Loading...
HomeMy WebLinkAboutOrion Construction Corporation; 2005-03-15; PWS05-08ENG Part 1 of 2DOC# 2007-0781693 AB 646 Reso 1310 Recording requested by: CITY OF CARLSBAD When recorded mail to: City Clerk City of Carlsbad 1200 Carlsbad Village Dr. Carlsbad, CA 92008 DEC 19, 2007 1:34 PM OFFICIAL RECORDS SAN DIEGO COUNTY RECORDER'S OFFICE GREGORYJ SMITH,COUNTY RECORDER ' fi.OO PAGES: )/ Space above this line for Recorder's Use NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is Carlsbad Municipal Water District (CMWD), a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work of improvement on the property hereinafter described was completed on October 12,2007. 6. The name of the contractor for such work of improvement is Orion Construction Corporation. 7. The property on which the work of improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as the Encina Basin Water Reclamation Program, Phase II, Bressi Recycled and Potable Water Pump Stations, Project Nos. 3889 and 3910. CARLSBAD MtJNICIPAtl^ATER DISTRICT GLENN PRUIM Public Works Director VERIFICATION OF SECRETARY I, the undersigned, say: I am the Secretary of the Carlsbad Water Municipal District, 1200 Carlsbad Village Drive, Carlsbad, California, 92008. The Executive Board of said District on December 11 , 2007, accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on December 12 . 2007, at Carlsbad, California. URLSBADMUNICIPAL WATER DISTRICT .o>'""/, ^VSB.Sfc£''*$£<*•"« "&,-= £•'# ±S - LORRAINE M. WOOD Secretary w,, ii i T^T '^-\0 o^/ / u \^festfo" ^™ CARLSBAD MUNICIPAL WATER DISTRICT San Diego County California CONTRACT DOCUMENTS AND SPECIAL PROVISIONS FOR ENCINA BASIN WATER RECLAMATION PROGRAM, PHASE II BRESSI RECYCLED AND POTABLE WATER PUMP STATIONS CONTRACT NO. 38891C, 3910 SWRCB PROJECT NO. C-06-3903-250 CARLSBAD MUNICIPAL WATER DISTRICT 5950 EL CAMINO REAL CARLSBAD, CALIFORNIA 92008 (760) 438-3367 September 2004 PWS05-08ENC @Rnvissd: 7 9/08/03 Contract No. 38891 C & 391 0 Page 1 of 114 Pages . Item . TABLE OF CONTENTS Paae Notice Inviting Bids .......................................................................................................................... 9 Contractor’s Proposal ................................................................................................................... 13 EquipmenVMaterial Source Information ....................................................................................... 22 Bid Security Form .......................................................................................................................... 23 Bidder’s Bond to Accompany Proposal ........................................................................................ 25 Guide for Completing the “Designation of Subcontractor“ Form .................................................. 25 Designation of Subcontractor ....................................................................................................... 27 Bidder’s Statement of Financial Responsibility ............................................................................. 28 Bidder’s Statement of Technical Ability And Experience ............................................................. 29 Bidder’s Certificate of Insurance For General Liability. Employers’ Liability. Automotive Liability And Workers’ Compensation ........................................................................................... 30 Bidder’s Statement of Re-Debarment ........................................................................................... 31 Bidder’s Disclosure of Discipline Record ...................................................................................... 32 - Non-Collusion Affidavit To Be Executed By Bidder And Submitted With Bid .............................. 34 Contract Public Works .................................................................................................................. 35 Labor And Materials Bond ............................................................................................................ 41 Faithful PerformanceNVarranty Bond ........................................................................................... 43 Optional Escrow Agreement For Surety Deposits In Lieu of Retention ....................................... 46 Revised: 1 0/08/03 Contract No . 38891 C & 391 0 Page 2 of 114 Pages . SUPPLEMENTAL PROVISIONS Part I Section I 1-1 1-2 1-3 Section 2 2-3 2-4 2-5 2-9 2-1 0 Section 3 3-3 3-4 3-5 Section 4 4- 1 4-2 . Section 5 5- I 5-4 Section 6 6-1 6-2 6-6 6-7 6-8 6-9 Section 7 7- 1 7-3 7-4 7-5 7-7 7-8 7-1 0 7-1 3 Section 9 9-1 . 9-3 General Provisions Terms Definitions. Abbreviations And Symbols Terms .......................................................................................................................... Definitions ................................................................................................................. A9 Abbreviations ............................................................................................................ 50 Scope And Control Of The Work Subcontracts ............................................................................................................. 5.2 Contract Bonds ......................................................................................................... 5.1 Plans And Specifications .......................................................................................... 52 Surveying .................................................................................................................. 5A Authority Of Board And Engineer .............................................................................. 5~ Changes In Work Extra Work ................................................................................................................ 58 Changed Conditions ............................................................................................... ...58 Disputed Work .......................................................................................................... 59 Control Of Materials Materials And Workmanship ...................................................................................... 61 Materials Transportation. Handling & Storage ........................................................... 62 Utilities Location ..................................................................................................................... 62 Relocation ................................................................................................................. 63 Prosecution. Progress And Acceptance Of The Work Construction Schedule And Commencement Of Work .............................................. .63 Prosecution Of Work .................................................................................................. 6.8 Delays And Extensions Of Time ................................................................................ 70 Time of Completion .................................................................................................... 713 Completion And Acceptance ..................................................................................... IO Liquidated Damages .................................................................................................. 7.0 Responsibilities Of The Contractor Contractor's Equipment and Facilities ........................................................................ 7.1 Liability Insurance ................................................................................................... ...7 . 1 Workers' Compensation Insurance ......................................................................... ...7 .I Permits ..................................................................................................................... .7. 1. Cooperation and Collateral Work .............................................................................. 72 Project Site Maintenance ........................................................................................... 23 Public Convenience And Safety ................................................................................ 74 Laws To Be Observed ............................................................................................... 7.7 Measurement & Payment Measurement Of Quantities For Unit Price Work ....................................................... 78 Payment .................................................................................................................... 28 4- %#Revised: 10/08/03 Contract No . 388916 81 3910 Pane 3 of 11 4 Panes SUPPLEMENTAL PROVISIONS Part 2 Section 203 203-6 203-1 1 Section 204 204-1 Section 206 206-7 206-8 Section 212 21 2-1 212-2 Section 213 21 3-2 21 3-3 Part 3 I Section 300 300-1 300-3 300-4 300-5 300-9 Section 301 301-1 Section 302 302-5 302-9 Section 308 308-2 308-4 308-5 308-7 308-6 Section 310 31 0-5 31 0-7 Section 313 31 3-1 Construction Materials Bituminous Materials Asphalt Concrete ...................................................................................................... BD Asphalt Pavement Crack Sealants ............................................................................ 8.1 Lumber And Treatment With Preservatives Lumber And Plywood ................................................................................................ B.2 Miscellaneous Metal Items Traffic Signs .............................................................................................................. 82 Light Gage Steel Tubing And Connectors .................................................................. 85 Landscape and Irrigation Materials Landscape Materials .......................................................................................... ........a Irrigation System ....................................................................................................... 90 Engineering Fabrics Geotextiles ............................................................................................................... -91 Erosion Control Specialties ........................................................................................ 91 Construction Methods Earthwork Clearing And Grubbing .............................................................................................. 92 Structure Excavation And Backfill .............................................................................. 92 Unclassified Fill ......................................................................................................... 92 Borrow Excavation .................................................................................................... 93 Geotextiles For Erosion Control And Water Pollution Control .................................... 93 Treated Soil. Subgrade Preparation and Placement of Base Materials Subgrade Preparation ............................................................................................... 94 Roadway Surfacing Asphalt Concrete Pavement ...................................................................................... 94 Asphalt Pavement Repairs And Remediation ............................................................ 95 Landscape and Irrigation' Installation Earthwork and Topsoil Placement ............................................................................. 96 Planting .................................................................................................................... .9 7. Irrigation System Installation ...................................................................................... 99 Maintenance and Plant Establishment ...................................................................... 99 Guarantee ............................................................................................................... 100 Painting Painting Various Surfaces ....................................................................................... 102 Permanent Signing .................................................................................................. 103 Temporary Traffic Control Devices Temporary Traffic Pavement Markers ...................................................................... 1.03 em WRevised: I ~~03 Contract No . 38891C 8 3910 Psfle 4 of I 14 Paass 31 3-2 31 3-3 31 3-4 Temporary Traffic Signing ....................................................................................... 104 Measurement and Payment ..................................................................................... I06 Temporary Railing (Type K) and Crash Cushions ...................... ................................ 04 SUPPLEMENTAL PROVISIONS Special Construction Provisions 1. Work Site ............................................................................................................................. 107 2. Storage of Materials and Equipment ................................................................................... 107 3. Earthwork and Soil Compaction Tests ................................................................................ 107 4. Preservation of Existing Improvements, Restoration of Work Site and Disposal of Spoil and Waste Materials ........................................................................................................... I08 5. Specified Model Numbers ................................................................................................... .ID8 6. Lateral Design ................................................................................................................... ..la8 7. 8. 9. 10. Geological Conditions at Work Site. .................................................................................... I1 0 11. Reference Documents ......................................................................................................... 1.10 12. Safety Requirement of Equipment Furnished by Contractor ................................................. 11 1 13. Lubrication ........................................................................................................................... 1.1.1 14. 15. 16. Solenoid Valves .................................................................................................................. 11.2 17. Swing Check Valves (3 Inch and Smaller) ......................................................................... ..1.12 18. Silent Check Valves ............................................................................................................ 1.24 Location of Equipment and Ambient Enironmental Conditions. .......................................... 109 Equipment Performance Documentation ............................................................................. 109 Operation and Maintenance Manuals and Training ............................................................. IO9 Construction Mitigation Measures ....................................................................................... 11 1 Hydraulic Automatic Control Valves ................................................................................... .I1 2 - SUPPLEMENTAL PROVISIONS State Water Resources Control Board Contract Requirements 1. 2. 3. 4. 5. 6. 7. 8. 9. IO. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 23. State Wage Rate Clauses Labor Code Section 1776; Complete Payroll Records; Certified and Available Labor Code Section 1777.5; Employment of Properly Registered Apprentices Labor Code Section 181 0; Definition: A Legal Day’s Work Labor Code Section 181 3; Penalty For Overtime On Any Public Work Contract Labor Code Section 181 5; Minimum Overtime Pay Labor Code Section 1860; Contract Provision Labor Code Section 1861 ; Contractor Certification to Labor Code Section 3700 Cultural Resources Protection Compliance Guidelines for SRF Loan Program MBWBE (Form 4 must be submitted with bid to be responsive) The Subletting and Subcontracting Fair Practices Act Equal Opportunity Clause (40 CFR 60-8.4(b)) Nondiscrimination Clause Construction Contractors - Affirmative Action Requirements (41 CFR 60-4) Elimination of Segregated Facilities Certification of Non-Segregated Facilities Drug-Free Workplace Certification Government Wide Debarment and Suspension (Nonprocurement) and Government Wide Requirements for Drug-free Workplace (Grants) Responsibility for Removal, Relocation, or Protection of Existing Utilities; Contracts and Provisions (Government Code Section 421 5) Submitting of Bids and Agreeing to Assign (Government Code Section 4552) Non-Collusion Affidavit (Public Contract Code Section 71 06) TO BE NOTARIZED AND SUBMITTED WITH THE BID Labor Code Section 6500 BP -14 BP -14 BP -15 BP -17 BP-17 BP -18 BP -18 BP -18 BP -18 BP -20 BP -34 BP -34 BP -35 BP -39 BP -44 BP -45 BP -43 BP -46 BP -48 BP -48 BP -49 BP-50 e= %@Revised: 10/08/03 Contract No. 38891C & 3910 Page 5 of 114 Pages 24 . Public Contract Code Section 7105 25 . Public Contract Code Section 9203 BP-50 BP-51 TECHNICAL SPECIFICATIONS Schedule of Values .......................................................................................................... 01026-1 Trenching Earthwork ........................................................................................................ 02223-1 Start.up. Field Testing. and Acceptance of Equipment Technical Specifications .............. D1 500-1 Basic Earthwork Specifications ....................................................................................... .E230 0.1 Basic Paving Specifications ............................................................................................. 02500-1 Ornamental Steel Fencing .............................................................................................. ..0282 5.1 Basic Concrete Formwork Specifications ......................................................................... 031 00-1 Basic Concrete Reinforcement Specifications .................................................................. D3200-1 Basic Concrete Specifications ......................................................................................... .1)330 0.1 Basic Structural Steel and Miscellaneous Metal Work Specifications .............................. ..0510 0-1 Bituminous Waterproofing ............................................................................................... .0711 2.1 Sealants and Caulking ..................................................................................................... 07920-1 Doors. Frames. and Hardware Technical Specifications ................................................... 081 00-1 Aluminum Equipment and Access Hatches ...................................................................... 0861 0-1 Tape Coating System with Mortar Shield for the Exterior of Steel Water Pipelines ............ 09870-1 Basic Coating and Painting Specifications for Water. Recycled Water. and Wastewater Facilities ........................................................................................ .D990 0.1 Petrolatum Wax Tape Coating .......................................................................................... 