Overlay and Traffic Striping and no additional compensation will be allowed therefore. The unit price bid shall include all labor, tools, equipment, materials, and incidentals for doing all work in installing the final traffic striping, curb markings and pavement markings. Temporary traffic striping as required by the specifications is a part of the lump-sum item for traffic control, and no additional compensation will be allowed therefore. The lump sum price bid shall include all labor, tools, equipment, materials, and incidentals for doing all the work in installing and removing temporary traffic striping. 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: 312-1.1 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: 313-1.1 General. The Contractor shall supply and install temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances at the locations shown on the plans and as required in the specifications, complete in place prior to opening the traveled way served by said final and temporary traffic pavement markers, signing, railing (type K) and appurtenances to public traffic. 313-1.2 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 312 "Pavement Marker Placement and Removal", except the 14-day waiting period before placing the pavement markers on new Revised 06/10/09 Contract Nos. 3873 & 5512 Page 161 of 165 asphalt concrete surfacing as specified in section 312-1 "Placement", shall not apply; and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Add the following section: 313-1.3 Channelizers. Channelizers shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Channelizer posts shall be orange in color. Channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm (3" x 12") in size. The reflective sheeting shall be visible at 300 m (1000') at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. The channelizer bases shall be cemented to the pavement in the same manner as provided for cementing pavement markers to pavement in section 312-1, "Placement." Channelizers shall be applied only on a clean, dry surface. Channelizers shall be placed on the alignment and location shown on the plans and as directed by the Engineer. The Channelizers shall be placed uniformly, straight on tangent alignment and on a true arc on curved alignment. All layout work necessary to place the Channelizers to the proper alignment shall be performed by the Contractor. If the Channelizers are displaced or fail to remain in an upright position, from any cause, the Channelizers shall immediately be replaced or restored to their original location, by the Contractor. The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of section 4-1.5, "Certification". Said certificate shall certify that the Channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the Engineer and were manufactured in accordance with a quality control program approved by the Engineer. Add the following section: , 313-2 TEMPORARY TRAFFIC SIGNING. Add the following section: 313-2.1 General. The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on plans and specified herein. Add the following section: 313-2.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original approved locations. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and readable condition. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of such marking being discovered during non-working hours or, when the marking is discovered during working hours, within 2 hours of such discovery of marking. Add the following section: 313-3 TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS. Add the following section: 313-3.1 Temporary Railing and Crash Cushions. Temporary railing (Type K) shall consist of 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 210-1.5 "Paint Systems" and 310 "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. Revised 06/10/09 Contract Nos. 3873 & 5512 Page 162 of 165 Add the following section. 313-3.1.2 Manufacture of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be manufactured per CALTRANS Standard Drawing T3. Concrete used to manufacture Temporary railing (Type K) shall conform to the provisions in sections 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures"." Load tickets and a Certificate of Compliance will not be required. Reinforcing steel shall conform to the provisions sections 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures". Steel bars to receive bolts at ends of concrete panels shall conform to ASTM Designation: A 36/A 36M. The bolts shall conform to ASTM Designation: A 307. A round bar of the same diameter may be substituted for the end-connecting bolt shown on the plans. The bar shall conform to ASTM Designation: A 36/A 36M, shall have a minimum length of 660 mm and shall have a 75 mm (3") diameter by 9 mm (3/8") thick plate welded on the upper end with a 5-mm (3/ie") 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 (10') 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 Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement 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: 313-3.2 Temporary Sand-Filled Crash Cushions. Temporary sand-filled crash cushion units shall be "Energite III" 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 Drawings T1 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 Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement shall also be installed at each TSFCC array as shown in CALTRANS Standard Drawings T1 and T2. Particular care shall be taken to assure that Revised 06/10/09 Contract Nos. 3873 & 5512 Page 163 of 165 crash cushions are installed with the soil supporting them and the adjacent soil leveled to match the elevation of the bottom of the temporary railing immediately adjacent to the crash cushion. All routes of approach to the TSCFF array shall be graded such that any vehicle diverging from the travelled way to strike the TSCFF will travel on a vertical alignment parallel to the segment of the travel lane that it departed from. Add the following section: 313-4 MEASUREMENT AND PAYMENT. Temporary traffic pavement markers, temporary channelizers, temporary signing, temporary railing (type K), temporary crash cushions and temporary appurtenances thereto shown on the plans or required in the specifications are a part of the lump- sum item for traffic control and payment therefore 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 installation and/or 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. A•^ Revised 06/10/09 Contract Nos. 3873 & 5512 Page 164 of 165 APPENDIX "A" CITY OF CARLSBAD ROAD WORK ABC CONTRACTORS OFFICE # (760)XXX-XXXX FIELD # (760)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 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 St. to DEF Ave. will be closed to through traffic and resurfaced on: MON. TUE. WED. THU. FRI. DATE: XX/XX/XX from 7:OOA.M. to 5:00 P.M. If you don't plan to leave your home by 7:00 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's Project Inspector. 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 the above phone number 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 Project Inspector @ (xxx) xxx-xxxx. Thank you for your cooperation as we work to make a better City of Carlsbad. oRevised 06/10/09 Contract Nos. 3873 & 5512 Page 165 of 165 CITY OF CARLSBAD BEECH AVENUE SEWER AND HOME PLANT LIFT STATION INFLUENT SEWER PROJECTS TECHNICAL SPECIFICATIONS TABLE OF CONTENTS DIVISION 01 - GENERAL REQUIREMENTS 011010 SUPPLEMENTAL INFORMATION 012000 MEASUREMENT AND PAYMENT 013233 PRECONSTRUCTION AUDIO-VIDEO DOCUMENTATION 013300 SUBMITTALS 015100 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS DIVISION 02 - EXISTING CONDITIONS 020120 PROTECTING EXISTING UNDERGROUND UTILITIES DIVISION 03 - CONCRETE 030500 GENERAL CONCRETE CONSTRUCTION 034210 PRECAST CIRCULAR CONCRETE MANHOLES DIVISION 09-FINISHES 099720 CHEMICAL-RESISTANT COATINGS FOR CONCRETE 099752 COLD-APPLIED WAX TAPE COATING 099754 POLYETHYLENE SHEET ENCASEMENT (AWWA C105) DIVISION 31 - EARTHWORK 312316 TRENCHING, BACKFILLING, AND COMPACTING 317216 AUGER BORING DIVISION 32 - EXTERIOR IMPROVEMENTS 321216 ASPHALT CONCRETE PAVING DIVISION 33 - UTILITIES 330130 LEAKAGE AND INFILTRATION TESTING 330131 SANITARY SEWER SYSTEM TELEVISION INSPECTION 330132 BYPASS PUMPING SYSTEM 330133 SEWER LINE CHEMICAL GROUTING 330140 CURED-IN-PLACE SEWER PIPE LINING 330523 MICROTUNNELING OF PIPES 333110 VITRIFIED CLAY PIPE 333112 PVC GRAVITY SEWER PIPE 333120 REINFORCED PLASTIC MORTAR GRAVITY SEWER PIPE DIVISION 40 - PROCESS INTEGRATION 400722 FLEXIBLE PIPE COUPLINGS 400762 WALL PIPES, SEEP RINGS, AND PENETRATIONS 402092 PVC DISTRIBUTION PIPE (AWWA C900) END OF SECTION ENGINEER OF WORK FOR TECHNICAL SPECIFICATIONS: SECTION 011010 SUPPLEMENTAL INFORMATION A. Terms Command-type sentences used in the contract documents refer to and are directed to the Contractor. B. Location of Project Site The project facilities are generally located along Beech Avenue between Ocean Street and Washington Street and just south of the existing Home Plant Sewer Lift Station, extending from the east to the west side of Carlsbad Boulevard, in the City of Carlsbad, California. Refer to the Thomas Guide, San Diego County, 2008 Edition, Map Page 1106, Grid Reference D5. C. Construction Testing 1. The Owner shall furnish compaction testing for all bedding, backfill, and soil compaction testing. 2. The Owner shall furnish all materials testing and special inspections called for in the Contract Documents. 3. When any work is determined to be unsatisfactory, faulty or defective, or does not conform to the requirements of the Contract Documents, the costs incurred by the Owner for additional tests or inspections shall be reimbursed by the Contractor. Said costs shall be paid by the Owner and deducted from progress payments to the Contractor. D. Record Information 1.Appendix "E" contains record and as-built information for the following existing City of Carlsbad facilities in the vicinity of the project sites: Drawing Name Downtown Force Main Ocean Street Sewer - Beech Ave Line Beech Ave Water Line Improvements Improvement Plans for Carlsbad Blvd Home Plan Sewage Pump Station Plans for the Construction of the Home Plant PS Force Main Drawing Number 133-9 188-9 195-3 291 -2A 315-2 315-2B 2.This information is provided as a convenience to the Contractor only and all information contained therein shall be field verified prior to construction. 5/21/09 Beech Avenue Sewer & Home Plant Lift Station Contract Nos. 3873 & 5512 Supplemental Information Section 011010-1 E. Use of Asbestos Products Not Permitted The intent of the Contract Documents is to provide asbestos-free components throughout the project in accordance with the recent Environment Protection Agency stated policy seeking a ban on the use of all products containing asbestos. Where the Contract Documents or the referenced specifications, standards, codes, or tests refer to products containing asbestos, the Contractor shall provide acceptable alternatives under those documents, or in the absence of such referenced alternatives, he shall submit a proposed substitute to the District's Representative for review and acceptance. F. Asbestos Cement Pipe Removal and Disposal If asbestos cement pipe must be cut and handled in the field to accomplish the work, the Contractor is solely responsible for and shall take all appropriate precautions for protecting against threats to health and safety of the work force and general public arising out of construction involving asbestos. The Contractor shall comply with all applicable regulations for the handling, cutting, shaping, installation and disposal of asbestos. Asbestos cement pipe to be disposed shall be properly manifested, prepared for transport following criteria of County of San Diego Department of Public Works, Solid Waste Division, and delivered to a landfill permitted for disposal of non-friable asbestos containing materials. The completed Generator copy (yellow) manifest shall be returned to the District's Representative. All cost for disposal of the AC pipe shall be included in the Contractor's bid. G. Access of Owner's Representative to Confined Spaces in Structures Under Construction 1. The Contractor shall be aware that some or all portions of the work may be designated as a PERMIT REQUIRED CONFINED SPACE. The Contractor is required to provide the Owner with a copy of the Contractor's Confined Space Program prior to beginning work. Safety submittals will be retained on file. Contractor's Confined Space Program shall be in compliance with Cal-OSHA's Confined Space regulatory requirements. The Contractor is required to perform all work in accordance with Cal-OSHA Confined Space requirements. 2. The Contractor shall provide the following assistance to the personnel of the Owner's Representative when said personnel must enter confined spaces in structures under construction or structures which have not been accepted by the Owner. a. Training program for the personnel of the Owner's Representative relevant to the specific structures being entered. b. Testing equipment and personnel to operate said equipment for testing the atmosphere in the confined spaces for oxygen deficiency, explosive gases, and toxic gases. c. Authorized competent person to stand by each confined space while entrants are inside the space. d. Safety equipment (breathing apparatus, harnesses, and rescue equipment) in good working order. 5/21/09 Supplemental Information Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 011010-2 & Home Plant Lift Station e. Communication equipment. f. Access equipment (hoists and ladders). g. Signs. * h. Alarm system. i. Ventilation system. 3. The Contractor shall identify confined spaces on the project, mark them with warning signs per CAL/OSHA requirements, and notify the District's Representative that these structures now exist. H. Existing Conditions and Examination of Contract Documents 1. The Bidder represents that it has carefully examined the contract documents and the site where the Work is to be performed and that it has familiarized itself with all local conditions and federal, state and local laws, ordinances, rules, and regulations that may affect in any manner the performance of the Work. The Bidder further represents that it has studied all surveys and investigation reports about subsurface and latent physical conditions pertaining to the jobsite, that it has performed such additional surveys and investigations as it deems necessary to complete the Work at its bid price, and that it has correlated the results of all such data with the requirements of the contract documents. The submittal of a bid shall be conclusive evidence that the Bidder has investigated and is satisfied as to the conditions to be encountered, including locality, uncertainty of weather and all other contingencies, and as to the character, quality, quantities, and scope of the Work. 2. The drawings and specifications for the Work show subsurface conditions or otherwise hidden conditions as they are supposed or believed by the Design Engineer to exist, but it is not intended or to be inferred that the conditions as shown thereon constitute a representation that such conditions are actually existent. Except as otherwise specifically provided in the contract documents, the Owner, the Design Engineer, and their consultants shall not be liable for any loss sustained by the Contractor as a result of any variance of such conditions as shown in the drawings and the actual conditions revealed during the progress of the Work or otherwise. 3. No information derived from such inspection of records of investigations or compilation thereof made by the Owner, the Design Engineer, or their consultants will in any way relieve the Bidder or Contractor from any risk or from properly fulfilling the terms of the contract nor entitle the Contractor to any additional compensation. I. Indemnity 1. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the Owner, the Design Engineer, the Owner's Representative, and their consultants, and each of their directors, officers, agents, and employees from and against all claims, damages, losses, expenses, and other costs, including costs of 5/21/09 Supplemental Information Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 011010-3 & Home Plant Lift Station defense and attorneys' fees, arising out of or resulting from or in connection with the performance of the Work, both on and off the jobsite, provided that any of the foregoing (1) is attributable to personal injury, bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom, anfi (2) is caused in whole or in part by any act or omission of the Contractor, any subcontractor, any supplier, anyone directly or indirectly employed by any of them or anyone for whose acts or omissions any of them may be liable, regardless of whether or not caused in part by any act or omission (active, passive, or comparative negligence included) excepting only the indemnitee's sole negligence or willful misconduct. 2. In any and all claims against the indemnified parties by any employee of the Contractor, any subcontractor, any supplier, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under the first and fourth paragraphs in this article on INDEMNITY shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable, by or for the Contractor, or any subcontractor, or any supplier, or other persons under workers' compensation acts, disability benefit acts, or other employee acts. 3. The obligations of the Contractor under the first and fourth paragraphs in this article on INDEMNITY shall not extend to the liability of the Design Engineer, the Owner's Representative, and their consultants, and each of their directors, officers, employees, and agents, arising out of or resulting from or in connection with the preparation or approval of maps, drawings, opinions, reports, surveys, designs or specifications, providing that the foregoing was the sole and exclusive cause of the loss, damage, or injury. a. The Contractor shall also indemnify and hold harmless the Owner, the Design Engineer, the Owner's Representative, and their consultants, and each of their directors, officers, employees, and agents from and against all losses, expenses, damages (including damages to the Work itself), attorneys' fees, and other costs, including all costs of defense, which any of them may incur with respect to the failure, neglect, or refusal of Contractor to faithfully perform the Work and all of the Contractor's obligations under the contract. Such costs, expenses, and damages shall include all cost, including attorneys' fees, incurred by the indemnified parties in any lawsuit to which they are a party. END OF SECTION 5/21/09 Supplemental Information Beech Avenue Sewer ' Contract Nos. 3873 & 5512 Section 011010-4 & Home Plant Lift Station SECTION 012000 MEASUREMENT AND PAYMENT PART 1 - GENERAL A. Work Listed in the Schedule of Work Items 1. Work under this contract will be paid on a unit price or lump-sum basis as outlined on the Bid Form for the quantity of work installed. 2. The unit prices and lump-sum prices include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work involved to complete the work included in the contract documents. 3. The application for payment will be for a specific item based on the percentage completed or quantity installed. The percentage complete will be based on the value of the partially completed work relative to the value of the item when entirely completed and ready for service. 4. Extra work or changes in the Work shall be accomplished as provided in the General Provisions. B. Work Not Listed in the Schedule of Work Items 1. The General Provisions and items in the Special Provisions, general requirements, and specifications which are not listed in the schedule of work items of the Bid Form are, in general, applicable to more than one listed work item, and no separate work item is provided therefor. Include the cost of work not listed but necessary to complete the project designated in the contract documents in the various listed work items of the Bid Form. 2. The bids for the work are intended to establish a total cost for the work in its entirety. Should the Contractor feel that the cost for the work has not been established by specific items in the Bid Form, include the cost for that work in some related bid item so that the Proposal for the project reflects the total cost for completing the work in its entirety. C. Sheeting. Shoring, and Bracing Payment for sheeting, shoring, and bracing for the protection of life and limb, in conformance with the applicable safety orders, shall be made at the contract lump-sum bid price. 5/21/09 Measurement & Payment Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 012000-1 & Home Plant Lift Station PART 2 - MATERIALS A.Description of Bid Items Item A-1 Mobilization and Preparatory Work - See Section 9-3.4 of the General Provisions. Item A-2 Traffic Control - Bid item shall include providing complete Traffic Control including providing traffic handling/stage construction, and furnishing, installing, maintaining during all stages of construction, removing traffic control devices when they are no longer needed, and temporary street striping. The contract lump sum price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the Standard Specifications, the Special Provisions, and as directed by the Engineer. Item A-3 Protection of Existing Utilities - Bid item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in protection and restoration or relocation of the existing improvements and utilities damaged or removed during construction including but not limited to potable water, irrigation, fire water, sewer and gas pipelines and their appurtenances, curb, gutter, fence and sidewalk protection, maintenance and removal of temporary by-pass piping of utility required temporary removal due to construction. Sewer by- pass pumping is paid by separate bid item. Item A-4 Construction Schedule - See Section 6-1 of the General Provisions. Item A-5 Beech Avenue, Construction of Shaft, Sta 11+91.74 - Bid item in general includes but is not limited to all construction activities related to construction of the shaft at Sta 11+91.74 for trenchless construction. Including excavation shoring, stock pile of excavated material, removal and disposal of excess excavated material, BMPs related to the excavation, dewatering if necessary, 5-ft dia PVC lined sewer access hole with cover once carrier pipe has been installed, pipe connections as shown on the plans, modification to the existing manhole, reconstruction/relocation of the existing 8-inch water main and associated fittings, valves, appurtances, and thrust blocks and abandonment and removal of the existing water main, removal of shoring, backfill, compaction and restoration of AC pavement. Item A-6 Beech Avenue, Construction of Shaft, Sta 14+25.0 - Bid item in general includes but is not limited to all construction activities related to construction of the shaft at Sta 14+25.0 for trenchless construction. Including excavation shoring, stock pile of excavated material, removal and disposal of excess excavated material, BMPs related to the excavation, dewatering if necessary, 5-ft dia PVC lined sewer access hole with cover once carrier pipe has been installed, pipe connections as shown on the plans, removal of shoring, backfill, compaction and restoration of AC pavement. 5/21/09 Beech Avenue Sewer & Home Plant Lift Station Contract Nos. 3873 & 5512 Measurement & Payment Section 012000-2 Item A-7 Beech Avenue, Construction of Shaft, Sta 17+32.57 - Bid item in general includes but is not limited to all construction activities related to construction of the access shaft at Sta 17+32.57 for trenchless construction. Including excavation shoring, stock pile of excavated material, removal and disposal of excess excavated material, BMPs related to the excavation, dewatering if necessary, 5-ft dia PVC lined sewer access hole with cover once carrier pipe has been installed, pipe connections as shown on the plans, sewer lateral, removal of shoring, backfill, compaction and restoration of AC pavement. Item A-8 Beech Avenue, Construction of Shaft, Sta 20+07.29 - Bid item in general includes but is not limited to all construction activities related to construction of the shaft at Sta 20+07.29 for trenchless construction. Including excavation shoring, stock pile of excavated material, removal and disposal of excess excavated material, BMPs related to the excavation, dewatering if necessary, 5-ft dia PVC lined sewer access hole with cover once carrier pipe has been installed, pipe connections as shown on the plans, removal of shoring, backfill, compaction and restoration of AC pavement. Item A-9 Beech Avenue, Trenchless Construction, Sta 11+91.74 - 14+25.0 - Bid item in general includes but it not limited to delivery and setup of trenchless equipment, carrier pipe and casing pipe (if used), welding/assembly of pipe, installation of casing (if used) and carrier pipes between indicated stations, testing of carrier pipe and removal of trenchless equipment. ltemA-10 Beech Avenue, Trenchless Construction, Sta 14+25.0 - 17+32.57 - Bid item in general includes but it not limited to delivery and setup of trenchless equipment, carrier pipe and casing pipe (if used), welding/assembly of pipe, installation of casing (if used) and carrier pipes between indicated stations, testing of carrier pipe and removal of trenchless equipment. ltemA-11 Beech Avenue, Trenchless Construction, Sta 17+32.57 - 20+07.29 - Bid item in general includes but it not limited to delivery and setup of trenchless equipment, carrier pipe and casing pipe (if used), welding/assembly of pipe, installation of casing (if used) and carrier pipes between indicated stations, testing of carrier pipe and removal of trenchless equipment. ltemA-12 Beech Avenue, Open Cut Construction, Sta 10+00 - 11+91.74 - Bid item in general includes but it not limited to all construction activities related to construction of sewer pipe between indicated stations, including excavation, backfill and compaction, dewatering if necessary, removal and disposal of existing sewer pipe, removal and disposal of excess excavated material, new pipe installation and testing, connection to the existing manhole, modification to the existing manhole at Sta 10+00 including epoxy coating, restoration of AC pavement and street improvements. 5/21/09 Beech Avenue Sewer & Home Plant Lift Station Contract Nos. 3873 & 5512 Measurement & Payment Section 012000-3 ltemA-13 Beech Avenue, Open Cut Construction, Sta 20+07.29 - 20+23.93 - Bid item in general includes but it not limited to all construction activities related to construction of sewer pipe between indicated stations, including excavation, backfill and compaction, removal and disposal of excess excavated material, dewatering if necessary, new pipe installation and testing, construction of new 5-ft dia PVC lined sewer access hole at Sta 20+23.93, restoration of AC pavement and street improvements. Item A-14 Beech Avenue, 8-inch VCP Pipe Repair - Bid item in general includes but it not limited to all construction activities related to the existing pipe repair using either the chemical grouting method per Section 330133 or cured-in- place pipe lining from manhole to manhole per Section 330140, including pipe cleaning, pre- and post CCTV of the existing pipe, pipe repair with chemical grout or liner installation, and testing of repaired pipe. Item A-15 Beech Avenue, 8-inch Sewer Line B-1 - Bid item in general includes but it not limited to all construction activities related to construction of 8-inch service line including pothole sewer laterals, excavation, backfill and compaction, removal and disposal of excess excavated material, pipe installation and testing, construction of two 4-ft dia sewer access holes with covers, two sewer laterals, connection to new manhole at Sta 14+25.0, restoration of AC pavement and street improvements. Item A-16 Beech Avenue, 8-inch Sewer Line B-2 - Bid item in general includes but it not limited to all construction activities related to construction of 8-inch service line including pothole, sewer laterals, excavation, backfill and compaction, removal and disposal of excess excavated material, pipe installation and testing, construction of one 4-ft dia sewer access hole with covers, three sewer laterals, connection to new manhole at Sta 20+23.93, restoration of AC pavement and street improvements. Item A-17 Beech Avenue, Abandon Existing 8-inch Sewer and Manholes - Bid item in general includes but it not limited to all construction activities related to abandonment of existing pipe and manholes as shown on the plans including removal and disposal of upper portion of manholes, backfilling with sand and construction of concrete cap, filling existing pipe with cement slurry and installation of the concrete plugs, and restoration of AC pavement. ltemA-18 Beech Avenue, Sewer By-pass - The contract lump sum price paid for sewer by-pass shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in the sewer pipe bypass, complete in place, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Full compensation for the contingency plan and all related work and expenses shall be considered as included in the contract lump sum price paid for sewer by-pass and no additional compensation will be allowed. 5/21/09 Beech Avenue Sewer & Home Plant Lift Station Contract Nos. 3873 & 5512 Measurement & Payment Section 012000-4 Item A-19 Home Plant LS, Construction of Shaft, Sta 1+11.31 - Bid item in general includes but is not limited to all construction activities related to construction of the shaft at Sta 1+11.31 for trenchless construction, including excavation shoring, stock pile of excavated material, removal and disposal of excess excavated material, BMPs related to the excavation, dewatering if necessary, tie-in construction, 5-ft dia PVC lined sewer access hole with cover once carrier pipe has been installed, pipe connections as shown on the plans, sewer pipe between existing access hole C and new access hole No 10, modification to the existing access hole C including epoxy coating, removal of shoring, backfill, compaction and surface and vegetation restoration. Item A-20 Home Plant LS, Construction of Shaft, Sta 3+05.53 - Bid item in general includes but is not limited to all construction activities related to construction of the shaft at Sta 3+05.53 for trenchless construction, including clearing, grubbing, excavation, shoring, stock pile of excavated material, removal and disposal of excess excavated material, BMPs related to the excavation, dewatering if necessary, tie-in construction, 5-ft dia PVC lined sewer access hole with cover once carrier pipe has been installed, pipe connections as shown on the plans, sewer pipe between existing access hole D and new access hole No 11, modification to the existing access hole D including epoxy coating, reconstruction/relocation of the existing 8-inch water main and associated fittings and thrust blocks and removal and disposal of the existing water main, removal of shoring, backfill, compaction, and surface and vegetation restoration. Item A-21 Home Plant LS, Trenchless Construction, Sta 1+11.31 - 3+05.53 - Bid item in general includes but it not limited to delivery and setup of trenchless equipment, carrier pipe and casing pipe, welding/assembly of pipe, installation of casing and carrier pipes between indicated stations, testing of carrier pipe and removal of trenchless equipment. Item A-22 Home Plant LS Open Cut Construction, Sta 1+00 - 1+11.31 - Bid item in general includes but it not limited to all construction activities related to construction of sewer pipe between indicated stations, including excavation, backfill and compaction, removal and disposal of excess excavated material, dewatering if necessary, pipe installation and testing, connection to the existing manhole, modification to the existing manhole at Sta 1+00 including epoxy coating, restoration of AC pavement and street improvements. Item A-23 Home Plant LS Open Cut Construction, Sta 3+05.53 - 3+14.27 - Bid item in general includes but it not limited to all construction activities related to construction of sewer pipe between indicated stations, including excavation, backfill and compaction, removal and disposal of excess excavated material, dewatering if necessary, pipe installation and testing, connection to the existing manhole, modification to the existing manhole at Sta 3+14.27 including epoxy coating, restoration of AC pavement and street improvements. 5/21/09 Beech Avenue Sewer & Home Plant Lift Station Contract Nos. 3873 & 5512 Measurement & Payment Section 012000-5 Item A-24 Home Plant LS Sewer By-pass - The contract lump sum price paid for sewer by-pass shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in the sewer pipe bypass, complete in place, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Full compensation for the contingency plan and all related work and expenses shall be considered as included in the contract lump sum price paid for sewer by-pass and no additional compensation will be allowed. Item A-25 Excavation Safety Measures - The contract lump sum price paid for excavation safety measures shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installation of all temporary sheeting, shoring, bracing and safety required by the Contract Documents and/or site conditions where not previously referenced on in other bid items. Sheeting, shoring, bracing and safety shall include all planning, design, engineering fees (including design, inspection and certification installation), furnishing and constructing, removal and disposal of such temporary sheeting, shoring and bracing, complete as required under the provisions of any permits and in accordance with the requirements of CAL-OSHA and the Construction Safety Orders of the State. ltemA-26 1-1/2" AC Pavement Grinding and Overlay and Traffic Striping in Beech Avenue - The contract unit price per square foot and shall include labor, materials, equipment, and incidentals for the complete installation of 1-1/2" AC pavement overlay, including grinding, final traffic striping and pavement markings, traffic control, and other associated work in accordance with the Specifications, Drawings, and encroachment permit. Item A-27 Replacement of Vehicle Loop Detectors in Beech Avenue - The contract lump sum price paid for replacement of vehicle loop detectors in Beech Avenue shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in replacing loop detectors damaged or removed during AC pavement grinding and overlay work in Beech Avenue. Item B-1 Beech Avenue, Trenchless Equipment Standby Rate - Reimbursement to the Contractor for owner caused or unforeseen conditions which result in a suspension of trenchless operations shall be made based upon the daily standby rate proposed under Bid item No 26. The proposed standby rate shall furnish full and final compensation for all idled trenchless and trenchless supporting equipment used for construction of sewer line within Beech Avenue. 5/21/09 Beech Avenue Sewer & Home Plant Lift Station Contract Nos. 3873 & 5512 Measurement & Payment Section 012000-6 Item B-2 Home Plant LS, Trenchless Equipment Standby Rate - Reimbursement to the Contractor for owner caused or unforeseen conditions which result in a suspension of trenchless operations shall be made based upon the daily standby rate proposed under Bid item No 27. The proposed standby rate shall furnish full and final compensation for all idled trenchless and trenchless supporting equipment used for construction of Home plant Lift Station influent sewer line END OF SECTION 5/21/09 Beech Avenue Sewer & Home Plant Lift Station Contract Nos. 3873 & 5512 Measurement & Payment Section 012000-7 SECTION 013233 PRECONSTRUCTION AUDIO-VIDEO DOCUMENTATION PART 1 - GENERAL A. Description This section includes materials and performance for preconstruction audio-video documentation and generally defines Contractor's responsibilities, unless otherwise stated, for the following: 1. Equipment. 2. Submittals. 3. Technique. 4. Quality assurance. B. Video and Audio Quality 1. Documentation shall be performed by a responsible commercial firm skilled and regularly engaged in the preparation of preconstruction color audio-video DVD documentation acceptable to the Owner. 2. Completed documentation shall reproduce bright, sharp pictures with accurate colors and shall be free from distortion or any other significant picture imperfection. The audio portion of the recording shall reproduce the commentary of the camera operator with proper volume, clarity, and be free of distortion. 3. The Owner's Representative will accompany the commercial firm in performing the audio-video documentation. One person will accompany the commercial firm to observe the documentation effort. The accompanying personnel may direct the commercial firm to record certain features observed. Notify the Owner's Representative seven days in advance so that the accompanying personnel can be scheduled. 4. Construction shall not proceed until the Owner and Owner's Representative have reviewed the documentation and notified the Contractor of its acceptability. It is anticipated that such review will be completed within 10 days after submittal. C. Measurement and Payment No separate payment item is provided for this work. The cost of performing this work shall be incorporated into the bid item for Mobilization and Preparatory Work. 5/21/09 Preconstruction Audio-Video Documentation Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 013233-1 & Home Plant Lift Station PART 2 -MATERIALS A. Recording Equipment 1. Utilize color video camera having: a. EIA Standard: NTSC-type color, 1.0 volt, 75 ohms. b. Horizontal resolution of 350 lines at center. c. 8:1 zoom, minimum. B. Recording Media 1. Utilize a high resolution DVD with extended still frame capability. PART 3 - EXECUTION A. Coverage 1. Record coverage of surface features located within 100 feet of where construction will take place including, but not limited to: a. Roadways, driveways, sidewalks, bicycle paths, and railroads. b. Buildings, walls, retaining walls, and seawalls. c. Ponds, culvert ends, and drainage structures. d. Landscaping, trees, shrubbery, fences, and irrigation heads. 2. Record the individual features of each item with particular attention being focused upon the existence of any existing faults, fractures, or defects. 3. Control pan rate, rate of travel, camera height, and zoom rate to maintain a steady clear view. 4. Limit recorded coverage to one side of any street at any one time. 5. Create a single, continuous, unedited recording which begins and ends within each portion of a particular construction area. The recording shall proceed in the direction of ascending baseline stationing. B. Audio Content 1. Simultaneously record audio content during videotaping. 2. Audio recording shall assist in viewer orientation and in any needed identification, clarification, or description of features being recorded. 3. Audio recording shall only consist of camera operator commentary. 5/21/09 Preconstruction Audio-Video Documentation Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 013233-2 & Home Plant Lift Station C. Indexing 1. Permanently label each DVD with a sequential number and the project name. 2. Index each DVD with a digital record of the time and date of the recording which is continuously displayed as the tape or DVD is played. 3. Prepare a written log which describes the contents of each DVD including: a. Names of streets or easements. b. Coverage begin/end station and location. c. Recording date. D. Conditions 1. Record coverage during dry, clear weather and during daylight hours only. 2. Record coverage when the area to be videoed is free of debris or obstructions. 3. Record coverage no more than 21 days prior to mobilization at the site. END OF SECTION 5/21/09 Preconstruction Audio-Video Documentation Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 013233-3 & Home Plant Lift Station SECTION 013300 SUBMITTALS A. Shop Drawings 1. Submit shop drawings in accordance with the General Provisions. 2. The use of contract drawing reproductions for shop drawings is subject to rejection. 3. Submit six copies of shop drawings. The Owner's Representative will keep three copies and return three copies. If the Contractor desires more than three copies, he shall transfer the Owner's Representative's comments onto additional copies at his own expense. Clearly indicate the specification section and drawing number to which each shop drawing is referenced. 4. If the Contractor submits shop drawings of equipment by manufacturers other than those listed in the specifications, provide the following information with the submittal: a. The name and address of at least three companies or agencies that are currently using the equipment. b. The name and telephone number of at least one person at each of the above companies or agencies whom the Owner's Representative may contact. c. A description of the equipment that was installed at the above locations. The description shall be in sufficient detail to allow the Owner's Representative to compare it with the equipment that is proposed to be installed in this project. 5. For materials originating outside of the United States for which tests are required, provide recertification and retesting by an independent domestic testing laboratory. B. Submittal Requirements 1. Make submittals promptly in such sequence as to cause no delay in the work. Schedule submission a minimum of 30 calendar days before reviewed submittals will be needed. 2. Submittals shall contain: a. The date of submission and the dates of any previous submissions. b. The project title and number. c. Contract identification. d. The names of: (1) Contractor. (2) Supplier. (3) Manufacturer. e. Identification of the product, with the specification section number. 5/21/09 Submittals Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 013300-1 & Home Plant Lift Station f. Field dimensions, clearly identified as such. g. Relationship to adjacent or critical features of the work or materials, h. Identification of deviations from contract documents. i. Identification of revisions on resubmittals. j. A 5-inch by 5-inch blank space for Engineer's stamps. k. Contractor's stamp, initialed or signed, shall certify Contractor's review of submittal, verification of products, field measurements and field construction criteria, and coordination of the information within the submittal that the product meets the requirements of the work and of the contract documents. C. Submittal Format 1. Each submittal shall have a transmittal form. A sample transmittal form is included at the end of this section. Every page in a submittal shall be numbered in sequence. Each copy of a submittal shall be collated and stapled or bound, as appropriate. Copies not collated will be rejected. 