09902-1 Fire Extinguishers and Brackets ....................................................................................... 3.0520-1 General Mechanical and Equipment Technical Specifications ........................................... 1 1005-1 Close Coupled Vertical Turbine Pumping Unit Technical Specifications ........................... 1131 0-1 Cathodic Protection by Sacrificial Anodes .... ...................................................................... 31 10-1 Surge Arrestor Technical Specifications ........................................................................... 13221-1 General Piping System and Appurtenances ........................................... ............................ 5000-1 Disinfection of Piping ........................................................................................................ 15041 -1 Hydrostatic Testing of Pressure Pipelines ....................................................................... .A5044 .I Ductile-Iron Pipe and Fittings .......................................................................................... ..I505 6.1 Copper Tubing. Brass and Bronze Pipe Fittings ............................................................... .I505 7.1 Miscellaneous Couplings. Pipe and Appurtenances ........................................................ .I509 2.1 Process Valves. Regulators and Miscellaneous Valves ................................................... .I509 9.1 Air Release Valve. Air and Vacuum Valve. and Combination Air Valve Assemblies .......... 15108-1 Recycled Water Facilities (Offsite) .................................................................................... 1.51 51-1 Heating and Ventilation Equipment Technical Specifications ................................... .........I 5800-1 Ductwork and Accessories .............................................................................................. ..I589 0.1 Short CircuitlCoordination Study Technical Specifications ............................................... .I604 0.1 Basic Electrical Specifications .......................................................................................... .I805 0.1 Distribution Switchboards and Motor Control Centers Technical Specifications ................. 16400-1 Solid State Motor Controllers Technical Specifications ..................................................... 16420-1 Variable Frequency Drives Technical Specifications ........................................................ .I650 0.1 Transient Voltage Surge Suppression System .................................................................. 1861 5-1 Magnetic Flow Meter Technical Specifications .................................................................. 1.721 0-1 Security and Smoke Detection ......................................................................................... A731 0-1 .- Cement-Mortar Lined and Coated Steel Pipe and Specials .............................................. A506 1.1 Resilient Wedge Gate Valves (RWGVs) .......................................................................... 151 00-1 General Instrumentation and Control Components Technical Specifications .................... A700 0.1 y .- e= %#Revised: 10/08/03 Contract No . 38891C & 3910 Page 6 of 1 14 Panes APPENDIX A - RESIDENT NOTIFICATION EXAMPLE APPENDIX 6 - CARLSBAD CONDITIONAL USE/SPECIAL USE PERMIT APPENDIX C - SDG&E DRAWINGS AND SERVICE ORDER APPENDIX D - MISCELLANEOUS STANDARD DRAWINGS Carlsbad Municipal Water District Standard Drawings Accesshole Accesshole Frame & Cover Sewer Main Cleanout Below Surface 1" & 2" Air Vacuum Valve Assembly & Appurtenance Outlets of D.I. or Steel Main for 1" thru 2" Inch Assemblies Dielectric Connections to Steel Main Valve Box Assembly Concrete Thrust Blocks for Non-Restrained Joints Gate Valve Installation P.V.C., D.I.P., A.C.P. & Steel Pipe Thrust Block Bearing Areas Extension Stem and Marker Post , Protection Post At Grade 2-Wire Test Station with Anodes Exothermic Weld Process 2-Wire Test Station with Anodes Wiring Diagram - Magnesium Anode Concrete Test Box Buried Insulating Flange Mechanical Joint Bond San Diego County Regional Standard Drawings Storm Drain Cleanout - Type A Inlets and Cleanouts Notes and Details Welded Steel Grate Frames Drainage Structure Grate Catch Basin - Type I Pipe Bedding and Trench Backfill for Storm Drains Curb and Gutter- Combined Sidewalk - Typical Sections Sidewalk Joint Locations Concrete Joint Details Concrete Curb, Gutter, Sidewalk and Pavement Removal and Replacement Trench Detail PVC and/or Copper Pipe (3" and Smaller) SI 54 56 w7 w9 w10 W13 W15 W16 w19 W23 W24 W26 W27 W28 W29 W 30 W31 W32 D-9 D-lIA/D-IIB D-13 D-I 5 D-29 D-60 G-2 G-7 G-9 G-I 0 G-I 1 1-25 APPENDIX D - MISCELLANEOUS STANDARD DRAWINGS Krieger & Stewart Standard Drawings Pipeline Trench WlOl Welded Steel Pipe Cut-to-Fit & Joint Repair Detail W137 - Welded Steel Pipe Shear Ring Detail W138 APPENDIX E - CMWD'S APPROVED MATERIALS LIST FOR USE ON CONSTRUCTION OF POTABLE AND RECYCLED WATER FACILITIES *3 b Revised: 10/08/03 Contract No. 38891C & 3910 Pane 7 of 11 4 Panes - INFORMATION FOR CONTRACTOR A. TO OBTAIN A COPY OF CURRENT PLAN HOLDERS LIST: PHONE (760) 602-2460 8. QUESTIONS PERTAINING TO PLANS AND CONTRACT DOCUMENTS: CHRISTOPHER M MUEHLBACHER ASSOCIATE ENGINEER PHONE (760) 602-2736 .- *- \@Revised: 10/08/03 Contract No. 38891C & 3910 Pane 8 of 114 Panes CARLSBAD MUNICIPAL WATER DISTRICT NOTICE INVITING BIDS Sealed bids will be deposited in the Bid Box located in the first floor lobby of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California, 92008-7314, until 4:OO P.M. on the 19th day of November, 2004, at which time they will be opened and read, for performing the work as follows: Bressi Recycled and Potable Water Pump Stations. ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II BRESSI RECYCLED AND POTABLE WATER PUMP STATIONS CONTRACT NO. 38891 The work shall be performed in strict conformity with the specifications as approved by the Board of Directors of the Carlsbad Municipal Water District on file with the Engineering Department. The specifications for the work include the Standard Specifications for Public Works Construction /2003 Edition, and any supplements thereto), all hereinafter designated “SSPWC” as issued by the Southern California Chapter of the American Public Works Association and as amended by the special provisions sections of this contract. Reference is hereby made to the plans and specifications for full particulars and description of the work. The Carlsbad Municipal Water District encourages the participation of minority and women-owned businesses. The Carlsbad Municipal Water District encourages all bidders, suppliers, manufacturers, fabricators -- and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. The Carlsbad Municipal Water District may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the Carlsbad Municipal Water or another jurisdiction in the State of California as an irresponsible bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder’s security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (IO) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the District to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the District or a state or federally chartered bank in California as the Escrow Agent. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $1 00,000 per contract. @Revised: 10/08/03 Contract No. 38891 Page 9 of 104 Pages c- The documents which comprise the Bidder‘s proposal and that must be completed and properly executed, including notarization where indicated are: 1. Contractor‘s Proposal 2. Bidder‘s Bond 3. Non-Collusion Affidavit 4. Designation of Subcontractors and Amount of Subcontractor Bid 5. Designation of Owner Operator/Lessors & Amount of Owner Operator/Lessor Work 6. Bidder’s Statement of Financial 7. Bidder’s Statement of Technical Ability and 8. Acknowledgment of Addendum(s) Responsibility Experience 9. Certificate of Insurance, the riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract IO. Bidder’ s Statement Re Debarment 11. Bidder’s Disclosure Of Discipline Record 12. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) *Pursuant to California Public Contracts Code section 41 04(a)(2)(A) portions of the information required on documents numbers four and five, above, may be submitted by the Bidder up to twenty- four (24) hours after the deadline for submitting bids contained in this “Notice Inviting to Bid”. All bids will be compared on the basis of the Engineer‘s Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer‘s Estimate is $2 , 253,900. Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases, the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does involve federal funds. The following classifications are acceptable for this contract: Classification A, General Engineering .- If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. Sets of plans, special provisions, and Contract documents may be obtained at the Cashier’s Counter on the first floor lobby at the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of $100.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to award of the contract neither addition to, modification of nor interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad nor may any bidder rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. -- em tQRevised: 10/08/03 Contract No. 38891 Page 10 of 104 Pages - The Carlsbad Municipal Water District reserves the right to reject any or all bids and to waive any 6 minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the OfFice of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The District Engineer is the District's "duly authorized officer" for the purposes of section 41 07 and 41 07.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A pre-bid meeting and tour of the project site will not be held. All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. - Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price will be required for work on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to: 1) One hundred percent (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars (5,000,000. 2) Fifty percent (50%) of the total amount payable by the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($1 0,000,000). 3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract exceeds ten million dollars ($1 0,000,000). These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the District until they are released as stated in the Supplemental Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: - < 4m %#Revised: 10/08/03 Contract No. 38891 Page 11 of 104 Pages 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. ,/--- If the bid is accepted, the District may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:V 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The District does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the Board of Director's is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the District may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad, California, by Resolution No.1225, adopted on the 28" day of September, 2004. October 8, 2004 Date -- QRevised: 10/08/03 N K&l@'T3/ De@ Secretary Contract No. 38891 Page 12 of 104 Pages .- IC CARLSBAD MUNICIPAL WATER DISTRICT ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II BRESSI RECYCLED AND POTABLE WATER PUMP STATIONS CONTRACT NO. 38891 C, 391 0 CONTRACTOR'S PROPOSAL Board of Directors Carlsbad Municipal Water District 5950 El Camino Real Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, Special Provisions and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 38891C, 3910 in accordance with the Plans, Specifications, Supplemental Provisions and addenda thereto and that helshe will take in full payment therefor the following unit prices for each item complete, to At: SC H E D U LE "A" BRESSI RECYCLED WATER PUMP STATION, 38891C Approximate Item Quantity Unit No. Description and Unit Price Total A-1 Mobilization, demobilization, and 1 LS $40,000 $40,000 preparatory work at a stipulated lump sum of Forty Thousand Dollars (Stipulated Amount: Do not change) A-2 Construction schedule at a stipulated 1 LS $9,000 $9,000 lump sum of Nine Thousand Dollars (Stipulated Amount: Do not change) A-3 Provide excavation safety measures for 1 LS Schedule A for all trenches or open excavations which are 5' or greater in depth, including sheeting, shoring and bracing, or equivalent method for the protection of life or limb in conformance with applicable safety orders at fivE /nWs2+/3 f Dollars (Lump Sum) tSRevised: 10108103 Contract No. 38891C & 3910 Paae 13 of 11 4 Panes Approximate r' Item Quantity Unit No. Description and Unit Price Total A-4 Reinforced concrete building, floor, and 1 LS $27<DOO $ J7Z&W roof, including all appurtenances (i.e. doors, ventilators, roof hatches, etc.) A-5 A-6 A-7 f A-0 Vertical turbine pumping units, including, pump cans, motors, and all 3 EA -@\\&e5 Dollars (Each) All piping and appurtenances, including all valves, meters, gauges, supports, connections to existing pipelines, pipe testing, and all related work at 1 LS * b+li4=d rid Tn,A %wimd 7-h I I av s Dollars (Lump Sum) Surge tank including all appurtenances and related work at I LS .Fouh fi4h-t- 6Kschnd Dhi& 3 Dollars (Lump Sum) Electrical work, including new electrical service, motor control center, variable frequency drives, controls, instrumentation, lighting, conduit, and conductors, coordination with SDG&E, short circuiffcoordination study, and all amurtenances and related work at 1 LS Total amount of bid for Schedule "A" in words: di dF fhdrvd ~flh Io! btD / Total amount of bid for Schedule "A in numbers: $ Contract No. 38891 C A 391 0 Paae 14 of 114 Panes @% b Revised: 10/08/03 ~~~ ~~~ ~ ~ ~- Item No. B-1 8-2 8-3 8-4 B-5 B-6 SC H E DU LE "B" BRESSI POTABLE WATER PUMP STATION, 3910 Description Mobilization, demobilization, and preparatory work at a stipulated lump sum of Forty Thousand Dollars (Stipulated Amount: Do not change) Construction schedule at a stipulated lump sum of Nine Thousand Dollars (Stipulated Amount: Do not change) Provide excavation safety measures for Schedule A for all trenches or open excavations which are 5' or greater in depth, including sheeting, shoring and bracing, or equivalent method for the Drotection of life or limb in conformance Dollars (Lump Sum) Reinforced concrete building, floor, and roof, including all appurtenances (i.e. doors, ventilators, roof hatches, etc.) and related work at To w %rL--),% Gur.e -rb-umcl l!d1Lz.I's ' Dollars (Lump Sum) Vertical turbine pumping units, including pump cans, motors, and all pi \1&?5 Dollars (Each) All piping and appurtenances, including all valves, meters, gauges, supports, connections to existing pipelines, pipe Approximate Quantity Unit and Unit Price Total 1 LS $40,000 $40,000 1 LS 1 LS 1 LS 3EA 1 LS $9,000 $9,000 Cnntract Nn 288Ql C R ?.Ql n Pane 1 5 nf 1 1 A Panoc Approximate Item Quantity Unit No. Description and Unit Price Total B-7 Surge tank including all appurtenances 1 LS $ fam- $&?rn' d blk5 Dollars (Lump Sum) B-8 Site work associated with the Recycled 1 LS and Potable Water Pump Station, including clearing and grubbing, tree and shrub salvage and transplant, overexcavation and recompaction, placement of select fill material, erosion control mating and hydroseeding, irrigation pipeline capping and coordination, planting of screening material including irrigation extension, grading, A.C. paving, concrete slabs, concrete curb and gutter decorative steel gate, temporary construction "nJwfi~u~-cy D T-luwA-~ bOllCL+Q B-9 Electrical work, including new electrical 1 LS $Ad4;bOO !$ t&%!27 - service, motor control center, controls, instrumentation, lighting, conduit, and conductors, coordination with SDG&E, short circuit/coordination study, and all appurtenances and related work at TiOtJ N d T~J@ 7- LL36 9,Q..rlcp bl(- Dollars (Lump Sum) B-10 Remove potable water pipeline 1 LS segments at Melrose Drive and Poinsettia Lane, install blind flanges on existing gate valves, and remove portions of precast concrete "Recycled Water Disconnect Vaults" and related work at a+w* 721w sand bdh6 Dollars (Lump Sum) 'L . I ., ". > .. L- Approximate Item Quantity Unit No. Description and Unit Price Total 8-1 1 Furnish and install one (1) project sign at I LS $ /500 - $ (5-p - t?N~i=Wd- / Pfv'G wM=> Dollars (Lump Sum) Total amount of bid for Schedule "9 in words: yh~ 1(1 on JZ UV~ tkcl.tdcacJ L3na, Total amount of bid for Schedule "8" in numbers: $ Total amount of bid including Schedules "A" and "B" in words: kM I- k LA 4 -4 - 0- V Total amount of bid including Schedules "A" and "8" in numbers: $ at 3 9 7, 50 The basis for award will be the total amount of Schedules "A" and "B. Price(s) given above are firm for 120 days after date of bid opening. Addendum(a) No(s). 1 proposal. hadhave been received and idare included in this The Undersigned has carefully checked all of the above figures and understands that the District will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad, the District may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capaci of a contractor within the State of Ca ifomia, validly licensed under license number zzy BO9 , classification -A which expires on and that this statement is true and correct and has the legal effect of an affidavit. ' NQVl 37 a A bid submitted to the District by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. Public Contract Code § I01 64. OPENED, WITNESSED AND RECORDED: //-/9-0y v DATE SIGNATC~RE Contract No. 38891C & 3910 Page 17 of 11 4 Pages License Detail Page 1 of2 CALIFORNIA CONTRACTORS SLATE LlCEN License Detail Contractor License ## 549309 DISCLAIMER A license status check provides information taken from the CSLB license data base. Befor€ on this information, you should be aware of the following limitations: CSLB complaint disclosure is restricted by law (B&P 7124.6). If this entity is subject tc complaint disclosure, a link for complaint disclosure will appear below. Click on the lin button to obtain complaint and/or legal action information. Per B&P 7071.17, only construction related civil judgments known to the CSLB are di Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered ont Board’s license data base. Extract Date: 11/22/2004 * * * Business Information * * * ORION CONSTRUCTION CORPORATION 1621 S RANCHO SANTA FE RD #A SAN MARCOS, CA 92069 Business Phone Number: (760) 591-9181 Entity: Corporation Issue Date: 11/22/1988 Expire Date: 11/30/2006 * * * License Status * * * rhis license is current and active. All information below should be reviewed. * * * Classifications * * * (Class 1 Description IATIGENERAL ENGINEERING CONTRACTOR 1cz7 I LANDSCAPI NG * * * Certifications * * * http://www2 .cslb.ca.gov/C SLB-LIBRARY/License+Detail.asp 1 1 /22/2004 License Detail Page 2 of 2 I Personnel listed on this license (current or disassociated) are listed on other lice1 ,- Description I I * * * Bonding Information * * * CONTRACTOR'S BOND: This license filed Contractor's Bond number 661975 in the ami $10,000 with the bonding company SURETY COMPANY OF THE PACIFIC. Effective Date: 01/01/2004 Contractor's Bondina History BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) RIC JAMES DOWSING certified that he/she owns 10 percent or more of the voting stocWequit corporation. A bond of quatifying individual is not required. Effective Date: 06/05/2001 BQl's- Bonding History * * * Workers Compensation Information * * * This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number: 1607262 Effective Date: 11/07/2000 Expire Date: 01/01/2005 Workers Compensation History I Personnet List:/'; Other Licenses1 License Number Request Contractor Name Request Personnel Name Request Salesperson Request Salesperson Name Request 0 2004 State of California. Conditions of Use Privacy Policy 1 1 /22/2004 Personnel List Page 1 of 1 License Number Request Contractor Name Request Personnel List CALIFORNIA CONTRACTORS STATE LlCEN Contractor License ## 549309 Personnel Name Request Click on the person's name to see a more detailed page of information on that person. Salesperson Request OFFICER 1 1 /22/1988 01/11/1990 DEXTER STRlCKLlN Salesperson Name Request I FIA YUEN DOWSING CEO/PRESIDENT 01/11/1990 04/28/2004 RICHARD JAMES DOWSING RMO/CEO/PRES 11/22/1988 RONALD J susi CEO/PRESIDENT 11/22/1988 HAZ 0111 1/1990 OFFICER 10/22/2002 MARK RICHAR-D DOWSING 0 2004 State of California. Conditions of Use Privacy Policy http://www2.cslb.ca.gov/CSLB - LIBRARY/Personnel+List.asp?LicNum=549309 11/22/2004 -- I- .., The Undersigned bidder hereby represents as follows: 1. That no Board of Directors member, officer, agent, or employee of the Carlsbad Municipal Water District is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or. in writing, of the Board of Directors, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is B/D l?Q2 (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 co m p le te . The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter I, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to complywith its provisions. Cnntrnrt hln i38AQl C IL 291 n Pane 18 nf 11 4 Panes IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (I) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. IF A PARTNERSHIP, SIGN HERE: (1 ) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business City and State (4) Zip Code Telephone No. IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted (Street and Number) Q/?