2. Where product data from a manufacturer is submitted, clearly mark which model is proposed, with all pertinent data, capacities, dimensions, clearances, diagrams, controls, connections, anchorage, and supports. Present a sufficient level of detail for assessment of compliance with the contract documents. 3. Each submittal shall be assigned a unique number. Submittals shall be numbered sequentially. The submittal numbers shall be clearly noted on the transmittal. Original submittals shall be assigned a numeric submittal number. Resubmittals shall bear an alphanumeric system which consists of the number assigned to the original submittal for that item followed by a letter of the alphabet to represent that it is a subsequent submittal of the original. For example, if Submittal 25 requires a resubmittal, the first resubmittal will bear the designation "25-A" and the second resubmittal will bear the designation "25-B" and so on. 4. Disorganized submittals that do not meet the requirements above will be returned without review. D. Resubmittals Resubmittal of submittals will be reviewed and returned in the same review period as for the original submittal. It is considered reasonable that the Contractor shall make a complete and acceptable submittal by the second submission of a submittal item. The Owner's Representative reserves the right to withhold monies due to the Contractor to cover additional costs of any review beyond the second submittal. E. Contractor's Jobsite Drawings Provide and maintain on the jobsite one complete set of prints of all drawings which form a part of the contract. Immediately after each portion of the work is installed, indicate all deviations from the original design shown in the drawings either by additional sketches or ink thereon. Upon completion of the job, deliver clean and legible record set to the Owner's Representative for review. END OF SECTION 5/21/09 Submittals Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 013300-2 & Home Plant Lift Station SECTION 015100 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS A. Construction Water 1. Related Work Specified Elsewhere: a. Trenching, Backfilling, and Compacting: 312316. b. General Concrete Construction: 030500. 2. See the General Provisions. 3. The Contractor shall make his own arrangements for developing water sources and supply labor and equipment to collect, load, transport, and apply water as necessary for compaction of materials, concrete construction operations, testing, dust control, and other construction use. 4. Include the cost of construction water in the appropriate bid item to which it is appurtenant. The cost shall include full compensation for furnishing all labor, materials, tools, and equipment and doing all the work necessary to develop a sufficient water supply and furnishing the necessary equipment for applying the water as described in these specifications. B. Electrical Power-Construction Phase Provide for the purchase of power or provide portable power for the construction of the project where existing outlets are not available. Provide for the extension of utility lines to the point of usage. The cost of power shall be included in the appropriate bid items to which it is appurtenant and shall include full compensation for furnishing all labor, materials, tools, and equipment required to obtain and distribute power for construction purposes. C. Dust Control Perform dust control operations to prevent construction operations from producing dust in amounts harmful to persons or causing a nuisance to persons living nearby or occupying buildings in the vicinity of the work. Use water or dust preventative to control dust. D. Fire Danger Minimize fire danger in the vicinity of and adjacent to the construction site. Provide labor and equipment to protect the surrounding private property from fire damage resulting from construction operations. E. Traffic Regulation Traffic regulation shall be per Section 7-10 of the Standard Specifications for Public Works Construction and the General Provisions. 5/21/09 Construction Facilities & Temporary Controls Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 015100-1 & Home Plant Lift Station F. Access to Project Site 1. Obtain access to the east side of Carlsbad Boulevard from the end of the alley parallel to and south of State Street. Remove a portion of the existing chain link fence for access and replace in kind following the completion of construction. See Drawings for temporary construction easement requirements. 2. Obtain access to the west side of Carlsbad Boulevard from the City's Home Plant Lift Station site. G. Temporary Construction Easements 1. All construction activities within the NCTD right-of-way shall be limited to the temporary construction easements delineated on the plans and be performed in accordance with the conditions of the Right-of-Entry Permit. H. Staging Areas 1. Assessor Parcel Number 155-200-02, north of the Home Plant Lift Station is owned by the City of Carlsbad and is available for use by the Contractor for construction staging, to stockpile material, locate a job site trailer, maintain equipment from, or perform any of the activities required to complete the work required for this project. If Contractor chooses to use this area for staging, he shall stabilize all utilized surface with 6 inches of 3/8-inch crushed rock. 2. Contractor may identify and acquire any staging and lay down areas in addition to or in lieu of the above described parcel that he may require for the performance of the work. For any area to be used by the Contractor, the Contractor shall coordinate with the property owner, obtain written permission from the property owner for use of the area, coordinate with any resource or permitting agency that may have jurisdiction over the area, obtain and pay for any permits or agreements and provide any environmental mitigation required, and pay any fees or rental charges required for use of the area. The Contractor shall provide a copy of the letter from the Property Owner giving permission to use their property as a staging/lay down area to the applicable jurisdiction (e.g. County of San Diego). The Contractor shall be responsible for returning all areas used to their original conditions. At least 14 days prior to moving onto any site, the Contractor shall submit to the Owner's Representative for approval a copy of the written permission letter from the property owner of that area, and a description of any permits and mitigation actions that are required for use of the area. Submittals shall be in accordance with Section 01300. END OF SECTION 5/21/09 Construction Facilities & Temporary Controls Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 015100-2 & Home Plant Lift Station SECTION 020120 PROTECTING EXISTING UNDERGROUND UTILITIES PART 1 - GENERAL A. Description This section includes materials and procedures for protecting existing underground utilities. B. Related Work Specified Elsewhere 1. Trenching, Backfilling, and Compacting: 312316. PART 2 - MATERIALS A. Replacement in Kind Except as indicated below or as specifically authorized by the Owner's Representative, reconstruct utilities with new material of the same size, type, and quality as that removed. B. Vitrified Clay Sewer Pipe and Couplings For sewer pipe 8 inches and less in diameter, replacement shall consist of plain-end pipe conforming to ASTM C700. Compression couplings shall conform to ASTM C594, band seal couplings or equal. Use at least two lengths of pipe in crossing the trench section. PART 3 - EXECUTION A. General 1. Replace in kind street improvements, such as curbs and gutters, barricades, traffic islands, signalization, fences, signs, etc., that are cut, removed, damaged, or otherwise disturbed by the construction. 2. Where utilities are parallel to or cross the construction but do not conflict with the permanent work to be constructed, follow the procedures given below and as indicated in the drawings. Notify the utility owner 48 hours in advance of the crossing construction and coordinate the construction schedule with the utility owner's requirements. For utility crossings not shown in the drawings, refer to the General Provisions, Supplemental Provisions, and the instructions of the Owner's Representative for guidance. 3. Determine the true location and depth of utilities and service connections which may be affected by or affect the work. Determine the type, material, and condition of these utilities. In order to provide sufficient lead time to resolve unforeseen conflicts, order materials and take appropriate measures to ensure that there is no delay in work. 5/21/09 Protecting Existing Underground Utilities Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 020120-1 & Home Plant Lift Station 4. Expose all utilities crossing the open cut construction alignments and access pit areas in advance of the sewer main construction. 5. The Contractor is responsible for the altering, relocating or reconstructing "in kind" of portions of existing water or sewer connections which may or may not have been shown on the plans, or accurately shown on the plans, but which are found to interfere with the planned work. Contractor shall contact and coordinate alternation, relocation or reconstruction of gas, electric, TV cable or telephone service connections with the owner of such utilities. All costs for such work shall be included in the bid for the item necessitating such work; except for the following: a. The water or sewer connections are not shown on the plans. b. The water or sewer connections will interfere with planned elevation of the new main. Upon discovery of either of the above unknown conditions, the Contractor shall immediately notify the Engineer. At the option of the Engineer, if a change or alignment of the new pipe cannot be done or it is not avail, payment will be made, if authorized, per Section 3.3 "Extra Work". B. Procedures 1. Protect in Place: Protect utilities in place, unless abandoned, and maintain the utility in service, unless otherwise specified in the drawings or in the specifications. 2. Cut and Plug Ends: Cut abandoned utility lines and plug the ends. Plug storm drains and sewers with an 8-inch wall of brick and mortar. Cap waterlines with a cast-iron cap or install a 3-foot-long concrete plug. Dispose of the cut pipe as unsuitable material. 3. Remove and Reconstruct: Where so indicated in the drawings or as required by the Owner's Representative, remove the utility and, after passage, reconstruct it with new materials. Provide temporary service for the disconnected utility. C. Compaction 1. Utilities Protected in Place: Backfill and compact under and around the utility so that no voids are left. 2. Utilities Reconstructed: Prior to replacement of the utility, backfill the trench and compact to an elevation 1 foot above the top of the ends of the utility. Excavate a cross trench of the proper width for the utility and lay, backfill, and compact. 3. Alternative Construction-Sand-Cement Slurry: Sand-cement slurry consisting of one sack (94 pounds) of Portland cement per cubic yard of sand and sufficient moisture for workability may be substituted for other backfill materials to aid in reducing compaction difficulties. Submit specific 5/21/09 Protecting Existing Underground Utilities Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 020120-2 & Home Plant Lift Station methods and procedures for the review of the Owner's Representative prior to construction. D. Special Construction 1. Reinforced Concrete Beam: Where indicated in the drawings or as determined by the Owner's Representative, support utilities by a reinforced concrete beam as shown on the utility support details in the drawings. The primary purpose of the beam is to prevent settlement of the utility line after construction. The Contractor is responsible for the protection of the utility during construction and shall incorporate the beam as part of the protection. 2. Concrete Support Wall: Where indicated in the drawings or as determined by the Owner's Representative, support the utilities by a concrete support wall as shown on the utility support details in the drawings. The purpose of the concrete support wall is to prevent settlement of the utility line after construction. The Contractor is responsible for the protection of the utility during construction. E. Thrust Blocks on Waterlines 1. Provide firm support by backfilling that portion of the trench for a distance of 2 feet on each side of the thrust block to be reconstructed from the pipe bedding to the pavement subgrade, with either: a. Sand-cement slurry (94 pounds of cement per cubic yard). b. The native material compacted to a relative compaction of 95%. 2. Then excavate the backfill material for construction of the thrust block. 3. Test compaction of the backfill material before pouring any concrete thrust block. Use Class C concrete per Section 030500 for reconstruction. F. Adjacent Parallel Utilities 1. The Contractor's attention is called to the following utilities: Size and Description 8" Water (crossing Carlsbad Blvd) 8" Water (intersection of Garfield St and Beech Ave) 1/2" to 2" High Pressure Gas (along Beech Ave) Station From 3+00 11+91 10+00 To 3+14.35 11+91 19+00 2.Protect these utilities from any disturbances and repair the pipelines and associated vaults and appurtenances if they are damaged in any way. Portions of the SDG&E gas line that are conflicting with open cut and pit locations as shown on plans will be relocated out of the construction area. END OF SECTION 5/21/09 Beech Avenue Sewer & Home Plant Lift Station Contract Nos. 3873 & 5512 Protecting Existing Underground Utilities Section 020120-3 SECTION 030500 GENERAL CONCRETE CONSTRUCTION PART 1 - GENERAL A. Description This section includes materials, installation, and testing of formwork, reinforcing steel, joints, concrete, and finishing and curing for general concrete construction. B. Related Work Specified Elsewhere 1. Chemical-Resistant Coatings for Concrete: 099720. C. Submittals 1. Submit shop drawings in accordance with the General Provisions and Section 013300. 2. Submit manufacturer's catalog data and descriptive literature for form ties, spreaders, corner formers, form coatings and curing compound, bond breakers, joint sealant, backing rod, joint filler, control joints, epoxy bonding compound, and epoxy anchor adhesive. 3. Submit mill test certificates identifying chemical and physical analyses of each load of reinforcing steel delivered. If mill test reports are unavailable and the quantity of steel for a structure exceeds 5 tons, provide a laboratory test to prove conformance with the specified ASTM standard. 4. Submit reinforcing bending lists and placing drawings for all reinforcing. Placing drawings shall indicate all openings (mechanical, electrical, equipment, and architectural) including additional reinforcing at openings and corner bar arrangements at intersecting beams, walls, and footings indicated in the typical detail and structural drawings. Placing drawings shall be coordinated with the concrete placing schedule. Each bending list and placing drawing submitted shall be complete for each major element of a structure (grade slabs, footings, walls, deck, floor, or roof slabs) including dowels and corner bars. Furnishing such lists shall not be construed that the lists will be reviewed for accuracy. The Contractor shall be wholly and completely responsible for the accuracy of the lists and for furnishing and placing reinforcing steel in accordance with the details shown in the drawings and as specified. Placing drawings shall be prepared by the Contractor and shall not incorporate photocopies of the contract drawings. 5. Submit six copies of a report from a testing laboratory verifying that aggregate material contains less than 1% asbestos by weight or volume and conforms to the specified gradations or characteristics. 5/21/09 General Concrete Construction Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 030500-1 & Home Plant Lift Station PART 2 - MATERIALS A. Nondomestic Cement and Additives 1. The use of nondomestic cement and additives in concrete may be permitted only after review of a written request to use such materials. The request to use nondomestic materials shall include a chemical analysis that indicates the material meets the project specifications. Certifications that state the nondomestic materials meet the project requirements will not be accepted. 2. Test reports for concrete materials shall be current to within three months of inclusion into the project and shall be identifiable to the materials supplied. B. Formwork 1. Design forms according to ACI 347. 2. Class I Forms: Use steel forms, ply form, or smooth-surface plywood 3/4-inch minimum thickness for straight surfaces and 1/2-inch minimum thickness for curved surfaces. 3. Class II Forms: Use plywood in good condition, metal, or smooth-planed boards free from large or loose knots with tongue and groove or ship lap joints. 4. Class II forms may be used for exterior concrete surfaces that are 1 foot or more below finished grade. Use Class I forms for all other surfaces. 5. Coat forms with form release agent. C. Bond Breaker Bond breaker shall be a nonstaining type which will provide a positive bond prevention, such as Williams Tilt-Up Compound, as manufactured by Williams Distributors, Inc., Seattle, Washington; Silcoseal 77, as manufactured by SCA Construction Supply Division, Superior Concrete Accessories, Franklin Park, Illinois; or equal. D. Form Release Agent 1. Form release agent shall effectively prevent absorption of moisture and prevent bond with the concrete. Agent shall be nonstaining and nontoxic after 30 days. 2. For steel forms, release agent shall prevent discoloration of the concrete due to rust. E. Reinforcing Steel 1. Reinforcement shall conform to ASTM A615 or A706, Grade 60. 5/21/09 General Concrete Construction Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 030500-2 & Home Plant Lift Station 2. Fabricate reinforcing in accordance with the current edition of the Manual of Standard Practice, published by the Concrete Reinforcing Steel Institute. Bend reinforcing steel cold. 3. Deliver reinforcing steel to the site bundled and with identifying tags. Tie Wire Tie wire shall be 16 gauge minimum, black, soft annealed. Joint Sealant for Concrete Structures 1.Joint sealant shall be a multipart, gray, nonstaining, nonsagging, gun grade polyurethane sealant, which cures at ambient temperature to a firm, flexible, resilient, tear-resistant rubber. Sealant shall comply with ASTM C920, Type M, Grade P, Class 25 for horizontal joints and Grade NS, Class 25 for vertical joints and be recommended by the manufacturer for continuous immersion in water. Characteristic or Parameter Pot life Hardness Elongation Tensile strength Peel strength on concrete Temperature service range Immersion in water Technical Requirements 1 to 3 hours 35 Shore A, ±5, ASTM D2240 650%, ASTM D412 200 psi, ASTM D412 No adhesion loss at 25 pounds 40°F to 167°F Continuous 2.Sealant shall be Tremco Vulkem 227 or Sikaflex-2CNS (for Grade NS, Class 25), Sikaflex-2CSL of Sika Corporation or Vulkem 245 (for Type M, Grade P, Class 25), or equal. Troweling of sealants into joints will not be permitted. H. Backing Rod for Expansion Joints Backing rod shall be an extruded closed-cell polyethylene foam rod, such as Minicel backer rod, manufactured by Industrial Systems Department, Plastic Products Group of Hercules, Inc., Middletown, Delaware; Ethafoam SB, as manufactured by Dow Chemical Company, Midland, Michigan; or equal. The rod shall be 1/4 inch larger in diameter than the joint width. Where possible, provide full-length sections for the joint; minimize splices. Apply backup rod and bond breaker tape in expansion joints. I. Bond Breaker Tape Bond breaker tape shall be an adhesive-backed glazed butyl or polyethylene tape that will adhere to the premolded joint material or concrete surface. The tape shall be the same width as the joint. The tape shall be compatible with the sealant. 5/21/09 Beech Avenue Sewer & Home Plant Lift Station Contract Nos. 3873 & 5512 General Concrete Construction Section 030500-3 J. Preformed Control Joint Preformed control joint shall be a one-piece, flexible, PVC joint former, such as Kold-Seal Zip-Per Strip KSF-150-50-50, manufactured by Vinylex Corp., Knoxville, Tennessee, or a one-piece steel strip with preformed groove, such as Keyed Kold Retained Kap, manufactured by Burke Concrete Accessories, Inc., San Mateo, California, or equal. Provide the preformed control joint material in full-length unspliced pieces. K. Premolded Joint Filler Joint filler shall be preformed, nonextruded type constructed of closed-cell neoprene conforming to ASTM D1752, Type I, as manufactured by W. R. Grace Company of Cambridge, Massachusetts; W. R. Meadows, Inc., Elgin, Illinois; or equal. L. Cement 1. Use domestic portland cement that conforms to ASTM C150, Type II. 2. Use only one brand of cement in any individual structure. Use no cement that has become damaged, partially set, lumpy, or caked. Reject the entire contents of the sack or container that contains such cement. Use no salvaged or reclaimed cement. 3. Maximum tricalcium aluminate shall not exceed 8%. The maximum percent alkalies shall not exceed 0.6%. M. Aggregates Aggregates shall be natural rock, sand, or crushed natural rock and shall comply with ASTM C33, and shall contain less than 1% asbestos by weight or volume. Aggregates shall be free from any substances that will react with the cement alkalies, as determined by Appendix X-1 of ASTM C33. N. Water and Ice Use water and ice that is clean and free from objectionable quantities of organic matter, alkali, salts, and other impurities that might reduce the strength, durability, or otherwise adversely affect the quality of the concrete. Water shall not contain more than 500 mg/L of chlorides or more than 500 mg/L of sulfate. O. Concrete Admixtures 1. Concrete shall contain an air-entraining admixture conforming to ASTM C260. Admixtures shall be Master Builders MB-AE 90, Sika AER, or equal. 2. Concrete shall contain a water-reducing admixture conforming to ASTM C494, Type A or D. It shall be compatible with the air-entraining admixtures. The amount of admixture added to the concrete shall be in accordance with the manufacturer's recommendations. Admixture shall be Master Builders 5/21/09 General Concrete Construction Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 030500-4 & Home Plant Lift Station Pozzolith polymer-type normal setting, Plastocrete 161 or Plastiment, Sika Chemical Corporation, or equal. 3. Pozzolan Admixture: Where specified, provide concrete containing pozzolan admixture conforming to ASTM C618. 4. Do not use any admixture that contains chlorides or other corrosive elements in any concrete. Admixtures shall be nontoxic after 30 days. P. Grout 1. Nonshrink grout shall conform to ASTM C1107 and to these specifications. Use a nongas-liberating type, cement base, premixed product requiring only the addition of water for the required consistency. Grout shall be UPCON High Flow, Master Flow 928, or equal. Components shall be inorganic. 2. Ordinary type grout (dry pack) shall consist of one part portland cement to two parts sand (100% passing a No. 8 sieve). Add sufficient water to form a damp formable consistency. 3. Epoxy Grout: a. Mix the two components of epoxy bonding compound in compliance with the manufacturer's instructions. b. Use sand that is oven dry and meets the following gradation requirements for epoxy grout: Sieve Size % Passing No. 8 100 No. 50 30 ±15 No. 100 5 ±5 Q. Repair Mortar 1. Mortar used for repair of concrete voids shall be made of the same materials as used for concrete, except that the coarse aggregate shall be omitted or the mortar shall consist of not more than one part cement to two and one-half parts sand by damp loose volume. The quantity of mixing water shall be no more than necessary for handling and placing. 2. Materials for repair of major defects or cracks shall be in accordance with "Repair of Defects and Cracks" specified in Part 3. R. Bonding Compound 1. Epoxy bonding compound shall be Sikadur 32 Hi-Mod, Sika Chemical Corporation, Lyndhurst, New Jersey; Concresive by BASF; Euco Epoxy 452 by Euclid Chemical Company; or equal. 2. Nonepoxy bonding compound shall be Weldcrete by Larsen Products Corp., Link by Sta-Dry Manufacturing Corp., Euco Weld by Euclid Chemical Co., or equivalent. The compound shall be rewettable for up to two weeks. 5/21/09 General Concrete Construction Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 030500-5 & Home Plant Lift Station S. Concrete Mix Design 1. Conform to ASTM C94, except as modified by these specifications. 2. Air content as determined by ASTM C231 shall be 4% ±1%. 3. Maximum water-cement ratio for Class A concrete = 0.45 by weight. 4. Use classes of concrete as described in the following table: Class A B C Type of Work Concrete not otherwise specified. Pavement, curbs, gutters, sidewalk, and reinforced concrete pads. Unreinforced concrete thrust blocks and pads. 28-Day Compressive Strength (in psi) 4,000 3,000 2,000 Minimum Cement Content (in Ibs per C.Y.) 564 500 376 5. Measure slump in accordance with ASTM C143. Slump shall be as follows: Slab on grade or heavy sections wider (in plan view) than 3 feet Pavement, curbs, gutters, sidewalk, and reinforced concrete pads. Unreinforced concrete thrust blocks and pads. 3 inches maximum 2 inches maximum 4 inches maximum Proportion and produce the concrete to have a maximum slump as shown. A tolerance of up to 1 inch above the indicated maximum shall be allowed for individual batches provided the average for all batches or the most recent 10 batches tested, whichever is fewer, does not exceed the maximum limit. Concrete of lower than usual slump may be used provided it is properly placed and consolidated. 6. Aggregate size shall be 3/4 inch maximum for slabs and sections 8 inches thick and less. Aggregate size shall be 1 inch maximum for slabs and sections greater than 8 inches and less than 17 inches. Aggregate size shall be 1-1/2 inches maximum for all larger slabs and sections. Aggregate size for floor grout shall be maximum 3/8 inch. 7. Combined aggregate grading shall be as shown in the following table: Aggregate Grade per ASTM C33 Maximum Aggregate Size 1-1/2" 467 1" 57 3/4" 67 3/8" 8 5/21/09 Beech Avenue Sewer & Home Plant Lift Station Contract: Nos. 3873 & 5512 General Concrete Construction Section 030500-6 u. 8. Mix design for pumped concrete shall produce a plastic and workable mix. The percentage of sand in the mix shall be based on the void content of the coarse aggregate. Curing Compound 1. Curing compound shall conform to ASTM C309, Type 1, Class A. 2. Curing compound shall be compatible with required finishes and coatings and shall meet the State of California Clean Air Quality Standards which limit the quantity of volatile organic compounds to 350 grams per liter. Mats. Paper, and Sheeting for Curing 1. Burlap mats shall conform to AASHTO M182. 2. Sisal-kraft paper and polyethylene sheets shall conform to ASTM C171. PART 3 - EXECUTION A. Form Tolerances 1. Failure of the forms to produce the specified concrete surface and surface tolerance shall be grounds for rejection of the concrete work. Rejected work shall be repaired or replaced at no additional cost to the Owner. 2. The following table indicates tolerances or allowable variations from dimensions or positions of structural concrete work: Sleeves and inserts Projected ends of anchors Anchor bolt setting Finished concrete, all locations Maximum Tolerance (inch) +1/4-1/4 +1/4-0.0 +1/4 -1/4 +1/4 -1/4 in 10 feet Max ±1-inch in total length The planes or axes from which the above tolerances are to be measured shall be as follows: Sleeves and inserts: Projected ends of anchors: Anchor bolt setting: Finish concrete: Centerline of sleeve or insert. Plane perpendicular to the end of the as located in the drawings. anchor Centerline of anchor bolt. The concrete surface as defined in the drawings. 5/21/09 Beech Avenue Sewer & Home Plant Lift Station Contract Nos. 3873 & 5512 General Concrete Construction Section 030500-7 B. D. Where equipment is to be installed, comply with manufacturer's tolerances if more restrictive than above. Form Surface Preparation 1. Clean form surfaces to be in contact with concrete of foreign material prior to installation. 2. Coat form surfaces in contact with concrete with a release agent prior to form installation. Form Reuse Reuse only forms that provide a uniform surface texture on exposed concrete surfaces. Apply light sanding or other surface treatment between uses for uniform texture. Plug unused tie rod holes with corks, shave flush, and sand the concrete surface side. Do not patch forms other than filling tie rod holes, except in the case of Class II forms. Do not use metal patching discs on Class I forms. Removal of Forms 1. Forms and shoring for elevated structural slabs or beams shall remain in place until the concrete has reached a compressive strength equal to the specified 28-day compressive strength as determined by test cylinders. Do not remove supports and reshore. The following table indicates the minimum allowable time after the last cast concrete is placed before forms, shoring, or wall bracing may be removed: Sides of footings and encasements Walls, vertical sides of beams, girders, columns, and similar members not supporting loads Slabs, beams, and girders Shoring for slabs, beams, and girders Wall bracing 24 hours 48 hours 10 days (forms only) Until concrete strength reaches specified 28-day strength Until top or roof slab concrete reaches specified 28-day strength 2. Do not remove forms from concrete that has been placed with outside air temperature below 50°F without first determining if the concrete has properly set without regard for time. Do not apply heavy loading on green concrete. Immediately after forms are removed, the surface of the concrete shall be carefully examined and any irregularities in the surface shall be repaired and finished as specified. E. Formed Openings Openings shall be of sufficient size to permit final alignment of pipes or other items without deflection or offsets of any kind. Allow space for packing where items pass through the wall 5/21/09 Beech Avenue Sewer & Home Plant Lift Station Contract Nos. 3873 & 5512 General Concrete Construction Section 030500-8 2. to ensure watertightness. Provide openings with continuous keyways and water stops. Provide a slight flare to facilitate grouting and the escape of entrained air during grouting. Provide formed openings with reinforcement as indicated in the typical structural details. Reinforcing shall be at least 2 inches clear from the opening surfaces and encased items. F. Embedded Items Set anchor bolts and other embedded items accurately and hold securely in position until the concrete is placed and set. Check all special castings, channels, or other metal parts that are to be embedded in the concrete prior to and again after concreting. Check nailing blocks, plugs, and strips necessary for the attachment of trim, finish, and similar work prior to concreting. G. Construction Joints 1. Layout of construction joints shall be according to the following guidelines: a. Space the construction joints at a maximum horizontal distance of 25 feet and a maximum vertical distance of 16 feet. b. Space horizontal construction joints at least 8 inches below bottom of slabs. Place expansion joint fillers every 30 feet in straight runs of walks, at right-angle turns, and wherever concrete walks butt into vertical surfaces. 3. For control joints of nonstructural slabs, provide partial depth plastic strips set flush with finished surface or 1/8-inch-wide joints cut with a diamond saw. Use control joints one-quarter to one-third the depth of the slab unless otherwise indicated. 4. Construction joints shall be keyed, unless otherwise detailed. Form keyways by beveled strips or boards placed at right angles to the direction of shear. Except where otherwise shown in the drawings or specified, keyways shall be at least 1-1/2 inches in depth over at least 25% of the area of the section. 5. When it is necessary to make a joint because of an emergency, furnish and place reinforcing dowels across the joint normal to the face of joint created if not normal to specified reinforcement and at the centerline of the concrete section being terminated. Carefully remove set concrete to a plane but rough surface near normal to adjacent formed or finish surfaces. Embed and extend dowels 48 bar diameters each side of the joint. Size and spacing of dowels shall match the largest reinforcing in the member but no closer than 6 inches on center. Furnishing and placing such reinforcing steel shall be at the Contractor's expense. 6. After a concrete placement pour has been completed to the construction joint and the concrete has hardened, thoroughly clean the entire surface of the joint of surface laitance, loose or defective concrete, and foreign material. Expose clean aggregate by sandblasting and thoroughly cleaning the surface of construction joints before placing the new concrete. Cover horizontal construction joints with grout bedding. Spread uniformly and work thoroughly into all irregularities of the surface. The consistency of the mortar shall be suitable for placing and working and shall be placed immediately prior to placing new concrete. 5/21/09 General Concrete Construction Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 030500-9 & Home Plant Lift Station 7. In case of emergency, place additional construction joints. (An interval of 45 minutes constitutes cause for an emergency construction joint.) H. Installation of Premolded Joint Filler Install in joint accurately as shown. Attach to concrete with a bonding agent recommended by the joint sealant and joint filler manufacturer for compatibility. I. Installation of Joint Sealants 1. Immediately before installing the joint sealant, clean the joint cavity by sandblasting or power wire brushing. Install bond breaker tape per manufacturer's instructions. 2. After the joints have been prepared as described above, apply the joint sealant. Apply the primer, if required, and joint sealant only with the equipment and methods recommended by the joint sealant manufacturer. Application criteria for the sealant materials, such as temperature and moisture requirements and primer cure time, shall be in accordance with the recommendations of the sealant manufacturer. 3. Apply masking tape along the edges of the exposed surface of the exposed joints. Trowel the joints smooth with a tuck pointing tool wiped with a solvent recommended by the sealant manufacturer. 4. After the sealant has been applied, remove the masking tape and any sealant spillage. J. Placing Reinforcement 1. Place reinforcing steel in accordance with the current edition of Recommended Practice for Placing Reinforcing Bars, published by the Concrete Reinforcing Steel Institute. 2. Place reinforcing in accordance with the following, unless otherwise indicated: a. Reinforcement indicated in the drawings is continuous through the structure to the farthest extent possible. Terminate bars and hooks 2 inches clear from faces of concrete. b. Splices may be used to provide continuity due to bar length limitations. Minimum length of bars spliced for this reason is 40 feet. Splicing of reinforcement that is detailed to be continuous in the drawings is not permitted. 3. Reinforcing steel, before being positioned and just prior to placing concrete, shall be free from loose mill and rust scale and from any coatings that may destroy or reduce the bond. Clean reinforcing steel by sandblasting or wire brushing and remove mortar, oil, or dirt to remove materials that may reduce the bond. 4. Do not straighten or rebend reinforcing steel in the field. Do not use reinforcing with bends not shown in the drawings. 5/21/09 General Concrete Construction Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 030500-10 & Home Plant Lift Station 5. Position reinforcing steel in accordance with the drawings and secure by using annealed wire ties or clips at intersections and support by concrete or metal supports, spacers, or metal hangers. Do not place metal clips or supports in contact with the forms. Bend tie wires away from the forms to provide the specified concrete coverage. Bars, in addition to those shown in the drawings, which may be found necessary or desirable by the Contractor for the purpose of securing reinforcement in position shall be provided by the Contractor at his own expense. 6. Place reinforcement a minimum of 2 inches clear of any metal pipe or fittings. 7. Secure reinforcing dowels in place prior to placing concrete. Do not press dowels into the concrete after the concrete has been placed. 8. Roll wire mesh used for reinforcement flat before placing concrete. Support and tie wire mesh to prevent movement during concrete placement. 9. Position dowels for masonry walls to occur at reinforced block cells. K. Site-Mixed Concrete Conform to ACI 304. L. Ready-Mixed Concrete Conform to ASTM C94. M. Placing Concrete Conform to ACI 304. N. Pumping Concrete Conform to ACI 304.2R-91. O. Weather Requirements I 1. Conform to ACI 305 for placing during hot weather. 2. Conform to ACI 306 for placing during cold weather. P. Bonding to Old Concrete Coat the contact surfaces of structural sections with epoxy bonding compound when noted in the drawings. The method of preparation and application of the bonding compound shall conform to the manufacturer's printed instructions and recommendations for specific application for this project. Q. Concrete Finishes 1. Complete concrete surfaces in accordance with the following schedule: 5/21/09 General Concrete Construction Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 030500-11 & Home Plant Lift Station Finish Designation F-1 F-3 F-4 S-1 S-4 S-5 E-1 E-2 Area Applied Beams, columns, and exterior walls not exposed to view. Beams, columns, and walls of structures or buildings exposed to view. Underside of formed floors or slabs. Exterior and interior surfaces to be coated. Slabs and floors to be covered with concrete or grout. Slabs and floors of structures or buildings exposed to view. Slabs and floors at slopes greater than 1 0% and stairs. Exposed edges. EXCEPTION: edges normally covered with earth. Top of walls, beams, and similar unformed surfaces. R. 2. Finish F-1: Repair defective concrete, fill depressions deeper than 1/2 inch, and fill tie holes. Finish F-3: In addition to Finish F-1, remove fins, fill depressions 1/4 inch or deeper, fill depressions and airholes with mortar. Dampen surfaces and then spread a slurry consisting of one part cement and one and one-half parts sand by damp loose volume, over the surface with clean burlap pads or sponge rubber floats. Remove any surplus by scraping and then rubbing with clean burlap. Finish F-4: Repair defective concrete, remove fins, fill depressions 1/16 inch or deeper, fill tie holes, remove mortar spatter, and remove bulges higher than 1/16 inch. Finish S-1: Screed to grade without special finish. Finish S-4: Steel trowel finish without local depressions or high points and apply a light hair-broom finish. Do not use stiff bristle brooms or brushes. Leave hair-broom lines parallel to the direction of slab drainage. Finish S-5: Steel trowel finish without local depressions or high points. Apply a stiff bristle broom finish. Leave broom lines parallel to the direction of slope drainage. Finish E-1: Provide chamfer or beveled edges. Finish E-2: Strike smooth and float to an F-3 or F-4 finish. Curing Concrete 1. Conform to ACI 308. 2. Water cure with burlap mats unless optional curing methods are permitted. 3. Do not use curing compound on surfaces that are to be coated in accordance with Section 099720. 5/21/09 Beech Avenue Sewer & Home Plant Lift Station Contract Nos. 3873 & 5512 General Concrete Construction Section 030500-12 4. It is the responsibility of the Contractor to select the appropriate curing method in response to climatical and/or site conditions occurring at the time of concrete placement. Take appropriate measures as described in ACI 305 and 306 for protecting and curing concrete during hot and cold weather. S. Repair of Defects and Cracks 1. Do not repair defects until concrete has been evaluated by the Owner's Representative. 2. Surface Defects: a. Repair surface defects that are smaller than 1 foot across in any direction and are less than 1/2 inch in depth. b. Repair by removing the honeycombed and other defective concrete down to sound concrete, cut or grind edges perpendicular to the surface and at least 3/8 inch deep, abrasive clean and thoroughly dampen the surface, work into the surface an epoxy bonding agent, and fill the hole with one part cement to one part fine sand. Match the finish on the adjacent concrete, and cure as specified. 3. Severe Defects: a. Repair severe defects that are larger than surface defects but do not appear to affect the structural integrity of the structure. b. Repair by removing the honeycombed and other defective concrete down to sound concrete, make edges of the repair area perpendicular to the surface, as required above, sandblast the sound concrete surface, coat the exposed surfaces with epoxy bonding compound, place nonshrink grout, match the finish on the adjacent concrete, and cure as specified. 4. Repair minor cracks in concrete structures that are wider than 1/10 inch by cutting out a square edged and uniformly aligned joint 3/8 inch wide by 3/4 inch deep, preparing exposed surfaces of the joint, priming the joint, and applying polyurethane joint sealant. 5. If the cracks are major or affect the hydraulic capacity or function of the element, the Owner's Representative may require the concrete to be repaired by epoxy injection. 6. Major Defects and Cracks: If the defects affect the structural integrity of the structure or if patching does not satisfactorily restore quality and appearance to the surface, the Owner's Representative may require the concrete to be removed and replaced, complete. T. Concrete Surfaces To Be Coated See Section 099720. END OF SECTION 5/21/09 General Concrete Construction Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 030500-13 & Home Plant Lift Station SECTION 034210 PRECAST CIRCULAR CONCRETE MANHOLES PART 1 - GENERAL A. Description This section includes design, materials, testing, and installation of precast circular concrete manholes. B. Related Work Specified Elsewhere 1. General Concrete Construction: 030500. 2. Trenching, Backfilling, and Compacting: 312316. 3. Leakage and Infiltration Testing: 330130. 4. Vitrified Clay Pipe: 333110. 5. PVC Gravity Sewer Pipe: 333112. 6. Reinforced Plastic Mortar Gravity Sewer Pipe: 333120. C. Submittals 1. Submit shop drawings in accordance with the General Provisions and Section 013300. 2. Submit manufacturer's catalog data on precast concrete manholes, frames, and covers. Show dimensions and materials of construction by ASTM reference and grade. Show lettering on manhole covers. PART 2 - MATERIALS A. Precast Circular Concrete Manholes 1. Precast circular concrete manholes shall comply with ASTM C478, except that the wall thickness shall be 6 inches minimum. Minimum manhole diameter shall be 60 inches. Design manholes for the depths shown in the drawings and the following: a. AASHTO H-20 loading applied to the cover. b. Unit weight of soil of 120 pcf located above all portions of the manhole. c. Lateral soil pressure be based on saturated soil producing 100 pcf acting on an empty manhole. 5/21/09 Precast Circular Concrete Manholes Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 034210-1 & Home Plant Lift Station d. Internal fluid pressure based on a weight of 63 pcf with manhole filled from invert to cover with no balancing external soil pressure. e. Dead load of manhole sections fully supported by the base and transition. 2. Minimum allowable steel shall be hoops of No. 4 wire cast into each unit. Add reinforcing steel in walls to transfer stresses at openings. 3. Precast top sections shall be eccentric cone, except where shown otherwise in the drawings. 4. Design joints using a butyl rubber sealant per ASTM C990. 5. The minimum clear distance between the edges of any 2 wall penetrations shall be 12 inches or one half the diameter of the smaller penetration, whichever is greater. 6. Use drop manholes where indicated on the Drawings. Drop manholes shall conform to the applicable provisions for precast manholes as specified herein. 7. Precast manholes shall be as manufactured by B&W Precast, Mar-Con Products, Ameron, or equal. B. Steps or Rungs Cast manholes without steps (ladder rungs). C. Manhole Frames and Covers 1. Manhole frames shall be 36 inches in diameter with two concentric covers, made of cast iron conforming to ASTM A48, Class 30. Castings shall be smooth, clean, and free from blisters, blowholes, and shrinkage. Frames and covers shall be designed for H20-44 traffic loads. The cover shall seat firmly into the frame without rocking. Covers shall incorporate a "pic-hole" for lifting purposes. a. Locking frames and covers may be required in areas located outside the public right of way, as indicated on the Drawings or as determined by the City Engineer. 2. Grind or otherwise finish each cover so that it will fit in its frame without rocking. Frames and covers shall be matchmarked in sets before shipping to the site. 3. Sewer manhole covers shall have the word "CITY OF CARLSBAD" and "SEWER" cast thereon per CSD S-4. Do not apply any other lettering. 4. Before leaving the foundry, clean castings and subject them to a hammer inspection. 5/21/09 Precast Circular Concrete Manholes Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 034210-2 & Home Plant Lift Station 5. Coat castings with an asphalt coating complying with ASTM A849, Class A, to a minimum thickness of 50 mils. 6. Castings shall be manufactured by Alhambra Foundry, South Bay Foundry, or equal. D. PVC Liner 1. Where a PVC lined manhole is called for on the Drawings, the entire interior of the manhole shall be covered with white PVC liner as shown on Carlsbad Standard Drawing (CSD) S-1A. 2. Each welder shall prequalify by successfully passing a welding test before doing any welding. Prequalification may be required at any time deemed necessary by the Engineer. Test welds made in the presence of the Engineer shall consist of the following: a. Two pieces of liner, at least 15 inches long and 9 inches wide, shall be lapped 1-1/2 inches and held in a vertical position. b. Position a welding strip over the edge of the lap and weld to both pieces of liner. Extend each end of the welding strip at least 2 inches beyond the liner to provide tabs. c. The weld specimen shall be submitted to the Engineer and will be tested as follows: (1) Each welding strip tab, tested separately, shall be subjected to a 10- pound pull normal to the face of the liner with the liner secured firmly in place. There shall be no separation between the welding strip and liner when the welding tabs are submitted to the test pulls. (2) Three test specimens shall be cut from the welded sample and tested in tension across the welds. If none of these specimens fail when tested as specified in Part 2, subsection on "Physical Properties and Chemical Resistance," the weld will be considered as satisfactory in tension. (3) If one of the specimens fails to pass the tension test, a retest will be permitted. The retest shall consist of testing three additional specimens cut from the original weld sample. If all three of the retest specimens pass the test, the weld will be considered satisfactory. d. A disqualified welder may submit a new welding sample when he has had sufficient off-the-job training or experience to warrant reexamination. 3. Precast shaft sections, cone sections, and grade rings shall utilize PVC liner sheet with integrally cast PVC T-shaped extensions. 4. The channel and bas of the manholes shall be protected with coating or lining as shown on CSD S-1A. 5/21/09 Precast Circular Concrete Manholes Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 034210-3 & Home Plant Lift Station 5. T-shaped PVC liner sheets shall be a minimum of 0.065 inches in thickness. Locking extensions (T-shaped) of the same materials as that of the liner shall be integrally extruded with the sheet. The locking extensions shall be approximately 2.5 inches apart and shall be at least 0.375 inches high. 6. T-shaped liner sheets shall be placed with the "T"s running vertical. 7. The shelf of the manhole base shall be covered with PVC liner using one of the following two methods: a. Place PVC T-shaped liner sheets where the base is cast-in-place. b. Place a PVC liner sheet after the base has cured using the Arrow-Lock Lining in accordance with the manufacturer's recommendations (Ameron Protection Linings Division, or equal). 8. PVC liner shall be Amer-Plate T-Lock Liner by Ameron Protective Linings Division, or equal. E. Pipe Connections for Sewer Manholes Provide resilient watertight connectors between the manhole and piping in accordance with ASTM C923. Connections shall consist of a chemically resistant neoprene EPDM flexible boot, locking ring, and pipe clamp(s). The locking ring shall be stainless steel and shall lock the boot into the preformed opening in the manhole. The pipe clamp shall be stainless steel. Alternatively, cast the flexible boot in the manhole and eliminate the locking ring. Pipe connections shall be Kor- N-Seal (Dukor Corporation), Z-Lok-XP (A-Lok Products, Inc.), or equal. F. Concrete 1. Cement for manholes shall conform to ASTM C150. Provide a mixture of 85% Type II portland cement and 15% pozzolan fly ash. 2. Concrete used in pouring the manhole base shall be Type 564-B-3250 per the Standard Specifications for Public Works Construction. G. Sealing Compound and Mortar Butyl rubber sealing compound shall comply with ASTM C990. Cement mortar shall be composed of one part Portland cement to two parts clean, well-graded sand of such size that all pass a No. 8 sieve. Preformed, cold-applied ready-to- use plastic joint sealing compound may be substituted for mortar between precast units and shall be used when groundwater is encountered. H. Crushed Rock for Manhole Base Crushed rock shall comply with Section 312316. Crushed rock shall be the same material as the pipe bedding. If rock is not used for the pipe bedding, use 3/4-inch crushed rock for the manhole base. 5/21/09 Precast Circular Concrete Manholes Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 034210-4 & Home Plant Lift Station PART 3 -EXECUTION A. General 1. Precast concrete sections shall be transported and handled with care in accordance with the manufacturer's written recommendations. Where lifting devices are provided in precast sections, such lifting devices shall be used as intended. Where no lifting devices are provided, the Contractor shall follow the manufacturer's recommendations for lifting procedures to provide proper support during lifting. 2. The manhole stubs and sewer main shall be set before the concrete is placed and shall be rechecked for alignment and grade before the concrete has set. 3. When intercepting flows from smaller pipelines in manholes, set the invert of the smaller main at % of the depth of the larger main. B. Manhole Base 1. Excavate for the manhole and install a crushed rock base, minimum 6 inches thick on undisturbed soil, per Section 312316. Crushed rock base material shall extend 1 foot beyond the outside edge of the concrete manhole base. Compact to 90% relative density. 2. Form and pour concrete bases as one monolithic pour. Form the portion above the invert elevation of the sewer pipe to provide a smooth channel section. Channels shall vary uniformly in size and shape from inlet to outlet. All transitions shall be smooth and of the proper radius to give an uninterrupted transition of flow. The concrete base shall be shaped with a wood float and shall receive a hard-steel trowel finish prior to the concrete setting. 3. In the event additional mortar is required after initial set has taken place, the surface to receive the mortar shall be primed and the mortar mixed with Willhold Concrete Adhesive, or equal, in the amounts and proportions recommended. 4. The base shall set a minimum of 24 hours before the manhole construction is continued. 5. Straight through channels in manholes with no tributaries may have SDR 35 PVC pipe installed through the manhole. The top section of pipe shall be removed flush with the top of the shelf. All cuts shall be neat and dressed minimizing burrs and rough edges. C. Sealing and Grouting of Manhole Sections Clean ends of precast sections of foreign materials. Place two wraps of butyl rubber sealing compound around the groove of the lower section. Set next section in place. Fill remaining interior and exterior joint cavity completely with mortar of the proper consistency. If the manhole is tested using the vacuum method, do not place the grout in the joint cavity containing the butyl rubber sealing compound until after testing is completed. Trowel interior and exterior surfaces smooth on 5/21/09 Precast Circular Concrete Manholes Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 034210-5 & Home Plant Lift Station tongue-and-groove joints. Wipe off any excess grout from the interior and exterior of the joints. Prevent mortar from drying out by applying curing compound or comparable method. Chip out and replace cracked or defective mortar. Completed manhole shall be rigid and watertight. D. Installing Manholes 1. Set each precast concrete manhole unit plumb on a bed of sealant and mortar to make a watertight joint at least 1/2 inch thick with the concrete base or with the preceding unit. Point the inside joint and wipe off the excess sealant and mortar. Secure the manhole frame to the grade ring with grout and cement mortar fillet. Backfill, compact, and replace pavement. 2. Assemble units so that the cover conforms to the elevation determined by the manhole location as follows: a. In Paved Areas: Top of cover shall be flush with the paving surface. b. In Shoulder Areas: Top of cover shall be flush with existing surface where it is in traveled way of shoulder and 0.1 foot above existing surface where outside limits of traveled way but not in the existing roadside ditch. c. In Roadside Ditch or Unpaved Open Areas: Top of cover shall be 6 inches above the ground surface. Manhole frames shall be securely attached to the top precast manhole shaft unit with a cement-mortar bed and fillet. 3. Sections of various height grade rings shall be used in order to bring the top of the manhole ring and cover to the elevation on the Drawings and as specified above, but shall be limited to a maximum of 18 inches of grade rings. 4. A concrete ring shall be cast around manhole frames to within 3 inches of finished grade and capped with asphalt per CSD S-1 and S-1A. The ring shall be placed after the final paving together with the final cleanup. E. Flexible Pipe Joints at Manhole Walls Provide two 2-foot-long pipe sections from manhole walls. Lay pipes entering manhole base penetrations and resilient connections on compacted base. F. Leakage Testing of Sewer Manholes Test manholes for leakage along with the pipe. See Section 330130. G. Backfill Around Manholes Backfill and compact around the manholes using native material, per Section 312316 and the pipe specification. 5/21/09 Precast Circular Concrete Manholes Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 034210-6 & Home Plant Lift Station H. Coating Manhole Exteriors 1. Crystalline waterproofing shall be applied to the exterior surfaces of manholes when groundwater is present or anticipated and at the discretion of the Engineer. The material shall be applied to all exterior surfaces below a point one foot above the water table or indications of seepage or moisture, as directed by the Engineer and in accordance with the manufacturer's recommendations. Crystalline waterproofing material shall be XYPEX, KOESTER, Penetron, or equal. 2. Wrap all joints below the groundwater level with a bentonite clay geotextile waterproofing system at the discretion of the Engineer. Apply waterproofing system in accordance with the manufacturer's recommendations. Waterproofing material shall be Volclay Voltex, or equal. I. Vacuum Testing of Manholes All sewer manholes shall be vacuum tested in accordance with Section 330130. J. Pull Testing of PVC-Lined Manholes At the Engineer's request, PVC-lined manholes shall be field welded joints pull tested. Field welds shall withstand a pull test of at least 100 pounds per linear inch applied perpendicularly to the concrete surface for a period of one minute without evidence of cracks or separation. The test shall be conducted at a temperature of 70°F to 80°F, inclusive. K. Holiday Testing of PVC-Lined Manholes PVC-lined surfaces shall be holiday tested with an electrical holiday detector such as Model No. AP-W as manufactured by Tinker and Rasor, or equal, with the instrument set at 20,000 volts and used as directed by the Engineer. All imperfections identified on the PVC lining shall be repaired and the test shall be repeated until no holidays are evident. END OF SECTION 5/21/09 Precast Circular Concrete Manholes Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 034210-7 & Home Plant Lift Station SECTION 0099720 CHEMICAL-RESISTANT COAT INGS FOR CONCRETE PART 1 - GENERAL A. Description This section includes materials and installation of a chemical-resistant coating for existing sewer manholes. B. Related Work Specified Elsewhere 1. General Concrete Construction: 030500. C. Submittals 1. Submit shop drawings in accordance with the General Provisions and Section 013300. 2. Submit manufacturer's data sheets showing the following information: a. Percent solids by volume of coating compound. b. Number of coats required to give the specified dry thickness. c. Minimum recommended dry thickness per coat for prime, intermediate, and finish coats. d. Recommended surface preparation. e. Recommended surface tensile strength of the concrete surface. f. Application instructions including recommended equipment and temperature limitation. g. Curing requirements and instructions. PART 2 - MATERIALS A. Type "C" Coating: 100% Solids Epoxv 1. The coating shall be 100% solids, two-component epoxy with gel coat primer. 2. Service Conditions: Renovating existing raw sewage manholes or pumping station wet wells exposed to moist hydrogen sulfide gas and in which the surfaces to be coated cannot be dried. 3. Characteristics shall be as follows: 5/21/09 Chemical-Resistant Coating for Concrete Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 013300-1 & Home Plant Lift Station a. Tensile Strength on Concrete: 12,000 psi (minimum) per ASTM D638. b. Surface Hardness: 66 minimum, Shore "D." c. Impact Resistance: 160 inch-pounds (minimum). 4. Product: Aquatapoxy as manufactured by Raven Lining Systems (Tulsa, Oklahoma) or equal. 5. Apply gel coat to cover any exposed aggregate and fill any holes. Then apply four coats of epoxy to a minimum total dry-film thickness of 60 mils. 6. Coating to protect exposed reinforcing steel in existing structures shall be an 80% solids, moisture-insensitive acrylic. Product: Dyna-Bond-System 1 as manufactured by American Chemical Corporation. Apply two coats at 10-mil wet-film thickness each. Allow at least 30 minutes between applying the first and second coats. After applying the second coat, allow a minimum of 36 hours of curing time before applying the 100% solids gel coat primer. B. Abrasives for Surface Preparation of Concrete Abrasives used for preparation of concrete surfaces shall be 16 to 30 or 16 to 40 mesh silica sand. PART 3 - EXECUTION A. Coating System 1. Materials including primer, intermediate, and finish coats shall be produced by the same manufacturer. Thinners, cleaners, driers, and other additives shall be as recommended by the coating manufacturer. 2. Deliver coatings to the jobsite in the original, unopened containers. 3. Apply coating system in accordance with the coating manufacturer's written instructions. B. . Weather Conditions 1. Do not coat in the rain, wind, snow, mist, and fog or when surface temperatures are less than 5°F above the dew point. 2. Do not apply coatings when the relative humidity is above 85% or the temperature is above 90°F. 3. Do not coat when temperature of concrete to be painted is above 120°F. 4. Do not apply coatings if air or surface temperature is below 60°F or expected to drop below 60°F in 24 hours. 5/21/09 Chemical-Resistant Coating for Concrete Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 013300-2 & Home Plant Lift Station C. Surface Preparation 1. Surface preparation of concrete surfaces shall be in accordance with SSPC SP-13 and the following. 2. Concrete surfaces on which coating is to be applied shall be of even color, gray or gray-white. The surface shall have no pits, pockets, holes, or sharp changes of surface elevation. Scrubbing with a stiff-bristle fiber brush shall produce no dusting or dislodging of cement or sand. Sprinkling water on the surface shall produce no water beads or standing droplets. Concrete and masonry shall be free of laitance and slick surfaces. The grain of the concrete surface to touch shall not be rougher than that of No. 10 mesh sand. 3. Repair existing deteriorated concrete per Section 030500, Finish F-4. Fill spalled areas with grout to provide a surface level with the surrounding area. 4. Detergent clean the concrete surface with trisodium phosphate per ASTM D4258 or D4261. Then abrasive blast surfaces (brush-off blast) per ASTM D4259. Floor slabs may be acid etched per ASTM D4260 in lieu of sandblasting. After sandblasting, wash surfaces with water to remove dust and salts, per ASTM D4258 or D4261. Rinse thoroughly to achieve a surface pH of 10.0 to 13.0. Take at least two pH readings for each 300 square feet or portion thereof. 5. Test for surface strength per ASTM D4541, as modified by ACI 503R. Provide one test for every 300 square feet. The minimum surface tension shall be 300 psi unless the coating manufacturer recommends a higher value. 6. Acceptance criteria for concrete surfaces shall be in accordance with SSPC SP-13, Table 1, "Severe Service." 7. Do not apply coatings to concrete when the concrete is outgassing. Apply coatings only when the concrete surface temperature is stable, not rising. D. Abrasive Blast Cleaning 1. Use dry abrasive blast cleaning material. When field blast cleaning with hand-held nozzles, do not recycle or reuse blast particles. 2. After blast cleaning and prior to application of coating, dry clean surfaces to be coated by dusting, sweeping, and vacuuming to remove residue from blasting. Apply the specified primer or touch-up coating within the period of an eight-hour working day. Do not apply coating over damp or moist surfaces. Reclean prior to application of primer or touch-up coating any blast-cleaned surface not coated within said eight-hour period. 3. Keep the area of the work in a clean condition, and do not permit blasting particles to accumulate and constitute a nuisance or hazard. 4. During sandblast cleaning, prevent damage to adjacent coatings. Schedule blast cleaning and coating such that dust, dirt, blast particles, old coatings, rust, mill scale, etc., will not damage or fall upon wet or newly coated surfaces. 5/21/09 Chemical-Resistant Coating for Concrete Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 013300-3 & Home Plant Lift Station E. Coating Application 1. When applying multiple coats, each successive coating shall be different in color from the previously applied coat. 2. The entire coating shall be pinhole free. 3. See drawings for manholes to which coating is to be applied. F. Testing and Inspection 1. General: a. All inspection shall be done by the Contractor in the presence of and under the direction of the Engineer. Inspection procedures described as follows shall be considered as incidental to this contract and no additional payment will be made for the inspection procedures and subsequent repairs resulting from destructive tests. b. The Owner may acquire the services of a third party inspector (Special Inspector). The cost of the Special Inspector shall be paid by the Owner under a separate agreement. The Contractor shall provide safe access required by the Special Inspector or Engineer, including all equipment and support necessary for confined space entry in compliance with all governing safety requirements. 2. Dry-Film Thickness Testing: a. Measure coating thickness specified for concrete or masonry surfaces in accordance with ASTM D4138. Test the finish coat of concrete and masonry surfaces in accordance with NACE RP-0188-90 or ASTM D4787. Patch coatings at the points of thickness measurement or holiday detection. b. Check each coat for the correct dry-film thickness. Do not measure within eight hours after application of the coating. c. Make five separate spot measurements spaced evenly over each 100 square feet of area (or fraction thereof) to be measured. The average of five spot measurements for each such 100-square-foot area shall not be less than the specified thickness. No single spot measurement in any 100-square-foot area shall be less than 80%, or more than 120%, of the specified thickness. 3. Holiday (Continuity) Testing of Applied Coating: a. In the presence of the Owner's Representative, the Contractor shall inspect each coat of primer and finish coating in accordance with ASTM D4787 to determine integrity. Each coating application shall be checked and deficiencies marked. After observing specified recoat time, apply additional coating materials over areas having any holidays 5/21/09 Chemical-Resistant Coating for Concrete Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 013300-4 & Home Plant Lift Station or pinholes. After correction of deficiencies, the Contractor shall reinspect those areas to determine the acceptability of the additional coating. Each coating application must be 100% to the satisfaction of the Owner's Representative prior to succeeding coating applications. b. At the Owner's discretion, a special coatings inspector to be paid by the Owner may inspect and test each coating application. 4. Adhesion Testing: a. Adhesion tests shall be performed on each of the rehabilitated structures at locations directed by the Engineer. Adhesion testing shall be conducted after the liner system has cured per manufacturer instruction and in accordance with ASTM D4541 as modified herein. A minimum of one 20 mm dolly shall be affixed to the lined surface of the structure at the upper section or cone area, mid section and at the bottom, unless otherwise specified in the Special Provisions. Each testing location shall be identified by the Engineer. The adhesive used to attach the dollies to the liner shall be rapid setting with tensile strength in excess of the liner material and permitted to cure in accordance with manufacturer recommendations. The lining material and dollies shall be adequately prepared to receive the adhesive. Prior to pull test, the Contractor shall utilize a scoring device to cut through the coating until the substrate is reached. Extreme care shall be required while scoring to prevent micro cracking in the coating, since cracks may cause failures at diminished strengths. Failure due to improper dolly adhesive or scoring shall require retesting. The pull tests in each area shall meet or exceed 200 psi and shall include subbase adhered to the back of the dolly or no visual signs of coating material in the test hole. Pull tests with results between a minimum of 150 psi and 200 psi shall be acceptable if more than 50% of the subsurface is adhered to the back of the dolly. A test result can be discarded, as determined by the Engineer, if there is a valid nonstatistical reason for discarding the test results as directed by Sections 8.4 and 8.5 of ASTM D4541. If any test fails, a minimum of three additional locations in the section of the failure shall be tested, as directed by the Engineer. If any of the retests fail all loosely adhered or unadhered liner in the failed area, as determined by the Engineer, shall be removed and replaced at the Contractor's expense. If a structure fails the adhesion test, one additional structure or 10% of the initial number of structures selected for testing shall be tested at the discretion of the Engineer and/or as specified in the Special Provisions. END OF SECTION 5/21/09 Chemical-Resistant Coating for Concrete Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 013300-5 & Home Plant Lift Station SECTION 099752 COLD-APPLIED WAX TAPE COATING PART 1 - GENERAL A. Description This section includes materials and application of a three-part, cold-applied wax tape coating system for buried piping per NACE RP0375-2006, Section 4 except as modified herein. B. Related Work Specified Elsewhere Polyethylene Sheet Encasement (AWWA C105): 099754. C. Submittals 1. Submit shop drawings in accordance with the General Provisions and Section 013300. 2. Submit manufacturer's catalog data sheets and application instructions. PART 2 - MATERIALS A. Primer 1. Primer shall be a blend of petrolatums, plasticizers, and corrosion inhibitors having a paste-like consistency. The primer shall comply with NACE RP0375-2006 and shall have the following properties: a. Pour Point: 100°Fto 110°F. b. Flash Point: 350°F. c. Coverage: 1 gallon per 100 square feet. 2. Primer shall be Trenton Wax Tape Primer, Denso Paste Primer, or equal. B. Wax Tape 1. Wax tape shall consist of a synthetic-fiber felt, saturated with a blend of microcrystalline wax, petrolatums, plasticizers, and corrosion inhibitors, forming a tape coating that is easily formable over irregular surfaces. The tape shall comply with NACE RP0375-2006 and shall have the following properties: a. Saturant Pour Point: 115"F to 120°F. b. Thickness: 50 to 70 mils. 5/21 /09 Cold-Applied Wax Tape Coating Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 099752-1 & Home Plant Lift Station c. Tape Width: 6 inches. 2. Wax tapes used for pipe soil-to-air transitions shall be UV light stable so as not to degrade in the presence of sunlight. 3. Wax tape shall be Trenton No. 1 Wax Tape, Denso "Densyl Tape," or equal. C. Plastic Wrapper 1. Wrapper shall be a polyvinylidene chloride plastic with three 50-gauge plies wound together as a single sheet. The wrapper shall have the following properties: a. Color: Clear. b. Thickness: 1.5 mils. c. Tape Width: 6 inches. 2. Plastic wrapper shall be Trenton Poly-Ply, Denso Tape PVC Self-Adhesive, or equal. D. Polyethylene Sheet Coating See Section 099754. PART 3 - EXECUTION A. Wax Tape Coating Application 1. Surfaces shall be clean and free of dirt, grease, water, and other foreign material prior to the application of the primer and wax tape. 2. Apply primer by hand or brush to fitting surfaces. Work the primer into crevices and completely cover exposed metal surfaces. 3. Apply the wax tape immediately after the primer application. Work the tape into the crevices around fittings. Apply the wax tape by pressing and molding the tape into conformity with the surface so that it does not bridge over irregular surfaces configurations. Begin wrapping approximately 3 inches behind the area to be wrapped. If starting at a straight edge, wrap the tape spirally around the pipe while touching the end edge before starting the angle to begin the spiral. If the previous roll is headed in a downward direction, tuck the next roll under the previous roll. Stretch each roll tight as wrapping continues to avoid air bubbles. 4. Wrap the wax tape spirally around the pipe and across the fitting. Use a minimum overlap of 50% of the tape width. Apply tape to flanges, mechanical and restrained joint bolts, nuts and glands, and grooved-end couplings to 6 inches beyond each side of the item. 5/21/09 Cold-Applied Wax Tape Coating Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 099752-2 & Home Plant Lift Station 5. Work the tape into the crevices and contours of irregularly shaped surfaces and smooth out so that there is a continuous protective layer with no voids or spaces under the tape. 6. After application, seal the overlap seams of the tape by hand by tapering and pressing the seam, attempting to create a continuous surface. There shall be no air pockets underneath the tape. The tape shall have direct intimate contact with the pipe surface. 7. On vertical sections of the piping, such as at pipe-to-soil transitions, wrap the pipe starting from the bottom and proceeding upward so that downward flowing water and backfill do not catch in a seam. 8. Overwrap the completed wax tape installation with the plastic wrapping material. Wrap spirally around the pipe and across the fitting. Use a minimum overlap of 55% of the tape width and apply two layers or applications of overwrap. Secure plastic wrapper to pipe with adhesive tape. B. Application of Polyethylene Sheet Coating to Buried Piping and Fittings Wrap completed wax tape coating system with polyethylene film per Section 099754 and secure around the adjacent pipe circumference with adhesive tape. C. Handling and Installing Wax-Tape Coated Pipe 1. Handle pipe in a manner to minimize damage to the coating. Equipment used for the handling of coated pipe shall be designed and constructed to avoid damaging the protective coating system. Inspect supported areas of the pipe prior to installation. Repair damaged areas before installation. 2. The pipeline trench shall be free of rocks, foreign matter, and projections that could damage the coating system. END OF SECTION 5/21 /09 Cold-Applied Wax Tape Coating Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 099752-3 & Home Plant Lift Station SECTION 099754 POLYETHYLENE SHEET ENCASEMENT (AWWA-C105) PART 1 - GENERAL A. Description This section includes materials and installation of a polyethylene sheet encasement for buried iron pipe, fittings, and valves. B. Related Work Specified Elsewhere 1. Cold-Applied Wax Tape Coating: 099752. 2. Trenching, Backfilling, and Compacting: 312316. 3. PVC Distribution Pipe (AWWA C900): 402092. C. Submittals 1. Submit shop drawings in accordance with General Provisions and Section 013300. 2. Submit manufacturer's catalog literature and product data sheets describing the physical, chemical, and electrical properties of the encasement material. PART 2 - MATERIALS A. Polyethylene Wrap 1. The encasement shall consist of low-density polyethylene wrap of at least 8-mil thickness conforming to AWWA C105. Color: Blue. 2. Polyethylene encasement for ductile-iron pipe shall be supplied as a flat tube meeting the dimensions of Table 1 in AWWA C105 and shall be supplied by the ductile-iron pipe manufacturer. B. Plastic Adhesive Tape 1. Tape shall consist of polyolefin backing and adhesive which bonds to common pipeline coatings including polyethylene. 2. Minimum Width: 2 inches. 3. Products: Canusa Wrapid Tape; Tapecoat 35; Polyken 934; AA Thread Seal Tape, Inc.; or equal. 5/21/09 Polyethylene Sheet Encasement Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 099754-1 & Home Plant Lift Station PART 3 - EXECUTION A. Application of Moldable Mastic Filler to Irregular Adjacent Surfaces When the adjacent joints are bell-and-spigot or mechanical joints and any associated welding specifications do not require an external full fillet weld, apply a moldable mastic filler (per Section 400500) at the step-down area prior to the application of the sheet encasement and tape. B. Applying Sheet Coating to Buried Piping and Fittings 1. Apply wrapping per AWWA C105 as modified herein. 2. Apply a double wrapping. 3. Install the polyethylene to completely encase the pipe and fittings to provide a watertight corrosion barrier. Continuously secure overlaps and ends of sheet and tube with polyethylene tape. Make circumferential seams with two complete wraps, with no exposed edges. Tape longitudinal seams and longitudinal overlaps, extending tape beyond and beneath circumferential seams. 4. Wrap bell-spigot interfaces, restrained joint components, and other irregular surfaces with wax tape or moldable sealant prior to placing polyethylene encasement. 5. Minimize voids beneath polyethylene. Place circumferential or spiral wraps of polyethylene tape at 2-foot intervals along the barrel of the pipe to minimize the space between the pipe and the polyethylene. 6. Overlap adjoining polyethylene tube coatings a minimum of 1 foot and wrap prior to placing concrete anchors, collars, supports, or thrust blocks. Hand wrap the polyethylene sheet, apply two complete wraps with no exposed edges to provide a watertight corrosion barrier, and secure in place with 2- inch-wide plastic adhesive tape. C. Applying Sheet Coating to Buried Valves 1. Wrap flanges and other irregular surfaces with wax tape or moldable sealant. Press tightly into place leaving no voids underneath and a smooth surface under coating for polyethylene sheet. 2. Wrap with a flat sheet of polyethylene. Place the sheet under the valve and the flanges or joints with the connecting pipe and fold in half. Extend the sheet to the valve stem and secure the sheet in place with 2-inch-wide plastic adhesive tape. Apply a second layer and secure with tape. Make two complete wraps, with no exposed edges, to provide a watertight corrosion barrier. Secure the sheets with tape around the valve stem below the operating nut and around the barrel of the connecting pipe to prevent the entrance of water and soil. Place concrete anchor and support blocks after the wrap has been installed. 5/21/09 Polyethylene Sheet Encasement Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 099754-2 & Home Plant Lift Station D. Applying Sheet Coating to Buried Flexible Pipe Couplings 1. Wrap irregular surfaces with wax tape or moldable sealant. Press tightly into place leaving no voids underneath and a smooth surface under coating for polyethylene sheet. 2. Apply two layers or wraps around the coupling. Overlap the adjoining pipe or fitting a minimum of 1 foot and secure in place with tape. Provide sufficient slack in polyethylene to allow backfill to be placed around fitting without tearing polyethylene. Apply tape around the entire circumference of the overlapped section on the adjoining pipe or fitting in two complete wraps, with no exposed edges, to provide a watertight corrosion barrier. E. Repair of Polyethylene Material Repair polyethylene material that is damaged during installation. Use polyethylene sheet, place over damaged or torn area, and secure in place with 2-inch-wide plastic adhesive tape. F. Applying Sheet Coating to Existing Buried Piping When connecting polyethylene-encased pipe or fittings to existing pipe, expose existing pipe, thoroughly clean the surface, and securely tape the end of the polyethylene to the existing as specified above. When the existing pipe is polyethylene encased, wrap new polyethylene encasement over the existing, with overlap of at least 2 feet. Tape securely as specified above. G. Backfill for Polyethylene-Wrapped Pipe. Valves, and Fittings Place sand backfill within 1 foot of the pipe, valves, and fittings wrapped with polyethylene encasement per Section 312316. END OF SECTION 5/21/09 Polyethylene Sheet Encasement Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 099754-3 & Home Plant Lift Station SECTION 312316 TRENCHING, BACKFILLING, AND COMPACTING PART 1 - GENERAL A. Description This section includes materials, testing, and installation for pipeline trench excavation, backfilling, and compacting. B. Related Work Specified Elsewhere 1. Existing Conditions: General Provisions. 2. Protecting Existing Underground Utilities: 020120. 3. General Concrete Construction: 030500. 4. Asphalt Concrete Paving: 321216. C. Submittals 1. Submit six copies of a report from a testing laboratory verifying that material contains less than 1 % asbestos by weight or volume and conforms to the specified gradations or characteristics for pea gravel, granular material, imported sand, rock refill for foundation stabilization, and water. 2. Submit method(s) of compaction including removal sequence of shoring where used. 3. Submit mix design for controlled low-strength material (CLSM). D. Testing for Compaction 1. The Owner will test for compaction as described below. 2. Determine the density of soil in place by the sand cone method, ASTM D1556 or by nuclear methods, ASTM D6938. Compaction tests will be performed for each lift or layer. If nuclear methods are used for in-place density determination, verify the accuracy with one sand cone and one maximum laboratory dry density, for every five nuclear tests taken if the backfill material is processed fill or visually consistent. More sand cones and densities will be required if the backfill material is visually variable. The minimum depth for the sand cone test hole shall be 12 inches. The minimum size shall be 8 inches, and size 16/30 or 10/20 silica sand shall be used. 3. Determine laboratory moisture-density relations of soils by ASTM D1557698. If nuclear methods are used for in-place density determination, the compaction test results for maximum dry density and optimum water content shall be adjusted in 5/21/09 Trenching, Backfilling, and Compacting Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 312316-1 & Home Plant Lift Station accordance with ASTM D4718. This will be required for determination of percent relative compaction and moisture variation from optimum. 4. Determine the relative density of cohesionless soils by ASTM D4253 and D4254. 5. Sample backfill materials per ASTM D75. 6. "Relative compaction" is the ratio, expressed as a percentage, of the inplace dry density to the laboratory maximum dry density. 7. Compaction shall be deemed to comply with the specifications when no more than one test of any three consecutive tests falls below the specified relative compaction. The one test shall be no more than three percentage points below the specified compaction. The Contractor shall pay the costs for any retesting or additional testing of work not conforming to the specifications. 8. Where compaction tests indicate a failure to meet the specified compaction, the Owner will take additional tests every 25 feet in each direction until the extent of the failing area is identified. Rework the entire failed area until the specified compaction has been achieved. E. Pavement Zone The pavement zone includes the asphalt concrete and aggregate base pavement section placed over the trench backfill. F. Upper Zone The upper zone is the top 36 inches of the trench measured from the top of the pavement zone in paved areas. Where the depth of cover over the pipe does not permit the full specified thickness of the upper zone, construct a thinner upper zone, extending from the top of the pipe zone to the top of the pavement zone. G. Mid Zone The mid zone includes the portion of the trench from the top of the pipe zone to the bottom of the upper zone in paved areas or to the existing surface in unpaved areas. If the resulting mid zone is less than 24 inches thick, the upper zone shall extend to the top of the pipe zone and there shall be no separate mid zone. H. Pipe Zone The pipe zone shall include the full width of trench from the bottom of the pipe or conduit to a horizontal level above the top of the pipe, as specified below. Where multiple pipes or conduits are placed in the same trench, the pipe zone shall extend from the bottom of the lowest pipe to a horizontal level above the top of the highest or topmost pipe. Thickness of pipe zone above the highest top of pipe shall be as follows unless otherwise shown in the drawings or otherwise described in the specifications for the particular type of pipe installed. 5/21/09 Trenching, Backfilling, and Compacting Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 312316-2 & Home Plant Lift Station Pipe Diameter 4 inches and larger Thickness of Pipe Zone Above Top of Pipe 12 inches Pipe Base or Bedding The pipe base or bedding shall be defined as a layer of material immediately below the bottom of the pipe or conduit and extending over the full trench width in which the pipe is bedded. Thickness of pipe base shall be as follows unless otherwise shown in the drawings or otherwise described in the specifications for the particular type of pipe installed. Pipe Diameter 4 inches through 16 inches Thickness of Pipe Base 6 inches PART 2 -MATERIALS A. Granular Material for Backfill-Upper and Mid Zones Granular material or granular soil for backfill used above the pipe zone shall be lean bank-run or pit-run gravel, or native soil. The maximum particle size shall be 2 inches. A maximum of 15% shall pass a No. 200 sieve. B. Native Earth Backfill-Upper and Mid Zones 1. Native earth backfill used above the pipe zone shall be excavated fine-grained materials free from roots, debris, rocks larger than 4 inches, asbestos, organic matter, clods, clay balls, broken pavement, and other deleterious materials. Less than 50% shall pass a No. 200 sieve. At least 40% shall pass a No. 4 sieve. The coarser materials shall be well distributed throughout the finer material. 