/&N ~~ZTU'GQ? ~~W?W77i 8 (Signature) 1 (2) n (Title) Impress Corporate Seal here ... ... ... ... ... em %#Revised: 10/08/03 Contract No. 38891 C & 391 0 Paae 19 of 1 14 Paaes CALIFORNIA ALL-PURPOSE ACKNOWLEMDMENT c3" I State of California W County of ark&& personally appeared , PIC- 73 I Name@) of Signer(8) / Mprsonally known to me 0 proved to me on the basis of satisfactory evidence to be the person@) whose name@) islare subscribed to the within instrument and acknowledged to me that helshelthey executed the same in hislhedtheir authorized capacity(ies), and that by hislherltheir signature@) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. OPTlONA L Though the information below is no? required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this fonn to another document. f Descriptlon of Attached Document Title or Type of Document: Document Date: //I/ 9 LQY Number of Pages: Signer(s) Other Than Named Above: d2Wm-5 Y Capacity(ies) Claimed by Signer Signer's Name: Rl- >QLdF1v2 0 Partner - 0 Limited 0 General 0 Attorney in Fact U Trustee d 0 Guardian or Conservator 0 Other: Signer Is Representing: HR /tiK/ ab. k- Incorporated under the laws of the State of 4wk"FdFMLA- 4w 52%i%FE&3* /%?/ LE m?7l/ (Street and Number) Place of Business City and State f2@W (5) Zip Code Bd 78 Telephone 6. 7AP- 5y&- 4/& NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: fi/L*D 2WNp" PP6FiD* Pane 7n nf I14 Pane!: r' EQUIPMENT/MATERIAL SOURCE INFORMATION TO ACCOMPANY PROPOSAL CONTRACT NO. 38891C, 3910 ENCINA BASIN WATER RECLAMATION PROGRAM, PHASE II BRESSI RECYCLED AND POTABLE WATER PUMP STATIONS The bidder shall indicate opposite each item of equipment or material listed below, the name of the one supplier and manufacturer of each item or equipment or material proposed to be furnished under the bid. Awarding of a contract under this bid will not imply approval by District or the manufacturers listed by the Bidder. EquipmenVMaterial Manufacturer 1. Vertical Turbine Pumps W&+n M AM s4 (Manufacturer) 2. Vertical Hollow Shaft Electric Motors us hokrs 3. Motor Control Centers 4. Flow Meters 5. Surge Arrestor Tanks 6. Variable Frequency Drives (Manufacturer) (Manufacturer) 5adih4 J (Manufacturer) (Manufacturer) fhntrnct Nn 2RRQIC R 2Qln Pane 71 nf 11 A Panes . 5 .. _- BIDDER'S BOND TO ACCOMPANY . *. PROPOSAL .. . a .. + ENCINA BASIN WATER RECLAMAVON PR~GRAM PHASE 11 . BREW RECYCLED AND POTABLE WATER PUMP STATIONS .. CONTRACT NO. 38891C, 3910 KNOW ALL PERSONS BY THESE PRESENTS; . . ,. ... FIDELITY ARD DEPOSIT That we, ORION coBS1wcTIONCO~~TIoN , as Principal, and COWBNY OF HARYUND as Surety ere hekl andfirmly bound unto the Carisbad Municipal Water District, Carlsbad, Ca(ifomi< in an amount as follows: (must be at least ten percent (10%) of the bid amount) TEX PJDKENT OF TEE sm-----f& whbl~ payment, weU and truly made, we blnd ouTseives,~our helm, executors and administrators, SUDC~SSOTS or assigns, jointly and severall$ fimly by these presents. 7HE CONDITION OF WE FOREGOlNG'OBLlGAllON IS SUCH that if the pmpokal of the above- bounden Principal for: ENCINA BASIN WATER RECLANIATION PROGRANI PHAsE I1 * BRESSI RECYCLED AND POTABLE WATER PUMP STAflONS CONTRACT NO. 38891C, 3910 - in ti-ie City of Carlsbad, is accepted by the E30ard of Directors, and if the Princip+ shall duly enter into and execute a Contract indudng required bonds and insurance polides within twenty (20) days from . the date of award of Contract by the Board of Directors of the Carzsbgd Munidpal.Water District of the Cify of Carlsbad, being duly notified of said award, then this omation shall become null and void; othemrlse, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said Wid. . .. .. .. .. .... ...- - .... .... .... .... -,.. - .... .... .. .. .. .. .. . 11 . .. -, In the event Prinapal executed this bciid as an hdiddual, R'is agreed that the death of Principal shall not exonerate the Surety from Its abtigations under this bond. . ORION CONSTRUCTION CORPO~OH (name of Principal) Executed by SUM this '. l.9TH . day of -.EBrn4 SURETY: .FU)ELITX AXD.DEPOSIT &ANY OF WYJAND ' (name of Surety) 801 NORTH BRISRD BLVD PJWJXOIJSE SUITE GLEI!TDALE. CA 91203 (address of Surety) 818-409-2811 . (tetepiyn~berofSurety) , , * - By: (sign here) (signature Ymey-bFact) . (printed name of Attomey4rt-Fad) . 3URETTE SEm (print name hem) (title and organkation of signatory} (A€&& corporate iesaluth shelving current powerofattomey.) . (Proper notakl acknowledge of execution by PRINC~PAl and SUREM must.be attached.) (PresHent or Mce-president and se'i;retary or assistant secretary mit sign for corporations. if onty one of'fii signs, the tqgration must atfa& a ~~~~lofim certified by thb secretary or assistant secretary under cofporate seal empowring that oRcer to bind the corpocatim.) (If signed by an individual partner, the partqelship must attach a statement of parblershlp authotizing the partner to execute this instrument.) *. APPROVED AS TO FORM: R0NALD.R BALL General Cdunsel 4 .. .. .. .. .. *, e'' b Revised: IO/08/03.. Contraa No. 38891C & 3910 . Pane 24 of I id Pinsc CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT C) 0 I State of California County of 2)&&Q / Name and lime of ORmr (e& "Jam d. Notary Public') On ///lf/flY , before me, mm #< Data C€$prsonally known to me 0 proved to me on the basis of satisfactory evidence to be the person@) whose name@) islare subscribed to the within instrument and acknowledged to me that helshelthey executed the same in hislherltheir authorized capacity(ies), and that by hislherltheir signature@) on the instrument the person@), or the entity upon behalf of which the person@) acted, executed the instrument. Commission It 1308651 I Slgnature of Notsly 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: Document Date: /lL/ 71- Number of Pages: Bm/?cZbL4 Signer@) Other Than Named Above: GC bB3' meGq Capacity(ies) Clai Signer's Name: ~~r~~ Officer - Tile@): pH maw-- 0 Partner - 0 Limited 0 General 0 Attorney in Fact Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: d4W%7dew .. 5. , . CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT On 19 NOmER 2004 before me, Brooke Lafrenz <Nota- Public) I Date Name and Ti of Officer (e.g.. 'Jane Doe, Notary Public") personally appeared Jeanette Seidl I Bpersonally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) idare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hishedtheir authorized capacity(ies), and that by hishedtheir signature(s) on the instrument the person@), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. d s9ner(d BROOKE LAFRENZ h OPTIONAL 7Ywugh the information below is not required by law, R may plove valuable to persons relyhg on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Tile or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: 0 Individual 0 CorporateOfFicer Title@): Partner - Limited 0 General Attomey-in-Fact 0 Trustee 0 Guardian or Conservator CI Other: I humb here I I I I Signer Is Representing: SURETY Signer's Name: 0 Individual 0 Corporate Officer Title@): Partner - Limited 0 General Attorney-in-Fact 0 Trustee- 0 Guardian or Conservator 0 Other: Signer Is Representing: I I Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by M. P. HAlMMOND, Vice President, and GERALD F. HALEY, Assistant Secretary, reverse side hereo nominate, constitute and appoint Larry D. COGDILL, Ingrid Erika CROSBY, B AS and Jeanette such bonds or underta COGDILL, Ingrid Section 2, of the By- IN WITNESS WHEREOF, the said Vice-president and Assistant Secretary have hereunto subscribed their names and affied the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 20th day of July, A.D. 2004. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Gerald F. Haley Assistant Secretary M. P. Hammond Vice President State of Maryland ss: On this 20th day of July, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came M. P. HAMMOND, Vice President, and GERALD F. HALEY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. City of Baltimore I Dennis R. Hayden Notary Public My Commission Expires: February 1,2005 POA-F 012-4561A EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND “Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-president, or any of the Senior Vice-presidents or Vice-presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-presidents, Assistant Vice-presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, ... and to affix the seal of the Company thereto.” CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-president who executed the said Power of Attorney was one of the additional Vice-presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: “That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-president, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed.” -- IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 19TH dayof NOVEMBER , 2004 . Assistant Secretay . ZURICH THIS IMPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOND We are making the following informational disclosures in compliance with The Terrorism Risk Insurance Act of 2002. No action is required on your part. Disclosure of Terrorism Premium The premium charge for risk of loss resulting from acts of terrorism (as defined in the Act) under this bond is $waived-. This amount is reflected in the total premium for this bond. Disclosure of Availability of Coverage for Terrorism Losses As required by the Terrorism Risk Insurance Act of 2002, we have made available to you coverage for losses resulting from acts of terrorism (as defined in the Act) with terms, amounts, and limitations that do not differ materially as those for losses arising from events other than acts of terrorism. Disclosure of Federal Share of Xnsurance Company's Terrorism Losses The Terrorism Risk Insurance Act of 2002 establishes a mechanism by which the United States government will share in insurance company losses resulting from acts of terrorism (as defined in the Act) after a insurance company has paid losses in excess of an annual aggregate deductible. For 2002, the insurance company deductible is 1% of direct earned premium in the prior year; for 2003,7% of direct earned premium in the prior year; for 2004,10% of direct earned premium in the prior year; and for 2005,15% of direct earned premium in the prior year. The federal - share of an insurance company's losses above its deductible is 90%. In the event the United States govemment participates in losses, the United States government may direct insurance companies to collect a terrorism surcharge from policyholders. The Act does not currently provide for insurance industry or United States government participation in terrorism losses that exceed $100 billion in any one calendar year. Definition of Act of Terrorism The Terrorism Risk Insurance Act defines "act of terrorism" as any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States: 1. to be an act of terrorism; 2. to be a violent act or an act that is dangerous to human life, property or infrastructure; 3. to have resulted in damage within the United States, or outside of the United States in the case of an air camer (as defined in section 40102 of title 49, United 17 States Code) or a United States flag vessel (or a vessel based principally in the United States, on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States), or the premises of a United States mission; and 4. to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. But, no act shall be certified by the Secretary as an act of terrorism if the act is committed as part of the course of a war declared by Congress (except for workers' compensation) or property and casualty insurance losses resulting from the act, in the aggregate, do not exceed $5,000,000. These disclosures are informational only and do not modify your bond or affect your rights under the bond. e- Copyright Zurich American Insurance Company 2003 -. GUIDE FOR COMPLETING THE “DESIGNATION OF SUBCONTRACTORS” FORM REFERENCES Prior to preparation of the following Subcontractor disclosure form Bidders are urged to review the definitions in section 1-2 of the SSPWC (“Greenbook”) and in the Supplemental Provisions to this Contract, especially, “Bid”, “Bidder”, “Contract”, “Contractor”, “Contract Price”, “Contract Unit Price”, “Engineer”, “Subcontractor” and “Work” and the definitions in section 1-2 of the Supplemental Provisions especially “Own Organization.” Bidders are further urged to review sections 2-3 SUBCONTRACTS of the Greenbook and section 2-3.1 of these Supplemental Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be preformed by forces other than the Bidder’s own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the “Contractor‘s Proposal” are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder’s total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($1 0,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder’s sealed bid. Failure to Drovide comdete and correct information may result in reiection of the bid as non- res DO n s ive . Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor- installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter “NONE” in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract amounts for DurDoses of award of the contract shall be determined by the Board Supplemental of Directors in conformance with the provisions of the contract documents and the Provisions. The decision of the Board of Directors shall be final. I 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. I _-_ Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. I .,- A Cnntract Nn. 3889lC A 3910 Paae 26 of 11 4 Panes ,i- i . .-, .. . .6 DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II BRESSI RECYCLED AND POTABLE WATER PUMP STATIONS CONTRACT NO. 38891C, 3910 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 Subcontractor Name and Subcontractor's License No.* 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." Pane 37 nf 1 1 A Panec . .-, h . .I DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II BRESSI RECYCLED AND POTABLE WATER PUMP STATIONS CONTRACT NO. 38891C, 3910 The Bidder certifies that it has used the subaid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors wit1 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 : i ., Subcontractor% License No." Page 2 of & pages of this Subcontractor Designation form Pursuant to section 4104 (aX2XA) Califomla 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." Pana 77 nf I1 A Panac ORION CONSTRUCTION C SUBCONTRACTOR NAME b LOCAlTON AMOUNT OF SUBCONTRACTOR IN WUARS PORTION OF WORK OF BUSINESS WORK BY Reinforcing Steel PacMc Coast Steel $87,709.00 7155 Mlsslon Garge Road San Diego, Ca 92120 (619) 286-3405 (619) 286-3603 Fsc A.C. Paving J.D. Paving, Inc. $27,159.00 1412 Barham Drive San Mams, Ca. 92078 (760) 233-2980 (760) 233-2984 HVAC Coastal Heating & Air Conditioning $31,334.00 P.O. Box 2148 Carlsbad, Ca 92018 (760) 672-0743 1760) 754-2070 Fax 3&Cai 3 & L Elecbk $350,000.00 2293 San Remo Clrc vi, ca 92084 (760) 599-6690 (760) 744-2092 Fax 43218 Business Park Dr., !jte 109 Ternecula, Ca. 92590 (909) 587-8771 (909) %7-9711 Fax 'alntfng KNK Painting & Coating, Inc. $20,6 14.00 PAGE 02/02 SUBCONTRACTOR LICENSE NO. 645574 7 -652554 8 14752 71309 630888 P 4etals 1 November 22,2004 city of Carlsbad 1635 Faraday Ave Carlsbad, Ca 92008 - --on W Contra&&&., 3S8U 8 Western Steel $39,614.00 534479 2292 National Ave ' P.0. BOX 13337 San Dkgo, Ca 92113 ' (619) 235-0171 (619) 235-8639 F~x BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY (To Accompany Proposal) ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II BRESSI RECYCLED AND POTABLE WATER PUMP STATIONS CONTRACT NO. 38891 C, 391 0 Copies of the latest Annual Report, audited financial statements or Balance Sheets may be submitted under separate cover marked CONFIDENTIAL. Pama 7R nf 11 A P3nnc ORION CONSTRUCTION CORPORATION BALANCE SHEET MARCH31,2004 SEE ACCOUNTANTS COMPILATION REPORT ASSETS CURRENT ASSETS CASH (NOTE A) $ 1,830,666 CONTRACT RECEIVABLES (NOTES A & B) 4,068,391 COSTS AND ESTIMATED EARNINGS M EXCESS OF CASH IN ESCROW (NOTE J) BILLINGS ON UNCOMPLETED CONTRACTS (NOTES A & D) 1,612,730 963,003 TOTAL CURRENT ASSETS 8,474,790 PROPERTY AND EQUIPMENT (NOTES A & C) 1,915,633 LESS: ACCUMULATED DEPRECIATION (1,403,162) 512,470 OTHER ASSETS DEPOSITS 1,300 TOTAL OTHER ASSETS 1,300 $ 8,988,559 SEE NOTES TO HNAh'CIAL STATEMENTS e; ". - -2- LIABILITIES AND STOCKHOLBER'S EQUITY CURRENT LIABILITIES ACCOUNTS PAYABLE $ 5,473,917 ACCRUED EXPENSES AND PAYROLL TAXES PAYABLE 116,304 INCOME TAXES PAYABLE (NOTE H) DEFERRED INCOME TAXES (NOTES A 62 H) 0 (25,348) BILLINGS IN EXCESS OF COSTS AND ESTIMATED EARNINGS ON UNCOMPLETED CONTRACTS (NOTES A t D) 1,366,747 0 262,990 TOTAL CURRENT LIABILITIES 7,194, 610 LINE OF CREDIT (NOTE E) CURRENT MATURITIES OF LONG-TERM DEBT (NOTE F> LONG-TERM LIABILITIES NOTES PAYABLE (NOTE F) NOTES PAYABLE SHAREHOLDER mOTE 1) 18,754 200.000 218,754 TOTAL LIABILITIES 7,413,364 STOCKHOLDERS EQUITY COMMON STOCK, NO PAR AUTHORIZED 100,000 SHARES ISSUED 1,000 SHARES OUTSTANDING 1,000 SHARES 1,000 161,867 ADDITIONAL PAID IN CAPITAL RETAINED EARNINGS 1,412,329 1,575,196 -3 - BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) Date Contract Completed ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II BRESSI RECYCLED AND POTABLE WATER PUMP STATIONS CONTRACT NO. 38891C, 3910 Name and Phone Amount of the Employer to Contract work Contract Name and Address No. of Person Type of of The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the District to judge hidher responsibility, experience and skill. An attachment can be used. r- em ts Revised: 1 0/08/03 Contract No. 38891C & 3910 Paae 29 of 1 14 Paaes T T BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II BRESSI RECYCLED AND POTABLE WATER PUMP STATIONS CONTRACT NO. 38891C, 391 0 As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1, Certificates of insurance showing conformance with the requirements herein for: Comprehensive General Liability Workers Compensation Automobile Liability Employer's Liability 2. Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Employer's Liability, Automobile Liability and Workers Compensation in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: (1) Meet the conditions stated in The Notice Inviting Bids, the Standard Specifications for Public Works Construction and the Supplemental Provisions for this project for each insurance company that the Contractor proposes. (2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the cowage is for "any auto" and cannot be limited in any manner. 4- %#Revised: 10/08/03 Contract No. 38891C & 3910 Paae 30 of 11 4 Paaes PRODUCER 877-945-7378 .- willis North America, Inc. - Regional Cert Center 26 Century Blvd. P. 0. Box 305191 THIS CERTIFICATE IS ISSUED AS A MAlTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR I KC06100195 CLAIMSMADE (xi OCCUR Nashville, TN 372305191 INSURED Orion Construction Corporation 1621 S. Rancho Santa Fe Road, Suite A San Marcos, CA 92069 I 12/3/2004 INSURERS AFFORDING COVERAGE NAIW INSURERA: St. Paul Travelers 24767-001 INSURERB: Hartford Fire Insurance Company 19682-001 INSURER C: SeaBright Insurance Company 15563-001 INSURER D: INSURER E: IH I I PERSONALBADVINJURY GENERAL AGGREGATE PRODUCTS-COMP/OPAGG $ 2,000,000 $ 2,o 0 0,o 0 0 $ 2 I OOO, 000 ~ 7 2UENTJS 9 5 4 0 B I 12/3/2004 GENL AGGREGATE LIMIT APPLIES PER: 1 r;;l ::g LOC X - AUTOMOBILE LIABILITY X ANYAUTO - ALL OWNED AUTOS SCHEDULED AUTOS - X HIREDAUTOS X NON-OWNEDAUTOS - IH I I AUTO ONLY ~ EA ACCIDENT I I1 I I GARAGE LIABILITY $ ANY AUTO AGGREGATE OCCUR 0 CLAIMSMADE 0 j DEDUCTIBLE 1 1 RETENTION $ - BB104 05 02 WORKERS COMPENSATION AND ANY PROPRIETOWPARTNEWWECUTIVE ! EMPLOYERS LIABILITY ~ OFFICEWMEMBER EXCLUDED? 12/3/2004 ~ If yes, describe under - SPECIAL PROVISIONS below ~ OTHER E.L. EACH ACCIDENT E.L.DISEASE-EAEMPLOYEE E.L. DISEASE - POLICY LIMIT POLICY EXPIRATION $ $ 1,000,000 $ 1,000,000 $ 1, O O O , 000 12/3/2005 rb 1,000,000 50,000 EACHOCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurence) $ I$ 1,000,000 I l2 I3 I2 COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) OTHERTHAN EAACC I $ AGG I $ AUTO ONLY , I I DESCRIPTION OF OPERATIONSROCATlONYVEHlCLES/EXCLU!3lONS ADDED BY ENDORSEMENTISPECIAL PROVISION Re: Bressi Recycled and Potable Water Pump Stations, Encina Basin Water Reclamation Program Phase TI, Project No. 38891C, 3910 Phe City of Carlsbad, its officials, employees and volunteers are named as additional insureds hereunder as respects liability arising out of activities performed by or on behalf of the Named Insured per endorsement attached. CERTIFICATE HOLDER CANCELLATION I- I City of Carlsbad Attn: Purchasing Department 1635 Faraday Avenue Carlsbad, CA 92008-7314 ACORD 25 (2001/08) Coll :1220855 Tpl :324713 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL -&MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LE-L DATE IW~llls CERTIFICATE OF LIABILITY INSURANCE Paqe 2 of 3 I 02/16/2005 877 -945-7378 Regional Cert Center I THIS CERTIFICATE IS ISSUED AS A MAlTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. HOLDER- THIS CERTIFICATE DOES NOT AMEND, EXTEND OR I I... Nashville, TN 372305191 INSURED Orion Construct ion Corporation 1621 8. Rancho Santa Fe Road, Suite A San Marcos, CA 92069 I Willis North America, Inc. 26 Century Blvd. P. 0. Box 305191 INSURERS AFFORDING COVERAGE NAIC# INSURERA: St. Paul Travelers 24767-001 19682-001 INSURER C: SeaBright Insurance Company 15563-001 INSURERB: Hartford Fire Insurance Company INSURER D: INSURER E: Coll:1220855 Tpl:324713 Cert:5469328 Page 3 of 3 ”- IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) Coll:1220855 Tpl:324713 Cert:5469328 ADDITIONAL PROTECTED PERSONS ENDORSEMENT - CONTRACTORS GENERAL LIABILITY - INCLUDING COMPLETED WORK This endorsement changes your Contractors Commercial General Liability Protection How Coveraae Is Chanaed There are two changes which are described below. 1. The following is added to the Who is Protected Under This Agreement section. This change adds certain protected persons and limits their protection. Additional protected person. The person or organization named below is an additional protected person as required by a contract or agreement entered into by you. But only for covered injury or damage arising out of: 0 0 your work for that person or organization; your completed work for that person or organization if your contract or agreement requires such coverage; premises you own, rent, or lease from that person or organization; or your maintenance, operation, or use of equipment leased from that person or organization. 0 0 We explain what we mean by your work and your completed work in the Products and completed work total limit section. If the additional protected person is an architect, engineer, or surveyor, we won't cover injury or damage arising out of the performance or failure to perform architect, engineer, or surveyor professional services. Atchit&, engine4 or surveyor professional servikes includes: 0 the preparation or approval of maps, drawings, opinions, reports, surveys, change orders, designs, or specification; and services. 0 supervisory, inspection, or engineering 2. The following is added to the Other primary insurance section. This change broadens coverage. We'll consider this insurance to be primary to and non-contributory with the insurance issued directly to the additional protected persons listed below if: 0 your contract specifically requires that we consider this insurance to be primary or primary and non-contributory insurance; or you request before a loss that we consider this insurance to be primary or primary and non-contributory insurance. 0 Other Terms All other terms of your policy remain the same. Person Or Organization: Any Person or Organization You Are Required By Written Contract to Add as an Additional Protected Person. The City of Carlsbad, its officials, employees and volunteers; Project No. 38891C, 3910 Name of Insured: Policy Number: KC06100195 Effective Date 12/3/2004 Orion Construction Corporation Processing Date GO322 Rev. 12-97 Printed in U.S.A. Endorsement OSt. Paul Fire and Marine Insurance Co. 1997 All Rights Reserved Page 1 of 1 POLICY NUMBER: 72UENUS9540 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: ADDITIONAL INSURED COMMERCIAL AUTO COVERAGE PART IT IS HEREBY AGREED THAT ADDITIONAL INSUREDS ARE INCLUDED IN THE POLICY ON A BLANKET BASIS. The City of Carlsbad, its officials, employees and volunteers Form IH 1201 11 85 Printed in USA. .- BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II BRESSI RECYCLED AND POTABLE WATER PUMP STATIONS CONTRACT NO. 38891C, 3910 1. Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? J no 2. If yes, what wadwere the name@) of the agency(ies) and what wadwere the period(s) of debarment@)? Attach additional copies of this page to accommodate mole than two debarments. party debarred party debarred agency agency period of debarment period of debarment - BY CONTRACTOR: Page of 1 of / pages of the Re Debarment form e- %#Revised: 10/08/03 Contract No. 38891C & 3910 Paae 31 of 114 Paaes BIDDER’S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II BRESSI RECYCLED AND POTABLE WATER PUMP STATIONS CONTRACT NO. 38891C, 3910 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. Have you ever had your contractor‘s license suspended or revoked by the California Contractors’ State license Board two or mo times within an eight year period? Yes no J“ Has the suspension or revocation of your contractors license ever been stayed? no Have any subcontractors that you propose to perform any portion of the Work ever had their contractor’s license suspended or revoked by the California Contractors’ State license Board two or more times within an eight year period? / Yes no Has the suspension or revocation of the license of any subcontractor‘s that you propose to perform any portion of the Work ever been stayed? Yes no 5. 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 the refor. (If needed attach additional sheets to ptovide full disclosure.) Page - / of 2 pages of this Disclosure- of Discipline form 4- %@Revised: 10/08/03 Contract No. 38891C & 3910 Page 32 of 11 4 Pages -.,,- BIDDER’S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II BRESSI RECYCLED AND POTABLE WATER PUMP STATIONS CONTRACT NO. 38891C, 3910 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 povide full disclosure. BY CONTRACTOR: pRh& -p (name of Contractor) By: /- (sign he& .- Page 2 of 2 pages of this Disclosure of Discipline form 4- P’SRevised: 10/08/03 Contract No. 38891C & 3910 Page 33 of 114 Panes 1 j '. I NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II BRESSI RECYCLED AND POTABLE WATER PUMP STATIONS CONTRACT NO. 38891 C, 391 0 State of California 1 ) ss. Countyof D-1 R/-D BoNJNG , being first duly sworn, deposes (Name of Bidder) (Title) and says that he or she is P/Wd?mw- 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 shalt 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 o e 'ury that the foregoing is true and correct and that this affidavit was executed on the /Jw dayof A/D- 1 V3Py Sigdature of Bidder el 2 Subscribed and sworn to before me on the 1 f day of A@/&&% ,A+ . (NOTARY SEAL) 1 Commission t 1308651 e- %#Revised: 10/08/03 Contract No. 38891C 81 3910 Paae34of114Paaes r' f- State Revolving Fund ban Program CCR and Boilerplate FORM 4 (Attachment B) PRIME CONTRACTOR/RECIPIENT SELECTED MINORI171- AND WOMEN-OWNED BUSINESS ENTERPRISES (MBWBEs) CONTRA(JTRECIPIBNTS NAME CONTRACT NO. OR SPBCIPICATION NO. PROJECT DESCRIFIION PROJECT LOCATION PRIME CONTRACKIR INFORMATION MBE/WBEINFORMATION 0 NONE* SUBCONTRACIOR a SUPPLJERISERVICE 0 JOINT VENTURE a BROKER d AMoUNToPcomcr $ WORK TO BE PBRPORMBD a/y+g/ 0 MBE @%BE &CONTRACTOR 0 SuppLIERlSERvICE D JOINT VENTURE 0 BROKER UfOUNTOFCONTRACT $ I PHONE WORK TO BE PBRFORh4BD 70.9qq I DTAL MBE AMOm $ 3% 83 3 - TOTALWBEAMOUNT: s Xegative reports are required. ORIGINAL SIGNATURE AND DATE REQUJRED Failure to complete and submit this form with the bid will cause the bid to be rejected as non-responsive. Issue Date: November 7,2003 BP- 31 State Revolving Fund Loan Program CCR and Boilerplate however, That in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to SEC. 203 (a) Each contractor having a contract containing the provisions prescribed in Section 202 shall file, and shall cause each of his subcontractors to file, Compliance Reports with the contracting agency or the Secretary of Labor as may be directed. Compliance Reports shall be filed within such times and shall contain such information as to the practices, policies, programs, and employment policies, programs, and employment statistics of the contractor and each subcontractor, and shall be in such form, as the Secretary of Labor may prescribe. any previous contract subject to the provisions of this Order, or any preceding similar Executive order, and in that event to submit, on behalf of themselves and their proposed subcontractors, Compliance Reports prior to or as an initial part of their bid or negotiation of a contract. understanding with a labor union or an agency referring workers or providing or supervising apprenticeship or training for such workers, the Compliance Report shall include such information as to such labor union's or agency's practices and policies affecting compliance as the Secretary of Labor may prescribe: Provided, That to the extent such information is within the exclusive possession of a labor union or an agency referring workers or providing or supervising apprenticeship or training and such labor union or agency shall refuse to furnish such information to the contractor, the contractor shall so certify to the contracting agency as part of its Compliance Report and shall set forth what efforts he has made to obtain such information. (d) The contracting agency or the Secretary of Labor may direct that any bidder or prospective contractor or subcontractor shall submit, as part of his Complianee Report, a statement in Writing, signed by an authorized officer or agent on behalf of any labor union or any agency referring workers or providing or supervising apprenticeship or other training, with which the bidder or prospective contractor deals, with supporting information, to the effect that the signets practices and policies do not discriminate on the grounds of race, color, creed, or national origin, and that the signer either will affirmatively cooperate in the implementation of the policy and provisions of this Order or that it consents and agrees that rec-ruitment, employment, and the terms and conditions of employment under the proposed contract shall be in accordance with the purposes and provisions of the Order. In the event that the union, or the agency shall refuse to execute such a statement, the Compliance Report shall so certify and set forth what efforts have been made to secure such a statement and such additional factual material as the contracting agency or the Secretary of Labor may require. enter into such litigation to protect the interests of the United States. (b) Bidders or prospective contractors or subcontractors may be required to state whether they have participated in (c) Whenever the contractor or subcontractor has a collective bargaining agreement or other contract or .- 13 - 4 1 CFR 60- 1.4 NONDISCRIMINATION CLAUSE NONDISCRIMINATION CLAUSE During the performance of this contract, the contractor agrees as follows: religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under section 202 of Executive Order 11246 of September 24,1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. rules, regulations, and relevant orders of the Secretary of Labor. (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, (3) The contractor will send to each labor union or representative of workers with which he has a collective - (4) The contractor will comply with all provisions of Executive Order 11246 of September 24,1965, and of the Issue Date: November 7,2003 BP- 35 State Revolving Fund Loan Program CCR and Boilerplate (5) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the contractor's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) the contractor will include the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the contractor may request the United States to enter into such litigation to protect the interests of the United States. (b) Federally assisted construction contracts. (1) Except as otherwise provided, each administering agency shall require the inclusion of the following language as a condition of any grant, contract, loan, insurance, or guarantee involving federally assisted construction which is not exempt from the requirements of the equal opportunity clause: - .. ., .. .. . .$ k B . ., The applicant hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work, or modification thereof, as defined in the regulations of the Secretary of Labor at 41 CFR Chapter 60, which is paid for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan insurance, or guarantee, or undertaken pursuant to any Federal program involving such grant, contract, loan, insurance, or guarantee, the following equal opportunity clause: During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, (3) The contractor will send to each labor union or representative of workers with which he has a collective Issue Date: November 7,2003 BP- 36 State Revolving Fund Loan Program CCR and Boilerplate (7) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work Provided, that if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. Executive Order 11246 of September 24,1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part 11, Subpart D of the Executive order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings. , - The applicant further agrees that it will refrain from entering into any contract or contract modification subject to - (c) Subcontracts. Each nonexempt prime contractor or subcontractor shall include the equal opportunity clause in each of its nonexempt subcontracts. (d) Incorporation by reference. The equal opportunity clause may be incorporated by reference in all Government contracts and subcontracts, including Government bills of lading, transportation requests, contracts for deposit of Government funds, and contracts for issuing and paying U.S. savings bonds and notes, and such other contracts and subcontracts as the Deputy Assistant Secretary may designate. considered to be a part of every contract and subcontract required by the order and the regulations in this part to include such a clause whether or not it is physically incorporated in such contracts and whether or not the contract between the agency and the contractor is written. (f) Adaptation of language. Such necessary changes in language may be made in the equal opportunity clause as shall be appropriate to identify properly the parties and their undertakings. [43 FR 49240, Oct. 20,1978, as amended at 62 FR 66971, Dec. 22,19971 (e) Incorporation by operation of the order. By operation of the order, the equal opportunity clause shall be r.: . : Issue Date: November 7,2003 BP- 37 State Revolving Fund Loan Program CCR and Boilerplate 1. During the performance of this contract, contractor and its subcontractors shall not unlawfully discriminate against any employee or applicant for employment because of sex, race, religion, color, national origin, ancestry, physical disability (including HIV and AIDS), mental disability, medical condition (cancer), marital status, age (over 40) or denial of family care leave. Contractors and subcontractors shall insure that the evaluation and treatment of their employees and applicants for with the provisions of the Fair Employment and Housing Act (Government Code Section 12900 (a-f) et seq.) and the applicable regulations promulgated thereunder (California Administrative Code, Title 2, Section 7285.0 et seq.). The applicable regulations of the Fair Employment and Housing Commission implementing Government Code, Section 12900 (a-f), set forth in Chapter 5 of Division 4 of Title 2 or the California Administrative Code are incorporated into this contract by reference and made a part hereof as if set forth in full. Contractor and its subcontractor shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other agreement. 