2. Backfill materials that are obtained from trench excavated materials to the extent such material is available shall be either screened directly into the trench or screened during the trenching operation. If screened during trenching, the material shall be maintained free of unscreened material during the handling and backfilling process. Hand selecting of rocks from earth as it is placed into the trench will not be permitted in lieu of the specified screening. Under no circumstances will native earth backfill be allowed or used in the pipe base or pipe zone areas. Backfill shall be moisture conditioned to within approximately 2% of the optimum moisture content prior to being placed in trench. C. Imported Sand-Pipe Zone and Pipe Base for Water Mains 1. Imported sand used in the pipe zone or for the pipe base shall have the following gradation: 5/21/09 Trenching, Backfilling, and Compacting Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 312316-3 & Home Plant Lift Station Sieve Size 3/8 inch No. 4 No. 30 No. 100 No. 200 Percent Passing By Weight 100 75 to 100 12 to 50 5 to 20 0 to 10 2. Imported sand shall have a minimum sand equivalent of 30 per ASTM D2419. Imported sand shall have a saturated resistivity greater than 1,000 ohm-cm, a neutral pH, and chlorides less than 100 ppm. D. Gravel and Crushed Rock-Pipe Zone and Pipe Base for Sewers 1. Gravel or crushed rock material shall contain less than 1% asbestos by weight or volume and conform to the Standard Specifications for Public Works Construction, Section 200-1.2. 2. Use 3/4-inch size unless indicated otherwise in the drawings. E. Sand-Cement Slurry —Shaft Backfill Sand-cement slurry backfill shall consist of one sack (94 pounds) of Type I or II Portland cement added per cubic yard of imported sand and sufficient water for workability. F. Controlled Low-Strength Material (CLSM) for Backfill—Shaft Backfill 1. CLSM shall consist of a mixture of portland cement, aggregate, fly ash, water, and admixtures conforming to the following: a. Portland Cement: ASTM C150, Type II, maximum of 50 pounds per cubic yard. b. Aggregate: Concrete sand, selected material from the excavation, imported material, or a combination thereof. Aggregate size shall be size No. 7 per ASTM C33The soluble sulfate content shall not exceed 0.3% by dry weight. c. Water: Potable quality. d. Water-Cement Ratio: 3.5:1 maximum. e. Fly Ash: Class C per ASTM C618, maximum of 300 pounds per cubic yard. f. The minus No. 200 sieve fraction shall be nonplastic. 2. Proportion the CLSM to be a flowable, nonsegregating, self-consolidating nonshrink slurry. The water content shall not exceed that required to provide 5/21/09 Beech Avenue Sewer & Home Plant Lift Station Contract Nos. 3873 & 5512 Trenching, Backfilling, and Compacting Section 312316-4 a mix that will flow, can be pumped, and will maintain the soil in suspension without segregation of the aggregate while being placed. Proportion the aggregate, cement, and water either by weight or by volume. Use as little cement for each cubic yard of material produced as necessary to make the CLSM flowable. 3. Soil for the soil-cement bedding may consist of local soil or it may be imported. Soil for the CLSM shall comply with the following requirements: a. Soil producing a color darker than the standard color in the colorimetric test for organic impurities will be rejected until further tests are performed to determine the nature of the material and its effect on the time of set and strength of the cement. b. Select or process the soil so that the gradation of the soil is such that all particles will remain in suspension and no segregation will occur when the CLSM is placed. The amount of soil passing the No. 200 screen shall not exceed 15% by weight, and the amount of soil passing the No. 100 screen shall not exceed 50% by weight. The maximum particle size in the soil shall not exceed one-eighth of the open distance between the pipe and the trench wall or 1-1/2 inches, whichever is less. The soil shall be nonplastic or of low plasticity. c. The maximum size of any clay balls in the soil shall be 1/2 inch. The maximum percentage of clay balls, by wet weight, should not exceed 10%. 4. The unconfined compressive strength at seven days shall be minimum of 50 and a maximum of 100 psi per ASTM D4832. 5. The temperature of the CLSM discharged into the trench shall be below 90°F. Rock Refill for Foundation Stabilization Rock refill shall be crushed or natural rock containing less than 1% asbestos by weight or volume, having the following gradation: Sieve Size 3 inches 1-1/2 inches 3/4 inch No. 4 No. 30 No. 200 Percent Passing By Weight 100 70 to 100 60 to 100 25 to 55 10 to 30 OtolO H. Concrete for Pipe Encasement and Thrust Blocks 1. Concrete for pipe encasement and thrust blocks shall be Class C per Section 030500, unless otherwise shown in the drawings. 5/21/09 Beech Avenue Sewer & Home Plant Lift Station Contract Nos. 3873 & 5512 Trenching, Backfilling, and Compacting Section 312316-5 2. Provide thrust blocks for the relocated water main as shown on the drawings. 3. See the details in the drawings for thrust block sizes. I. Water for Compaction See Section 312300. Water shall be free of organic materials injurious to the pipe coatings. J. Detectable Underground Utility Marking Tape See Section 207-25 of the Supplemental Provisions. K. Geotextile Filter Fabric Nonwoven geotextile filter fabric shall be Geotex 601 as manufactured by Propex Geosynthetics, or equal. PART 3 - EXECUTION A. Sloping. Sheeting. Shoring, and Bracing of Trenches Trenches shall have sloping, sheeting, shoring, and bracing conforming with 29CFR1926, Subpart P-Excavations, CAL/OSHA requirements, and the General Provisions. B. Sidewalk. Pavement, and Curb Removal Cut bituminous and concrete pavements regardless of the thickness and curbs and sidewalks prior to excavation of the trenches with a pavement saw or pavement cutter. Width of the pavement cut shall be at least equal to the required width of the trench at ground surface. Haul pavement and concrete materials from the site. Do not use for trench backfill. C. Trench Excavation 1. Excavate the trench to the lines and grades shown in the drawings with allowance for pipe thickness, sheeting and shoring if used, and for pipe base or special bedding. If the trench is excavated below the required grade, refill any part of the trench excavated below the grade at no additional cost to the Owner with foundation stabilization material. Place the refilling material over the full width of trench in compacted layers not exceeding 6 inches deep to the established grade with allowance for the pipe base or special bedding. 2. Trench widths in the pipe zone shall be as shown in the drawings. If no details are shown, maximum width shall be 18 inches greater than the pipe outside diameter. Comply with 29CFR Part 1926 Subpart P-Excavations. Trench width at the top of the trench will not be limited except where width of excavation would undercut adjacent structures and footings. In such case, width of trench shall be such that there is at least 2 feet between the top edge of the trench and the structure or footing. 5/21/09 Trenching, Backfilling, and Compacting Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 312316-6 & Home Plant Lift Station 3. Construct trenches in rock by removing rock to a minimum of 6 inches below bottom of pipe bedding and backfilling with foundation stabilization material. D. Location of Excavated Material 1. During trench excavation, place the excavated material only within the working area or within the areas shown in the drawings. Do not obstruct any roadways or streets. Do not place trench spoil over pipe, buried utilities, manholes, or vaults. Conform to federal, state, and local codes governing the safe loading of trenches with excavated material. 2. Remove and store excavated topsoil separately. Replace topsoil in the top 24 inches of the mid zone. 3. Locate trench spoil piles at least 15 feet from the tops of the slopes of trenches. Do not operate cranes and other equipment on the same side of the trench as the spoil piles. E. Dewatering Provide and maintain means and devices to remove and dispose of water entering the trench excavation during the time the trench is being prepared for the pipelaying, during the laying of the pipe, and until the backfill at the pipe zone has been completed. These provisions shall apply during both working and nonworking hours, including lunch time, evenings, weekends, and holidays. Dispose of the water in a manner to prevent damage to adjacent property and in accordance with regulatory agency requirements. Do not drain trench water through the pipeline under construction. If dewatering to a storm drain, Contractor shall acquire a permit from SDRWQCB. If discharging to the sewer system, Contractor shall acquire an appropriate permit from Encina Water Pollution Control Facility. F. Foundation Stabilization 1. After the required excavation has been completed, the Owner will inspect the exposed subgrade to determine the need for any additional excavation. It is the intent that additional excavation be conducted in all areas within the influence of the pipeline where unacceptable materials exist at the exposed subgrade. Overexcavation shall include the removal of all such unacceptable material that exist directly beneath the pipeline to a width 24 inches greater than the pipe outside diameter and to the depth required. 2. Place filter fabric on the bottom of the trench and up the sides a sufficient height to retain rock refill material. Backfill the trench to subgrade of pipe base with rock refill material for foundation stabilization. Place the foundation stabilization material over the full width of the trench and compact in layers not exceeding 6 inches deep to the required grade. Foundation stabilization work shall be executed in accordance with a change order. 3. Rock refill used by the Contractor for his convenience will not be cause for any additional payment. 5/21/09 Trenching, Backfilling, and Compacting Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 312316-7 & Home Plant Lift Station G. Installing Buried Piping 1. Grade the bottom of the trench to the line and grade to which the pipe is to be laid, with allowance for pipe thickness. Remove hard spots that would prevent a uniform thickness of bedding. Place the specified thickness of pipe base material over the full width of trench. Grade the top of the pipe base ahead of the pipelaying to provide firm, continuous, uniform support along the full length of pipe, and compact to the relative compaction specified herein. Before laying each section of the pipe, check the grade and correct any irregularities. 2. Excavate bell holes at each joint to permit proper assembly and inspection of the entire joint. Fill the area excavated for the joints with the bedding material specified or indicated in the drawings for use in the pipe zone. 3. Inspect each pipe and fitting before lowering the buried pipe or fitting into the trench. Inspect the interior and exterior protective coatings. Patch damaged areas in the field with material recommended by the protective coating manufacturer. Clean ends of pipe thoroughly. Remove foreign matter and dirt from inside of pipe and keep clean during and after installation. 4. Handle pipe in such a manner as to avoid damage to the pipe. Do not drop or dump pipe into trenches under any circumstances. 5. When installing pipe, do not deviate more than 1 inch from line or 1/4 inch from grade. Measure elevation at the pipe invert. 6. For sewer mains, place geotextile filter fabric on the bottom of the trench and up the sides, extending to the top of the pipe zone. Wrap geotextile filter fabric around the crushed rock in the pipe zone with a minimum lap of 12 inches at all edges. 7. After pipe has been bedded, place pipe zone material simultaneously on both sides of the pipe, in maximum 6-inch lifts, keeping the level of backfill the same on each side. Carefully place the material around the pipe so that the pipe barrel is completely supported and no voids or uncompacted areas are left beneath the pipe. Use particular care in placing material on the underside of the pipe to prevent lateral movement during subsequent backfilling. 8. Compact each lift to the relative compaction specified herein. 9. Push the backfill material carefully onto the backfill previously placed in the pipe zone. Do not permit free-fall of the material until at least 2 feet of cover is provided over the top of the pipe. Do not drop sharp, heavy pieces of material directly onto the pipe or the tamped material around the pipe. Do not operate heavy equipment or a sheepsfoot wheel mounted on a backhoe over the pipe until at least 3 feet or one-half of the internal diameter, whichever is greater, of backfill has been placed and compacted over the pipe. 5/21/09 Trenching, Backfilling, and Compacting Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 312316-8 & Home Plant Lift Station 10. When the pipelaying is not in progress, including the noon hours, close the open ends of pipe. Do not allow trench water, animals, or foreign material to enter the pipe. 11. Keep the trench dry until the pipelaying and jointing are completed. H. Installing Detectable Underground Utility Marking Tape See Section 306-1.3.1 of the Supplemental Provisions. I. Backfill Compaction 1. Unless otherwise shown in the drawings or otherwise described in the specifications for the particular type of pipe installed, relative compaction in pipe trenches shall be as follows: a. Pipe Zone: 90% relative compaction. b. Backfill in Mid Zone Not Beneath Paving: 90% relative compaction. c. Backfill in Mid Zone to Upper Zone in Paved Areas: 90% relative compaction. d. Backfill in Upper Zone in Paved Areas: 95% relative compaction. e. Rock Refill for Foundation Stabilization: 80% relative density. f. Refill for Overexcavation: 80% relative density. 2. Compact trench backfill to the specified relative compaction. Compact by using mechanical compaction or hand tamping. Do not use high-impact hammer-type equipment except where the pipe manufacturer warrants in writing that such use will not damage the pipe. 3. Compact material placed within 12 inches of the outer surface of the pipe by hand tamping only. 4. Do not use any axle-driven or tractor-drawn compaction equipment within 5 feet of building walls, foundations, and other structures. J. Material Replacement Remove and replace any trenching and backfilling material that does not meet the specifications, at the Contractor's expense. K. Placing Sand-Cement Slurry Backfill Place sand-cement slurry backfill in a uniform manner that will prevent voids in or segregation of the material. Remove foreign material that falls into the excavation or trench. Do not commence backfilling over or place any material over the slurry cement backfill until at least four hours after placing the sand-cement slurry. 5/21/09 Trenching, Backfilling, and Compacting Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 312316-9 & Home Plant Lift Station L. Placement of CLSM 1. Provide batching equipment to obtain the proper weights of soil, cement, water, and admixtures. Measuring devices shall be sensitive to a 2% variation above or below the actual weights required. Volumetric batching may be used, provided the same accuracy required for weight batching is maintained. 2. Design and operate the mixers used for mixing the CLSM so that the CLSM as discharged from the mixer is uniform in composition and consistency throughout each batch. 3. Place the CLSM such that it flows easily into all openings between the pipe and the excavated trench. In some cases, such as trenches on a slope, a stiffer mix may be required to prevent it from flowing down the trench. In this case, use vibration to ensure that the CLSM completely fills all spaces. 4. Lay the pipe on the soil pads and place the CLSM bedding as shown in the drawings. Place bedding under pipe from one side and vibrate so that it flows under the pipe until it appears on the other side. Then add CLSM to both sides of the pipe and vibrate until it completely fills the space between the pipe and the excavated trench bottom. This operation shall follow as closely behind pipelaying operations as possible. Place CLSM in such a way as to prevent uplift or buckling of the pipe. Deposit CLSM as nearly as practicable in its final position. Do not disturb the pipe trench/excavation or cause foreign material to become mixed with the cement slurry. 5. Do not place backfill above the pipe until the CLSM has reached the initial set. Place and maintain a 6-inch cover of moist backfill cover until additional backfill is placed. If the ambient temperature is 50°F or less, place an additional 6-inch cover of backfill over the 6-inch moist backfill cover prior to the end of the working day. 6. Whenever freezing temperatures are imminent, maintain the CLSM at a temperature of not less than 50°F for 24 hours after placement. The temperature of the mix shall be 50°F or greater at the time of placement. Monitor the temperature by placing a thermometer in the CLSM immediately after sampling at the placement site. When freezing weather appears imminent, make ready at the placement site materials that may be required for protection of the CLSM. Delay placement of CLSM until adequate provisions for protection against weather are made. Do not place CLSM bedding in pipe trenches/excavations when the trench bottom or walls are frozen or contain frozen material. Backfill placed as cover over the CLSM is prohibited from containing any frozen material. END OF SECTION 5/21/09 Trenching, Backfilling, and Compacting Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 312316-10 & Home Plant Lift Station SECTION 317216 AUGER BORING PART 1 - GENERAL A. Description This section includes materials and installation of the sewer line using auger boring method, complete and in place at the locations indicated on the drawings. PVC carrier pipe installation within steel casing shall be in accordance with the requirements contained in this Section. B. Related Work Specified Elsewhere 1. Trenching, Backfilling, and Compacting: 312316. 2. Leakage and Infiltration Testing: 330130. 3. Vitrified Clay Pipe: 333110. 4. PVC Distribution Pipe (AWWA C900): 402092. C. Quality Assurance 1. Alignment Acceptance Criteria: a. The variation in the field position of the casing from the line and grade as indicated in the drawings shall be limited to 2 percent of bore length in lateral and 1 percent vertical alignments. b. Install carrier pipe as shown on the drawings in accordance with following tolerances: 1 inch in lateral alignment and %" inch in vertical grade. The carrier pipe alignment shall have no reverse grade or ponding. 1. Perform all work in the presence of the Engineer or Owner's Representative, unless the Engineer has granted prior approval to perform such work when absent. Notify the Engineer a minimum three working days in advance of the start of auger boring operation. 2. Contractor shall not begin work until a tunneling permit has been obtained and a copy has been provided to the City. 3. All welding procedures used to fabricate steel casings shall be pre-qualified under the provisions of ANSI/AWS D1.1. 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. 4. All welding shall be performed by qualified welders who have had prior experience with the type of materials used. Welders shall be qualified under the provisions of 5/21/09 Auger Boring Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 317216-1 & Home Plant Lift Station ANSI/AWS D1.1 by an independent local, approved testing agency not more than 6 months prior to commencing work on the casing of pipeline. Machines and electrodes similar to those used in the work shall be used in qualification tests. The Contractor shall bear the full expense of qualifying welders. 5. Supervision: a. Auger boring and work associated with auger boring: (1) Supervised by at least 1 person with previous experience of auger boring process. (2) See submittals herein for minimum requirements. 6. Operators: a. Personnel experienced in auger boring with prior knowledge and ability in proper operation of systems being employed. b. See submittals herein for minimum requirements. 7. Operation: a. Operate systems following manufacturer's written instructions. b. Make available at all times copies of operations manuals to Engineer and operational personnel on site. 8. Drive Start Up: a. Before commencement of any drive, demonstrate to the Engineer that the required set up procedures and system checks are complete and required materials are on hand to commence drive. Verify line and grade control points and that the auger boring equipment is set to the correct line and grade. b. Do not commence drive until construction of receiving shaft has been completed. 9. Acceptance Criteria: a. The variation in the field position of the casing from the line and grade as indicated in the drawings shall be limited to 2 percent of bore length in lateral and 1 percent vertical alignments. b. Install carrier pipe as shown on the drawings in accordance with following tolerances: 1 inch in lateral alignment and 1/4" inch in vertical grade. The carrier pipe alignment shall have no reverse grade or ponding. 5/21/09 Auger Boring Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 317216-2 & Home Plant Lift Station 10. Daily Operator Reports: Operating data shall be recorded by the operator or using an automatic data recorder. Data shall include jacking force, line and grade information if available, and estimated volume removed, and any additional operational information available to the Operator and as determined by the Engineer. For segments 10 feet in length or less, record data at a minimum of three locations: one foot from each end and at the mid point. For segments over 10 feet in length, record data at a minimum of five locations: one foot from each end, at the mid point, and at the quarter points. Submit operator reports daily. D. 1. Contractor shall be solely responsible for the safety conditions on site throughout construction. All shaft excavations and support systems shall conform with applicable CalOSHA provisions, Caltrans safety standards, and OSHA excavation, trenching, and shoring standards which are contained in the Code of Federal Regulations 29 (CFR). 2. In the event of a conflict, comply with the more restrictive applicable requirements. E. Submittals 1. Submit shop drawings in accordance with the General Provisions and Section 013300. 2. If modifications are required during construction, submit for approval information illustrating such modifications, including reasons. 3. The Contractor notified as the Apparent Low Bidder shall submit the following items for review within five working days after the bid. The submittal shall be labeled with the same identification as the bid documents and noting "Auger Boring Qualifications." The review may include verification by calling the listed references or through published materials. Failure to submit complete information may be considered as non-responsive and the bid rejected as non-responsive. a. Cover sheet: Date, company name, address, telephone and fax numbers, email address, and contact person. b. Auger boring (Sub)Contractor shall posses a valid California Contractor's Class "A" license and a minimum of five continuous years of experience in the installation of pipelines using auger boring as the method of installation. Experience requirements are the construction and completion of a minimum of 3,000 feet of pipeline projects in the last three years. The pipeline projects shall have been for pipelines between 12 inches inside diameter and 30 inches outside diameter, inclusive, utilizing auger boring as the method of installation. Projects must have been completed by the (Sub)Contractor performing the Work and not by other subcontractors. Provide date, full name of the project, location, owner's name and phone number, and description of relevant work successfully completed. 5/21/09 Auger Boring Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 317216-3 & Home Plant Lift Station (1) One of the referenced projects shall have utilized steel casing pipe material similar to the type used in this Work. (2) One of the referenced projects shall have utilized carrier pipe material similar to the type used in this Work. (3) One of the referenced projects shall have been in similar ground conditions to those anticipated in this Work, as measured by: (a) Soil types that include more than 25 percent sand and/or SM and SP; (b) Soil strengths of between 60 blows per 12 inches to 60 blows per 6 inches, inclusive; and (c) Hydrostatic head of 0 to 5 feet, inclusive. (4) One of the reference projects shall be a successfully completed an auger boring of a length of at least 80% of the longest drive required for this Work with the same pipe size and pipe material as on this project or a successfully completed auger boring of the same length as the longest drive length required for this Work with pipe at least 80% of the outside diameter and the same pipe material as on this project. (5) One of the referenced projects shall have used similar equipment to the equipment proposed on this project. c. Project Superintendent: The auger boring (Sub)Contractor's project superintendent shall have at least five years of auger boring experience and shall have managed at least three auger boring projects, each with a minimum of 1,000 linear feet, with similar equipment, with drive lengths exceeding 200 feet, and in similar ground conditions to those anticipated in this Work, as measured by: (1) Soil types that include more than 25 percent sand and/or SM and SP; (2) Soil strengths of between 60 blows per 12 inches to 60 blows per 6 inches, inclusive; and (3) Hydrostatic head of 0 to 5 feet, inclusive. d. Operator: The Auger boring (Sub)contractor's operator(s) shall have at least five years experience in the installation of pipelines using auger boring as the method of installation. The operator shall have successfully completed a minimum of three pipeline projects each with a minimum of 1,000 linear feet of installed pipe between 12 inches inside diameter and 30 inches outside diameter using auger boring as the method of installation. The MTBM operator shall also have: 5/21/09 Auger Boring Beech Avenue Sewer Contract Nos. 3873 &5512 Section 317216-4 & Home Plant Lift Station (1) Operated an auger boring system similar to the one proposed on this Work. (2) Utilized the same type of steel casing pipe material as used in this Work. (3) One of the referenced projects shall have been in similar ground conditions to those anticipated in this Work, as measured by: (a) Soil types that include more than 25 percent sand and/or SM and SP; (b) Soil strengths of between 60 blows per 12 inches to 60 blows per 6 inches, inclusive; and (c) Hydrostatic head of 0 to 5 feet, inclusive. (4) One of the reference projects shall be a successfully completed an auger boring of a length of at least 80% of the longest drive required for this Work with the same pipe size and pipe material as on this project or a successfully completed auger boring of the same length as the longest drive length required for this Work with pipe at least 80% of the outside diameter and the same pipe material as on this project. e. Include all projects for this Owner. Provide date, full name of the project, location, owner's name and phone number, and description of relevant work successfully completed, including pipe material, soil conditions, longest drive planned and completed, and total footage planned and completed. If the auger boring work was performed as a subcontractor, include the name of the general contractor, and contact names and information. 4. Provide name of site safety representative and persons responsible for gas testing and evidence of CalOSHA certification for each, respectively. 5. Equipment: a. Supply full details of auger boring system to be employed. b. Manufacturer and date(s) of manufacture. c. Type and model number for whole system if from single source or separate details for each element of system. d. System of alignment monitoring and steering control and activation. e. Hydraulic jacking system maximum capacity and method of limiting jacking capacity to that of maximum capacity of specified casing. 6. Procedures: Supply full details of procedures and resources that will be employed to carry out work including method and sequence of: 5/21/09 Auger Boring Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 317216-5 & Home Plant Lift Station a. Carrier Pipe handling and connections in accordance with manufacturer's written recommendations. b. Maintaining line and grade, and reestablishment of line and grade as required. c. Spoil disposal. d. Spoil containment during auger boring work. e. Launch and retrieval procedures: procedure commences with modifications to shoring and end with pipe through the penetration. 7. Casing Pipe: a. Submit diameter, thickness, and class of steel casing. Submit materials list showing material of casing with ASTM reference and grade. Submit manufacturer's certification of compliance with referenced standards, e.g., ASTM A36, A139, and A283 and AWWA C200. 8. Carrier Pipe: a. Pipe manufacturer, outside diameter and thickness. b. Procedures and methods to be used to install the carrier pipe including blocking details and spacing of blocking points. Submit joint details and calculations to verify the pipe can take the loads. c. Provide procedures for verification of carrier pipe grade, which shall be checked after installation and before backfill grouting. d. Method to protect carrier pipe from buckling due to heat of hydration of backfill grout. e. Submit shop drawings showing the method of preventing pipe flotation and how the backfill will be terminated at the end of the tunnel. 9. Casing Spacers: Submit drawings, assembly, and written installation recommendations to prevent rifling. 10. Calculations signed by a professional engineer licensed in the state of California that clearly state: a. Maximum calculated jacking resistance for installing complete casing. b. Relationship between hydraulic jacking pressure and force applied to jacked pipe during jacking. c. Jacking pipe maximum allowable jacking force. Minimum factor of safety shall be 2.0 for steel casing pipe. 5/21/09 Auger Boring Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 317216-6 & Home Plant Lift Station d. Casing spacers will provide line and grade installation and withstand heat of hydration and installation forces with a minimum factor of safety of 2.0. 11. Shafts: a. A site plan for each excavation indicating the location, excavation dimensions, site grading, and site development details for the excavation and all work areas, and the proposed limits of disturbance surrounding each excavation. b. Submit shop drawings for shaft excavations, excavation support systems and other related information. The shop drawings shall be prepared and sealed by a professional engineer licensed in the state of California. Indicated arrangement of supports and construction sequence for proposed support system (s). c. Details for ground support system. d. Full calculations supporting maximum jacking capacity that launching shaft will withstand without movement exceeding 0.5 inches with an appropriate factor of safety. e. Areas for storage, material and spoil handling, dewatering, ground stabilization if required, excavation procedures, and backfilling. f. Dewatering and ground water control plans for all shafts. g. Plans indicating removal of excavation supports and site restoration details prepared and signed by a professional engineer licensed in the state of California. 12. Settlement Monitoring Plan a. Submit surveying and monitoring plan for review before construction. Identify location of settlement monitoring points, reference benchmarks, survey schedules and procedures, and reporting formats. b. Provide pre-construction and post-construction assessment for building and structures located within a distance of 100 feet from centerline of proposed tunnel, and jacking and receiving shafts. Include photographs or a video of existing damage to structures near alignment. 13. Submit invert elevation monitoring reports prepared by a licensed surveyor once per week or every 200 feet, which ever occurs first, giving the elevation of the pipe invert every 20 feet, including even "XX+00" stations during auger boring operations. Provide as-built survey upon completion of tunneling. 14. Submit certificates of welding consumables used for shop and field welding. 15. Submit welding procedure specifications (WPS) and procedure qualification records (PQR) for each welding process and welder qualification records (WQR) for each 5/21/09 Auger Boring Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 317216-7 & Home Plant Lift Station welder and welding operator. Submit bend and tensile test coupons concurrently with welder qualification and procedure qualification records. Welding procedures shall be required for welds for casing joint welds, and grout coupling connections. 16. For annular spaces greater than 0.75 inches and casings over 30-inches in diameter, submit description of method to contact grout void between casing and ground. 17. Grouting equipment, procedures, and proposed mixes for backfill grouting the annular space between the casing and the carrier pipe. 18. Provisions for protecting adjacent facilities and utilities. All utilities within 40 feet of excavations and all structures within 50 feet of excavations shall be addressed. 19. Copies of all documentation, releases, and permits required herein and necessary to complete the work. Documentation, releases, and permits shall include but not be limited to imported materials, material disposal, utility disturbances, and affected properties. F. Tunnel Classification The Owner has obtained from the California Division of Industrial Safety a classification for each bore. The classification is "Potentially Gassy with Special Requirements". A copy of the classification document is provided in Appendix "G". It shall be the Contractor's responsibility to post the classification at the site and see that the work is done in conformance with the state requirements. It shall also be the Contractor's responsibility to call the required safety meeting with representatives from the State Division of Industrial Safety prior to beginning of construction of each bore. G. Project Conditions 1. Trenchless equipment shall be compatible with geologic conditions described in the following geotechnical reports. See Appendix "B" for copies of these reports. a. Beech Avenue Site: "Geotechnical Report, Beech Avenue Sewer Project, Carlsbad, California," prepared by Inland Foundation Engineering, Inc., dated December 30, 2008; Letter from Ninyo & Moore to Mr. Mark Biskup, City of Carlsbad, Subject: Limited Geotechnical Consulting Services, Beech Avenue Sewer, Carlsbad, California, dated October 21, 2008. b. Home Plant Lift Station Site: "Geotechnical Evaluation, Home Plant Lift Station Sewer Pipeline Replacement, Carlsbad, California," prepared by Ninyo & Moore, dated December 8, 2008. 2. Review geotechnical reports in order to enable proper design to alignments and locations shown on drawings and other requirements of Contract Documents. Where necessary, make additional investigation to satisfy ability 5/21/09 Auger Boring Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 317216-8 & Home Plant Lift Station to complete work. Project geotechnical report and boring logs are provided for information only. Contractor responsible to judge geotechnical conditions and their effect on means, methods, and progress of work. 3. Encountering water will not entitle Contractor to additional compensation. H. Cellular Concrete Backfill Quality Control 1. The proposed mix shall be designed and tested in accordance with ASTM C 796 except as noted below. These results will be compared with field test results to confirm consistent properties are obtained in the field. Preliminary testing for each mix shall be as follows: a. Two sets of compression test cylinders (three inches by six inches), three cylinders per set, shall be made from each proposed cellular concrete mix. One set of three cylinders shall be tested at an age of seven days and the other set shall be tested at an age of 28 days. b. Cellular concrete test specimens shall be made, cured, stored, and tested in accordance with ASTM C 495. c. Determination of total air content of each proposed cellular concrete mix in accordance with ASTM C 796. d. Determination of unit weight of each proposed cellular concrete mix in accordance with ASTM C 567. 2. Field tests shall comply with the following: a. Field control tests shall be performed by the Contractor. The Owner may elect to perform similar tests. Field testing for each mix shall be the same as the Preliminary tests: b. Field control test shall be taken: (1) From each batch, (2) After a change in mix design, (3) At a frequency of not less than one per hour, and (4) At the overflow upon completion of the pour. c. Field samples shall be taken from a system of valves in the line transporting the cellular concrete, which will allow for collection of test specimens without disconnecting the line from the outlet and shall be within 8 feet of where the cellular concrete is being injected. 5/21/09 Auger Boring Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 317216-9 & Home Plant Lift Station PART 2 - MATERIALS A. Casing Pipe 1. Casing pipe shall be a direct-jacked, non-pressure welded steel pipe, or "Permalok" joints specifically designed for pipe jacking. Steel casing pipe shall be at a minimum ASTM A139 Grade B without hydrostatic testing and API 2B for dimensional tolerances. 2. Obtain minimum diameter and wall thickness from drawings. The Contractor may select a greater thickness and diameter to accommodate the method of work, loadings involved, the site and possible interferences, but at no additional cost to Owner. For casings greater than 30-inches in diameter provide 2-inch grout connections in the form of threaded couplings welded to the steel shell regularly spaced at 4 feet on centers at the top and bottom of the casing. 3. If welding, join casing sections by butt-welding in the field. Prepare ends of casing for welding by providing %-inch by 45 degree chamfer on outside edges. B. Casing Spacers 1. Casing spacers shall be non-conductive and hold the carrier pipes securely within the casing pipe. 2. Casing spacers shall be designed to withstand the installation loads with a minimum factor of safety of 2.0. 3. Casing spacers shall not have a riser at the pipe invert or a leg located at the pipe crown. Spacers shall have an even number of runners and risers and be symmetrical in design about the vertical axis. 4. Casing spacers shall be designed to be compatible with cellular grout backfilling. C. Casing End Seals Casing end seals shall be 1/8-inch-thick synthetic rubber, designed to fit snugly around pipe and casing. Casing end seals shall be one piece with no field seams. Bands and hardware for attachment to pipe and casing outside diameter shall be stainless steel. Products: PSI or equal. D. Carrier Pipe Carrier Pipe shall be PVC pipe conforming to AWWA C 900 (DR 18) per Section 402092 or extra strength VCP pipe conforming to ASTM C 700 per Section 333110. All joints shall be restrained. 5/21/09 Auger Boring Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 317216-10 & Home Plant Lift Station E. . Casing and Auger For casings 30-inches in diameter or less, the annular space, the calculated difference of the pipe OD and the excavated diameter, shall not exceed 0.75 inches without written approval of the Engineer. The auger casing diameter shall be sized in conjunction with the cutter face to control the annular space. The casing shall be equipped to prevent or correct rolling. The auger shall be sized to transmit the required torque and thrust to the cutting face and transport spoils back to the bore shaft for removal. Additives may be employed to condition spoils for transport. When operating below the groundwater level, the auger system shall be capable of adjustments required to maintain face stability and prevent loss of oil or uncontrolled groundwater inflow. F. Cutter Head The cutter face shall be selected based on the soil conditions expected and shall be capable of supporting the full excavation face. The cutter face shall be capable of slight steering adjustments to maintain line and grade of the installed pipe. G. Lean Grout for Contact Grouting Lean grout shall consist of one part portland cement, four parts sand, and sufficient water to produce a workable mixture. Sand for grout to be placed outside the casing shall be of such fineness that 100% will pass a No. 8 sieve and not less than 35% will pass a No. 50 sieve. H. Cellular Concrete Backfill for Annular Space 1. Cellular concrete shall be lightweight hardened cementitious material made from the combination of concrete and a foaming agent with a minimum compressive strength of 400 psi in seven days and 500 psi in 28 days. a. Cement shall conform to the requirements of ASTM C 150. b. Water shall be potable water free from deleterious amounts of alkali, acid, organic materials, or other impurities that would adversely affect the setting time, strength, durability, or other quality of the cellular concrete. If water is used to pre-form the foam, it shall not exceed 80 degrees Fahrenheit (°F). c. Admixtures may only be used when specifically approved by the foaming agent supplier in writing. d. Foaming agent shall comply with ASTM C 869 when tested in accordance with ASTM C 796. The type and manufacturer shall be Mearl Geofoam Liquid Concentrate manufactured by The Mearl Corporation, Roselle Park, NJ, Foam Liquid Concentrate manufactured by Cellufoam Concrete Systems, or approved equal. I. Lubrication 1. Lubrication shall consist of high yielding Montmorillite Bentonite, polymers, additives, and water. 5/21/09 Auger Boring Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 317216-11 & Home Plant Lift Station a. Water shall be furnished by the Contractor from a potable water source. b. All water shall be tested for pH and treated with soda ash, or approved equal, to adjust the pH of the water as required in the accepted mix design(s). c. Bentonite, polymers, and additives, other than soda ash, shall be NSF/ANSI Standard 60 Certified or equal for clean water testing. PART 3 - EXECUTION A. Settlement Control and Monitoring and Photographic Record 1. 3. 4. 5. Prior to trenchless construction activities, photographically document all structures, manholes, storm drain inlets, walls, and culverts. Documentation may be in the form of 4 x 5 color prints or VMS format videotape. Each image shall be date stamped. Record existing condition of structures within 100 feet of tunnel alignment. Repeat after completion of trenchless construction activities. Minimize surface settlements by using careful trenchless construction methods, well-maintained equipment, ample new materials, and skilled tunnel crews. Provide daily monitoring of tunnel crown movements. Limit surface settlement in accordance with the following: Maximum Settlement of Existing Structures Item Any Structure Any Paved Surface Sidewalks Other Ground Surface Maximum Settlement(inches) 1/2 1/2 1/2 1 Repair any damage resulting from surface settlement or heave caused by shaft excavation, dewatering, or conduit installation. Utilizing the services of a licensed surveyor, install or utilize existing monuments at least 100 feet on center along tunnel centerline, at the surface. Measure and record horizontal coordinates and vertical elevation to the same tolerance as the project survey. Remeasure weekly during trenchless construction and backfill of shafts. Submit record of initial survey points with a map and photographic survey and settlement monitoring before commencing excavation and a complete record at completion of construction. 5/21/09 Beech Avenue Sewer & Home Plant Lift Station Contract Nos. 3873 & 5512 Auger Boring Section 317216-12 B.Dewatering In accordance with the requirements of Section 312316, provide and maintain means and devices to remove and dispose of all water entering the excavation, pipe, and shaft during the time the tunnel is being excavated, during the jacking of the pipe, and until the backfill at the jacking pits has been completed. These provisions shall apply during the noon hour as well as overnight. Dispose of the water in a manner to prevent damage to adjacent property. Do not drain trench water through the pipeline under construction. Contractor shall acquire a SDRWQCB discharge permit, if discharging to the storm drain, or Contractor may discharge to the sewer with acquisition of an appropriate permit from EWPCF. Location of Excavated Material During trenchless excavation, excavated material shall be disposed of at the end of each shift. Place the excavated material and excess tunneling and/or drilling coating and fluids only within sanitary roll-offs or trucks with watertight seals to prevent spillage of water. Dispose of excess material off site. Fabrication. Assembly, and Erection 1. Beveled ends for butt-welding shall conform to ASME B16.25. Remove slag by chipping or grinding. Surfaces shall be clean of paint, oil, rust, scale, slag, and other material detrimental to welding. When welding the reverse side, chip out slag before welding. 2. Fabrication shall comply with ASME B31.3, Chapter V. Welding procedure and performance qualifications shall be in accordance with Section IX, Articles II and III, respectively, of the ASME Boiler and Pressure Vessel Code or AWS D1.1 or AWS B2.1. Prequalified welding procedures may be used. 3. The minimum number of passes for welded joints shall be as follows: 5. 6. Steel Cylinder Thickness (inch) Less than 0.1 875 0.1 875 through 0.25 Greater than 0.25 Minimum Number of Passes for Welds 1 2 3 Welds shall be full penetration, except that partial-penetration butt-welds, where used, shall develop the full tensile strength of the mating plates. Use the shielded metal arc welding (SMAW) submerged arc welding (SAW), flux- cored arc welding (FCAW), or gas-metal arc welding (GMAW) process for shop welding. Use the SMAW process for field welding. Welding preparation shall comply with ASME B31.3, paragraph 328.4. Limitations on imperfections in welds shall conform to the requirements in ASME B31.3, Table 341.3.2 and paragraph 341.4 for visual examination. 5/21/09 Beech Avenue Sewer & Home Plant Lift Station Contract Nos. 3873 & 5512 Auger Boring Section 317216-13 7. Prepare edges of plate to be butt-welded. Butt-weld all joints. 8. Clean each layer of deposited weld metal prior to depositing the next layer of weld metal, including the final pass, by a power-driven wire brush. 9. Welding electrodes shall comply with AWS A5.1. E. Shafts 1. The Contractor is solely responsible for sizing the shafts excavation to meet construction requirements. 2. The Contractor shall provide for excavation and support of auger boring shafts. Upon completion of the required auger boring construction, pipeline and manholes, the system of supports shall be completely removed and the shafts shall be backfilled as specified. 3. Provide shaft excavation support systems and working slabs to withstand earth pressures, unrelieved hydrostatic pressures, bottom heave, equipment loads, applicable traffic and construction loads, and other surcharge loads. Design a working slab for each pit bottom to provide stable support. Design the support system to provide a factor of safety of at least 2.0 against sliding and 1.5 against bottom heave. 4. Provide shaft excavation to allow the safe pipe jacking construction without movement or settlement of the ground, and to prevent damage to or movement of adjacent structures, streets, and utilities. 5. Create a plan for field verification of the shaft design that, at a minimum, measures settlement, bottom heave, and deflections weekly. 6. The excavation support systems shall be compatible with the geologic conditions. The shoring method shall be in intimate contact with the ground at all times. 7. Place in the shaft and firmly bed on the required line and grade guide rails, structural steel, or concrete cradle of sufficient length to provide accurate control of jacking alignment. Provide space to permit the insertion of the lengths of pipe to be jacked. Anchor the guide rails and structural steel sections to ensure action of the jacks in line with the axis of the pipe. Interpose between the jacks and the end of the pipe a bearing block consisting of a timber or structural steel framework constructed to provide uniform end bearing over the perimeter of the casing and distribute the jacking pressure evenly. Similarly, interpose plywood or other resilient material, between pipe sections to evenly distribute jacking pressure and avoid crushing pipe ends. 8. Soldier Piles and Lagging: Install soldier piles by pre-boring or other pre- excavating methods to the tip elevation shown on the shop drawings. Provide casing, drilling mud, or other method of support to prevent caving of holes and loss of ground. After a soldier pile has been seated plumb in the 5/21/09 Auger Boring Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 317216-14 & Home Plant Lift Station pre-bored hole, encase it with sand cement slurry extending from the bottom level of the final excavation to the ground surface. Provide timber, or steel lagging of sufficient thickness to withstand lateral earth pressures. Install lagging with no gap between adjacent elements. As installation progresses, backfill the voids between the excavation face. Pack with materials such as hay, burlap, or geotextile fabric where necessary to allow drainage of incidental groundwater without loss of ground due to piping. Pre-drilled speed shoring system may be used in lieu of soldier pipes and lagging. 9. Steel Casing: The shafts may be constructed using vertical auger drilled shaft (Anderson Drilling type). The void between the steel casing and soil/rock shall be filled with grout or lean concrete backfill. 10. Trench Boxes and similar shoring methods are not acceptable. 11. If utilities are required to be supported or relocated for construction of the shafts, include such cost in the bid. F. Control of Alignment and Grade 1. Control the application of jacking pressure and excavation of material ahead of the pipe as it advances to prevent the pipe from becoming earthbound or deviating from required line and grade. Do not encroach upon the minimum annular space detailed. Restrict the excavation of material to the least clearance necessary to prevent binding in order to avoid causing a collapse of ground and consequent settlement or possible damage to overlying structures. 2. Return to line and grade shall be over the remaining distance and at a rate not greater than 1 inch in 25 feet. G. Contact Grouting Where contact grouting is required, immediately after completion of the trenchless construction operation, inject lean grout through the grout connections in such a manner as to completely fill all voids outside the casing pipe resulting from the auger boring operation. Control grout pressure to avoid deformation of the casing, avoid damaging or plugging of adjacent subdrains, and avoid movement of the surrounding ground. After completion of grouting, close the grout connections with malleable iron or cast-iron threaded plugs. H. Carrier Pipe Installation 1. Remove all loose soil from casing. 2. Install casing spacers with a minimum separation of 8 feet. Casing spacers shall be installed with legs and risers symmetrical about the vertical axis and shall not have a riser at the pipe invert or a leg at the pipe crown. 3. Prior to filling the annular space between the casing and carrier pipe, test the carrier pipe by air pressure testing per Section 330130. 5/21/09 Auger Boring Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 317216-15 & Home Plant Lift Station I. Cellular Concrete Backfill After placement of the pipe within the casing, install casing end seals and fill the intervening annular space between the pipe and the casing with cellular concrete. J. Closing the Shaft 1. After equipment and muck from the tunnel have been removed from the shaft, prepare the bottom of the shaft as a manhole base. Remove loose and disturbed material below pipe grade to undisturbed earth and recompact the material in accordance with Section 312316. Install manholes and connecting pipe and backfill in accordance with the Standard Specifications. 2. All voids created by the removal of the support system shall be immediately backfilled with approved material in controlled conditions using sand-cement slurry backfill or controlled low strength material as specified in Section 312316, or with grout as previously described in this section, and as approved by the Engineer. 3. All support systems shall be removed from the excavation. Support systems shall remain the property of the Contractor and shall be removed from the site. END OF SECTION 5/21/09 Auger Boring Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 317216-16 & Home Plant Lift Station SECTION 321213 ASPHALT CONCRETE PAVING PART 1 - GENERAL A. Description This section includes materials, testing, and installation of asphalt concrete pavement, aggregate base course, herbicide, prime coat, tack coat, and seal coat. B. Submittals Submit six copies of a report from a testing laboratory verifying that aggregate material contains less than 1% asbestos by weight or volume and conforms to the specified gradations or characteristics. C. Testing for Compaction 1. The Owner will test for compaction as described below. 2. Determine the density of soil in place by the sand cone method, ASTM D1556 or by nuclear methods, ASTM D2922 or D3017. Compaction tests will be performed for each lift or layer. If nuclear methods are used for in-place density determination, verify the accuracy with one sand cone and one maximum laboratory dry density for every five nuclear tests taken if the backfill material is processed fill or visually consistent. More sand cones and densities will be required if the backfill material is visually variable. The minimum depth for the sand cone test hole shall be 12 inches. The minimum size shall be 8 inches, and size 16/30 or 10/20 silica sand shall be used. 3. Determine laboratory moisture-density relations of soils by ASTM D698. If nuclear methods are used for in-place density determination, the compaction test results for maximum dry density and optimum water content shall be adjusted in accordance with ASTM D4718. This will be required for determination of percent relative compaction and moisture variation from optimum. 4. Determine the relative density of cohesionless soils by ASTM D4253 and D4254. 5. Sample backfill materials by ASTM D75. 6. "Relative compaction" is the ratio, expressed as a percentage, of the inplace dry density to the laboratory maximum dry density. 7. Compaction shall be deemed to comply with the specifications when no more than one test of any three consecutive tests falls below the specified relative compaction. The one test shall be no more than three percentage points below the specified compaction. The Contractor shall pay the costs of any retesting of work not conforming to the specifications. 5/21/09 Asphalt Concrete Paving Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 321216-1 & Home Plant Lift Station D. Standard Specifications Wherever reference is made to the Public Works Specifications such reference shall mean the Standard Specifications for Public Works Construction (SSPWC), 2006 edition. PART 2 - MATERIALS A. Asphalt Concrete Paving Asphalt concrete paving shall conform to Section 203-6.2 of the Supplemental Provisions. B. Aggregate Base Course Aggregate base shall conform to Section 203-6 of the Supplemental Provisions. C. Prime Coat All areas to be paved shall receive prime coat. Prime coat shall be medium curing (MC-70) in accordance with Section 203-2 of the Public Works Specifications. D. Tack Coat Tack coat shall conform with Section 302-5.4 of the Public Works Specifications and Section 302-5.4 of the Supplemental Provisions and shall be either AR1000 paving asphalt or Grade SS-1h emulsified asphalt. E. Asphalt Asphalt shall conform to Section 203-6 of the Supplemental Provisions. F. Aggregate for Asphalt Concrete Aggregate shall be in accordance with Section 400-1 of the Public Works Specifications. G. Seal Coat Seal coat shall be Type I emulsion-aggregate slurry, quick set emulsion per Section 203-5 of the Public Works Specifications. H. Herbicide or Weed Killer Use Gallery (Isoxaben) by Dow AgroSciences, Pre-M (Pendimethalin) by American Cyanamid Co., Surflan (Orizalin) by Dow Chemical, or equal. I. Paint for Traffic and Parking Lot Striping and Marking Provide white and yellow thermoplastic paint per Section 210-1.6 of the Public Works Specifications and Section 210-1.6 of the Supplemental Provisions. 5/21/09 Asphalt Concrete Paving Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 321216-2 & Home Plant Lift Station J. Pavement Markers Markers shall be Type A per Section 214 of the Public Works Specifications. PART 3 - EXECUTION A.Pavement Removal 1. Initially cut asphalt concrete pavement with pneumatic pavement cutter or other equipment at the limits of the excavation and remove the pavement. After backfilling the excavation, saw cut asphalt concrete pavement to a minimum depth of 2 inches at a point not less than 6 inches outside the limits of the excavation or the previous pavement cut, whichever is greater, and remove the additional pavement. 2. 3. 4. Saw cut concrete pavement, including cross gutters, curbs and gutters, sidewalks, and driveways, to a minimum depth of 1-1/2 inches at a point 1 foot beyond the edge of the excavation and remove the pavement. The concrete pavement may initially be cut at the limits of the excavation by other methods prior to removal and the saw cut made after backfilling the excavation. If the saw cut falls within 3 feet of a concrete joint or pavement edge, remove the concrete to the joint or edge. Make arrangements for and dispose of the removed pavement. Final pavement saw cuts shall be straight along both sides of trenches, parallel to the pipeline alignment, and provide clean, solid, vertical faces free from loose material. Saw cut and remove damaged or disturbed adjoining pavement. Saw cuts shall be parallel to the pipeline alignment or the roadway centerline or perpendicular to same. The Owner's Representative has reviewed existing street improvement data along the route of the project to try to determine the type and depth of the existing pavement sections within the trench prism. The Owner does not guarantee the accuracy of this determination of the pavement sections. Name of Street Beech Avenue Station From 10+00 To 20+23 Existing Pavement Sections A.C. Pave.(in.) 4 Agg. Base (in.) 8 B.Pavement Replacement 1. Backfill, compaction, and the permanent paving shall be complete at all times to a point not to exceed 1,300 feet behind any working heading. Place temporary striping after the base course of A.C. pavement has been completed in the same configuration as the existing permanent striping so that traffic can be returned to normal patterns. 2. The pavement replacement shall be to a depth of 1 inch greater than the existing pavement thickness. 5/21/09 Beech Avenue Sewer & Home Plant Lift Station Contract Nos. 3873 & 5512 Asphalt Concrete Paving Section 321216-3 C. . Installation Producing, hauling, placing, compacting, and finishing of asphalt concrete shall conform to Section 302-5 of the Public Works Specifications and Section 302-5 of the Supplemental Provisions. Apply seal coat to all paving. D. Connections with Existing Pavement Where new paving joins existing paving, grind the existing surfaces 12 inches back from the joint line so that there will be sufficient depth to provide a minimum of 1 inch of asphalt concrete. Dispose of waste material offsite. Tack chipped areas prior to placing the asphalt concrete. Meet lines shall be straight and the edges vertical. Paint the edges of meet line cuts with liquid asphalt or emulsified asphalt prior to placing asphalt concrete. After placing the asphalt concrete, seal the meet line by painting with a liquid asphalt or emulsified asphalt and then immediately cover with clean, dry sand. Comply with CSD GS24. E. Placing Aggregate Base Course Aggregate base replacement shall be to the depth of existing aggregate base. Compact aggregate base course to 95% relative compaction. Install in accordance with Section 301-2 of the Public Works Specifications. F. Compaction of Aggregate Base and Leveling Courses Compaction and rolling shall begin at the outer edges of the surfacing and continue toward the center. Apply water uniformly throughout the material to provide moisture for obtaining the specified compaction. Compact each layer to the specified relative compaction before placing the next layer. G. Applying Herbicide or Weed Killer Apply weed killer or herbicide on base prior to placing pavement. Apply at the rate recommended by the manufacturer to control dawny brome grass, puncture vine, and plaintain. Apply from outside of curb to opposite outside of curb and for the full width of roadways and parking areas. H. Placing Prime Coat Apply prime coat to the surface of the leveling course of aggregate base at the rate of 0.25 gallon per square yard per Section 302-5.3 of the Public Works Specifications. I. Placing Tack Coat Apply tack coat on surfaces to receive finish pavement per Section 302-5.4 of the Public Works Specifications and Section 302-5.4 of the Supplemental Provisions. Apply tack coat to metal or concrete surfaces that will be in contact with the asphalt concrete paving. 5/21/09 Asphalt Concrete Paving Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 321216-4 & Home Plant Lift Station J. Placing Asphalt Paving 1. Install in accordance with Section 302-5 of the Public Works Specifications and Section 302-5 of the Supplemental Provisions. 2. Placement of asphalt concrete shall be done by use of an automated asphalt paving machine specifically designed for the placement of asphalt paving. Placement of permanent asphalt concrete with tools or walk behind devices will not be allowed. K. Compaction of Asphalt Concrete Paving Compact until roller marks are eliminated and a density of 92% minimum to 98% maximum has been attained per ASTM D2041. L. Applying Seal Coat Apply emulsion-aggregate slurry per Section 302-4 of the Public Works Specifications and Section 302-4 of the Supplemental Provisions. M. Surface Tolerance 1. Finished grade shall not deviate more than 0.02 foot in elevation from the grade indicated in the drawings. Slopes shall not vary more than 1/4 inch in 10 feet from the slopes shown in the drawings. 2. After paving has been installed and compacted, spray water over the entire paved area. Correct any areas where water collects and does not drain away. N. Applying Paint for Traffic and Parking Lot Striping and Marking Apply in accordance with Section 310-5.6 of the Public Works Specifications and Section 310-5.6 of the Supplemental Provisions. O. Installing Pavement Markers 1. After the application of pavement striping and markings, install markers on new paved surfaces and existing surfaces that were damaged by the construction. Install in accordance with Section 312 of the Public Works Specifications and Section 312 of the Supplemental Provisions. 2. Use markers that are reflective and match the color or combination of colors of existing markers within the area of work. Install markers along the alignment and match spacing of the existing. P. Traffic Loop Detectors The Contractor shall immediately replace all traffic loop detectors removed or damaged as part of the Work. Cost for equipment and installation shall be included in the Contract prices for the Work and no extra compensation will be made to the Contractor. END OF SECTION 5/21/09 Asphalt Concrete Paving Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 321216-5 & Home Plant Lift Station SECTION 330130 LEAKAGE AND INFILTRATION TESTING PART 1 - GENERAL A. Description This section includes testing of sewers and manholes not intended to be pressurized in excess of 5 psi or 12 feet head of water. Leakage test is by internal air pressure or water. Infiltration test is by measurement of rate of flow of water. B. Related Work Specified Elsewhere 1. Sanitary Sewer System Television Inspection: 330131. PART 2 -MATERIALS A. Test Plugs Inflatable and expandable type, braced to contain 5 psi over the pipe cross-section area. B. Pressure-Relief Valve Set to limit the internal pipe test pressure to 5 psi. PART 3 - EXECUTION A. Selection of Alternate Test Criteria 1. When more than one pipe size is included in a test section, determine the test time by the criteria of ASTM C828 for vitrified clay pipe and ASTM F1417 for plastic pipe. 2. If the entire test section is submerged in groundwater, test for infiltration only. B. Preparation of the Pipeline 1. Prior to testing, flush and clean the pipeline to wet the pipe surface and clean out debris. 2. Plug pipe outlets, including stoppers in laterals, to resist the leakage test pressure. C. Leakage Test 1. Test for leakage or for infiltration by means of an air test or a water test. Test each section of pipe between manholes, along with the manholes. Use the air test where the difference in elevation between the invert of the upper structure and the invert of the lower structure is more than 10 feet. 5/21/09 Leakage & Infiltration Testing Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 330130-1 & Home Plant Lift Station 2. Test each section of pipe subsequent to the last backfill compacting operation. D. Water Test 1. Test each section of pipe between two successive structures by closing the lower end of the pipe to be tested and the inlet pipe of the upper structure with plugs or stoppers. Fill the pipe and structure with water to a point 4 feet above the invert of the open pipe in the upper structure or to a height of 10 feet above the invert of the sewer in the lower structure, whichever gives the least hydrostatic pressure on the lower structure. 2. The total leakage shall be the decrease in volume of water in the upper structure. The leakage shall not exceed 0.025 gpm per inch of nominal diameter of pipe per 1,000 feet of pipe being tested. Do not use the length of lateral connections in computing the length of pipe being tested. 3. If the leakage is greater than allowed, overhaul the pipe and, if necessary, replace and re-lay until the joints and pipe comply with this test. Complete tests before trench is paved. E. Air Test 1. Conduct air tests per the following standards: Pipe Material Vitrified Clay PVC Sewer (ASTM D3034 or AWWA C900) Reinforced Plastic Mortar Specification Section 333110 333112 333120 ASTM Specification C828, Table 1 F1417, Table 1 F1417, Table 1 Test each section of pipe between two successive manholes by plugging pipe outlets with test plugs. Add air slowly until the internal pressure is raised to 4.0 psig. The compressor used to add air to the pipe shall have a blowoff valve set at 5 psig so that the internal pressure in the pipe never exceeds 5 psig. Maintain the internal pressure of 4 psig for at least two minutes to allow the air temperature to stabilize, then disconnect the air supply and allow the pressure to decrease to 3.5 psig. Measure the time in minutes that is required for the internal air pressure to drop from 3.5 psig to 2.5 psig. Compare the results with the values tabulated in the referenced ASTM specifications in paragraph 1 above. If the pressure drop from 3.5 psig to 2.5 psig occurs in less time than the specified values, overhaul the pipe and, if necessary, replace and re-lay the pipe until the joints and pipe hold satisfactorily under this test. Guard against the sudden expulsion of a poorly installed plug or a plug that is partially deflated. 5/21/09 Beech Avenue Sewer & Home Plant Lift Station Contract Nos. 3873 & 5512 Leakage & Infiltration Testing Section 330130-2 F. Test for Infiltration 1. If, in the construction of a section of the sewer between structures, excessive groundwater is encountered, close the end of the pipe at the upper structure sufficiently to prevent the entrance of water. Discontinue pumping groundwater for at least three days. Then test the section for infiltration. The infiltration shall not exceed 0.025 gpm per inch of diameter per 1,000 feet of main line pipe being tested. Do not include the length of house laterals entering that section. 2. Where infiltration exceeds the maximum acceptable, immediately uncover the pipe and reduce the infiltration to within the maximum acceptable by replacing, re-laying, or encasing the pipe in concrete. G. Manhole Test 1. Watertightness of manholes may be tested in connection with hydrostatic tests of the pipeline or at the time the manhole is completed and backfilled. Repair any leakage as a result of testing. 2. Fill the manhole with water to an elevation 1 foot below the bottom of the cone section with a maximum water depth of 20 feet. Where the manholes are tested with the pipeline, no additional leakage will be allowed above that for the main line pipe. 3. Where a separate manhole leakage test is performed or requested by the Owner's Representative, plug inlets and outlets with stoppers or plugs and fill the manhole to the limits indicated above. The maximum allowable drop in the water surface shall be 1/2 inch for each 15-minute period of testing. 4. As an alternative to the hydrostatic testing, manholes may be tested per the vacuum method per ASTM C1244. a. Test each manhole immediately after assembling the precast manhole segments together and prior to backfilling. If the manhole fails this initial test, make repairs to any cracks or other sources of leaks. Cracks longer than 2 inches shall be cause for rejection of the entire manhole segment or casting, and no patching shall be allowed in such segments. b. Plug lift holes with grout. Do not place grout in the circumferential manhole joints containing the butyl rubber sealing compound before testing; see Sections 034210. Plug pipes entering the manholes, and securely brace the plugs from being drawn into the manhole. c. Test each manhole a second time for final acceptance after backfilling in order to assure that the backfill operation did not damage the manhole. Retest any manholes that were damaged or moved during final grading and paving. 5/21/09 Leakage & Infiltration Testing Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 330130-3 & Home Plant Lift Station H. Correction of Observed Leaks Even though the infiltration is less than the maximum acceptable, stop any individual leaks that may be observed. I. Inspection by Contractor for Damaged or Defective Pipe in Place 1. After backfilling and pavement replacement is complete and upon completion of the air test or infiltration test, inspect the pipe for damage and other defects by means of closed circuit television (CCTV) per Section 330131. 2. If the CCTV inspection indicates any defects, excavate and repair or replace the faulty materials and construction and restore the work and the damage to work of others. END OF SECTION 5/21/09 Leakage & Infiltration Testing Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 330130-4 & Home Plant Lift Station SECTION 330131 SANITARY SEWER SYSTEM TELEVISION INSPECTION PART 1 - GENERAL A. Description This section includes television inspection digital audio-visual recording and reports associated with inspection of sanitary sewers. B. Related Work Described Elsewhere 1. Bypass Pumping System: 331032. 2. Vitrified Clay Pipe: 333110. 3. PVC Gravity Sewer Pipe: 333112. 4. Reinforced Plastic Mortar Gravity Sewer Pipe: 333120. 5. PVC Distribution Pipe (AWWA C900): 402092. C. Definitions 1. Television Inspection: Operation necessary to complete a true-color audio-visual inspection for verification of existing internal sewer line conditions. Furnish labor, materials, equipment, tools, and other incidental services for CCTV inspection. 2. MPEG: MPEG, which stands for Moving Pictures Expert Group, is the nickname given to a family of international standards fused for coding audio-visual information in a digital compressed format. For the purposes of this specification, digital audio- visual coding has a resolution of 352 pixels (x) by 240 pixels (y) and an interlaced frame rate of 30 frames per second. MPEG coding shall be named using the .mpg as the file extension. 3. Compact Disk-Read Only Memory (CD-ROM): For the purposes of this specification, CD-ROM shall be defined as a CD-R written or "burned" in accordance with the ISO-9660 Level 2 specifications. PART 2 - MATERIALS A. General Furnish the television inspection studio, television camera, audio-visual digital encoding equipment/software, and other necessary equipment, materials, electricity, labor, technicians, as may be needed to perform the television inspection. 5/21/09 Sanitary Sewer System TV Inspection Beech Avenue Sewer Contract Nos. 3873 & 5512 Section330131-1 & Home Plant Lift Station B. Television Inspection Equipment 1. The television inspection equipment shall be capable of inspecting a minimum of 1,500 feet of sewer line, when entry into the sewer can be accessed from the upstream and downstream manholes. When entry is at one end only, the inspection equipment shall be capable of inspecting 750 feet by a self-propelled unit. The inspection equipment shall be capable of clearly televising the interior of a 6-inch-diameter sewer and larger sizes. 2. Transport the television equipment in a stable condition through the sewer line to be inspected. Throughout the inspection, position the camera equipment with the camera directed along the longitudinal axis of the sewer. When the television equipment is towed by winch and bond through the sewer line, the winches shall be stable with either locking or ratcheting drums. Winches shall be inherently stable under loaded conditions. The bonds shall be steel or of an equally nonelastic material to ensure the smooth and steady progress of the camera extension or traction through the sewer conduit. Prevent damage to the sewer conduit during the television inspection. In the case where the Contractor, for any reason, causes damage such as would be caused by incorrect deployment of bonds or retrieval of lodged equipment, the cost of repair or remedy shall be borne by the Contractor. C. Television Camera 1. Use a television camera specifically designed and constructed for sewer pipeline inspection. The camera shall be waterproof and shall be operative in any conditions that may be encountered in the inspection environment. Provide a color pan and tilt camera to facilitate the inspection of service laterals and sewer line and manhole defects. The television camera shall be capable of 360-degree rotational scan indicating salient defects. The tilt arc shall not be less than 225 degrees unless otherwise approved by the Owner's Representative, The adjustment of focus and iris shall provide a minimum focal range of 3 inches in front of the camera's lens. 2. The distance along the sewer in focus from the initial point of observation shall be a minimum of twice the vertical height of the sewer. 3. The illumination shall be such as to allow an even distribution of the light shadowing. 4. The view seen by the television camera shall be transmitted to a monitor of not less than 11 inches in size. The television camera shall be capable of receiving and transmitting a picture having not less than a resolution 352(x) by 240(y). The travel speed of the television inspection camera (through the sewer) shall be uniform and shall not exceed the maximum speed directed by the Owner's Representative 6 inches per second under normal conditions. 5. Test the television inspection equipment to verify the picture quality. Use the Macroni Regulation Chart No.1 or the equipment manufacturer's 5/21/09 Sanitary Sewer System TV Inspection Beech Avenue Sewer Contract Nos. 3873 & 5512 Section330131 -2 & Home Plant Lift Station recommendation to clearly differentiate between the following colors: white, yellow, cyan, green, magenta, red, blue, and black. 6. The television inspection equipment shall be of such quality as to enable the following to be achieved: a. Color: With the monitor adjusted for correct saturation, the six colors plus black and white shall be clearly resolved with the primary and complementary colors in order of decreasing luminance. b. Linearity: The background grid shall show squares of equal size, without convergence/divergence over the whole of picture. The center circle shall appear round and have the correct height/width relationship (±5%). c. Resolution: The live picture must be displayed on a digital or analog monitor capable of providing a clear, stable image free of electrical interference with minimum horizontal resolution not less than 352(x) by 240(y) lines. d. Color Consistency: To ensure that the camera shall provide similar results when used with its own illumination source, the lighting shall be fixed in intensity prior to commencing the survey. In order to ensure color consistency, no variation illumination shall take place during the inspection. e. The Owner's Representative may periodically check both the live and video picture color consistency against the color bar. Any differences will necessitate resurvey of the new length or lengths affected, at the Contractor's expense. f. The CCTV monitor display shall incorporate an automatically updated record in feet and tenths of a foot of the distance along the line from the cable calibration point to the center point of the camera or center point of the transducer, whichever unit is being used. The relative positions of the two center points should also be noted. Use a metering device that enables the cable length to be accurately measured; this shall be accurate ±1% or 6 inches whichever is greater. Demonstrate that the tolerance is being achieved by tape measurement between manholes on the surface. This taped measurement must be included on each television log both written and digital. g. If the Contractor fails to meet the required standard of accuracy, the Owner's Representative will instruct the Contractor to provide a new device to measure the footage. The Owner's Representative may, at his discretion, instruct the Contractor in writing, to resurvey those lengths of sewer first inspected with the original measuring device using the new measuring device. h. Audio-visual recordings and collected data made during the television inspection shall become the property of the Owner. Submit to the Owner immediately upon completion of the television inspection. 5/21/09 Sanitary Sewer System TV Inspection Beech Avenue Sewer Contract Nos. 3873 & 5512 Section330131-3 & Home Plant Lift Station D. Television Studio The television studio shall be large enough to accommodate four people for the purpose of viewing the television monitor while the inspection is in progress. The television studio shall be insulated against noise and extremes in temperature and shall be provided with means of controlling external and internal sources of light in a manner capable of ensuring that the monitor screen display is in accordance with the requirements of this specification. The Owner's Representative shall have access to view the television screen at all times. Locate the central control panel and television camera control in the mobile television studio. Mount the television studio on a mobile vehicle (truck or trailer), which allows safe and orderly movement of the inspection equipment throughout the jobsite. PART 3 - EXECUTION A. Diversion of Wastewater Flow Divert wastewater flow in accordance with Section 330132. B. Television Inspection 1. Inspect sewer pipelines with pan and tilt conventional television imagery so as to record relevant features and defects of the pipeline under inspection. Inspection of pipelines shall be carried out in a format reviewed by the Owner's Representative. Perform cleaning in accordance with the requirements of the contract documents. A skilled technician or supervisor who shall be located at the control panel in the mobile television studio shall control the operation of the television equipment. 2. If television inspection of an entire section cannot be successfully performed from one manhole, perform a reverse setup to obtain a complete television inspection. No additional payment will be made for a reverse setup. 3. Provide a complete television inspection of both the upstream and downstream manholes beginning at the top of each manhole and panning down to inspect the entire manhole. 4. Whenever prevailing conditions allow, position the camera head to reduce the risk of picture distortion. In circular sewers, position the camera lens centrally (i.e., in prime position) within the sewer. In noncircular sewers, picture orientation shall be taken at mid-height, unless otherwise agreed, and centered horizontally. Direct the camera lens along the longitudinal axis of the sewer when in prime position. A positioning tolerance of ±10% of the vertical sewer dimension shall be allowed when the camera is in prime position. 5. Perform television inspections during low flow conditions. The Owner's Representative reserves the right to refuse any television inspection that, because of high flow conditions or for any other reason, does not produce an effective survey of the sewer pipe. If the water level is greater than 25% of 5/21/09 Sanitary Sewer System TV Inspection Beech Avenue Sewer Contract Nos: 3873 & 5512 Section330131-4 & Home Plant Lift Station the pipe diameter, conventional television inspection shall not be attempted without prior approval from the Owner's Representative. In addition, if it is determined that effective conventional television inspection cannot be performed, notify the Owner's Representative in writing. 6. Do not pull a cleaning device in front of the television inspection camera during the taping of the sewer line. C. Digital Audio/Visual Recording 1. Take continuous digital video recordings of the inspection view as it appears on the television monitor. It is intended that a digital video recording will be made of the complete television inspection of the sewer lines constructed as part of this project. The recording shall also be used as a permanent record of defects. The recording shall be MPEG file format. The digital video encoding shall include both sound and video information that can be reproduced with a video image equal or very close to the quality of the original picture on the television monitor. The replay of the recorded video information, when reviewed by Windows Media Player , shall be free of electrical interference and shall produce a clear, stable image. The audio portion of the composite digital coding shall be sufficiently free of electrical interference background noise to produce an oral report that is clear and completely and easily discernible. 2. The audio portion of the inspection report shall include the location or identification of the section, the manhole-to-manhole direction of travel, and the distance traveled on the specific run encountered. The inspection camera equipment shall be on the specific run encountered. Continuously connect the inspection camera equipment to the television inspection or monitoring equipment. The recording and monitoring equipment shall have the built-in capability to allow the Owner's Representative to instantly review both the audio and video quality of the recordings during the television survey. Playback speed shall be continuously adjustable from one-third normal speed for slow-motion viewing to normal playback speed. 3. Create separate MPEG files for each sewer line segment. In case of a reverse setup, store such inspection in a separate MPEG file. MPEG files shall be written to CD-ROM or DVD-ROM media for delivery to the Owner's Representative. Multiple MPEGs may exist on each CD-ROM or DVD-ROM. Each CD-ROM or DVD-ROM shall be labeled, at a minimum, with the following information: Owner, Engineering Firm, Project Name, Date of creation, ID number, Sewer Line Sections, and TVI Contractor's firm name. 4. Name the MPEG files according to the following file specification: [Start Manhole Number]_[End Manhole Number]_[Month]_[Day]_[Year].mpg 5. The Owner's Representative reserves the right to refuse an MPEG on the basis of poor image quality, excessive bit rates, inconsistent frame rates, or any other characteristics that may affect usability by the Owner's Representative. 