1 employment are free of such discrimination and harassment. Contractors and subcontractors shall comply 2. The contractor shall include the nondiscrimination and compliance provisions of this clause in all subcontracts to perform work under the contract. THE UNDERSIGNED CERTIFES THAT THE CONTRACTOR WILL COMPLY WITH THE ABOVE REQUIREMENTS. ~!@?=ed -7. CONTRACTOR OR SUBCONTRACTOR NAME: B/1/ o? CERTIFIED BY: SIGNATURE: - Issue Date: November 7,2003 BP- 38 State Revolving Fund Loan Program CCR and Boilerplate ’ 16 - CERTIFICATION OF NON-SEGREGATED FACILITIES Environmental Protection Agency Region M 75 Hawthorne Street San Francisco, California 94105 CERTIFICATION OF NON-SEGREGATED FACILITIES (Applicable to federally assisted construction contracts and related subcontracts exceeding $lO,OOO which are not exempt from the Equal Opportunity Clause.) The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term “segregated facilities” means any waiting rooms, work areas, restrooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit., local custom, or otherwise. The federally assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specified time period) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt form the provisions of the Equal Opportunity Clause, and that he will retain such certifications in his files. Signature1 Date Name and Title of Signer (Please Type) A Note: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. I Issue Date: November 7,2003 BP- 44 State Revolving Fund Loan Program CCR and Boilerplate 17 - DRUG-FREE WORKPLACE CERTIFICATION DRUG-FREE WORKPLACE CERTIFICATION The contractor or applicant named above hereby certifies compliance with Government Code Section 8355 in matters relating to providing a drug-free workplace. The above named contractor or applicant will: 1. 2. 3. Publish a statement notifying employees that unlawful manufacture, distribution, dispensation, possession, or use of a controlled substance is prohibited and specifying actions to be taken against employees for violations, as required by Government Code Section 8355(a). Establish a Drug-Free Awareness Program as required by Government Code Section 8355(b), to inform employees about all of the following: (a) The dangers of drug abuse in the workplace, (b) The person’s or organization’s policy of maintaining a drug-free workplace, (c) Any available counseling, rehabilitation and employee assistance programs, and (d) Penalties that may be imposed upon employees for drug abuse violations. Provide as required by Government Code Section 8355(c), that every employee who works on the proposed contract or loan: (a) Will receive a copy of the company’s drug-free policy statement, and (b) Will agree to abide by the terms of the company’s statement as a condition of employment on the contract or loan. CERTIF’ICATION I, the official named below, hereby swear that I am duly authorized legally to bind the contractor or loan recipient to the above described certification. I am fully aware that this certification, executed on the date and in the county below, is made under penalty of perjury under the laws of the State of California. Issue Date: November 7,2003 BP- 45 State Revolving Fund Loan Program CCR and Boiletplute 21 - NON-COLLUSION AFFIDAVIT PUBLIC CONTRACTCODE SECTION 7106 (- NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITI'ED WITH BID R/ow hMriH4 ; being first duly sworn, deposes and says that he or she is //Dew 7 of mw &AfG- &e- 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 &d 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. personally known to me OR 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 hdshdthey executed the same in hishedtheir authorized capacity(ies), and that by hishedtheir signatures(s) on the instrument the person(s), or entity upon behalf of which the person(s) acted, executed the instrument. Subscribed and sworn to before me on /(k 9lQCf 1 (Notary Public) b Commission I1308651 Notaw public - California f I. h . .( .. Issue Date: November 7,2003 BP- 49 r. CONTRACT PUBLIC WORKS JOOC This agreement is made this /52% day of %& , 'tQ , by and between the Carlsbad Municipal Water District of Carlsbad, California, a municipal corporation, (hereinafter called "District"), And ORION CONSTRUCTION CORPORATION whose principal place of business is 1621 SOUTH RANCHO SANTA FE ROAD #A, SAN MARCOS, CA 92069 (hereinafter called "Con tractor"). District and Contractor agree as bllows: 1. for: Description of Work. Contractor shall perform all work specified in the Contract documents ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II BRESSI RECYCLED AND POTABLE WATER PUMP STATIONS CONTRACT NO. 38891C, 3910 (hereinafter called "project") 2. equipment, and personnel to perform the work specified by the Contract Documents. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, - 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Designation of Owner Operator/Lessors, Bidder's Statements of Financial Responsibility, Technical Ability and Experience, Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the Supplemental Provisions, addendum@) to said Plans and Specifications and Supplemental Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the District will be the interpreter of the intent of the Contract Documents, and the District's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, District shall make payment to the Contractor per section 9-3 PAYMENT of the Standard Specifications for Public Works Construction (SSPWC) 2003 Edition hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Supplemental Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. 5. Independent Investigation. Contractor has made an independent investigation of the ~ -- e= \#Revised: 10/08/03 Contract No. 38891C & 3910 Page 35 of 1 14 Pages I- jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by District about underground conditions or other job conditions is for Contractor's convenience only, and District does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by District. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify District, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 251 17 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class Ill disposal site in accordance with provisions of existing law. 6. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. District shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. I In the event that a dispute arises between District and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. 4= QSRevised: 10/08/03 Contract No. 38891C & 3910 Paae 36 of 114 Pages 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the District and the City of Carlsbad, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the District or City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, ahitration, or other dispute resolution method. Contractor shall also defend and indemnify the City and District against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City and District. Defense costs include the cost of separate counsel for City and District, if City or District request separate counsel. IO. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the District's policy for insurance as stated in Resolution No. 772. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the District and City, or its agents, officers or employees are additional insured. b. Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in anymanner. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions: a. The District and City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the District or City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability and employers' liability. 4m WRavism+ 1~~03 Contract No. 38891C & 3910 Paae 37 of 114 Paaes b. The Contractor's insurance coverage shall be primary insurance as respects the District and City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the District or City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. to the District and City, its officials, employees or volunteers. Any failure to comply with reporting provisions of the policies shall not affect coverage provided d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after thirty (30) days' prior written notice has been given to the District by certified mail, return receipt requested. (D) Deductibles And Self-insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the District, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the District and City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the District or City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by the Board of Directors in Resolution No. 772. (H) Verification Of Coverage. Contractor shall furnish the District with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the District and are to be received and approved by the District before the Contract is executed by the District. (I) in the Contractor's bid. Cost Of Insurance. The Cost of all insurance required under this agreement shall be included 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1 , Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in the Supplemental Provisions I section. The contractor shall initially submit all claims over $375,000 to the District using the informal dispute resolution process described in Public Contract Code subsections 201 04.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, - all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the District must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the District, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the Carlsbad Municipal Water District seeks to recover penalties pursuant to the False Claims Act, it is entitled to ecover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the Carlsbad Municipal Water District to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. i have read and understand all provisions of Section I1 above. 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 181 2 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the District by certified letter accompanying the return of this Contract. Contractor shall notify the District by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing Mrith section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the District to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the District may be substituted for monies withheld to ensure performance under this Contract. Cnntract No. 38891 C & 391 0 Paae 39 of 114 Paaes .+ 15. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 16. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or 'I Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) (sign here) p , 239 c/cfft7, -- q F?. ATTEST: President or vice-president and must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. If signed by an individual partner, the partnership must attach a statement of partnership authorizing the partner to execute this instrument. APPROVED AS TO FORM: RONALD R. BALL General Counsel By: Deputy Genemii-Codnsep rnntrart kln ?RRQlr R ?Qln Pane An nf 1 1 A Panm c C Q CALlFORNlA ALL-PURPOSE ACKNOWLEDGMENT State of California County of } ss. , Name(s) d Signer@) personally appeared p/&Hp2, dmonally known to me 0 proved to me on the basis of satisfactory evidence to be the person@) whose name@) islare subscribed to the within instrument and acknowledged to me that helshelthey executed the same in his/her/their authorized capacity(ies), and that by hislherltheir signature(s) on the instrument the person@), or the entity upon behalf of which the person(s) acted, executed the instrument. 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 reettachment of this fom to another document. Description of Attached Document Tile or Type of Document:, &d/Tw c- Document Date: ~- Signer(s) Other Than Named Above: -- 0 Partner - 0 Limited General 0 Attorney in Fact I3 Trustee 0 Guardian or Conservator Other: Signer Is Representing: ,&?p - Capaclty(ies) Claimed bv Signer Signer's Name: \ 1- awX2ii CORPORATE RESOLUTION OF ORION CONSTRUCTION CORPORATION The undersigned, constituting all of the directors and shareholders of Orion Construction Corporation (the "Corporation"), hereby consent in writing to the following action without a meeting, pursuant to California law, which is taken this 2"d day of February 2005: Whereas, Richard Dowsing as President has the authority to bind Orion Construction Corporation in the contract to the Carlsbad Municipal Water District, Encina Basin Water Reclamation Program, Phase I1 Bressi Recycled and Potable Water Pump Stations, Contract No. 38891C, 3910 SWRCB Project No. C-06-3903-250. This action is. taken under the authority of California Corporations Code section 307(b). BOARD OF DIRECTORS: President/Secreta ry BOND NO: 08716841 PREMIUM INCLUDED IN PERFORMANCE BOND LABOR AND MATERIALS BOND WHEREAS, the Board of Directors of the City of Carlsbad, State of California, by Resolution No. 1233 , adopted JANUARY 18, 2005 , has awarded to ORIOCONSTRUCTION CORPORATION (hereinafter designated as the "Principal"), a Contract br: ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II BRESSI RECYCLED AND POTABLE WATER PUMP STATIONS CONTRACT NO. 38891C, 3910 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the Secretary of the Board of Directors (City Clerk of the City of Carlsbad) and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, ORION CONSTRUCTION CORPORATION , as Principal, (hereinafter designated as the "Contractor"), and FIDELITY AND DEPOSIT* as Surety, are held firmly bound unto the Carlsbad Municipal Water District in the sum of TWO MILLION THREE HUNDRED NINETY SEVEN THOUSAND FIVE HUNDRED Dollars {$2,397,500), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the Carlsbad Municipal Water District, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. I_ *COMPANY OF MARYLAND THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or hidher subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 3181, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 3248. This bond shall inure to the benefit of any of the persons named in California Civil Code section 3181, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder or the specifications accompanying the I same shall affect its obligations on this bond, and it does hereby waive extension of time, alterations or addition to the terms of the contract or specifications. notice of any change, to the work or to the 4- %#Revised: 10/08/03 Contract No. 38891 C & 391 0 Page 41 of 114 Pages 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 2ND Executed by SURETY this 2ND day day of FEBRUARY ,ns 2005 of FEBRUARY 9- Ab 2005. CONTRACTOR: SURETY: ORION CONSTRUCTION CORPORATION FIDELITY AND DEPOSIT COMPANY OF MARYLAND (name of Contractor) (name of Surety) 801 NORTH BRAND BLVD., PENTHOUSE SUITE By: GLENDALE, CA 91203 (sign 6) (address of Surety) - f2D4s/-5 818-409-2811 (pridme here) (telephone number of Surety) title and organization of signatory) By: +gn here) d7-43+ (print de here) mow (title and organization of signatory) JEANETTE SEIDL (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL General Counsel By: em %#Revised: 10/08/03 Contract No. 38891C & 3910 Paae 42 of 114 Paaes State of California Countyof f/kJ 3 } ss. Name and Title of Ol%cef (e.&, 'Jth Dae, Notary Public") On 5 -before me, wv 8- .. - .. &onally known to me proved to me on the basis of satisfactory ~ALIFORNIA ALLPURPOSE ACKNOWLEMPMENT 0 IS99 Naiiond Notary AesocWa gjso De so(oAn,, PO. Bo. 24M Ctmlsrrah. CA913iS24O2 - w.n&mhtmyq Rod Na.5807 RaordeccalTolcFnei-8oMnB(l(m 0 Partner - El Limited CI General 0 Attorney in Fact U Trustee 0 Guardian or Conservator Other: Signer Is Representing: em OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent hudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: lwmg%?2~rP2+b Document Date: 2/2 Number of Pages:E, 7 Signer(s) Other Than Named Above: Capacity(1es) Signer's Name: I WdS4N6 Individual hrporate Officer - Tile(s): p-8- , Place Notary Seal Above evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by hislherltheir signature@) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. re of Notary Public CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIRNUJIA GLADYS D. ROGERS, NOTARY PUBLIC , On 02 FEBRUARY 2005 before me, personally appeared JEBRETTE SEIDL 1 Date Name andTaJe d Omoec (e.g., 'Jane Doe. Notary P&W) d Siwds) eS personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person@) whose name(s) idare subscribed to the within instrument and acknowledged to me that hdshehhey executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person@), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. * --- 0 1994 National Notary ADMdation - 8236 Remmet Ave.. P.O. Box 7184 - Canoga Park, CA 91309-7184 Prod. No. 5907 Reorder: Can Tdl-Free 1-800-8766827 OPTlONAL Though the information below k not reqwred by law. it may ptwe valuable to persons reiying on the document and cwM prevent fnuduient removal and reattachment of this fonn to another dowment. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer@) Other Than Named Above: Capacity(ies) Claimed by Signer@) Signer's Name: Signer's Name: I 0 Individual 0 Corporate Officer Tile(s): 0 Partner - 0 Limited 0 General El Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: I I I Signer Is Representing: I SUBETP 0 Individual 0 Corporate Officer Title@): 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: I I I Signer Is Representing: I I Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELIm AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by M. P. HAMMOND, Vice President, and GERALD F. HALEY, Assistant Secretary, and appoint Larry D. COGDILL, Ingrid Erika C such bonds or underta COGDILL, Ingrid Section 2, of the By- IN WITNESS WHEREOF, the said Vice-president and Assistant Secretary have hereunto subscribed their names and affied the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 20th day of July, A.D. 2004. 1 W. THOMAS, Wendy H. DOWNS, dated August 6,2003. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND Gerald F. Haley Assistant Secretary M. P. Hammond Vice President State of Maryland ss: On this 20th day of July, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came M. P. HAMMOND, Vice President, and GERALD F. HALEY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. City of Baltimore I Dennis R. Hayden Notary Public My Commission Expires: February 1,2005 POA-F 012-4561A EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-president, or any of the Senior Vice-presidents or Vice-presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-presidents, Assistant Vice-presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, ... and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of hs certificate; and I do further certify that the Vice-president who executed the said Power of Attorney was one of the additional Vice-presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-president, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affxed." - IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 2ND day of FEBRUARY , 2005 . Assistant Secretaty -. 1J ZURICH - THIS IMPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOND We are making the following informational disclosures in compliance with The Terrorism Risk Insurance Act of 2002. No action is required on your part. Disclosure of Terrorism Premium The premiuiii charge for risk of loss resulting fiom acts of terrorism (as defined in the Act) under this bond is $waived-. This amount is reflected in the total premium for this bond. Disclosure of Availability of CoveraEe for Terrorism Losses As required by the Terrorism Risk Insurance Act of 2002, we have made available to you coverage for losses resulting fiom acts of terrorism (as defined in the Act) with terms, amounts, and limitations that do not differ materially as those for losses axking from events other than acts of terrorism. Disclosure of Federal Share of Insurance Company's Terrorism Losses The Terrorism Risk Insurance Act of 2002 establishes a mechanism by which the United States government will share in insurance company losses resulting from acts of terrorism (as defined in the Act) after a insurance company has paid losses in excess of an annual aggregate deductible. For 2002, the insurance company deductible is 1% of direct earned premium in the prior year, for 2003'7% of direct earned premium in the prior year, for 2004,10% of direct earned premium in the prior year; and for 2005, 15% of direct earned premium in the prior year. The federal I share of an insurance company's losses above its deductible is 90%. In the event the United States government participates in losses, the United States government may direct insurance companies to collect a terrorism surcharge from policyholders. The Act does not currently provide for insurance industry or United States government participation in terrorism losses that exceed $100 billion in any one calendar year. Definition of Act of Terrorism The Terrorism Risk Insurance Act defines "act of terrorism" as any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States: 1. to be an act of terrorism; 2. to be a violent act or an act that is dangerous to human life, property or infrastructure; 3. to have resulted in damage within the United States, or outside of the United States in the case of an air carrier (as defined in section 40102 of title 49, United 17 States Code) or a United States flag vessel (or a vessel based principally in the United States, on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States), or the premises of a United States mission; and 4. to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. But, no act shall be certified by the Secretary as an act of terrorism if the act is committed as part of the course of a war declared by Congress (except for workers' compensation) or property and casualty insurance losses resulting from the act, in the aggregate, do not exceed $5,000,000. These disclosures are informational only and do not modify your bond or affect your rights under the bond. .... Copyright Zurich American Insurance Company 2003 BOND NO: 08716841 PREMIUM: $21,853.00 ,-- FAITHFUL PERFORMANCENVARRANTY BOND WHEREAS, the Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad, State of California, by Resolution No. 1233 , adopted JANUARY 18,2005 , has awarded to ORION CONSRUCTION CORPORATION , (hereinafter designated as the "Principal"), a Contract br: ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II BRESSI RECYCLED AND POTABLE WATER PUMP STATIONS CONTRACT NO. 38891C, 3910 in the Carlsbad Municipal Water District, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the Secretary of the Board of Directors (City Clerk of the City of Carlsbad), all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, ORION CONSTRUCTION CORPORATION , as Principal, (hereinafter designated as the "Contractor"), and FIDELITY AND DEPOSIT COMPANY OF MARYLAND , as Surety, are held and firmly bound unto the Carlsbad Municipal Water District, in the sum of THOUSAND FIVE HUNDRED TWO MILLION THREE HUNDRED NINETY SEVEN Dollars 1$2,397.500), said sum being equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid to District or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the Carlsbad Municipal Water District, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the fie amount specified therefor, there shall be included costs and reasonable expenses and fees, including reasonable attornevs fees, incurred by the District in successfully enforcing such obligation, all to be tazd as costs and included in any judgment rendered. b Revised: 1 0/08/03 Contract No. 38891C & 3910 Page 43 of 114 Pages .- Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Contract No. 38891C & 3910 Paae 44 of 114 Paaes I 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 2ND Executed by SURETY this zND day of day of FEBRUARY 1- .19 2005 FEBRUARY 1 ,tu 2005 CONTRACTOR: SURETY: ORION CONSTRUCTION CORPORATION FIDELITY AND DEPOSIT COMPANY OF MAYRLAND (name of Contractor) By: (print nadere) I-- (Title and Organization of Signatory) <sign here) PP&vcls9 (print nzme here) (name of Surety) 801 NORTH BRAND BLVD., PENTHOUSE SUITE GLENDALE, CA 91203 (address of Surety) 818-409-2811 ne number of Surety) BY JEANETTE SEIDL (printed name of Attomey-in-Fact) (Attach corporate resolution showing current power of attorney.) (Title and Organization of signatory) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL General Counsel By: Depdty General Cdunsel Contract No. 38891C & 3910 Paae 45 of 1 14 Paaes CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Q I State of California *YW w Name and TI of 0mce1 (e.g.. “Jafi, Notary Public”)’ On Date I of Signer(e) personally appeared /T- proved to me on the basis of satisfactory evidence to be the person(s) whose name@) islare subscribed to the within instrument and acknowledged to me that helshelthey executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatuie(s) &I the instrument the person(@, or the entity upon behalf of which the person(s) acted. executed the instrument. ’ Place Notary seal Above OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this fonn to another document. Description of Attached Document Title or Type of Document: m+ AI Document Date: m/Qr Number of Pages:pS %- of /I$+ - Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer’s Name: cl Partner - 0 Limited 0 General 0 Attorney in Fact U Trustee 0 Guardian or Conservator 0 Other: Signer IsRepresenting: p&dN CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFOlUJIA On 02 FEBRUARY 2005 before me, GLADYS D. ROGEBS, NOTARY PUBLIC personally appeared SEIDL 1 , Date Name and TAie d Wker (e.g, 'Jane Doe. NoIary P- Name(S) siener(s) @ personally known to me - OR - 0 proved to me on the basis of satisfactoty evidence to be the person(s) whose name(s) idare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hisherheir authorized capacity(ies), and that by hisherltheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand fnd official seal. h OPTIONAL Though the infomation below is not required by law it may prwe valuable to persons relying on the documenl and cwld prevent fraudulent removal and reattachment of this form to another dowment. Description of Attached Document Ttle or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: 0 Individual 0 Corporate Officer Title(s): 0 Partner - 0 Limited 0 General CIO Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: I I I I I Signer Is Representing: SURETY Signer's Name: 0 Individual 0 Corporate Officer Title(s): 0 Partner - 0 Limited General Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: I I Signer Is Representing: I I Reordar: Call TOKFree 1800-8766827 0 1994 Natbnal Nolary Associa- 8236 Remme(Ave., P.O. Box 7184 *Caw Pe CA 913O47184 Prod. No. 5907 ,- Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by M. P. HAMMOND, Vice President, and GERALD F. HALEY, Assistant Secretary, nominate, constitute AS and Jeanette execute, seal and , and the execution of lly and amply, to all rs of the Company at such bonds or undertaking intents and purposes, as if its office in Baltim COGDILL, Ingrid The said Assis Section 2, of the By- IN WITNESS WHEREOF, the said Vice-president and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 20th day of July, A.D. 2004. 1 W. THOMAS, Wendy H. DOWNS, dated August 6,2003. ompany, and is now in force. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND Gerald F. Haley Assistant Secretary M. P. Hammond Vice President State of Maryland ss: On this 20th day of July, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came M. P. HAMMOND, Vice President, and GERALD F. HALEY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. City of Baltimore I Dennis R. Hayden Notary Public My Commission Expires: February 1,2005 POA-F 0124561A EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND “Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-president, or any of the Senior Vice-presidents or Vice-presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-presidents, Assistant Vice-presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, ... and to affix the seal of the Company thereto.” CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-president who executed the said Power of Attorney was one of the additional Vice-presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: “That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-president, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed.” - IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 2ND day of, FEBRUARY 2005 . Assistont Secretary ZURICH - THIS IMPORTANT DISCLOSUTXE NOTICE IS PART OF YOUR BOND We are making the following informational disclosures in compliance with The Terrorism Risk Insurance Act of 2002. No action is required on your part. Disclosure of Terrorism Premium The premiuin charge for risk of loss resulting from acts of terrorism (as defined in the Act) under this bond is $waived - . This amount is reflected in the total premium for this bond. Disclosure of Availability of Coverage for Terrorism Losses As required by the Terrorism Risk Insurance Act of 2002, we have made available to you coverage for losses resulting from acts of terrorism (as defined in the Act) with terms, amounts, and litations that do not differ materially as those for losses arising from events other than acts of terrorism Disclosure of Federal Share of Insurance Company's Terrorism Losses The Terrorism Risk Insurance Act of 2002 establishes a mechanism by which the United States government will share in insurance company losses resulting from acts of terrorism (as defined in the Act) after a insurance company has paid losses in excess of an annual aggregate deductible. For 2002, the insurance company deductible is 1% of direct earned premium in the prior year; for 2003,7% of diregt earned premium in the prior year, for 2O04,10% of direct earned premium in the prior year; and for 2005, 15% of direct earned premium in the prior year. The federal - share of an insurance company's losses above its deductible is 90%. In the event the United States government participates in losses, the United States government may direct insurance companies to collect a terrorism surcharge from policyholders. The Act does not currently provide for insurance industry or United States government participation in terrorism losses that exceed $100 billion in any one calendar year. Definition of Act of Terrorism The Terrorism Risk Insurance Act defines "act of terrorism" as any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States: 1. to be an act of terrorism; 2. to be a violent act or an act that is dangerous to human life, property or infrastructure; 3. to have resulted in damage within the United States, or outside of the United States in the case of an air carrier (as defined in section 40102 of title 49, United 17 States Code) or a United States flag vessel (or a vessel based principally in the United States, on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States), or the premises of a United States mission; and 4. to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. But, no act shall be certified by the Secretary as an act of terrorism if the act is committed as part of the course of a war declared by Congress (except for workers' compensation) or property and casualty insurance losses resulting from the act, in the aggregate, do not exceed $5,000,000. These disclosures are informational only and do not modiiy your bond or affect your rights under the bond. ,.- Copyright Zurich American Insurance Company 2003 -0050749.doc .,." ...... .,...... . .. ...~ . - . .- ;,.. ,I .... :.. . .., j.: . ,+ OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the Carlsbad Municipal Water District whose address is 5950 El Camino Real, Carlsbad, California, 92008, hereinafter called "District" and e address is rei na fter ca I led called "Escrow Agent." For the consideration hereinafter set forth, the. District, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the District pursuant to the Construction Contract entered into between the District and Contractor for Encina Basin Water Reclamation Program Phase II Bressi Recycled and Potable Water Pump Sta io s, Contract No. 38891 in the amount of "Contkct"). Alternatively, on written request of the Contractor, the District shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the District within IO days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the Escrow Agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the District and Contractor. Securities shall be held in the name of the District and shall designate the Contractor as the beneficial owner. 2. The District shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. SA3 97, SOO*- dated ;-/'./"OS (hereinafter referred to as the 3. When the District makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the District pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow AccoLint and all expenses of the District. These expenses and payment terms shall be determined by the District, Contractor and Escrow Agent. - 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time dthout notice to the District. i *I-- 4 a. 6. Contractor shall have the right to withwaw all or any part of ,he principal in the Escrow Account only by wn'tten notice to Escrow Agent accompanied by written authorization from District to the Escrow Agent that District consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The District shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the District of the default, the Escrow Agent shalt immediately convert the securities to cash and shall distribute the cash as instructed by the Distfict. 8. Upon receipt of written notification from the District certifying that the Contract is final and complete'and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the District and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the District and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set krth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the District and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For District: Title FINANCE DIRECTOR Name h&-- &\*ad Signature W *7f@--- Address ib 36 A-- For Contractor: Title For Escrow Agent: ,- At the time the Escrow Account is opened, the District and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. 3. ,I For District: For Contractor: - . :j For Escrow Agent: ; ,’. Title MAYOR Name Signatu Name Signature Address SUPPLEMENTAL PROVISIONS FOR ENCINA BASIN WATER RECLAMATION PROGRAM, PHASE II BRESSI RECYCLED AND POTABLE WATER PUMP STATIONS CONTRACT NO. 38891 C, 391 0 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART I, GENERAL PROVISIONS SECTION I -- TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS 1-1 TERMS Add the following section: 1-1 .I Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. - Add the following section: 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. Add the following section: 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. Add the following section: 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. 1-2 DEFINITIONS. Modify as follows: The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Agency or Owner - the Carlsbad Municipal Water District of Carlsbad, California. Board of Directors - the Board of Directors of the Carlsbad Municipal District of the City of - Carlsbad. Executive Manager - the Executive Manager of the Carlsbad Municipal Water District or hidher approved representative. %#Revised: 10/08/03 Contract No. 38891C & 3910 Paae 49 of I 14 Paaes - Dispute Board - persons designated by the Executive Manager to hear and advise the Executive Manager on claims submitted by the Contractor. The Executive Manager is the last appeal level for informal dispute resolution. Engineer - the District Engineer of the Carlsbad Municipal Water District or hidher approved representative. The District Engineer is the third level of appeal for informal dispute resolution. Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 ”own organization” means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor‘s Own Organization and will not be included for the purpose of compliance with section 2-3.1 of the Standard Specifications and these Supplemental Provisions. Owner Operator/Lessor - Any person who provides equipment or tools with an operator provided who is employed by neither the Contractor nor a subcontractor and is neither an agent or employee of the Agency or a public utility Principal Inspector - The Senior Inspector’s immediate supervisor and second level of appeal for informal dispute resolution. Project Inspector - the Engineer’s designated representative for inspection, contract administration and first level for informal dispute resolution. - Construction Manager - the Project Inspector‘s immediate supervisor and first level of appeal for informal dispute resolution. Project Manager - the District Engineer of the Carlsbad Municipal Water District or hidher approved representative. Senior Inspector - the Project Inspector’s immediate supervisor and first level of appeal for informal dispute resolution. 1-3 ABBREVIATIONS 1-3.2 Common Usage, add the following: Abbreviation Apts Bldg CMWD CSSD cfs Comm DR E G Gar GNV gal LCWD %#Revised: 10/08/03 Word or Words Apartment and Apartments Building band Buildings Carlsbad Municipal Water District Carlsbad Supplemental Standard Drawings Cubic Feet per Second Commercial Dimension Ratio Electric Gas Gallon and Gallons Garage and Garages Ground Not Visible gallons per minute Invert Elevation Leucadia County Water District Contract No. 38891 C & 391 0 Paae 50 of 11 4 Paaes MSL MTBM NCTD OHE OMWD ROW S SDNR SDRSD SFM SWRCB T UE W VWD Mean Sea Level (see Regional Standard Drawing M-12) Microtunneling Boring Machine North County Transit District Overhead Electric Olivenhain Municipal Water District Right-of-way Sewer or Slope, as applicable San Diego Northern Railway San Diego Regional Standard Drawings Sewer Force Main State Water Resources Control Board Telephone Underground Electric Water, Wider or Width, as applicable Vallecitos Water District SECTION 2 -- SCOPE AND CONTROL OF THE WORK 2-3 SUBCONTRACTS. . 