5/21/09 Sanitary Sewer System TV Inspection Beech Avenue Sewer Contract Nos. 3873 & 5512 Section330131-5 & Home Plant Lift Station D. Television Inspection Reports 1. Prepare a television inspection report covering the television inspection work and the information acquired. Prior to beginning work, submit a sample hardcopy television inspection report to the Owner's Representative for review. 2. Report sewer defects in accordance with the National Association of Sewer Service Companies (NASSCO) program known as Pipeline Assessment and Certification Program (PACP). The Owner's Representative reserves the right to refuse any inspection report that does not comply with the PACP program. 3. Prior to beginning work, submit to the Owner's Representative certification in NASSCO's PACP. Do not commence work until such certification is provided. E. Quality Control 1. Operate a quality control system that will effectively gauge the accuracy of inspection reports produced by the operator. 2. The Owner's Representative shall be entitled to audit the control system and be present when assessments of the sewer integrity are being determined. When requested by the Owner's Representative in writing, forward to the Owner's Representative sufficient details and information for such audit assessment. Should any report fail to achieve a margin that the Owner's Representative deems satisfactory, the Contractor, without any additional compensation, shall recede and resubmit any data or reports that the Owner's Representative deems necessary. END OF SECTION 5/21/09 Sanitary Sewer System TV Inspection Beech Avenue Sewer Contract Nos. 3873 & 5512 Section330131-6 & Home Plant Lift Station SECTION 330132 BYPASS PUMPING SYSTEM PART 1 - GENERAL A. Description 1. Bypassing sewage for installing sewer pipe shall be necessary. 2. In lieu of the suggested bypass system shown on the Plans, the Contractor may submit an alternative by-pass plan to the engineer for approval prior to the start of construction. 3. The Contractor shall furnish, install, and operate all necessary piping, pumps, generators, equipment, and appurtenances of sufficient capacity to handle all flows to prevent sewage from backing up into the upstream sewer lines. The sewer flow shall be intercepted at an upstream manhole, pumped and conveyed in a closed conduit to a downstream manhole until the new sewer pipe is in place and operational. 4. Bypassing of untreated wastewater to surface water or drainage courses shall not be permitted. Bypass piping layout shall be compatible for vehicular traffic, residence and business access, and shall not block any driveways. 5. The Regional Water Quality Control Board (RWQCB) has the authority to impose stiff fines in case of a sewage spill. The Contractor shall be held responsible for paying fines for a sewage spill due to his operations or any circumstance, which is within his control. These fines shall be deducted from the payments due to the Contractor before disbursing funds. B. Related Work Specified Elsewhere Trenching, Backfilling, and Compacting: 312316. C. Submittals 1. The Contractor shall, at least 14 days prior to commencement of work for the installation of pipe, submit to the Engineer for review and approval a Plan (including Contingent Plan) for bypassing sewage flows in the existing sewer system. Bypass Plan shall allow for continuous uninterrupted service to existing sewer connections. Engineer will approve or comment on the Plan as needed. However approval of the plans by the Engineer does not relieve the responsibility of the Contractor to insure successful operation of the bypass plan. The Plan and the Contingent Plan shall be prepared and signed by a California Registered Civil Engineer. 2. The Plan shall include but not be limited to the following: a. Staging areas for pumps 5/21/09 Bypass Pumping System Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 330132-1 & Home Plant Lift Station b. Sewer plugging method and types of plugs c. Size and location of manholes or access points for suction and discharge piping d. Number, size, material, location and method of installation of suction piping e. Number, size, material, location and method of installation of discharge piping f. Bypass pump sizes, capacity, number of each size to be on site and power requirements g. Calculation of static lift, friction losses, and flow velocity h. Standby power generator size, location i. Schedule for installation of and maintenance of bypass pumping lines j. Plan indicating location of bypass piping PART 2 - MATERIALS A. Piping The bypass piping shall be a continuous piece of polyethylene solid wall piping joined by butt fusion welding, steel pipe with welded or Victualic joints, or a system of Victaulic aluminum piping, couplings, and fittings. Mechanical joints will not be allowed in the polyethylene bypass piping except at the pumps, manifold, and discharge connections. Above ground piping that is exposed to traffic loading shall be continuous piece of steel pipe with a system of Victaulic couplings and fittings. The bypass pipe shall be of a pressure class that is compatible with the bypass pump. B. 1. All pumps used shall be fully automatic self-priming units that not require the use of foot-valves or vacuum pumps in the priming system. The pumps may be electric or diesel powered. 2. All pumps must be constructed to allow dry running for long periods of time to accommodate the cyclical nature of effluent flows. 3. Estimated peak flow for Beech Street Sewer is 150 gpm, estimated peak flow for Home Plant Influent Sewer is 500 gpm. Bypass pumping capacity shall be 150 percent of the estimated peak flow. Contractor shall investigate flow conditions at time of construction and determine actual capacity required to pass peak flows. 5/21/09 Bypass Pumping System Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 330132-2 & Home Plant Lift Station PART 3 - EXECUTION A. System Requirements 1. The pump and bypass lines shall be of adequate capacity and size to handle the estimated peak flows. 2. Provide 100 percent backup pumping capacity connected to the primary pump. The bypass system shall be attended at all times. The bypass system may be shut down and full flow restored in the existing system only with prior written approval of the Engineer. 3. The bypass pumping and piping system shall be independently tested at a minimum 50 psi prior to starting construction. 4. During the execution of the Work, the Contractor shall be responsible for continuity of sanitary sewer flows. 5. The pumps shall be equipped with light and/or sound alarms in the event of pump failure. During sewer bypass pumping operations, the pumps shall be continuously attended and monitored by personnel qualified to operate the pumping equipment. This includes after hour periods when the Contractor may not be conducting any construction activities. The personnel monitoring the pump shall be equipped with a cellular telephone so that additional personnel can be contacted in case of an emergency. 6. The Contractor shall have onsite a fully functional and fueled standby pump(s) that can be immediately placed in service if the primary pumping unit malfunctions. Provide backup power supply that is readily connectable in the event of loss of primary power. The cost for the standby unit(s) and backup power shall be included in the cost for the sewer bypass bid item and no additional compensation will be allowed. 7. Power and alarm wires shall be protected in all locations, buried across driveways and traveled way. 8. Manholes shall be covered, safe, and vandal resistant at all times during bypass operations. 9. If sewage backup occurs and enters buildings, the Contractor shall be responsible for clean-up, repair, property damage cost and claims. 10. If sewage backup occurs resulting in overflow and spills, the Contractor shall be responsible for clean-up, repair, property damage cost and claims. B. Contingency Plan for Bypass 1. Prior to starting work, the Contractor shall provide an emergency contingency plan in event of pump, power supply, or pipeline failures, including an emergency contact list. 5/21/09 Bypass Pumping System Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 330132-3 & Home Plant Lift Station 2. The method of connecting this bypass shall be indicated on the bypass plan submittal. 3. In event of a sewage spill, Contractor shall immediately notify City wastewater personnel Don Wasko at (760) 802-4756 or Jim Gusman at (760) 802-8827 and then follow directions of RWQCB and the Health Department all in accordance with Proposition 65. 4. If necessary, the City forces will clean up the Contractor's spill and run parallel operations at Contractor's cost. 5. The bypass and contingency plans shall be prepared and signed by a California Registered Civil Engineer (R.C.E.). END OF SECTION 5/21/09 Bypass Pumping System Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 330132-4 & Home Plant Lift Station SECTION 330133 SEWER LINE CHEMICAL GROUTING PART 1 - GENERAL A. Description This Section includes materials and method for rehabilitation of defective pipe joints, some circumferential pipe cracks and other small pipe defects by the application of chemical grouting materials. B. Scope of Work Scope of work includes repair of one (1) circumferential crack within 8-inch Vitrified Clay Pipe located in the vicinity of Station 20+20 using chemical grouting method. C. Minimum Qualifications 1. Materials a. Chemical sealant shall have documented service of successful performance in similar usage, with "in-place" locations of over 15 years. 2. Installer a. Sealing repair work shall be performed by operators familiar with the handling of the chemicals involved and equipment employed. Contractor's operators shall have a minimum of 3 years experience in chemical grouting sewer lines. D. Submittals 1. Submit shop drawings in accordance with the General Provisions and Section 013300. 2. Submit pump calibration information, field sealing records, certification of pressure sensing/monitoring equipment, and a list of chemicals to be used together with information on toxicity and hazardous nature of chemicals. 3. Submit information on recommended or required safe storage and handling of each chemical and evidence that chemicals are approved by OSHA and U.S. Environmental Protection Agency. PART 2 - MATERIALS A. Delivery. Storage and Handling Contractor shall deliver materials to job site in undamaged, unopened containers bearing manufacturer's original labels. Materials used as chemical grout shall be transported, stored, and placed in manner prescribed by manufacturer of those materials, as detailed in published data provided by manufacturer. 5/21/09 Sewer Line Chemical Grouting Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 330133-1 & Home Plant Lift Station B. Materials 1. Chemical Grout a. Contractor shall provide a chemical sealant solution containing principal chemical sealant constituent, initiator (trigger) and catalyst specifically recommended for the purpose of sealing leaks in sanitary sewer lines and manholes. Chemical sealant constituent, initiator (trigger) and catalyst shall be compatible when mixed. Solution shall have ability to tolerate dilution and react in moving water. After final reaction, it shall be a stiff, impermeable, yet flexible gel. The grout proportions shall be such that dilute aqueous solutions, when properly catalyzed, will form stiff gels. Grout shall make true solution at concentrations as high as three pounds per gallon of water. Solutions shall have ability to accept dilution by groundwater of at least 50% by volume, without significantly changing sealing ability of the gel when at rest or in motion. Solutions shall gel in a predetermined time when exposed to normal groundwater pH ranges, and be capable of formula adjustments to compensate for changing conditions. Final reaction shall produce a continuous, irreversible, impermeable stiff gel at chemical concentrations as low as 0.4 Ibs per gallon of water. Gel shall not be rigid or brittle. Gel shall have negligible corrosion rate on mild steel plates. 2. Chemical Root Inhibitor a. dichlorobenil (2-6-dichlorobenzonitrile) b. Contractor shall add root inhibitor to the chemical grout mixture at a safe level of concentration having the ability to remain active within the grout for a minimum of 12 months. C. Equipment Contractor shall provide equipment consisting of closed-circuit television systems, necessary chemical sealant containers/tanks, pumps, regulators, valves, hoses, etc. and joint sealing packers for appropriate sizes of pipe designated to receive chemical grouting. The packer shall be cylindrical and have a diameter less than the pipe size. The packer shall be pneumatically operated. Hydraulically or mechanically expanded devices shall not be permitted. PART 3 - EXECUTION A. Installation 1. Cleaning a. Prior to the application of chemical grouting materials, Contractor shall thoroughly clean the sewer designated to receive the chemical grouting. Cleaning shall constitute removal of all debris, solids, roots, and other deposits in the sewer line. b. Contractor shall be responsible for clearing the designated sewer line of obstructions such as dropped joints, protruding lateral connections, and broken 5/21/09 Sewer Line Chemical Grouting Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 330133-2 & Home Plant Lift Station pip/crushed pipe which reduces the cross-sectional area by more than 40%, and/or which will prevent the use of grouting equipment. c. Acceptance of cleaning work in sewer line sections shall not be made until testing and sealing of joints and cracks in section of the respective sewer have been completed. 2. Inspection of Pipelines a. After cleaning and prior to application of chemical grouting materials, Contractor shall inspect the sewer designated to receive the chemical grouting. Sewer line inspection requirements are contained in Technical Specification Section 330131 - Sanitary Sewer System Television Inspection. 3. Sewage Flow Control a. Contractor shall provide for maintenance of flow in the affected portions of the sewer system during grouting of the sewer line. Requirements for sewage flow control and bypass pumping are contained in Section 330132 - Bypass Pumping System. 4. Pressure Testing Joints in Sewer Lines a. Preconstruction Testing (1) Contractor shall provide equipment such as pumps, gauges, regulators, and hoses, necessary to perform air tests of each joint in those sewer line sections designated for grouting work. Equipment configuration shall be such that there are no valves on or along the air line between the measuring point at the joint and the pressure transducer or sensing device located in the control unit on the surface. Systems which incorporate bladders, hoses, or the like for monitoring the pressures and which have questionable accuracy shall not be allowed. The amount of pressure being exerted on the joint shall be readable above ground on a pressure gauge. (2) The accuracy and calibration of pressure sensing/monitoring system shall have been certified by an independent testing firm within a one-month period preceding the use of equipment. Proof of certification shall be submitted to the Engineer. (3) To confirm that joint testing is not a more severe test than the pipe itself can pass, Contractor shall perform an on-job barrel test between joints in pipe line to be tested to determine that the pipe barrel can pass the test criteria. If the pipe barrel will not pass decay rate limits, adjustment of maximum pressure levels will be evaluated jointly between Contractor and Engineer. Engineer shall render final written decision on each such situation. 5. Construction Testing 5/21/09 Sewer Line Chemical Grouting Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 330133-3 & Home Plant Lift Station a. Contractor shall test each repair area by isolating it and applying positive pressure into the joint and void area created by the test device. Contractor shall then introduce pressurized air into the isolated void created by testing device. Pressure shall be applied until it is determined that the pressure cannot be built in the void or until the test pressure of 1/2 psi per ft of depth plus four psi to a maximum of 10 psi is reached as recorded by the void pressure monitor. When either of these conditions is reached, Contractor shall shut off the air supply. b. If the required pressure cannot be developed, joint shall have failed the test. If the required test pressure in the void was increased to 1/2 psi per ft of depth plus four psi, rate of decay of this pressure shall not exceed 1 psi in 30 sec. The joint being tested will also have failed if the pressure drops more than 1 psi in 30 sec. Failure of the joint indicates the need for sealing. Sealing shall be accomplished by CONTRACTOR as specified elsewhere in these Technical Specifications. 6. Test Records a. During grout testing, records shall be kept which include identification of the sewer line section tested, test pressure used, location (footage) of each grouted defect tested and location of grouted defects not tested due to close proximity to building service connections and sanitary sewer manholes, a statement indicating test results (passed or failed) for each grouted defect tested, test pressure achieved and maintained for each grouted defect passing air test, weekly equipment pressure test results, sewer line section barrel test results, daily gel check results, and air temperature at time of testing joints. B. Chemical Grout Application for Sealing Joints 1. Repairs shall take place at joints, generally small circumferential cracks, small holes, or similar points of infiltration as identified. The repair shall be such that the original cross-sectional area and shape of the interior of sewer pipe shall not be permanently reduced or changed. 2. Placement of chemical grout a. Contractor shall position the sealing packer over the area of infiltration by means of a metering device at the surface and closed circuit television camera in the line. Accurate measurement of the location of the defect to be sealed shall be made, using the portion of sealing packer as "Datum" or measurement point or target. Such measurement to the target shall also be used to obtain necessary measurement for positioning the injection area of sealing packer over area to be sealed. b. Contractor shall expand the sealing packer sleeves using controlled pressures. Expanded sleeve shall seal against the inside periphery of pipe to form a void area at the point of infiltration, completely isolated from the remainder of pipe the line. Contractor shall pump sealant materials into this isolated area through hose systems at controlled pressures which are in excess of groundwater pressures. c. Upon completion of injection, Contractor shall retest the point of repair. If retesting shows the seal was not completely effective, Contractor shall repeat the sealing 5/21/09 Sewer Line Chemical Grouting Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 330133-4 & Home Plant Lift Station process until the defect successfully passes the pressure test. After sealing the entire sewer line section, Contractor shall remove surplus grouting material from section at the immediate downstream manhole. If surplus grouting materials left in the sewer line section by Contractor results in sewer surcharging and subsequent damage to public or private property, Contractor shall be responsible for damage to property and expenses incurred by Owner. 3. Gel Checks a. Contractor shall make gel checks daily for each sealing vehicle to monitor both induction period and gel characteristics. Contractor shall also make checks for every mixed batch or at least twice per day if only one batch is used. Owner reserves the right to request adjustment of gel times or reject the entire batch if acceptable gel characteristics do not exist. 4. Field Records a. Contractor shall keep field records for each sewerline section prior to, during, and after completion of the chemical grouting operation. Records shall include information such as accurate locations, gel times, grout volumes, grout pressures, air temperatures, and joints not sealed due to close proximity to building service connections and sanitary sewer manholes. C. Testing for Acceptance 1. Field Testing a. After a period of time equal to two times the gel set time has elapsed, each point of repair shall be subjected to a pressure of 1/2 psi per foot of depth of the sewer plus four psi. The rate of decay of this pressure shall not exceed 1 psi in 30 sec. Repairs failing to meet this condition shall be resealed and retested until an acceptable result is obtained. END OF SECTION 5/21/09 Sewer Line Chemical Grouting Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 330133-5 & Home Plant Lift Station SECTION 330140 CURED-IN-PLACE SEWER PIPE LINING PART 1 - GENERAL A. Description This section describes design, material, and installation into existing sewers of CIPP lining conforming to ASTM F1216. B. Related Work Specified Elsewhere 1. Leakage and Infiltration Testing: 330130. 2. Sanitary Sewer System Television Inspection: 330131. C. Submittals 1. Submit shop drawings in accordance with the General Provisions and Section 013300. 2. Submit plans showing points of insertion and methodologies. 3. Submit certificates of compliance with design and test reports performed by a third party in accordance with applicable ASTM and specified test methods. 4. Submit design calculations for hydraulic capacity. 5. Submit certifications of the materials including the cell classification, grades, type of resins, glass fibers, and other materials used in the manufacture of the liner pipe. 6. Submit a certificate of "Compliance with Specifications" by the manufacturer for materials. 7. Submit liner size, thickness calculations, liner and resin materials, and resin manufacturer's heating requirements. Submit complete calculations including list of parameters, formulas, and other data that are necessary for the design of the liner pipe. Include soil loads, live loads, hydrostatic loads, pipe stiffness (PS), standard dimension ratio (SDR), pipe wall crushing strength, initial and long-term (50 years) values of pipe deflection, pipe bonding strain, hydrostatic collapse resistance, and constrained buckling strength. Submit drawings showing the cross sectional profile of the liner pipe wall. 8. Submit manufacturer's installation instructions including recommendations for transportation, storage, temperature control, handling, inserting, curing, trimming, and finishing. Submit a written description of the resin curing temperatures versus time (step cooking temperatures/hours at initial, intermediate, and final stages) depending upon the sewer size, length, and liner thickness. 5/21/09 Cured-ln-Place Sewer Pipe Lining Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 330140-1 & Home Plant Lift Station 9. Submit the selected curing temperature and expected duration of curing time required to ensure proper curing and submit written concurrence from the CIPP liner manufacturer of the curing temperature, temperature monitor procedures, and duration of curing time. 10. Submit a plan detailing source of water to be used, pipeline locations, and discharge location. 11. Submit written description of the methods and equipment proposed for repairs to the host conduit such as missing pipe, offset joints, protrusions, or other deformities to complete the CIPP rehabilitation of the host conduit. Such repairs shall be in accordance with the CIPP liner manufacturer's recommended written procedures and techniques. 12. Submit written descriptions of the methods and equipment for the repair of defects in the CIPP liner observed during the postinstallation inspection. 13. Submit plans and written descriptions for bypass pumping, pre-insertion cleaning, and pre/postinsertion CCTV inspection. 14. Submit results of postinstallation resin and liner sample analyses to confirm installed liner meets the design requirements of these construction documents. PART 2 - MATERIALS A. CIPP System 1. The materials shall be inert to attack by domestic sewage and shall be suitable for use in an underground sewer environment. The installed material shall be light-colored or white to facilitate CCTV inspection. 2. Manufacture the material in such a manner to produce a tight-fitting liner after installation. There shall be no measurable continuous annular space between the outside diameter of the new liner and the existing host pipe. 3. Resin-impregnated tube liner material shall consist of one or more layers of flexible needled felt or an equivalent woven or nonwoven material, capable of carrying resin and withstanding installation pressures and curing temperatures. The material shall be able to stretch to fit irregular pipe sections and negotiate bends. The outside layer of the tube shall be plastic coated with a material compatible with the resin system used. 4. The resin-impregnated flexible felt tube liner shall be cured by circulating heated water to effect the desired cure throughout the length of the tube, extending full length from manhole to manhole(s). The resin shall be cured into a hard impermeable pipe of the minimum specified thickness, providing a structurally sound, uniformly smooth interior and tight-fitting liner within the existing pipe. 5/21/09 Cured-ln-Place Sewer Pipe Lining Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 330140-2 & Home Plant Lift Station B. Materials Material shall meet the following requirements: Design Criteria Flexural Modulus (minimum) per ASTM D790 Flexural Strength (ASTM D790 and D2290) Long-Term Modulus of Elasticity for CIPP (psi) Safety Factor Tensile Strength (for pressure pipes only) (ASTM D638) Value 300,000 psi 4,500 psi 50% of Flexural Modulus 2.0 3,000 psi Design shall be in accordance with most current edition of ASTM F1216, Appendix X1 for "fully deteriorated pipe conditions" both gravity and pressure as applicable. Determine the thickness of the CIPP liner as the minimum thickness required to meet the design structural requirements for both internal and external loadings, excluding any sacrificial membranes or other materials that may be used for protection of the product during installation. Design information is shown in the table below: Design Criteria Internal Pressure (psi) Maximum Wastewater Temperature Minimum Wastewater Temperature Mean Diameter (inches) Ovality (percent) Height of Water Above Top of Pipe (feet) Maximum Soil Cover (feet) Soil Density (Ibs/cu ft) Modulus of Soil Reaction (psi) Minimum Liner Tube Thickness (inches) Value 0 SOT 40°F 8 2 minimum 1 18 120 1,000 0.14 These criteria yield an in-place wall thickness requirement. Provide allowances for any circumferential stretching, polymerization shrinkage, and resin migration that may occur. It is the Contractor's responsibility to check the sewer size and length prior to manufacturing. Modify the liner thickness and other properties to suit the site conditions. The sewers require lining all flow under gravity. 5/21/09 Beech Avenue Sewer & Home Plant Lift Station Contract Nos. 3873 & 5512 Cured-ln-Place Sewer Pipe Lining Section 330140-3 D. Liner Tube 1. The liner tube shall consist of one or more layers of flexible needled felt or an equivalent nonwoven and/or woven material capable of carrying resin, withstanding installation pressures and curing temperatures, and is compatible with the resin system used. Fabricate the liner tube to a size that, when installed, will fit the internal circumference of the existing sewer without any annular space between liner and walls of the host pipe. Make allowances for circumferential stretching due to insertion of liner and deterioration of existing pipe walls. Fabricate liner felt layers in a manner to maintain uniform thickness. 2. Fabricate the liner from a material which, when cured, will be chemically resistant to withstand internal exposure to sewage gases containing hydrogen sulfide, carbon monoxide, methane, petroleum hydrocarbons, saturation with moisture, and diluted sulfuric acid. 3. Calculate the CIPP wall thickness for each diameter based on a factor of safety of 2:1 using the standard polyester resin. The thickness shall be rounded to the next highest multiple of 1.5 mm after adding an allowance of 5% to the design thickness for resin migration. 4. Design the CIPP per ASTM F1216, Appendix X1, with the following additional requirements: a. Maximum SDR 35 in accordance with ASTM F1216. b. External Buckling Design: Where the CIPP is designed as a stand-alone pipe, a fully deteriorated condition, acceptable third-party testing, and verification of design analysis techniques (ASTM F1216, Section X1.2.2) shall be submitted by each manufacturer and/or CIPP product. This testing requirement can be accomplished with soil box testing. 5. Verify the lengths in the field before resin impregnation and installation of the tube. 6. Prior to insertion, provide data on the maximum allowable stresses and elongation of the tube. Mark the exterior of the manufactured tube along its length at regular intervals not to exceed 5 feet. Use these marks as a gauge to measure elongation during insertion. Should the overall elongation of a reach exceed 5%, the liner tube shall be rejected and replaced. 7. Prior to insertion, the liner tube shall be free of visible tears, holes, cuts, foreign materials, dry spots, pinholes, delamination, and other defects. Repair defects that will affect the integrity or strength of the CIPP lining or replace the CIPP liner at no additional cost to the Owner. The method of repair shall maintain the full integrity of the liner. 5/21/09 Cured-ln-Place Sewer Pipe Lining Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 330140-4 & Home Plant Lift Station E. Resin 1. Provide a thermosetting, polyester, vinylester, or epoxy resin, able to cure in the presence or absence of water, and a catalyst system compatible with the unimpregnated liner material that provides the cured physical and chemical resistance strengths specified. The initiation temperature for cure shall be as recommended by the resin manufacturer. 2. Resin shall not be affected by ultraviolet light and shall form no excessive bubbling or wrinkling during lining. 3. The resin system shall meet the requirements of ASTM F1216. PART 3 - EXECUTION A. Delivery. Storage, and Handling 1. Exercise care during transportation, handling, storing, and installation of the CIPP lining to ensure that the material is not torn, cut, or otherwise damaged. 2. If any part or parts of the CIPP liner material becomes torn, cut, or otherwise damaged before or during installation, it shall be repaired or replaced before proceeding with further installation and at no additional cost to the Owner. 3. Handle and store the CIPP liner as recommended by the manufacturer to ensure installation in a sound, undamaged condition. 4. Follow the resin manufacturer's requirements for handling and storage of the resin prior to, during, and following impregnation of the tube. B. Preinstallation Procedures Before installing the liner, clean and inspect the pipeline per ASTM F1216, Section 7. Clear the pipeline of obstructions. Perform inspection by CCTV. Provide a copy of the inspection television tape to the Owner's Representative. Inspect the existing pipeline to determine the locations of conditions that may prevent proper installation of the tube, such as collapsed or crushed pipe and reductions in cross section area of more than 40%. Correct any such deficiencies noted. C. Installation 1. Install the CIPP liner using an inversion process and hydrostatic head per the manufacturer's written recommendation and ASTM F1216. 2. Designate a location and notify the Owner's Representative where resin impregnation will take place. Use a vacuum impregnation process with a roller system designed to uniformly distribute the resin throughout the tube. 3. During insertion, protect the new liner and the existing pipe and manholes from any damage that might result during the insertion process. 5/21/09 Cured-ln-Place Sewer Pipe Lining Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 330140-5 & Home Plant Lift Station 4. Equipment used to supply heat and pressure shall be capable of providing the necessary heat and pressure required for the installation condition. 5. To ensure proper heat distribution of rehabilitation systems using heat exchange methods and to prevent the creation of flat bottoms in the liner profile, isolate the new liner system from inflow, infiltration, or standing water. Accomplish by temporarily stopping inflow and infiltration and removing standing water or by using a reinforced, flexible, preliner to isolate the new liner. 6. After the new liner is completely rounded, cool it to a temperature specified by the manufacturer prior to relieving the internal pressure. In no case shall this temperature be in excess of 100°F. 7. Cut and trim the new liner at each end to conform to the inside manhole wall. If the liner fails to make a tight seal at the manhole wall, apply a sealant to the annular space. 8. Cut and trim the new liner in intermediate manholes, between the insertion and termination manholes, at each inside manhole wall. Seal the liner to the manhole wall with a sealant material. D. Resin Impregnation The quantity of resin used for tube impregnation shall be sufficient to fill the volume of air voids in the tube with additional allowances for polymerization shrinkage and the loss of resin through cracks and irregularities in the original pipe wall. Use a serial vacuum impregnation process (or equal) to provide maximum resin impregnation throughout the tube. Use a roller system to uniformly distribute the resin throughout the tube to ensure uniform wetting of the liner. If the CIPP does not fit tightly against the original pipe at its termination point(s), seal the space between the pipes by filling with a resin mixture compatible with the CIPP. E. Curing in Place 1. After installation of the CIPP liner into the host conduit, perform curing in accordance with the manufacturer's written recommendations. Ensure that the temperature and the period of time that the temperature is to be maintained shall be as determined by the resin/catalyst system employed and as recommended by the manufacturer. The curing of the CIPP liner shall take into account the existing host conduit material, the resin system, and ground conditions (temperature, moisture level, and thermal conductivity of the soil). 2. Fit the heat source with monitors to accurately gauge the temperature of the incoming and outgoing heat source. Place another such gauge between the CIPP liner and the pipe invert at the removal end to determine the temperature during the curing process. The temperature in the CIPP-lined host conduit during the curing process shall be as recommended by the resin manufacturer. The length of time for allowing the curing process to be 5/21/09 Cured-ln-Place Sewer Pipe Lining Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 330140-6 & Home Plant Lift Station completed shall be of the duration recommended by the manufacturer, during which time the Contractor shall maintain the required temperature throughout the CIPP-lined host conduit. Provide temperature strip chart data to the Owner's Representative for review to ensure that curing temperatures for the resin meet the manufacturer's recommendations. 3. If cool-down is to be accomplished by the introduction of cool water into an inversion standpipe to replace the water being drained from a small hole made in the downstream end, cool the hardened pipe to a temperature below 100°F (38°C) before relieving static head in the inversion standpipe. Ensure that, in the release of static head, a vacuum will not be produced that could damage the newly installed CIPP liner. 4. Vent and/or exhaust noxious fumes or odors generated during and remaining after the curing process is completed. This process shall remain in place at all manholes, laterals, etc., until noxious odors have dissipated to an acceptable level in accordance with CAL/OSHA requirements for the materials used and there is no more air pollution or potential health hazard left to the general public or the construction workers. 5. Provide piping, pumps, valves, and other equipment to discharge curing water. 6. Disposal of curing water shall be done through an industrial discharge permit from EWPCF. Contractor shall acquire necessary permit. F. Field Testing 1. For each inversion length of CIPP liner, prepare one sample from a section of the cured liner at the termination point in accordance with ASTM F1216. Samples shall be large enough to provide a minimum of three specimens. 2. Test the samples for flexural, tensile, and delamination properties. Flexure properties shall be tested in accordance with ASTM D790 and shall meet the requirements of Table 1 in ASTM F1216. Tensile properties for pressure pipe conditions shall be tested in accordance with ASTM D638 and shall meet the requirements of Table 1 in ASTM F1216. Test for delamination in accordance with ASTM D903 as set forth in Section 8.4 of ASTM F1216. 3. Provide infiltration or leakage testing during cure in accordance with Section 330130. G. Inspection 1. Inspection of the finished CIPP liner shall be by CCTV. Television inspection of the liner shall be in accordance with Section 330131. No infiltration of groundwater shall be observed. 2. The finished liner shall be continuous between manholes and shall be free from visual defects such as foreign inclusions, reverse curvatures, flats, dry spots, pinholes, and delamination. Visual inspection shall be accomplished by review of 5/21/09 Cured-ln-Place Sewer Pipe Lining Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 330140-7 & Home Plant Lift Station postrehabilitation CCTV. Should defects occur, the entire liner between manholes shall be removed and replaced at no cost to the Owner. 3. In the event the Owner's Representative, based on review of postinstallation CCTV video, has reasonable cause to suspect that any annular space exists between the liner and the host pipe, excavate and expose the existing sewer and remove the existing host pipe such that confirmation of the suspected annular space can be made. If an annular space equal to or greater than 5% of the pipe diameter is determined to exist, it shall be repaired in a manner approved by the Owner's Representative at no additional cost to the Owner. If it is determined that no annular space exists, the Contractor shall be reimbursed in accordance with the General Provisions. 4. The maximum allowable size of wrinkle or bulge as shown in the inspection shall not exceed 1/4 inch in the crown or wall of the pipe. No wrinkles will be allowed in the invert of the pipe. H. Postconstruction Inspection Perform a postconstruction inspection by CCTV 11 months after completion of the project. Provide a copy of the inspection television tape to the Owner's Representative. Repair or replace any sections of the liner that have wrinkled or bulged. Repair or replace any sections of the liner that show an annular space greater than that specified above. END OF SECTION 5/21/09 Cured-ln-Place Sewer Pipe Lining Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 330140-8 & Home Plant Lift Station SECTION 330523 MICROTUNNELING OF PIPES PART 1 - GENERAL A. Description This section includes materials and installation of pipe by microtunneling. Microtunneling is tunnel excavation by remotely operated, closed face or earth pressure and hydrostatic balancing microtunnel boring machine (MTBM), followed immediately by jacked installation of the pipe. The carrier pipe can be either direct-jacked or installed in a jacked casing pipe. B. Related Work Specified Elsewhere 1. Trenching, Backfilling, and Compacting: 312316. 2. Auger Boring: 317216. 3. Leakage and Infiltration Testing: 330130. 4. Vitrified Clay Pipe: 333110. 5. Reinforced Plastic Mortar Gravity Sewer Pipe: 333120. 6. PVC Distribution Pipe (AWWA C900): 402092. C. Quality Assurance 1. Alignment Acceptance Criteria: Limit the variation in the field position of the pipe from the line and grade as indicated in the drawings to 1 inch in lateral alignment and 2 inch in vertical grade providing that, in the case of gravity flow pipes, the final grade of the flow line shall be in the indicated direction. The carrier pipe alignment shall have no reverse grade or ponding. 2. Perform all work in the presence of the Engineer or Owner's Representative, unless the Engineer has granted prior approval to perform such work when absent. Notify the Engineer a minimum three working days in advance of the start of jacking operation. 3. Contractor shall not begin work until a tunneling permit has been obtained and a copy has been provided to the City. 4. All welding procedures used to fabricate steel casings shall be pre-qualified under the provisions of ANSI/AWS D1.1. Welding procedures shall be required for, but not necessarily limited to, longitudinal and girth or special welds for casing joint welds, reinforcing plates, and grout coupling connections. 5/21/09 Microtunneling of Pipes Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 330523-1 & Home Plant Lift Station 5. All welding shall be performed by qualified welders who have had prior experience with the type of materials used. Welders shall be qualified under the provisions of ANSI/AWS D1.1 by an independent local, approved testing agency not more than 6 months prior to commencing work on the casing of pipeline. Machines and electrodes similar to those used in the work shall be used in qualification tests. The Contractor shall bear the full expense of qualifying welders. 6. Supervision: a. Microtunneling and work associated with microtunneling: (1) Supervised by at least 1 person with previous experience of microtunneling process. (2) See submittals herein for minimum requirements. 7. Operators: a. Personnel experienced in microtunneling with prior knowledge and ability in proper operation of systems being employed. b. See submittals herein for minimum requirements. 8. Operation: a. Operate systems following manufacturer's written instructions. b. Make available at all times copies of operations manuals to Engineer and operational personnel on site. 9. Drive Start Up: a. Before commencement of any drive, demonstrate to the Engineer that the required set up procedures and system checks are complete and required materials are on hand to commence drive. Verify line and grade control points and that the MTBM is set to the correct line and grade. b. Do not commence drive until construction of receiving shaft has been completed. 10. Daily Operator Reports: Operating data shall be recorded by the operator or using an automatic data recorder. Data shall include jacking force, line and grade steering actions, slurry pressure, earth pressure, and any additional operational information available to the Operator and as determined by the Engineer. For segments 10 feet in length or less, record data at a minimum of three locations: one foot from each end and at the mid point. For segments over 10 feet in length, record data at a minimum of five locations: one foot from 5/21/09 Microtunneling of Pipes Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 330523-2 & Home Plant Lift Station each end, at the mid point, and at the quarter points. Submit operator reports daily and a complete record of logs at completion of microtunneling operations. D. Safety. 1. Contractor shall be solely responsible for the safety conditions on site throughout construction. All shaft excavations and support systems shall conform with applicable CalOSHA provisions, Caltrans safety standards, and OSHA excavation, trenching, and shoring standards which are contained in the Code of Federal Regulations 29 (CFR). 2. In the event of a conflict, comply with the more restrictive applicable requirements. E. Submittals 1. Submit shop drawings in accordance with the General Provisions and Section 013300. 2. If modifications are required during construction, submit for approval information illustrating such modifications, including reasons. 3. The Contractor notified as the Apparent Low Bidder shall submit the following items for review within five working days after the bid. The submittal shall be labeled with the same identification as the bid documents and noting "Microtunneling Qualifications." The review may include verification by calling the listed references or through published materials. Failure to submit complete information may be considered as non-responsive and the bid rejected as non-responsive. a. Cover sheet: Date, company name, address, telephone and fax numbers, email address, and contact person. b. Microtunneling (Sub)Contractor shall posses a valid California Contractor's Class "A" license and a minimum of five continuous years of experience in the installation of pipelines using microtunneling as the method of installation. Experience requirements are the construction and completion of a minimum of 3,000 feet of pipeline projects in the last three years. The pipeline projects shall have been for pipelines between 12 inches inside diameter and 30 inches outside diameter, inclusive, utilizing microtunneling as the method of installation. Projects must have been completed by the (Sub)Contractor performing the Work and not by other subcontractors. (1) One of the referenced projects shall have utilized steel casing pipe material similar to the type used in this Work (if proposed by Contractor). (2) One of the referenced projects shall have utilized carrier pipe material similar to the type used in this Work. (3) One of the referenced projects shall have been in similar ground conditions to those anticipated in this Work, as measured by: 5/21/09 Microtunneling of Pipes Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 330523-3 & Home Plant Lift Station (a) Soil types that include more than 25 percent sand and/or SM and SP; (b) Soil strengths of between 60 blows per 12 inches to 60 blows per 6 inches, inclusive; and (c) Hydrostatic head of 0 to 5 feet, inclusive. (4) One of the reference projects shall be a successfully completed a microtunneling of a length of at least 80% of the longest drive required for this Work with the same pipe size and pipe material as on this project or a successfully completed microtunneling of the same length as the longest drive length required for this Work with pipe at least 80% of the outside diameter and the same pipe material as on this project. (5) One of the referenced projects shall have used similar equipment to the equipment proposed on this project. c. Project Superintendent: The microtunneling (Sub)Contractor's project superintendent shall have at least five years of microtunneling experience and shall have managed at least three microtunneling projects, each with a minimum of 1,000 linear feet, with similar equipment, with drive lengths exceeding 200 feet, and in similar ground conditions to those anticipated in this Work, as measured by: (1) Soil types that include more than 25 percent sand and/or SM and SP; (2) Soil strengths of between 60 blows per 12 inches to 60 blows per 6 inches, inclusive; and (3) Hydrostatic head of 0 to 5 feet, inclusive. d. Operator: The Microtunneling (Sub)contractor's operator(s) shall have at least five years experience in the installation of pipelines using microtunneling as the method of installation. The MTBM operator shall have successfully completed a minimum of three pipeline projects each with a minimum of 1,000 linear feet of installed pipe between 12 inches inside diameter and 30 inches outside diameter using microtunneling as the method of installation. The MTBM operator shall also have: (1) Operated an MTBM similar to the one proposed on this Work. (2) Utilized the same type of steel casing pipe material as used in this Work. 5/21/09 Microtunneling of Pipes Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 330523-4 & Home Plant Lift Station (3) One of the referenced projects shall have been in similar ground conditions to those anticipated in this Work, as measured by: (a) Soil types that include more than 25 percent sand and/or SM and SP; (b) Soil strengths of between 60 blows per 12 inches to 60 blows per 6 inches, inclusive; and (c) Hydrostatic head of 0 to 5 feet, inclusive. (4) One of the reference projects shall be a successfully completed a microtunneling of a length of at least 80% of the longest drive required for this Work with the same pipe size and pipe material as on this project or a successfully completed microtunneling of the same length as the longest drive length required for this Work with pipe at least 80% of the outside diameter and the same pipe material as on this project. e. Include all projects for this Owner. Provide date, full name of the project, location, owner's name and phone number, and description of relevant work successfully completed, including pipe material, soil conditions, longest drive planned and completed, and total footage planned and completed. If the microtunneling work was performed as a subcontractor, include the name of the general contractor, and contact names and information. 4. Provide name of site safety representative and persons responsible for gas testing and evidence of CalOSHA certification for each, respectively. 5. Equipment: a. Supply full details of microtunneling system to be employed. b. Manufacturer and date(s) of manufacture. c. Type and model number for whole system if from single source or separate details for each element of system. d. System of alignment monitoring and steering control and activation. e. Hydraulic jacking system maximum capacity and method of limiting jacking capacity to that of maximum capacity of specified casing. 6. Procedures: Supply full details of procedures and resources that will be employed to carry out work including method and sequence of: a. Carrier Pipe handling and connections in accordance with manufacturer's written recommendations. b. Maintaining line and grade, and reestablishment of line and grade as required. 5/21/09 Microtunneling of Pipes Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 330523-5 & Home Plant Lift Station c. Spoil separation and disposal. d. Spoil and slurry containment during microtunneling work. e. Launch and retrieval procedures: procedure commences with modifications to shoring and end with pipe through the penetration. 7. Casing Pipe (If Used): a. Submit diameter, thickness, and class of steel casing. Submit materials list showing material of casing with ASTM reference and grade. Submit manufacturer's certification of compliance with referenced standards, e.g., ASTM A36, A139, and A283 and AWWA C200. b. For casings 36 inches and larger, submit certified original copies of mill test reports on each heat from which steel is rolled. Tests shall include physical and chemical properties. 8. Carrier Pipe: a. Pipe manufacturer, outside diameter and thickness. b. Procedures and methods to be used to install the carrier pipe including blocking details and spacing of blocking points. Submit joint details and calculations to verify the pipe can take the loads. c. Provide procedures for verification of carrier pipe grade, which shall be checked after installation and before backfill grouting. d. Method to protect carrier pipe from buckling due to heat of hydration of backfill grout. e. Submit shop drawings showing the method of preventing pipe flotation and how the backfill will be terminated at the end of the tunnel. 9. If casing spacers are used, submit drawings, assembly, and written installation recommendations to prevent rifling. 10. Calculations signed by a professional engineer licensed in the state of California that clearly state: a. Maximum calculated jacking resistance for installing complete casing. b. Maximum allowable face pressure or slurry pressure that can be exerted at tunnel face without fluid loss to surface, other structures or features or heave of ground. c. Relationship between hydraulic jacking pressure and force applied to jacked pipe during jacking. 5/21/09 Microtunneling of Pipes Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 330523-6 & Home Plant Lift Station d. Jacking pipe maximum allowable jacking force. Minimum factor of safety shall be 3.0 for jacked pipe and 2.0 for steel casing pipe. e. If used, casing spacers will provide line and grade installation and withstand heat of hydration and installation forces with a minimum factor of safety of 2.0. 11. Shafts: a. A site plan for each excavation indicating the location, excavation dimensions, site grading, and site development details for the excavation and all work areas, and the proposed limits of disturbance surrounding each excavation. b. Submit shop drawings for shaft excavations, excavation support systems and other related information. The bottom 10 feet of all shafts shall be watertight. The shop drawings shall be prepared and sealed by a professional engineer licensed in the state of California. Indicated arrangement of supports and construction sequence for proposed support system(s). c. Details for ground support system. d. Full calculations supporting maximum jacking capacity that launching shaft will withstand without movement exceeding 0.5 inches with an appropriate factor of safety. e. Areas for storage, material and spoil handling, dewatering, ground stabilization if required, excavation procedures, and backfilling. f. Dewatering and ground water control plans for all shafts. Dewatering of ground water outside of the shaft shall not be permitted during microtunneling operations. Dewater only before MTBM is launched and after MTBM is retrieved. Sump pumping of storm water and incidental water shall be required. g. Plans indicating removal of excavation supports and site restoration details prepared and signed by a professional engineer licensed in the state of California. 12. Settlement Monitoring Plan a. Submit surveying and monitoring plan for review before construction. Identify location of settlement monitoring points, reference benchmarks, survey schedules and procedures, and reporting formats. b. Provide pre-construction and post-construction assessment for building and structures located within a distance of 100 feet from centerline of proposed tunnel, and jacking and receiving shafts. Include photographs or a video of existing damage to structures near alignment. 5/21/09 Microtunneling of Pipes Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 330523-7 & Home Plant Lift Station 13. Submit invert elevation monitoring reports prepared by a licensed surveyor once per week or every 200 feet, which ever occurs first, giving the elevation of the pipe invert every 20 feet, including even "XX+00" stations during microtunneling operations. Provide as-built survey upon completion of tunneling. 14. Submit certificates of welding consumables used for shop and field welding. 15. Submit welding procedure specifications (WPS) and procedure qualification records (PQR) for each welding process and welder qualification records (WQR) for each welder and welding operator. Submit bend and tensile test coupons concurrently with welder qualification and procedure qualification records. Welding procedures shall be required for welds for pipe cylinders, casing joint welds, and grout coupling connections. 16. For annular spaces greater than 0.75 inches and pipes or casings over 30- inches in diameter, submit description of method to contact grout void between pipe/casing and ground. 17. Grouting equipment, procedures, and proposed mixes for backfill grouting the annular space between the casing and the carrier pipe if a casing is used. 18. Provisions for protecting adjacent facilities and utilities. All utilities within 40 feet of excavations and all structures within 50 feet of excavations shall be addressed. 19. Copies of all documentation, releases, and permits required herein and necessary to complete the work. Documentation, releases, and permits shall include but not be limited to imported materials, material disposal, utility disturbances, and affected properties. F. Tunnel Classification See Section 317216. G. Project Conditions See Section 317216. H. Cellular Concrete Backfill Quality Control (If Casing Used) See Section 317216. PART 2 - MATERIALS A. Microtunneling Machine 1. The microtunneling system shall be specifically designed for excavating, transporting, and separating the soil conditions described in the geotechnical reports. 5/21/09 Microtunneling of Pipes Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 330523-8 & Home Plant Lift Station 2. Provide a hydraulically steerable, laser-guided, hydraulic boring head microtunnel excavation machine. Design microtunnel excavation machine to be advanced by jacking pipe. The microtunnel excavation machine shall be part of a complete system designed and engineered to fit and function together including the following subsystems: jacking system, spoil removal system, lubricant injection system, and guidance system. Operator shall be safely positioned above ground with a full view of the controls and laser target to observe changing soil conditions and to monitor line and grade. Only slurry MTBMs that meet the requirements of this specification and as manufactured by Iseki Polytech, Akkerman, Soltau-Wirth, Herrenknecht, or equal shall be permitted. 3. Boring head shall be articulated, able to be steered in any direction. Provide means of rapidly dealing with groundwater and raveling or caving ground at the face of excavation. The maximum diametrical overcut shall not exceed the outside diameter of the pipe by 1 inch. 4. Provide a prefabricated skid base with guide rails which functions as an alignment guide for starting the excavation head and pipe into the ground. Design yoke used to push the pipe to ride in the skid base so that the force is applied uniformly against the pipe and accurately aligned with the bore. Hydraulic rams for pushing the yoke shall have a minimum thrust capacity of 850 tons. B. Slurry System 1. The MTBM shall include an automated spoil transportation slurry system that balances the ground water pressures by the use of a slurry pressure balance system. System shall be capable of adjustment required to maintain face stability for the particular soil condition encountered on the Work and shall monitor and continuously balance the ground water pressure to prevent loss of slurry or uncontrolled ground water inflow. 2. The slurry system shall: a. Manage the pressure at the excavation face by use of the slurry pumps (which may operate at variable speeds), pressure control valves, and a flow meter. b. Include a slurry bypass unit in the system to allow the direction of flow to be changed and isolated, as necessary. C. Slurry Separation Equipment 1. Adequately separate the spoil from flurry so that slurry within the operating parameters can be returned to the cutting face for reuse. Use a mechanical separation plant, including scalping screens, shaker screens, de-sanding and de- silting cones, and centrifuge as deemed necessary by the operating parameters. 2. Use the type of separation process suited to the size of the tunnel being constructed, the soil type being excavated, and the workspace available at each jacking shaft. 5/21/09 Microtunneling of Pipes Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 330523-9 & Home Plant Lift Station 3. Monitor the composition of the slurry to maintain the slurry weight, gel strength, and viscosity limits defined by the operating parameters. 4. Contain separated spoils for removal from the site. D. Pipe Jacking Equipment 1. Pipe jacking equipment shall have adequate jacking capacity to push the MTBM and the pipe string between the shaft locations identified on the Shop Drawings. 2. Hydraulic cylinder extension rates shall be synchronized with the excavation rate of the MTBM. 3. Shall provide uniform distribution of jacking forces on the end of the pipe. E. Remote Control System: 1. Remote control system display available to the operation shall show the position of the shield in relation to a design reference together with other information such as roll, pitch, complete guidance system, valve positions, thrust force, cutter head torque, rate of advance and installed length. 2. The control system shall integrate the system of excavation and removal of spoil and its simultaneous replacement by pipe. As each pipe section is jacked forward, the control system shall synchronize all of the operational functions of the system. F. Active Direction Control 1. Active direction control shall include the following features: a. Controls line and grade by a guidance system. b. Equipped with a high intensity laser (maximum legal limit). c. Capable of maintaining line and grade to the tolerances specified in this Section. d. Provides active steering information that is monitored and transmitted to the operator. As a minimum, this information shall include location of the laser beam on the target and location of the cutter head. e. Provides positional and operational information to the operator. f. Provides a reference laser, or other submitted device, that indicates visually in the jacking shaft that the directional control laser has not been accidentally moved. 5/21/09 Microtunneling of Pipes Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 330523-10 & Home Plant Lift Station G. Lubrication System Shall include pressure gauge, volumetric gauge, and shut-off valve on the pump or point of injection. H. Annular Space Contact Grouting System Shall include pressure gauge at the point of injection, volumetric gauge, and shut-off valve on the pump or at the point of injection. I. Casing Pipe (Optional) See Section 317216. J. Casing Spacers (If Casing Used) See Section 317216. K. Casing End Seals (If Casing Used) See Section 317216. L. Carrier Pipe (Direct-Jacked) 1. Direct jacked carrier pipe shall be one of the following materials: a. Vitrified Clay Pipe (VCP) shall meet the requirements of ASTM C 1208, Standard Specifications for VCP and Joints for use in Jacking, Sliplining, and Tunnels, and shall have a minimum compressive strength of 7,000 psi. The pipe joint collar shall be manufactured using 316 SST or better. Pipe shall have Equalizer compression rings. VCP microtunneling pipe shall be as manufactured by MCP Industries, Inc, or approved equal. b. Reinforced plastic mortar gravity sewer pipe per Section 333120. M. Carrier Pipe (in Casing) Carrier Pipe installed in a steel casing shall be PVC pipe conforming to AWWA C 900 (DR 18) per Section 402092 or extra strength VCP pipe conforming to ASTM C 700 per Section 333110. All joints shall be restrained. N. Lean Grout for Contact Grouting (If Casing Used) See Section 317216. O. Cellular Concrete Backfill for Annular Space (If Casing Used) See Section 317216. 5/21/09 Microtunneling of Pipes Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 330523-11 & Home Plant Lift Station P. Lubrication and Slurry 1. Lubrication and slurry shall consist of high yielding Montmorillite Bentonite, polymers, additives, and water. a. Water shall be furnished by the Contractor from a potable water source. b. All water shall be tested for pH and treated with soda ash, or approved equal, to adjust the pH of the water as required in the accepted mix design(s). c. Bentonite, polymers, and additives, other than soda ash, shall be NSF/ANSI Standard 60 Certified or equal for clean water testing. PARTS - EXECUTION B. C. D. Microtunneling 1. Anchor the microtunneling machine to prevent any wobble or alignment variation during the jacking/tunneling operation. 2. The maximum allowable annular space, the calculated difference of the pipe OD and the excavated diameter, shall not be greater than 0.75 inches for pipes or casings 30-inches in diameter or less without written approval of the Engineer. For annular spaces 0.75 inches or less and pipes or casings 30- inches in diameter or less, completely pressure-fill the annular space created by the overcut with lubricant. For annular spaces greater than 0.75 inches and pipes or casings greater than 30-inches in diameter, completely fill the annular space with lean grout. 3. Spoil removal from the face shall be by automatic hydraulically driven means. Design spoils conveyance to minimize damage to pipe interior. 4. Maintain alignment by laser guidance. Mount the target on the microtunneling machine and the laser at the rear of the jacking shaft on a mounting independent of any moving components including prefabricated skid base. Settlement Control and Monitoring and Photographic Record See Section 317216. Location of Excavated Material See Section 317216. Shafts 1. The Contractor shall provide for excavation and support of shafts. Upon completion of the required microtunneling construction, pipeline and 5/21/09 Beech Avenue Sewer & Home Plant Lift Station Contract Nos. 3873 & 5512 Microtunneling of Pipes Section 330523-12 manholes, the system of supports shall be completely removed and the shafts shall be backfilled as specified. 2. The Contractor is solely responsible for sizing the shaft excavations to meet construction requirements. 3. Provide shaft excavation support systems and working slabs to withstand earth pressures, unrelieved hydrostatic pressures, bottom heave, equipment loads, applicable traffic and construction loads, and other surcharge loads. Design a working slab for each shaft bottom to provide stable support. Design support system to provide a factor of safety of at least 2.0 against sliding and 1.0 against bottom heave. 4. Provide shaft excavation to allow the safe construction of the tunnel without movement or settlement of the ground, and to prevent damage to or movement of adjacent structures, streets, and utilities. 5. Create a plan for field verification of the shaft design that, at a minimum, measures settlement, bottom heave, and deflections weekly. 6. The excavation support systems shall be compatible with the geologic conditions and the excavation method. The shoring method will require intimate contact with the ground at all times. 7. Place in the shaft and fix at the required line and grade a jacking frame of sufficient length to provide accurate control of jacking alignment. Interpose between the jacks and the end of the pipe a bearing block consisting of a timber or structural steel framework constructed to provide uniform end bearing over the perimeter of the pipe and distribute the jacking pressure evenly. Similarly, interpose plywood or other resilient material, between pipe sections to evenly distribute jacking pressure and avoid crushing pipe ends. 8. Soldier Piles and Lagging: Install soldier piles by pre-boring or other pre-excavating methods to the tip elevation shown on the shop drawings. Provide casing, drilling mud, or other method of support to prevent caving of holes and loss of ground. After a soldier pile has been seated plumb in the pre-bored hole, encase it with sand cement slurry extending from the bottom level of the final excavation to the ground surface. Provide timber, or steel lagging of sufficient thickness to withstand lateral earth pressures. Install lagging with no gap between adjacent elements. As installation progresses, backfill the voids between the excavation face. Pack with materials such as hay, burlap, or geotextile fabric where necessary to allow drainage of incidental groundwater without loss of ground due to piping. Pre-drilled speed shoring system may be used in lieu of soldier pipes and lagging. The bottom 10 feet of the shaft shall be watertight. 9. Steel Casing: The access shaft may be constructed using vertical auger drilled shaft (Anderson Drilling type). The void between the steel casing and soil/rock shall be filled with grout or lean concrete backfill. 10. Trench Boxes and similar shoring methods are not acceptable. 5/21/09 Microtunneling of Pipes Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 330523-13 & Home Plant Lift Station E. Control and Monitoring of Alignment and Grade See Section 317216. F. Contact Grouting (If Casing Used) See Section 317216. G. Carrier Pipe Installation (If Casing Used) See Section 317216. H. Cellular Concrete Backfill See Section 317216. I. Closing the Shaft See Section 317216. END OF SECTION 5/21/09 Microtunneling of Pipes Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 330523-14 & Home Plant Lift Station SECTION 333110 VITRIFIED CLAY PIPE PART 1 - GENERAL A. Description This section includes materials, installation, and testing of VCP for gravity sewers. Sizes are 4 inches through 42 inches. B. Related Work Specified Elsewhere 1. General Concrete Construction: 030500. 2. Precast Circular Concrete Manholes: 034210. 3. Trenching, Backfilling, and Compacting: 312316. 4. Leakage and Infiltration Testing: 330130. 5. Sanitary Sewer System Television Inspection: 330131. C. Submittals 1. Submit shop drawings in accordance with the General Provisions and Section 013300. 2. Submit report on factory leakage test of joints per ASTM C425. Submit report on crushing strength, absorption or hydrostatic pressure, and acid resistance tests per ASTM C700. 3. Submit report on factory tests specified herein. 4. Submit cut sheets showing invert elevations, ground elevations, and pay cuts every 25 feet. Show lateral locations. D. Standard Specifications Wherever reference is made to the Public Works Specifications such reference shall mean the Standard Specifications for Public Works Construction, 2006 edition. PART 2 - MATERIALS A. Pipe 1. VCP shall be high strength and shall comply with ASTM C700, except for bearing strength. Bearing strength for high strength VCP shall comply with Section 207- 8.5.3 of the Standard Specifications for Public Works Construction. 5/21/09 Vetrified Clay Pipe Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 333110-1 & Home Plant Lift Station 2. Laboratory Testing: a. Conduct loading tests per the three-edge bearing test, ASTM C301. Pipe shall withstand the loads tabulated in Table 207-8.5.3, SSPWC. b. Conduct hydrostatic pressure tests per ASTM C301, Section 7. The hydrostatic pressure test shall precede the loading test by not less than one hour and not more than three hours. Hydrostatically test each pipe that is to be tested for crushing. c. Conduct absorption tests per ASTM C301 on pipe subject to the loading test. d. Conduct acid resistance tests per ASTM C301 on pipe subject to the loading test. e. Perform calculations and prepare test reports per ASTM C301, paragraphs 5.5, 6.4, and 8.6. f. Conduct tests on 2% of the number of each size of pipe furnished for the project. In no case shall less than five specimens be tested. g. If all or the minimum designated percentage or number of the specimens tested meet the requirements of the test, then all of the pipe in the lot, shipment, or delivery corresponding to the sizes and classes so tested shall be considered as complying with the test. If, however, 10% or more of the specimens tested fail to meet the requirements of the test or if more than one specimen fails to meet the requirements of the test when the number to be tested is less than 10, then a second selection of pipe shall be made for the test. The number of specimens to be tested in the second selection of pipe shall be five for each specimen of the first selection that failed to meet the requirements. If 90% or more of the specimens tested, including those first tested, meet the requirements of the test, all the pipe in the lot, shipment, or delivery corresponding to the sizes and classes so tested shall be considered as complying with that test; otherwise, all pipe of these sizes and classes shall be rejected. B. Joints 1. Joints shall be of the bell-and-spigot compression type, complying with ASTM C425. Joint design shall consist of polyurethane compression sealing components, one bonded to the outside of the spigot and the other bonded to the inside of the bell. The minimum required seal thickness shall be 1/8 inch, measured from the outside of the barrel surface. Joints shall be as manufactured by MCP Industries, Speed Seal as manufactured by Gladding, McBean & Co., or equal. 5/21/09 Vetrified Clay Pipe Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 333110-2 & Home Plant Lift Station C. Stoppers 1. Vitrified clay stoppers shall be 3/4 inch in thickness and shall have a factory-made plasticized PVC compound joint material cast and bonded to the pipe, such as Speed Seal or equal. Mold and cure the material to a uniform hardness and compressibility and form a tight compression coupling when assembled. The material used for the compression joint shall conform to ASTM C425. 2. Neoprene (synthetic rubber) stoppers shall be of the type manufactured by Gladding, McBean & Co., or equal. The joint formed by the stopper and clay pipe shall be a tight compression coupling when assembled. 3. Joints for stoppers shall be adequate to withstand the internal pressure of the leakage test. Make joints in such a manner that they may be removed without injury to the socket. D. Fittings Fittings, including tees, wyes, and bends, shall comply with ASTM C700. PART 3 - EXECUTION A. Visual Inspection Any pipe or fitting containing imperfections or blisters, fractures, and cracks in excess of those per ASTM C700, Sections 9 and 10, shall be rejected, regardless of the results of the laboratory tests. B. Installing Pipe 1. Excavate trenches to the maximum width shown in the drawings. Install pipe in accordance with ASTM C12 and the following. 2. Lay pipe without break, upgrade from structure to structure, with the socket ends of the pipe upgrade. 3. Do not use the pipe as a drain for removing water from the trench. 4. After joint assembly, bring the bedding material up to pipe spring line. Place the bedding material on each side of the pipe. Do not drop crushed rock or gravel directly onto the pipe. Walk and tamp the bedding material into final position at pipe spring line and continue to the top of the pipe. 5. Place bedding material to 1 foot above the top of the pipe and compact to the same relative compaction as in the pipe zone per Section 312316. The remainder of the trench backfill material shall be installed per Section 312316. C. Installing Joints 1. Apply the joint manufacturer's lubricant to the joint surfaces to assemble the joint. Joints shall be watertight and root-tight. 5/21/09 Vetrified Clay Pipe Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 333110-3 & Home Plant Lift Station 2. Pipe may be deflected at the joint for curved alignment by closing the joint on one side. Do not exceed the following: Pipe Size (inches) 4 to 18 Maximum Joint Space (inches) 5/8 3. For pipe of the following sizes and lengths, do not form a tighter radius curve than shown. For curves of less radius, use shorter pipe or manholes. D Pipe Size (inches) 6 to 12 15 to 24 For Pipe Length (feet) 5 5-1/2 6 5 5-1/2 6 7-1/2 Minimum Radius of Curvature (feet) 120 132 144 160 176 192 240 Maximum Deflection per Joint (degrees) 2.4 2.4 2.4 1.8 1.8 1.8 1.8 Maximum Deflection per Length (inches) 2-1/2 2-3/4 3 1-7/8 2-1/16 2-1/4 2-13/16 Note: All deflections are based on ASTM C425. 4. For pipe lengths not included above, use the following: D Pipe Size (inches) 6 to 12 15 to 24 Maximum Allowable Deflection A d (in/ft of pipe) 1/2 3/8 Equation for Minimum Radius of Curvature (L = Pipe Length) r = 24L r = 32L D. Installing Laterals 1. Install wye fittings so that the outlet branch is inclined upward at an angle of 45 degrees. 2. Each wye branch fitting shall have its barrel diameter equal to the diameter of the sanitary sewer main and the spur (or branch) diameter as indicated in the drawings. Do not place wye branches closer than 5 feet on the downstream side to the outside of any structure. Plug wye branch fittings that are to be left unconnected with a stopper or plug. Join laterals to wye branch fittings at the sanitary sewer main by eighth bends. Eighth bends and quarter bends are a part of house lateral sewer line. 5/21/09 Beech Avenue Sewer & Home Plant Lift Station Contract Nos. 3873 & 5512 Vetrified Clay Pipe Section 333110-4 3. End of the lateral shall be at least 5 feet below the existing or proposed grade of the ground at existing structure to be served or as called for in the drawings. 4. Where possible, laterals shall run perpendicular to the sewer main from the main to the property line at a minimum grade of 2%. Bed laterals the same as the sewer main into which they connect. 5. Plug laterals with stopper in the socket of the last joint. Seal stopper in place so that it will withstand the internal pressure during the test for leakage and also that it may be removed without damage to the socket. 6. Mark the location of each lateral at its upper ends by chiseling a letter "S" 1-1/2 inches high on the top of the curb. If the terminal point of the house lateral is more than 8 feet beyond the curb line or curb improvements do not exist, provide and install a 4-inch by 4-inch by 3-foot 0-inch stake extending 2 inches above the ground and placed at the end of the house connection. Where connections are placed without curbs, place the 4-inch by 4-inch stake and remove after the "S" is transferred to the curb. E. Installing Pipe at Manholes and Structures 1. Place two 2-foot lengths of pipe of the same inside diameter as the adjoining pipe at the inlet and outlet to each manhole or structure. Use one of the following methods: a. Directly cast a manhole coupling into the manhole base. Provide rubber-ring gasket in the coupling. b. Stretch a rubber-ring gasket around the pipe to serve as a water stop when cast into the structure wall. 2. Do not cast pipe bells into manholes or structures. Cut off the bell so that no recess or offset appears on the exposed face from the inside wall of the pipe to the outside wall of the pipe. The pipe shall have a plain end, flush with the inside wall of the manhole or structure, or as shown in the drawings. F. Testing for Alignment and Grade 1. After the pipe has been installed, tested for leakage, backfilled to existing grade, and manholes raised to grade and resurfaced, "ball" the pipe from manhole to manhole with a sewer scrubbing ball. Perform balling in the presence of the Owner's Representative to test for alignment, grade, damaged or defective pipe in place, or any other type of faulty installation. Should balling indicate any faulty installation of the pipe, repairs or replacements shall be made at the Contractor's expense. 2. Inspect the pipe for damage and other defects by means of closed circuit television (CCTV) per Section 330131. If the CCTV inspection indicates any defects, excavate and repair or replace the faulty materials and construction and restore the work and the damage to work of others. Retelevise any repaired sections. 5/21/09 Vetrified Clay Pipe Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 333110-5 & Home Plant Lift Station G. Leakage Test 1. See Section 330130. 2. Even though a section may have previously passed the leakage or infiltration test, test each section of sewer subsequent to the last backfill compacting operation in which heavy compaction equipment may have damaged or affected the required watertight integrity of the pipe, structure, and appurtenances. H. Wateriest See Section 330130. I. Air Test See Section 330130. J. Test for Infiltration Conduct infiltration test per Section 330130. K. Protection of Water System It is the intent that the horizontal separation between sanitary sewers and water mains shall not be less than 10 feet clear. If, during construction of the sewer line, this separation is not possible, then follow the requirements of the State of California Department of Health Services. If the vertical separation between the bottom of the waterline and the top of the sewer (the sewer being below the waterline) is less than 18 inches, provide special protection. If the sewer line passes above the waterline, provide special protection in accordance with the requirement of the State of California Department of Health Services. END OF SECTION 5/21/09 Vetrified Clay Pipe Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 333110-6 & Home Plant Lift Station SECTION 333112 PVC GRAVITY SEWER PIPE PART 1 - GENERAL A. Description This section includes materials, installation, and testing of PVC gravity sewer pipe conforming to ASTM D3034. Sizes are 4 through 15 inches. B. Related Work Specified Elsewhere 1. Precast Circular Concrete Manholes: 034210. 2. Trenching, Backfilling, and Compacting: 312316. 3. Leakage and Infiltration Testing: 330130. 4. Sanitary Sewer System Television Inspection: 330131. C. Submittals 1. Submit shop drawings in accordance with the General Provisions and Section 013300. 2. Submit reports on testing per ASTM D3034 (pipes 4 inches through 15 inches), ASTM D3212, and ASTM F477. 3. Submit cut sheets showing invert elevations, ground elevations, and cuts every 25 feet. Show lateral locations. PART 2 - MATERIALS A. PVC Material Additives and fillers, including stabilizers, antioxidants, lubricants, colorants, etc., shall not exceed 10 parts by weight per 100 of PVC resin in the compound. B. Pipe 1. Pipe 4 through 15 inches shall conform to ASTM D3034, SDR 35. C. Joints Provide elastomeric gasket joints of the push-on type, conforming to ASTM D3212. D. Gaskets Gaskets for push-on joints shall conform to ASTM F477. 5/21/09 PVC Gravity Sewer Pipe Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 333112-1 & Home Plant Lift Station E. F. Fittings 1. Fittings for pipe 4 through 15 inches shall conform to ASTM D3034, SDR 35. Mandrel for Field Testing of Pipe Deflection The mandrel shall: 1. Be a rigid, nonadjustable, odd-numbering-leg (nine legs minimum) mandrel having an effective length not less than its nominal diameter. 2. Have a minimum diameter at any point along the full length as follows: Pipe Material PVC-ASTM D3034 (SDR 35) Nominal Size (inches) 6 8 10 12 15 Minimum Mandrel Diameter (inches) 5.619 7.524 9.405 11.191 13.849 Be fabricated of steel; be fitted with pulling rings at each end; be stamped or engraved on some segment other than a runner indicating the pipe material specification, nominal size, and mandrel outside diameter (e.g., PVC, D 3034-8"-7.524"); and be furnished in a carrying case labeled with the same data as stamped or engraved on the mandrel. All costs incurred by the Contractor attributable to mandrel and deflection testing, including any delays, shall be borne by the Contractor at no cost to the Owner. PART 3 - EXECUTION A. Laboratory Testing 1. Conduct tests required in ASTM D3034 or F789, D3212, and F477. 2. The acceptable rates of failure for quality control tests shall be as follows: a. Outer Diameter: 0%. b. Minimum Wall Thickness: 0%. c. Other Dimensions: 0%. d. Flattening: 0%. 5/21/09 Beech Avenue Sewer & Home Plant Lift Station Contract Nos. 3873 & 5512 PVC Gravity Sewer Pipe Section 333112-2 e. Impact: Six of six samples must pass; if one fails, test six more; all six must pass. B. Installing PVC Sewer Pipe 1. Install in accordance with Section 312316, ASTM D2321, and as described below. 2. Minimum bedding thickness shall be as specified in Section 312316. 3. Lay pipe without break, upgrade from structure to structure, with the socket ends of the pipe upgrade. 4. Do not use the pipe as a drain for removing water that has infiltrated into the trench. 5. After joint assembly, bring the bedding material up to pipe spring line. Bedding material shall be per Section 312316. Place the bedding material on each side of the pipe. Tamp the bedding material into final position at pipe spring line and continue to the top of the pipe. Relative compaction shall be in conformance with Section 312316. 6. Then place bedding material to 1 foot above the top of the pipe and compact to the same relative compaction as in the pipe zone per Section 312316. The remainder of the trench backfill shall be native material, installed per Section 312316. 7. Do not use hydro-hammers to compact bedding or backfill. C. Installing Laterals 1. Each wye branch fitting shall have its barrel diameter equal to the diameter of the sanitary sewer main and the spur (or branch) diameter as indicated in the drawings. Do not place wye branches within 5 feet of any structure. 2. Install wye fittings so that the outlet branch is inclined upward at an angle of 45 degrees. Plug wye branch fittings that are to be left unconnected with a stopper or plug. Join laterals to wye branch fittings at the sanitary sewer main by eighth bends. Eighth bends and quarter bends are a part of lateral sewer line. 3. End of the lateral shall be at least 5 feet below the existing or proposed grade of the ground at existing structure to be served or as called for in the drawings. 4. Where possible, laterals shall run perpendicular to the sewer main at a minimum grade of 2%. Bed laterals the same as the sewer main into which they connect. 5. Plug laterals with stopper in the socket of the last joint. Seal stopper in place so that it will withstand the internal pressure during the test for leakage and so that it may be removed without damage to the socket. 6. Mark the location of each lateral by chiseling a letter "S" 1 1/2 inches high on the top of the curb. If the terminal point of the lateral is more than 8 feet beyond the curb line or curb improvements do not exist, provide and install a 4-inch by 4-inch 5/21 /09 PVC Gravity Sewer Pipe Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 333112-3 & Home Plant Lift Station by 3-foot 0-inch stake extending 2 inches above the ground and placed at the end of the connection. Installing Pipe at Manholes and Structures 1. Place a 2-foot PVC length of pipe of the same inside diameter as the adjoining pipe at the inlet and outlet to each manhole or structure. Use one of the following methods: a. Directly cast a manhole coupling into the manhole base. Provide rubber-ring gasket in the coupling. b. Stretch a rubber-ring gasket around the pipe to serve as a water stop when cast into the structure wall. 2. Do not cast pipe bells into manholes or structures. Cut off the bell so that no recess or offset appears on the exposed face from the inside wall of the pipe to the outside wall of the pipe. The pipe shall have a plain end, flush with the inside wall of the manhole or structure, or as shown in the drawings. Testing for Defects of Installed Pipe Following placement and compaction of backfill and prior to placing permanent pavement, ball and mandrel the pipe to measure for obstructions (excessive deflections, joint offsets, and lateral pipe intrusions). Field Testing for Pipe Deflection 1. Test installed pipe to ensure that vertical deflections for plastic pipe do not exceed the maximum allowable deflection. Maximum allowable deflections shall be governed by the mandrel requirements stated herein and shall nominally be: Nominal Pipe Size Up to and including 12 inches Over 12 to and including 27 inches Percentage 5.0 4.0 2. The maximum average inside diameter shall be equal to the average outside diameter per applicable ASTM standard minus two minimum wall thicknesses per applicable ASTM standards. Manufacturing and other tolerances shall not be considered for determining maximum allowable deflections. 3. Perform deflection tests not sooner than 30 days after completion of placement and compaction of backfill. Clean and inspect the pipe for offsets and obstructions prior to testing. 4. Pull a mandrel through the pipe by hand to verify that maximum allowable deflections have not been exceeded. Prior to use, the mandrel shall be certified by an independent testing laboratory. Use of an uncertified mandrel 5/21/09 Beech Avenue Sewer & Home Plant Lift Station Contract Nos. 3873 & 5512 PVC Gravity Sewer Pipe Section 333112-4 or a mandrel altered or modified after certification will invalidate test. If the mandrel fails to pass, the pipe will be deemed to be overdeflected. 5. Uncover any overdeflected pipe and, if not damaged, reinstall. Remove damaged pipe from the site. Any pipe subjected to any method or process other than removal, which attempts, even successfully, to reduce or cure any overdeflection, shall be uncovered, removed from the site, and replaced with new pipe. G. Leakage Test See Section 330130. H. Testing for Alignment and Grade 1. After the pipe has been installed, tested for leakage, backfilled to existing grade, and manholes raised to grade and resurfaced, "ball" the pipe from manhole to manhole with a sewer scrubbing ball. Perform balling in the presence of the Owner's Representative to test for alignment, grade, damaged or defective pipe in place, or any other type of faulty installation. Should balling indicate any faulty installation of the pipe, repairs or replacements shall be made at the Contractor's expense. 2. Inspect the pipe for damage and other defects by means of closed circuit television (CCTV) per Section 330131. If the CCTV inspection indicates any defects, excavate and repair or replace the faulty materials and construction and restore the work and the damage to work of others. Retelevise any repaired sections. END OF SECTION 5/21/09 PVC Gravity Sewer Pipe Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 333112-5 & Home Plant Lift Station SECTION 333120 REINFORCED PLASTIC MORTAR GRAVITY SEWER PIPE PART 1 - GENERAL A. Description This section describes materials, testing, and installation of centrifugally cast fiberglass- reinforced plastic mortar pipe (CCFRPMP) for gravity sanitary sewers. Size range is 8 through 42 inches. B. Related Work Specified Elsewhere 1. Precast Circular Concrete Manholes: 034210. 2. Trenching, Backfilling, and Compacting: 312316. 3. Sanitary Sewer System Television Inspection: 330131. 4. Microtunneling of Pipes: 330523 C. Submittals 1. Submit shop drawings in accordance with the General Provisions and Section 013300. 2. Provide an affidavit of compliance with standards referenced in this specification, e.g., ASTM D3262, AWWA C950, etc. 3. Submit dimensional details of joints, manhole connections, and fittings. 4. Submit certified original test reports on physical properties of pipe materials and rubber gaskets. 5. Submit certified report of production tests in accordance with ASTM D3262. 6. Submit certified report of qualification tests in accordance with ASTM D3262. D. Shop or Plant Inspection 1. The Contractor shall provide an independent testing firm to provide inspection services during the pipe manufacturing process as specified herein. Submit information pertaining to the independent testing firm to the Owner's Representative in writing not less than 14 calendar days prior to the start of any phase of pipe manufacture. E. Tests Unless otherwise specified, test materials used in the manufacture of the pipe in accordance with the requirements of the applicable referenced standards. Perform said 5/21/09 Reinforced Plastic Mortar Gravity Sewer Pipe Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 333120-1 & Home Plant Lift Station material tests at no additional cost to the Owner. The Owner's Representative shall have the right to witness testing. In addition to those tests specifically required, the Owner's Representative may request additional samples of any material for testing by the Owner. Furnish the additional samples at no additional cost to the Owner. PART 2 - MATERIALS A. Design Criteria 1. Obtain the following information from the drawings: a. Elevation of the pipe invert and of the completed ground. b. Alignment of the pipeline. c. Nominal inside diameter. d. Minimum design pipe stiffness. 2. Assume a minimum design temperature of 100°F. 3. Design per AWWA Manual M45 (first edition), Sections 5.7.3 through 5.7.5. Assume the following soil properties in using the Spangler equation to design the piping: a. Soil Density: 120 Ibs/cubic foot. b. Deflection Lag Factor: 1.5. c. Deflection Bedding Factor: 0.10. d. Bending Bedding Constant: 0.125. e. Soil Reaction Modulus: 400 psi. f. Maximum Long-Term Vertical Pipe Deflection: 3% of pipe inside diameter. 4. The safety factor for buckling shall be in accordance with AWWA Manual M45 (first edition), Section 5.7.5. 5. For buried piping, assume the location of groundwater to be 5 feet above the top of pipe. B. Pipe 1. Pipe shall be CCFRPMP conforming to ASTM D3262, with Type 1 glass- fiber reinforced thermosetting polyester resin mortar. Liner resin shall be unreinforced and shall contain no sand or other filler material. 5/21/09 Reinforced Plastic Mortar Gravity Sewer Pipe Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 333120-2 & Home Plant Lift Station 2. Chopped glass-fiber reinforcement shall be uniformly distributed throughout the wall of the pipe. The glass shall be commercial grade, E-type fibers with a finish compatible with the resin used. 3. Sand filler shall be well-graded kiln-dried silica sand with maximum 2% deleterious materials and a maximum 0.2% moisture content. 4. Minimum pipe stiffness for direct burial installation when tested in accordance with ASTM D2412 shall be46 psi at a 5% deflection, unless shown greater in the drawings. 5. Minimum pipe length shall be 10 feet. 6. Demonstrate chemical resistance of the liner as no loss of tensile or impact strength after four months' continuous immersion for the following solutions: 20% sulfuric acid, 1% ferric chloride, 1% nitric acid, 0.1% soap, 0.1% commercial detergent as linear alkyl benzyl sulfonate, and 700-ppm biological oxygen demand (BOD). The pipe shall also meet the strain corrosion resistance requirements of ASTMD3681. C. Joints for Direct Burial Installation The joint for plain-end pipe and fittings for direct burial installation shall be a field coupling consisting of a filament-wound fiberglass sleeve with an integral full-face EPDM elastomeric gasket, suitable for pressure up to 250 psi. The gasket material shall meet the performance requirements of ASTM D4161. D. Joints for Direct Jacking or Microtunneling The joint for pipe for installation by direct jacking or microtunneling shall be a field coupling consisting of a centrifugally cast fiberglass sleeve of the same outside diameter as the pipe. Pipe ends shall be machined for a factory-installed EPDM elastomeric ring gasket that is designed to be retained by the fiberglass sleeve. Sleeve shall be sized so as to be incapable of transmitting jacking forces. Minimum factor of safety at the gasket groove shall be 2.5 against design jacking forces. E. Pipe Marking Plainly mark the exterior of each length of straight pipe at 5-foot intervals and each fitting to identify the pipe diameter, the design pressure class, the pipe stiffness, ASTM designation, the date of manufacture, and the name and location of the pipe manufacturer. F. Tolerances 1. Pipe shall be straight such that a 10-foot straightedge laid longitudinally against the outside diameter of the pipe shall not deviate from the pipe by more than 0.06 inch. 2. Pipe shall be round such that the diameter shall not vary at any point in excess of 0.5% of the nominal diameter, measured at any point along the length of pipe. 5/21/09 Reinforced Plastic Mortar Gravity Sewer Pipe Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 333120-3 & Home Plant Lift Station G, Mandrel for Field Testing of Pipe Deflection 1. The mandrel shall be a rigid, nonadjustable, odd-numbering-leg (nine legs minimum) mandrel having an effective length not less than its nominal diameter. 2. The mandrel shall have a minimum diameter at any point along the full length as follows: a. Base inside diameter as shown in Table 2 in ASTM D3262, minus the tolerance shown in Table 2. b. Minimum mandrel diameter equals 97% of the base inside diameter. 3. The mandrel shall be fabricated of steel; fitted with pulling rings at each end; stamped or engraved on some segment other than a runner indicating the pipe material specification, nominal size, and mandrel outside diameter (e.g., PVC, D 3262-18"-mandrel actual diameter); and furnished in a carrying case labeled with the same data as stamped or engraved on the mandrel. H. Connection to Sewer Manholes Pipe shall be connected to the cast-in-place manhole base with field coupling with an integral full-face EPDM elastomeric gasket cast into base. Locate first pipe joint maximum 3 feet from the manhole wall. PART 3 - EXECUTION A. Delivery. Unloading, and Temporary Storage of Pipe at Site 1. Use unloading and installation procedures that avoid cracking of the lining. 2. Do not move the pipe by inserting any devices or pieces of equipment into the pipe barrel. 3. Ship, store, and place the pipe at a storage yard or installation site, supporting the pipe uniformly on flat, level ground with no rocks or other objects under the pipe. Avoid scratching or damaging the pipe. Do not stack higher than two rows or with weight on bells. To minimize out-of-roundness and curvature due to thermal expansion, cover to protect from sunlight. Alternatively, pipe may be stored in a shaded area. 4. Do not store pipe along the roadways or parkways of residential streets for more than 10 days or upon business streets for more than 3 days. B. Inspection at Jobsite Inspect each pipe prior to installation. The pipe shall be free of cracks, crazing, holes, delaminations, foreign inclusions, air bubbles, blisters, or other deleterious defects. Field repair of pipe or linings damaged by unloading or installation 5/21/09 Reinforced Plastic Mortar Gravity Sewer Pipe Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 333120-4 & Home Plant Lift Station procedures will be permitted, subject to review of the proposed repair procedures by the Owner. Alternatively, replace the defective pipe or fitting or field cut to remove the damaged portion of pipe. Pipe intended for direct jacking or microtunneling shall not be field cut, except to connect to direct-burial pipe. C. Installing CCFRPMP by Direct Jacking or Microtunnelinq 1. Comply with the applicable regulations of 29 CFR 1926, Subpart S, "Underground Construction, Caisson, Cofferdams, and Compressed Air" as amended. 2. For pipe crossing under roadways, railroads, or other installations not within the jurisdiction of the Owner, comply with regulations of said authority. 3. Microtunneling: See Section 330523. D. Handling Pipe in Trenches 1. See Section 312316. 2. Do not install pipe that does not meet the tolerances specified in these specifications. 3. Install in accordance with ASTM D2321, except as modified herein. 4. Lay pipe without break, upgrade from structure to structure, with the bell ends of the pipe facing upgrade. Lay pipe in such a manner as to form a close, concentric joint with the adjoining pipe and prevent offsets of the flow line. 5. Install the gasket in accordance with the pipe manufacturer's instructions using the materials, lubricants, and equipment recommended by said manufacturer. 6. Backfill pipe zone immediately after pipe has been bedded and joined. Prevent movement of pipe while backfilling. Carefully place the material around the pipe so that the pipe barrel is completely supported and that no voids or uncompacted areas are left beneath the pipe or in between stiffening ribs. Backfill material placed under the haunches shall be shovel sliced. Use particular care in placing material on the underside of the pipe to prevent lateral movement during subsequent backfilling. Limit unbackfilled, installed pipe to five sections maximum. Avoid extended exposure to sun. 7. Backfill materials in the zone between the trench bottom and to a point 12 inches above the top of the pipe shall be imported sand or sand-cement slurry per Section 312316. 8. Compact by means of vibratory equipment or by hand tamping. Apply backfill in layers having a maximum thickness of 8 inches. Do not add successive layers unless the previous layer is compacted to 90% relative compaction. Compact material placed within 12 inches of the outer surface of the pipe by hand tamping only. 5/21/09 Reinforced Plastic Mortar Gravity Sewer Pipe Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 333120-5 & Home Plant Lift Station 9. Monitor pipe deflections during compaction, and limit the total elongation of the vertical diameter of the pipe to 1.5% of the reference inside diameter. Deflection measurements shall be taken when the pipe is backfilled to its crown. 10. Do not use sheepsfoot rollers or equipment with similar loads or AASHTO H 20 wheel loads until a minimum of one pipe diameter of backfill has been placed over the top of the pipe. E. Assembly of Pipe Joint 1. The spigot and bell or bell coupling shall be dirt free and slide together without displacing the rubber gasket ring. 2. If the pipe is not perfectly round, lay the bell end of the pipe with the elongated diameter in the vertical position for joining to the matching elongated spigot of the adjacent pipe. Do not use pipe sections that have maximum inside diameters greater than allowed in ASTM D3262. 3. Insert the gasket into the groove in the spigot just before joining the pipes. First clean the groove. Observe the correct direction of the shaped gasket ring. Slip a screwdriver or other smooth object under the gasket and run it around the outside circumference of the pipe spigot two or three times to equalize the tension in the gasket. Check that the gasket ring is completely seated. 4. Lubricate the spigot over the taper and up to the full insertion mark with the lubricant supplied by the pipe manufacturer. If the lubricated pipe end touches dirt, clean the pipe end and reapply lubricant. 5. Insert the spigot into the bell and force it slowly and carefully into position. 6. Check that the gasket has not left the groove during assembly by passing a feeler gauge around the completed joint. If the gasket has left the groove, then disassemble the joint and replace the gasket. F. Field Testing of Pipe Deflection 1. The net short-term (15 days after backfill) deflection shall not exceed 3% of the reference inside diameter of the pipe. The reference diameter for both the elongations and the net short-term and long-term deflections shall be the measured vertical diameter within the tolerances of ASTM D3262 as the pipe lays in the trench, prior to any backfilling. Perform a deflection test of the pipe by use of a nine-point mandrel pulled through the pipe. The pipe shall pass both the physical measurement of deflections and the mandrel testing. If the specified deflections are exceeded, remove and reinstall the pipes. The Contractor may, at his option, strut the pipe during installation in order to achieve the deflection and tolerance criteria specified. No struts or other temporary supports shall be in place at the time measurements are taken. 5/21/09 Reinforced Plastic Mortar Gravity Sewer Pipe Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 333120-6 & Home Plant Lift Station 2. Measure each pipe section at the quarter-length, mid-length, and three-quarter length. The average inside diameter tolerance, out-of-roundness, and all deflection criteria shall be met at all measured locations. Uncover any overdeflected pipe and, if not damaged, reinstall. Remove damaged pipe from the site. Any pipe subjected to any method or process other than removal, which attempts, even successfully, to reduce or cure any overdeflection, shall be uncovered, removed from the site, and replaced with new pipe. 3. In order to make all elongation deflection tests of the installed pipe, the Contractor shall furnish all equipment and manpower required to make the section to be tested comply with CAL/OSHA requirements for entering and conducting such test. Equipment shall include, but not be limited to, blowers, ladders, harnesses for personnel, companion personnel, lighting (underground inspection with possible wet conditions), and assistance to the Owner's Representative in making such measurements. All costs associated with furnishing equipment and personnel shall be included in the contract unit price for the item to which it is appurtenant. 4. All costs incurred by the Contractor attributable to mandrel and deflection testing, including any delays, shall be borne by the Contractor at no cost to the Owner. G. Field Testing for Leakage and Infiltration 1. The completed sewer pipes shall be watertight. Test each section of sewer between two successive structures or encasements for leakage and for infiltration per Section 330130. 2. Test each section of sewer after the last backfill compaction operation where, in the opinion of the Owner's Representative, heavy compaction equipment or any of the operations of the Contractor or others may have damaged or affected the required watertight integrity of the pipe, structure, and appurtenances. Provide all material required for the tests and bear all costs in connection therewith. Perform tests in the presence of the Owner's Representative. 3. If the leakage or infiltration rate, as shown by the tests specified herein, is greater than the amount specified, repair the pipe joints or, if necessary, remove and relay the pipe. The sewer will not be considered acceptable until the leakage and infiltration rate, as determined by test, is less than the allowable. a. Leakage Test: The Contractor, at his option, shall air test or water test for leakage. Test per Section 330130. b. Test for Infiltration: See Section 330130. H. Testing for Alignment and Grade 1. After the pipe has been installed, tested for leakage, backfilled to existing grade, and manholes raised to grade and resurfaced, "ball" the pipe from manhole to manhole with a sewer scrubbing ball. Perform balling in the presence of the Owner's Representative to test for alignment, grade, damaged or defective pipe in place, or any other type of faulty installation. 5/21/09 Reinforced Plastic Mortar Gravity Sewer Pipe Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 333120-7 & Home Plant Lift Station Should balling indicate any faulty installation of the pipe, repairs or replacements shall be made at the Contractor's expense. Inspect the pipe for damage and other defects by means of closed circuit television (CCTV) per Section 330131. If the CCTV inspection indicates any defects, excavate and repair or replace the faulty materials and construction and restore the work and the damage to work of others. Reinspect any repaired sections. END OF SECTION 5/21/09 Reinforced Plastic Mortar Gravity Sewer Pipe Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 333120-8 & Home Plant Lift Station SECTION 400722 FLEXIBLE PIPE COUPLINGS PART 1 - GENERAL A. Description This section includes materials and installation of couplings for ductile iron pipe and PVC distribution pipe. B. Related Work Specified Elsewhere 1. Cold-Applied Wax Tape Coating: 099752. 2. Polyethylene Sheet Encasement (AWWA C105): 099754. C. Submittals 1. Submit shop drawings in accordance with the General Provisions and Section 013300. 2. Submit manufacturer's catalog data, descriptive literature, and assembly drawings. Show manufacturer's model or figure number for each type of coupling or joint for each type of pipe material for which couplings are used. 3. Submit manufacturer's recommended torques to which the coupling bolts shall be tightened. 4. Show dimensions, materials of construction by specification reference and grade, linings, and coatings. PART 2 - MATERIALS A. Coupling System Design and Component Unit Responsibility Gaskets, bolts, nuts, glands, end rings, and hardware for pipe couplings of all types shall be furnished by the manufacturer of the pipe coupling and shall be designed as an integral system by the pipe coupling manufacturer. Gaskets shall be designed for the coupling and appropriately sized to provide a watertight seal at the design pressure and temperature. Gaskets, bolts, nuts, glands, end rings, and hardware for pipe couplings shall be shipped with the pipe coupling and shall be clearly labeled indicating the origin of the material, including place and date of manufacture. Manufacturer's printed installation instructions shall be packaged with each pipe coupling. B. Transition Couplings Couplings for connecting different pipes having different outside diameters shall be steel or ductile iron with 304 or 316 stainless steel nuts and bolts. Couplings shall have an internal full circumference ring pipe stop at the midpoint of the coupling. Inside 5/21/09 Flexible Pipe Couplings Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 400722-1 & Home Plant Lift Station diameter of coupling pipe stop shall equal inside diameter of smaller diameter pipe. Couplings shall be per the Carlsbad Municipal Water District's Approved Materials List. C. Restrained Flanged Coupling Adapters for PVC Distribution Pipe Adapters shall be ductile iron and designed for use with AWWA C-900 PVC pipe. Adapters shall be Romac RFCA-PVC or Carlsbad Municipal Water District approved equal. Flange ends shall match the flange of the connecting pipe or valve. PART 3 - EXECUTION D. Lining and Coating for Couplings 1. Coat interior and exterior ferrous surfaces of couplings with fusion-bonded epoxy. Lining and coating shall be a 100% solids, thermosetting, fusion- bonded, dry powder epoxy resin: Scotchkote 134 or 206N, Lilly Powder Coatings "Pipeclad 1500 Red," H. B. Fuller 1F-3003, or equal. Use a two- component, 80% solids liquid resin, such as Scotchkote 306, for field- patching of fusion-bonded epoxy coating. Coating shall be holiday free on interior surfaces. 2. Grind surface irregularities, welds, and weld spatter smooth before applying the epoxy. The allowable grind area shall not exceed 0.25 square foot per location, and the maximum total grind area shall not exceed 1 square foot per item or piece of equipment. Do not use any coupling in which these requirements cannot be met. 3. Remove surface imperfections, such as slivers, scales, burrs, weld spatter, and gouges. Grind outside sharp corners, such as the outside edges of flanges, to a minimum radius of 1/4 inch. 4. Uniformly preheat coupling prior to blast cleaning to remove moisture from the surface. The preheat shall be sufficient to ensure that the surface temperature is at least 5°F above the dew point temperature during blast cleaning and inspection. 5. Sandblast surfaces per SSPC SP-5. 6. Apply lining and coating by the electrostatic spray or fluidized bed process. Minimum thickness of lining or coating shall be 12 mils. Heat and cure per the epoxy manufacturer's recommendations. The heat source shall not leave a residue or contaminant on the metal surface. Do not allow oxidation of surfaces to occur prior to coating. Do not permit surfaces to flash rust before coating. 7. Test linings and coatings with a low-voltage wet sponge holiday detector. Test pipe linings and coatings per AWWA C213, Section 5.3.3. If the number of holidays or pinholes is fewer than one per 20 square feet of 5/21/09 Flexible Pipe Couplings Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 400722-2 & Home Plant Lift Station coating surface, repair the holidays and pinholes by applying the coating manufacturer's recommended patching compound to each holiday or pinhole and retest. If the number of pinholes and holidays exceeds one per 20 square feet of coating surface, remove the entire lining or coating and recoat coupling. 8. Measure the coating thickness at three locations on each coupling using a coating thickness gauge calibrated at least once per eight-hour shift. Record each measured thickness value. Where individual measured thickness values are less than the specified minimum thickness, measure the coating thickness at three additional points around the defective area. The average of these measurements shall exceed the specified minimum thickness value, and no individual thickness value shall be more than 2 mils below or 3 mils above the specified minimum value. If a section of the coupling does not meet these criteria, remove the entire lining or coating and recoat the entire coupling. B. Installing Couplings 1. Clean oil, grease, scale, and dirt from pipe ends. Clean gaskets in couplings before installing. 2. Clean sleeve bolts and nuts by wire brushing before installing in end rings. Lubricate threads of bolts and nuts with oil or graphite prior to installation. Tighten nuts uniformly and in a progressive diametrically opposite sequence, and torque with a calibrated torque wrench. 3. If couplings leak under pressure testing, loosen or remove the nuts and sleeve bolts, reset or replace the gaskets, reinstall or retighten the bolts and nuts, and retest the coupling. Couplings shall be watertight. 4. After testing, wrap sleeve bolts and nuts of buried couplings with wax tape coating per Section 099752. 5. Wrap buried couplings and adapters with polyethylene material per Section 099754. END OF SECTION 5/21/09 Flexible Pipe Couplings Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 400722-3 & Home Plant Lift Station SECTION 400762 WALL PIPES, SEEP RINGS, AND PENETRATIONS PART 1 - GENERAL A. Description This section includes materials, installation, and testing of rubber annular hydrostatic sealing devices for penetrations. B. Submittals 1. Submit shop drawings in accordance with the General Provisions and Section 013300. 2. List materials of construction, with ASTM material reference and grade. 3. Submit manufacturer's instructions for installing rubber annular hydrostatic sealing devices. PART 2 - MATERIALS A. Rubber Annular Hydrostatic Sealing Devices 1. 3. 5. Rubber annular hydrostatic sealing devices shall be of the modular mechanical type, utilizing interlocking synthetic rubber links shaped to continuously fill the annular space between the pipe sleeve and the passing pipe. Assemble links to form a continuous rubber belt around the pipe, with a pressure plate under each bolthead and nut. Materials of construction shall be as follows: Compound Pressure plate Bolts and nuts for links Sealing element Material Delrin plastic, Type 304 stainless steel, 31 6 stainless steel or Type Type 303 or 316 stainless steel EPDM rubber The size of the wall sleeve needed to accommodate the passing pipe shall be as recommended by the rubber annular seal manufacturer. Provide centering blocks in 25% of the sealing elements on pipelines larger than 12 inches in diameter. The rubber annular hydrostatic sealing devices shall be Link Seal as manufactured by Thunderline Corporation; Innerlynx as manufactured by Advance Products & Systems, Inc.; or equal. 5/21/09 Beech Avenue Sewer & Home Plant Lift Station Contract Nos. 3873 & 5512 Wall Pipes, Seep Rings, & Penetrations Section 400762-1 B. Polyethylene Foam Filler for Pipe Penetrations Packing foam shall be an extruded closed-cell polyethylene foam rod, such as Minicel backer rod, manufactured by Industrial Systems Department, Plastic Products Group of Hercules, Inc., Middletown, Delaware; Ethafoam, as manufactured by Dow Chemical Company, Midland, Michigan; or equal. The rod shall be 1/2 inch larger in diameter than the annular space. C. Polyurethane Sealant for Pipe Penetrations Sealant shall be multipart, polyurethane sealant, to cure at ambient temperature, for continuous immersion in water. Install as recommended by the manufacturer. Products: SIKA Sikaflex 2C or equal. PART 3 - EXECUTION A. Installation of Rubber Annular Hydrostatic Sealing Devices Install in accordance with the manufacturer's instructions. B. Field Testing Check each wall penetration for leakage at the time the hydraulic structure is tested for leakage. Penetrations shall show zero leakage. END OF SECTION 5/21/09 Wall Pipes, Seep Rings, & Penetrations Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 400762-2 & Home Plant Lift Station SECTION 402092 PVC DISTRIBUTION PIPE (AWWA-C900) PART 1 - GENERAL A. Description This section includes materials, installation, and testing of PVC distribution pipe conforming to AWWA C900. Size range is 4 through 12 inches. B. Related Work Specified Elsewhere 1. Cold-Applied Wax Tape Coating: 099752. 2. Polyethylene Sheet Encasement (AWWA C105): 099754. 3. Trenching, Backfilling, and Compacting: 312316. 4. Leakage and Infiltration Testing: 330130. 5. Sanitary Sewer System Television Inspection: 330131. C. Submittals 1. Submit shop drawings in accordance with the General Provisions and Section 013300. 2. Provide affidavit of compliance with AWWA C900. 3. Submit fully dimensioned cross-section of the bell and barrel of the pipe. Show the bell maximum outside diameter in the pressurized area and its minimum wall thickness at the same location. 4. Submit copies of the following manufacturer-required tests conducted on project pipe: a. Quick-burst strength of pipe and couplings. b. Flattening resistance of pipe. c. Record of additional tests after test sample failure. 5. Submit manufacturer's literature of gray iron and ductile-iron fittings including dimensions, thickness, weight, coating, lining, and a statement of inspection and compliance with the acceptance tests of AWWA C110 or C153. Submit copy of report of pressure tests for qualifying the designs of all sizes and types of AWWA C153 fittings that are being used in the project. The pressure test shall demonstrate that the minimum safety factor described in AWWA C153, Section 53-15 is met. 5/21/09 PVC Distribution Pipe Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 402092-1 & Home Plant Lift Station 6. Submit outline drawings and materials description of service connection saddles, corporation stops, and pipe plugs. 7. Submit test results for the restrained joint system to be used certified by an independent test laboratory demonstrating compliance with these specifications for each size and pressure rating. 8. Submit restrained joint system installation instructions. Include bolt torque limitations and assembly tolerances. PART 2 - MATERIALS A. Pipe AWWA C900, rubber-ring gasket bell end or plain end with elastomeric gasket coupling, DR 18 or 14 as shown on the drawings, cast iron equivalent outside diameter, material cell classification 12454-B per ASTM D1784. B. Fittings 1. Fittings shall conform to AWWA C110 with a minimum pressure rating of 250 psi. Size bells specifically for outside diameter of cast-iron equivalent PVC pipe including rubber-ring retaining groove. 2. Mechanical joint fittings conforming to AWWA C153 may be used in lieu of AWWA C110 fittings. C. Lining and Coating for Fittings 1. Provide cement-mortar lined fittings per AWWA C104. Lining thickness shall be the double thickness listed in AWWA C104, Section 4.8. Cement for lining shall conform to ASTM C150, Type II. D. Restrained Joints 1. Provide restrained joints where indicated in the drawings. Restrained joints shall be provided by restraining systems that incorporate a series of machined serrations on the inside diameter of a restraint ring to provide positive restraint. Restraining systems shall meet or exceed the requirements of UNI-B-13-94 and ASTM F1674 and the following: 2. Restraint devices for bell-and-spigot joints shall consist of a split restraint ring installed on the spigot, connected to a solid backup ring seated behind the bell. 3. Restraint devices for connection to ductile-iron mechanical joints shall consist of a split restraint ring installed behind the ductile-iron fitting follower gland and gasket and shall retain the full deflection capability of the joint. 4. The split restraint ring shall be machined to match the outside diameter of the pipe, provide full 360-degree support around the barrel of the pipe, and 5/21/09 PVC Distribution Pipe Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 402092-2 & Home Plant Lift Station shall incorporate a series of machined serrations for gripping the outside surface of the pipe. The serrations shall be uniform and extend the full circumference of the clamp. The ring shall also incorporate a positive means of avoiding applying excessive clamping force to the pipe. 5. Materials used in the restraint device shall be ductile iron conforming to ASTM A536, Grade 60-42-12 or 65-45-12. 6. T-bolts, studs, and connecting hardware shall be high-strength, low alloy material in accordance with AWWA C111. 7. Design restraining devices to have a 2:1 safety factor based on the design strength of the pipe. 8. Restraining devices shall be per Carlsbad Municipal Water District's Approved Materials List. PART 3 -EXECUTION A. Product Marking Legibly mark pipe at 5-foot intervals and each coupling to identify the nominal diameter, the outside diameter base, that is, cast-iron or steel pipe (IPS), the material code for pipe and couplings, the dimension ratio number, AWWA C900, and the seal of the testing agency that verified the suitability of the material for potable water service (NSF in the United States). B. Delivery and Temporary Storage of Pipe 1. Ship, store, and place pipe at the installation site, supporting the pipe uniformly. Avoid scratching the pipe surface. Do not stack higher than 4 feet or with weight on bells. Cover to protect from sunlight. 2. Do not install pipe that is gouged or scratched forming a clear depression. C. Pipe Layout for Curved Alignment Pipe lengths may be bent for curved alignment but to no smaller radius curve than the following: Pipe Diameter (inches) 4 6 8 10 12 Minimum Curve Radius (feet) 400 600 800 1,000 1,200 5/21/09 Beech Avenue Sewer & Home Plant Lift Station Contract Nos. 3873 & 5512 PVC Distribution Pipe Section 402092-3 D. Handling Pipe Hoist pipe with mechanical equipment using a cloth belt sling or a continuous fiber rope that avoids scratching the pipe. Do not use a chain. Pipes up to 12 inches in diameter may be lowered by rolling on two ropes controlled by snubbing. Pipes up to 6 inches in diameter may be lifted by hand. E. Installing Buried Piping 1. Install in accordance with AWWA C605, Section 312316, and as follows. 2. Backfill materials in the pipe zone shall be per Section 312316. Do not add successive layers unless the previous layer is compacted to 90% relative compaction per ASTM D1557. 3. Compact material placed within 12 inches of the outer surface of the pipe by hand tamping only. 4. Compact trench backfill to the specified relative compaction. Do not float pipe. Do not use high-impact hammer-type equipment except where the pipe manufacturer warrants in writing that such use will not damage the pipe. F. Assembly of Pipe Joint 1. The spigot and bell or bell coupling shall be dirt free and slide together without displacing the rubber ring. Lay the pipe section with the bell coupling facing the direction of laying. 2. Insert the rubber ring into the groove in the bell in the trench just before joining the pipes. First clean the groove. Observe the correct direction of the shaped ring. Feel that the ring is completely seated. 3. Lubricate the spigot over the taper and up to the full insertion mark with the lubricant supplied by the pipe manufacturer. If the lubricated pipe end touches dirt, clean the pipe end and reapply lubricant. 4. Insert the spigot into the bell and force it slowly into position. 5. Check that the rubber ring has not left the groove during assembly by passing a feeler gauge around the completed joint. G. Wrapping Fittings and Restrained Joint Devices Wrap buried cast-iron fittings and restrained joint devices with wax tape per Section 099752 and polyethylene per Section 099754. H. Installing Sewer Pipe at Manholes and Structures 1. Place a 2-foot PVC length of pipe of the same inside diameter as the adjoining pipe at the inlet and outlet to each manhole or structure. Use one of the following methods: 5/21/09 PVC Distribution Pipe Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 402092-4 & Home Plant Lift Station J. a. Directly cast a manhole coupling into the manhole base. Provide rubber-ring gasket in the coupling. b. Stretch a rubber-ring gasket around the pipe to serve as a water stop when cast into the structure wall. 2. Do not cast pipe bells into manholes or structures. Cut off the bell so that no recess or offset appears on the exposed face from the inside wall of the pipe to the outside wall of the pipe. The pipe shall have a plain end, flush with the inside wall of the manhole or structure, or as shown in the drawings. Testing for Defects of Installed Pipe Following placement and compaction of backfill and prior to placing permanent pavement, ball and mandrel the pipe to measure for obstructions (excessive deflections, joint offsets, and lateral pipe intrusions). Field Testing for Pipe Deflection 1. Test installed pipe to ensure that vertical deflections for plastic pipe do not exceed the maximum allowable deflection. Maximum allowable deflections shall be governed by the mandrel requirements stated herein and shall nominally be: Nominal Pipe Size Up to and including 12 inches Over 12 to and including 27 inches Percentage 5.0 4.0 3. 4. K. The maximum average inside diameter shall be equal to the average outside diameter per applicable ASTM standard minus two minimum wall thicknesses per applicable ASTM standards. Manufacturing and other tolerances shall not be considered for determining maximum allowable deflections. Perform deflection tests not sooner than 30 days after completion of placement and compaction of backfill. Clean and inspect the pipe for offsets and obstructions prior to testing. Pull a mandrel through the pipe by hand to verify that maximum allowable deflections have not been exceeded. Prior to use, the mandrel shall be certified by an independent testing laboratory. Use of an uncertified mandrel or a mandrel altered or modified after certification will invalidate test. If the mandrel fails to pass, the pipe will be deemed to be overdeflected. Uncover any overdeflected pipe and, if not damaged, reinstall. Remove damaged pipe from the site. Any pipe subjected to any method or process other than removal, which attempts, even successfully, to reduce or cure any overdeflection, shall be uncovered, removed from the site, and replaced with new pipe. Leakage Test of Sewer Mains See Section 330130. 5. 5/21/09 Beech Avenue Sewer & Home Plant Lift Station Contract Nos. 3873 & 5512 PVC Distribution Pipe Section 402092-5 L. Testing for Sewer Mains for Alignment and Grade 1. After the pipe has been installed, tested for leakage, backfilled to existing grade, and manholes raised to grade and resurfaced, "ball" the pipe from manhole to manhole with a sewer scrubbing ball. Perform balling in the presence of the Owner's Representative to test for alignment, grade, damaged or defective pipe in place, or any other type of faulty installation. Should balling indicate any faulty installation of the pipe, repairs or replacements shall be made at the Contractor's expense. 2. Inspect the pipe for damage and other defects by means of closed circuit television (CCTV) per Section 330131. If the CCTV inspection indicates any defects, excavate and repair or replace the faulty materials and construction and restore the work and the damage to work of others. Reinspect any repaired sections. M. Disinfection of Potable Water Piping and Fittings Disinfection of potable water piping & fittings shall comply with the City of Carlsbad Engineering Standards, Section 15041. END OF SECTION 5/21/09 PVC Distribution Pipe Beech Avenue Sewer Contract Nos. 3873 & 5512 Section 402092-6 & Home Plant Lift Station