2-3.1 General, add the following: Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or to deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The Board of Directors shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the Board of Directors and shall be notified ten (IO) days in advance of the time and location of said hearing. The determination of the Board of Directors shall be final. 2-4 CONTRACT BONDS, modify the second sentence of paragraph one as follows: Delete, '"who is listed in the latest ersion of U.S. Department of Treasury Circular 570."" Modify Paragraphs three and four to read: The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in the amount of 100 percent of the contract price . The Contractor shall provide bonds to secure payment of laborers and material suppliers, in an amount equal to: I) One hundred percent (100%) of the total amount payable bu the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000. 2) Fifty percent (50%) of the total amount payable, by the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($1 0,000,000). 3) Twenty-five percent (25%) of the total amount payable be the terms of the contract if the contract exceeds ten million dollars ($1 0,000,000). Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and material suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. - em %#Revised: 10/08/03 Contract No. 38891C & 3910 Paae 51 of 114 Paaes ... Add the following: All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: I) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. instrument entitling or authorizing the person who executed the bond to do so. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General, add the following: The specifications for the work include the Standard Specifications for Public Works Construction, (SSPWC), 2003 Edition, and any supplements thereto, hereinafter designated "SSPWC", as written and promulgated by the Joint Cooperative Committee of the Southern California Chapter American Public Works Association and Southern California Districts Associated General Contractors of California, and as amended by the Supplemental Provisions section of this contract. The construction plans consist of one set. This set is designated as City of Carlsbad Drawing No. 409-6 and consists of 36 sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRS, as issued by the San Diego County Department of Public Works, together with the most recent edition of the Carlsbad Municipal Water District Supplemental Standard Drawings. Copies of some of the pertinent standard drawings are enclosed as an appendix to these Supplemental Provisions. 2-5.2 Precedence of Contract Documents, modify as follows: If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) Addenda issued during the bidding process. 3) Supplemental Provisions. 4) SWRCB Contract Requirements 5) Construction Plans. 6) Technical Specifications. 7) Standard Plans. a) City of Carlsbad Supplemental Standard Drawings. b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad modifications to the San DiegoArea Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) State of California Department of Transportation Standard Plans. Standard Specifications for Public Works Construction. 8) 9) Reference Specifications. 10) Manufacturer's Installation Recommendations. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 10) above. Detailed plans and plan views shall have precedence over general plans. Contract No. 38891C & 3910 Paae 52 of 1 14 Paaes 2-5.3.3 Submittals, add the following: Furnish six (6) copies of each submittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.9. The label '4-C would indicate the third instance that the fourth submittal has been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of Transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section numbefls) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals 6) Description of the contents of the submittals. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that he has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed be incorporated into this Project, is in compliance with the Contract Documents, can be installed the allocated spaces, and is submitted for approval. By: Title: Date: Company Name: - to in Except as may otherwise be provided herein, the Engineer will return prints of each submittal to the Contractor, with his comments noted thereon, within 30 calendar days following their receipt by the Engineer. It is considered reasonable that the Contractor shall make a complete and acceptable submittal to the Engineer by the second submission of a submittal item. The Owner reserves the right to withhold monies due the Contractor to cover additional costs of the Engineer's review beyond the second submission. If 3 copies of a submittal are returned to the Contractor marked "NO EXCEPTIONS TAKEN" formal revision and resubmission of said submittal will not be required. If 3 copies of a submittal are returned to the Contractor marked "MAKE CORRECTIONS NOTED", formal revision and resubmission of said submittal will not be required. If 1 copy of the submittal is returned to the Contractor marked "AMEND AND RESUBMIT", the Contractor shall revise said submittal and shall resubmit required number of copies of said revised submittal to the Engineer. If I copy of the submittal is returned to the Contractor marked "REJECTED-RESUBMIT", the Contractor shall revise said submittal and shall resubmit required number of copies of said revised submittal to the Engineer. Add the following: 2-5.4 Record Drawings, The Contractor shall provide and keep up-to-date a complete "as-built" 'record set gf blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer upon completion of the work. e- $#Revised: 10/08/03 Contract No. 38891C & 3910 Paae 53 of 114 Panes - Payment for performing the work required by section 2-5.4 shall be included in various bid items and no additional payment will be made therefor. 2-9 SURVEYING 2-9.1 Permanent Survey Markers, Delete sections 2-9.1 and replace with the following: The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The surveyor shall file corner record(s) as required by §§ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.2 Survey Service, Delete sections 2-9.2 and replace with the following: The Contractor shall hire and pay for the services of a surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. - Add the following section: 2-9.2.1 Submittal of Surveying Data, All surveying data submittals shall conform to the requirements of section 2-5.3.3, “Submittals”, herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 21 5mm by 280 mm (81/23 by 11 ”) paper. The field notes, calculations and data shall be clear and complete with name of the Surveyor, the party chief, field crew members, preparer of the field notes or calculations. They shall be annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or documentation for any computer program. The field notes shall be prepared in conformance with the CALTRANS “Surveys Manual”. The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §§ 8700 - 8805 of the State of California Business and Professions Code when the surveyor performs any surveying that such map is required under 5s 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-IO type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property comers 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 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 - of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of I OlO8/03 Contract No. 38891C & 3910 Paae 54 of 1 14 Paaes approval before submittal to the County Surveyor and before submittal to the County Recorder. Add the following section: 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 insblled by others. TABLE 2-9.2.2(A) Survey Requirements for Construction Staking Feature Staked Street Centerline Clearing .- Slope Fence Rough Grade Cut! or Fills 2 10 m (33’) Final Grade (includes top of: Basement soil, subbaseand base) Asphalt Pavemeni Finish Course Drainage Structures, Pipes & similar FacilitiesB, &, Curb Traffic Signal CD Signal Poles & Controller 0 Junction Box 0 I Stake Description QI 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 Spacing@, @ and end of curves, only when shown on the lans lath - Intervisible, I 15rn (50’) on tangents & s 7.5m (25’) on curves, Painted line - continuous lntervisible and I 15m (50’) 1 60 m (200’) on tangents, I 15m (50’) on curves when R> 300m (1 000) & 7.5rn (25’) or curves when Rs 300m (1000’) s 15m (50’) I 15 m (50’) on tangents & curves when R> 300m (1000’) & I 7.5m (25’) on curves when R 1 300m (1 000’) s 7.5rn (25’) or as per the intersection grid points shown on the plan whichever provides the denser information intervisible & I 7.5rn (257, beginning and end, BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities (except plumbing), Skewed cut-off lines I 7.5m (25’), BC 8 EC, at %A, %A & %A on curb returns & at beginning & end Vertical locations shall be based on the ultimate elevation of curb and sidewalk at each pole & controller location at each junction box location Lateral Spacing 0, (5 on street centerline i at clearing line Grade Breaks & 17.6 m (25’1 N/A ( constant offset) N/A 56.7 rn (22’) edge of pavement, paving pass width, crown line & grade breaks as appropriate (constant offset) as appropriate as appropriate Setting Tolerance (Within) 7 mm (0.02’) Horizontal, also see section 2-9.2.1 herein 0.3 m (1 ’) Horizontal 30 mm (0.1’) Vertical & Horizontal 30 mm (0.1’) Horizontal 30 mm (0.1’) Vertical & Horizontal 10 mrn (”/<) Horizontal & 7 rnm ( /4”) Vertical 10 mm (’/q”) Horizontal & 7 mm ( /4“) Vertical 10 rnrn (‘/I”) Horizontal & 7 rnm ( /4”) Vertical 10 mm (‘/a”) Horizontal 10 mm I%”) Horizontal & 7 mm (’i4”) Vertical 10 mm (70 Horizontal 8 7 mm ( /4”) Vertical e= WRevinerj- 1 n/nR/n2 Cnntraot Nn. 38891C & 3910 Paae 55 of 114 Paaes - Feature Staked Conduit 0 Minor Structure CT Abutment Fill Wall 0 Major Structure 8 Footings, Bents Abutments & Wingwalls Su perstmcture: Miscellaneous (3 Contour Gradinc m - -- Utilities 0, B, Channels, Dikes & Ditches 0 Signs 0 Subsurface Drains 0 Overside Drains 0 Markers 0 Railings & Barriers 0 AC Dikes 0 Box Culverts Pavement MarkersO *- 0 Staking for feati Stake Description 0 RP + Marker Stake RP + Marker Stake + Line Stake RP + Marker Stake + Line Stake RP + Marker Stake + Line Point +Guard Stake RP + Marker Stake + Line Point +Guard Stake RP RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake + Line 'oint +Guard Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP ? may be om Centerline or Parallel to Centerline Spacing@, @ I 15 m (50') on tangents & curves when R;r 300m (1000') & I 7.5m (25') on curves when R I 300m (1000') or where grade I 0.30% for catch basins: at centerline of box, ends oi box & wings & at each end of the local depression (3 I 15 m (50') & along end slopes & conic transitions I 15 m (50') and at beginning & end of each wall, BC & EC, layout line angle points, changes in footing dimensions &/or elevation & wall height 3 m to 10 m (1 0' to 33') as required by the Engineer, BC & EC, transition points & at )eginning & end. Elevation points on footing$ - - at bottom of columns i m to 10 m (10 to 33') sufficient to use strinc lines, BC & EC, transition points & at leginning & end.. Elevation points on footing: at bottom of columns I 15 m (50') I 15 m (50') on tangents & curves when Rr 300m (1000') & .5 7.5m (25') on curves when R I 300m (1000') or where grade < 0.30% intervisible & I 30 m (100'). BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities At sign location intervisible & I 15m (50'), BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities longitudinal location for asphalt street surfacing I 15 m (50') on angents & curves when R2 300m (1 000') & I 7.5m (25') on curves when R 2 300m (1000'). At beainnina & end and I 15 m (50') on mgents"& curves when R 2 300m (I 000') & 5 7.5m (25') on curves when R I 300m (1000') At beginning & end 3 m to 10 m (10 to 33') as required by the Engineer, BC & EC, transition points & at leginning & end. Elevation points on footings & at invert $0 m (200') on tangents, 15m (50') on curves when R 2 300m (1000') & 7.5m (25') on curves when R I 300m (1000') For PCC ?d when adiacent marker stakes reference tl Lateral Spacing (3, 0 as appropriatc as appropriatc as appropriatc as appropriate 3s appropriate 3s appropriate along contour line 3s appropriate 3s appropriate Line point 3s appropriate U beginning 8 end At marker location(s) at railing & barrier location(s) is appropriate is appropriate at pavement marker location(s) (Within) 10 mm ("la") Horizontal &when deDth cannot be meashed from existins pavement 7 mm ('i47 Vertical 10 mm ("la") Horizontal & 7 mm (1i4n) Vertical (when vertikl data needed) 30 mm (0.1') Vertical & Horizontal 7 mm ('14') Horizontal 7 mm ('/4") Vertical 10 mm ("/() Horizontal & 7 mm ( /4") Vertical 10 mm ("/() Horizontal & 7 mm ( I47 Vertical 30 rnm fO.17 Vertical & Horizontal 10 mm ("/a") Horizontal & 7 mm ('k) Vertical 30 mm (0.1') HodFontal & 7 mm ( /4") Vertical 30 mm (0.1') Vertical & Horizon tal 30 mm (0.1') HoriFontal& 7 mm ( /4") Vertical 30 mm (0.1') Horizontal & 7 mm ('I~") Vertical 7 mm ('I47 Horizontal 10 mm ("IS") Horizontal & Vertical 30 mm (0.1') Horizontal & Vertical 10 mm ("Io Horizontal & 7 mm ( /4") Vertical 7 mm ('14") Horizontal and the accuracy requirements of the RP mekt the requirements for the feature offset and elevation of those features Contract No. '38891 C 81 391 0 Paae 56 of 11 4 Paaes 0 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 0 Perpendicular to centerline. @ Some features are not necessarily parallel to centerline but are referenced thereto 0 Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the feature Q 2 means oreater than, or equal to, the number following the symbol. I; means less than, or equal to, the number Vertical Control Clearing Grading following tbe symbol. &, The cut datum for storm drainage & sanitary sewer pipes 8 similar structures shall be their invert. The cut datum for Bench marks W hi telOra ng e Limits of clearing Yellow/Black Slope, intermediate slope, abutment fill, rough grade, contour grading, final Yellow all other utilities shall be the top of their pipe or conduit. -- Righ t-of-W ay Miscellaneous All guard stakes, line stakes and lath shall be lagged. Unless otherwise approved by the Engineer flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(8) TABLE 2-9.2.2(8) Survey Stake Color Code for Construction Staking Type of Stake I Description I Colof Horizontal Control I Coordinated control points, control lines, control reference points, centerline, I White/Red drains, slope protection, curbs, gutters, etc. Fences, R/ W lines, easements, property monuments, etc. Signs, railings, barriers, lighting, etc. WhiteNellow Orange Add the following section: 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.3.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made therefor. Payment for the replacement of disturbed monuments and the filing of corner records shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made therefor. 2-10 AUTHORITY OF BOARD AND ENGINEER Add the following section: 2-10.1 Availability of Records, The Contractor shall, at no charge to the agency, provide copies of all records in the Contractor’s or subcontractor’s possession pertaining to the work that the Engineer may request. Add the following section: 2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor’s and its subcontractor‘s performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor‘s staff and the staff of all subcontractors to the contract. At any time during normal 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 - business hours and as often as the Engineer may deem necessary, upon reasonable advance records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor‘s ongoing business operations. Contractor and all of its subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. SECTION 3 -- CHANGES IN WORK 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.2.1 Contract Unit prices, add the following: In the case of an increase or decrease in quantity of a minor bid item in excess of 25 percent of the original quantity bid the adjustment of contract unit price for such items will be limited to that portion of the change in excess of 25 percent of the original quantity listed in the Contractor’s bid proposal for this contract. Adjustments in excess of 25 percent may, at the option of the Engineer, be paid pursuant to section 3-3, Extra Work. 3-3 EXTRA WORK. 3-3.2.2 ( c ) Tool and Equipment Rental, Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, “Labor Surcharge & Equipment Rental Rates” published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor rates published therein are not a part of this contract. second paragraph, modify as follows: 3-3.2.3 Markup, replace with the following: (a) and shall constitute the malkup for all overhead and profits: 2) Materials ............................. 15 4) Other Items and Expenditures .. 15 Delete section 3-3.2.3 from the 1995 and 1996 Supplements to the SSPWC and Work by Contractor. The following percentages shall be added to the Contractor‘s costs 1) Labor ................................... 20 3) Equipment Rental ................... 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) When all or any part of the extra work is performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor‘s actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. Work by Subcontractor. 3-3.3 Daily Reports by Contractor, Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. 3-4 CHANGED CONDITIONS. delete the second sentence of paragraph three, delete paragraph five (5), and add the following: The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter add the following after the second sentence: Cnntrant No. R8891C d 3910 Paae 58 of 11 4 Paaes specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor’s failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the District with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-1 2655. “The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code sections 12650-1 2655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City’s proposed final estimate in order for it to be further considered.” By: Title: Date: Company Name: The Contractor’s estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. Add the following: The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. Delete second sentence of paragraph one and add the following: Prior to proceeding with dispute resolution pursuant to Public Contract Code (PCC) provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Senior Inspector 3. Principal Inspector 4. Public Works Director 5. Executive Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the District will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor’s report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is e= &#Revised: 10/08/O3 Contract No. 38891C & 3910 Paae 59 of 114 Paaes ,- requested the District will provide its position within IO working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the Executive Manager after which Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the Executive Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTlON OF CONSTRUCTION CLAIMS 20104. (a)(l) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(l) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(l) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agencymay 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 pmducing the additional information, whichever is greater. (c)(l) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within I5 days of the local agency's failure to _I - 10/08/03 Contract No. 38891 C & 391 0 Paae 60 of 11 4 Paaes 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 nonbinding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15day period, any party may petition the court to appoint the mediator: (b)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141 .I1 of that code. The 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 .IO) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney’s fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. arbitration process. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.3.1 General, add the following: The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, ($Revised: 10/08/03 Contract No. 38891C & 3910 Pane 61 of 114 Panes . . ,, ., . ..... . *,- , Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.4 Test of Materials, delete the phrase, "and a reasonable amount of retesting", from the third sentence of the first paragraph. add the following: Except as specified in these Supplemental Provisions, the Agency will bear the cost of testing of locally produced materials andlor on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications and the Supplemental Provisions. The cost of all other tests shall be bome by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by him before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be bome by the Contractor. 4-1.6 Trade names or Equals, add the following: The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to theAgency. "_ Add the following section: 4-2 MATERIALS TRANSPORTATION, HANDLING 8t STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quality and quality received, prepare storage area(s), store, handle, protect, move relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in section 6-7.2 and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency's boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. - SECTION 5 -- UTILITIES 5-1 LOCATION. Delete the first paragraph and substitute the following: The Agency and affected 43Revised: 10/08/03 Contract No. 38891C & 3910 Paae 62 of 114 Panes - 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 guamnteed. 5-4 RELOCATION. Add the following: In conformance with section 5-6 the Contractor shall coordinate the work with utility agencies and companies. P& tr, 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. SECTION 6 -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK - 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete subsection 6-1 and substitute the following: Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within 15 calendar days after receipt of the "Notice to Proceed". Add the following section: 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. Add the following section: 6-1 .I .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. Add the following section: 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities required to represent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Schedule shall include detail of all project phasing, staging, and sequencing, including all milestones necessary to define beginning and ending of each phase or stage. e- %#Revised: 10/08/03 Contract No. 38891C & 3910 Paae 63 of 1 14 Paaes .. m, .. _. .. . , .-._._. l,.. .. . . I. , . . , ,,.. ... ,, - .., I Add the following section: 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprising the schedule. Add the following section: 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. Add the following section: 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. Add the following section: 6-1.2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows 95 compatible “Suretrak” program by Primavera or “Project” program by Microsoft Corporation to prepare the Baseline Construction Schedule and all updates thereto. The Contractor shall submit to the Agency a 89 mm (3.5”) data disk with all network information contained thereon, in a format readable by a Microsoft Windows 95 system. The Agency will use a “Suretrak“, “Project“ or equal software program for review of the Contractor’s schedule. Should the Contractor elect to use a scheduling program other than the “Suretrak program by Primavera or “Project“ program by Microsoft Corporation the Contractor shall provide the Engineer three copies of the substituted publisher for up to eight Agency staff members. The classes shall be presented on Mondays through Thursdays, inclusive, between the hours of 8:OO a.m. and 500 p.m. The location dates and times of the on-site training shall be submitted to the Engineer for approval five working days before the start of the on-site training. The training shall be completed prior to the submittal of the first Baseline Construction Schedule. I I program that are fully licensed to the Agency and 32 class hours of on-site training by the program Add the following section: 6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activities, including submittals, interfaces between utility companies and other agencies, project milestones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the Contractor’s plan for project execution, to accurately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity’s description shall accurately define the work planned for the activity and each activity shall have recognizable beginning and end points. Add the following section: 6-1.2.6 Float. to whatever party or contingency first exhausts it. Add the following section: 6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity’s construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. Add the following section: 6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for default by Contractor, per section 64. Float or slack time within the schedule is available without charge or compensation - Contract No. 38891C 81 3910 Paae 64 of 114 Paaes - Add the following section: 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor’s plan to support and maintain the project for the entire contractual timespan of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of section 6-1. The Engineer may choose to accept the Contractor’s proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency’s acceptance of a shortened duration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. Add the following section: 6-1.2.10 Engineer’s Review. The Construction Schedule is subject to the review of the Engineer. The Engineer’s determination that the Baseline Construction Schedule proposed by the Contractor complies with the requirements of these special provisions shall be a condition precedent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the Contractor to obtain the Engineer’s determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these special provisions within thirty (30) working days after the date of the preconstruction meeting shall be grounds for termination of the contract per section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 30 working days. The Engineer will review and return to the Contractor, with any comments, the Baseline Construction Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per sections 6-1 2.1 0.1 through 6-1 210.3. I Add the following section: 6-1.2.10.1 “Accepted.” Notice to Proceed, and will receive payment for the schedule in accordance with section 6-1.8.1. Add the following section: 6-1.2.10.2 “Accepted with Comments.” The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per section 6-1.8.1. The Contractor may proceed with the project work upon issuance of the Add the following section: 6-1.2.10.3 “Not Accepted.” The Contractor must resubmit the schedule incorporating the corrections and changes of the comments prior to receipt of payment per section 6-1.8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked “Accepted” or “Accepted with Comments” by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked “Accepted” by the Engineer. Add the following section: 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon each activity‘s schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy and electronic media conforming to section 6-1.3.3 Electronic Media per the submittal 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. ** %#Revised: 10/08/03 Contract No. 38891C & 3910 Paae 65 of 1 14 Paaes - Add the following section: 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. Add the following section: 6-1.3.2 Activity Percent Complete. Contractor shall report the percentage determined by the Engineer as complete for the activity. Add the following section: 6-1.3.3 Electronic Media. The schedule data disk shall be a 3’/2” high density diskette, labelled with the project name and number, the Contractor’s name and the date of preparation of the schedule data disk. The schedule data disk shall be readable by the software specified in section 6- 1.2.2 Schedule Software and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. Add the following section: 6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change. For each activity underway at the end of the month, the Add the following section: 6-1.3.5 Change Orders, Each monthly update will include the addition of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor’s change orders. Add the following section: 6-1.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. Add the following section: 6-1.4 Engineer’s Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be returned marked as per sections 6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked “Accepted with Comments’’ or “Not Accepted” by the Engineer will be returned to the Contractor for correction. Upon resubmittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer returning a monthly updated construction schedule marked “Not Accepted”. Add the following section: 6-1.4.1 “Accepted.’’ for the schedule in accordance with section 6-1.8.2. The Contractor may proceed with the project work, and will receive payment Add the following section: 6-1.4.2 “Accepted with Comments.” The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer’s comments prior to receipt of payment per section 6-1.8.2. Add the following section: 6-1.4.3 “Not Accepted.” The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer’s comments prior to receipt of payment per section 6-1.8.2. 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 t3Revised: 1 QIQRI03 Contract No. 38891C & 3910 Paae 66 of 11 4 Paaes - Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor’s responsibility. . Add the following section: 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent “Accepted” Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the “Accepted” schedule. Add the following section: 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of section 2-5.3 and per the schedule review and acceptance requirements of section 6-1, including but not limited to the acceptance and payment provisions. Add the following section: 6-1.7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor’s Final Schedule Update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed per sections 6-1.3 Preparation of Schedule Updates and Revisions and 6-1. 4 Engineer’s Review of Updated Construction Schedule. Acceptance of the final schedule - update is required for completion of the project and release of any and all funds retained per section 9-3.2. Add the following section: 6-1.8 Measurement and Payment. Construction Schedule will be paid for at the stipulated lump sum price of eighteen thousand dollars ($18,000.00). The stipulated lump sum price paid for Construction Schedule shall include full compensation for furnishing all labor, materials including, but not limited to, the computer hardware and software, tools, equipment, and incidentals; and for doing all the work involved in attending meetings, preparing, furnishing, updating, revising the tabular, bar and flow chart Construction Schedules and narrative reports required by these special provisions and as directed by the Engineer. The Engineer’s determination that each and any construction schedule proposed by the Contractor complies with the requirements of these special provisions shall be precedent to each and any payment for the Construction Schedule. Payments for Construction Schedule will be made as per sections 6-1.8.1 through 6-1.8.3. Add the following section: 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 Add the following section: 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. e= %#Revised: 10/08/03 Contract No. 3889 1 C & 391 0 Paae 67 of 1 14 Paaes Add the following section: 6-1.8.3 Concluding Payment. A Final payment of three thousand dollars ($3,000.00) for the Construction Schedule wit1 be made when both one hundred percent of the contract work is completed and the Engineer has accepted a final construction schedule update prepared and submitted by the Contractor as required herein that shows the actual beginning and ending dates and all other data that is required for baseline and update schedules for each activity shown on the baseline construction schedule and updates thereto that the Engineer accepted for this project. 6-2 PROSECUTION OF WORK. Add the following section: 6-2.1 General Description. The Contract work to be performed consists of furnishing all labor, equipment, and materials to construct a recycled water pump station and a potable water pump station as shown on the Construction Drawings (Plans) and specified in the Contract Documents. Major project components for each pump station include: suction and discharge piping, connections to existing pipelines, below grade reinforced concrete building housing electrical and mechanical equipment, surge arrestor system, SDG&E electrical service, site pavement, decorative steel gate, and abandonment of disconnection vaults. Add the following section: 6-2.2 Order of Work Prior to beginning construction, Contractor shall excavate, expose, and determine ("pothole") the exact location and depth of each and every potential interference including, but not limited to, all facilities shown specifically (depth and location) on the Construction Drawings (Plans), or which have been located and marked by respective non member companies or utilities. Prior to performing connection construction work, fabrication, or ordering of material, Contractor shall verify pipe materials, diameters, and elevations, and provide appropriate materials to complete connection construction, all based on Contractor's field measurements. During construction of project facilities, existing potable and recycled water facilities must remain in service. El Camino Real and Palomar Airport Road street improvements, 20" and/or 16"/27" recycled water transmission pipelines, 20" potable water transmission pipeline, and the adjacent industrial development may be under construction by others during construction of the pump stations. Contractor shall coordinate with Agency and street improvement, pipeline contractor(s) and the adjacent developer. Construct site fill, equipment buildings, suction and discharge piping, surge arrestor systems, and electrical services. Suction and discharge piping for the recycled and potable water pump stations shall be constructed up to, but not including, the connections to the respective recycled and potable water transmission pipelines. Upon completion of pump station construction and successful completion of suction and discharge piping pressure testing and disinfection, Contractor shall construct suction and discharge piping connections to the potable water transmission pipelines, and suction piping connection to the recycled water transmission pipeline. Contractor shall consider the 20" and 16"/27" recycled water transmission pipelines, and the 20" and 30" potable water transmission pipelines to be charged with water. Contractor shall dewater said pipelines prior to constructing specified connections. Contractor shall review construction plans for said pipelines to determine location of isolation valves and extent of required dewatering. Contractor shall coordinate pipeline connection work with Agency. Contractor shall not operate any Agency pipeline valves. Connection work shall be performed on one transmission pipeline at 4m %#Revised: 10/08/03 Contract No. 38891C & 3910 Pane 68 of 114 Panes a time. Each connection shall be completed within a 6 hour period, from 1O:OO PM to 4:OO AM. 6) Upon completion of recycled water pump station suction piping connection work, Contractor shall install temporary blind flange at the proposed point of connection with the 16" recycled water transmission pipeline and perform pre-startup and control system verification of all recycled water pump station equipment systems and facilities by re-circulating water from the station discharge piping to station suction piping. Contractor shall perform pre-startup and control system verification by simulating telemetry signals from the Agency furnished telemetry panel. Once Contractor has successfully demonstrated proper operation of all recycled water pump station equipment and facilities, Agency will have the new recycled water system telemetry panel installed and connected to the MCP telemetry terminal strip. Contractor shall provide Equipment Building access to Agency's telemetry equipment installer for a period of two (2) weeks. Upon completion of telemetry panel installation, Contractor shall schedule full recycled water pump station startup and testing of all pump station equipment systems and facilities with the Agency's telemetry system providing automatic control functions. In addition, Contractor shall remove temporary blind flange from 16" discharge piping and construct connection to 16"/27" recycled water transmission pipeline. Upon completion of connection to 16" recycled water transmission pipeline, Contractor shall remove piping segments between potable water and recycled water pipelines at Melrose Drive and Poinsettia Lane (as shown on the Drawings). Contractor shall perform piping removal work within a 6-hour period. Remainder of work relating to the Recycled Water Disconnect Vaults may be performed during pump station startup and testing. Contractor shall commence recycled water pump station startup immediately following removal of piping segments between potable water and recycled water pipelines. Contractor shall perform pump station startup and equipment testing in accordance with Contract Document requirements, including fourteen (1 4) day "live test" as required by Specification Section 01 500. 7) Upon completion of potable water pump station suction and discharge piping connection work, Contractor shall perform pre-startup and control system verification of all potable water pump station equipment systems and facilities. Contractor shall perform pre-startup and control system verification by simulating telemetry signals from the Agency furnished telemetry panel. Once Contractor has successfully demonstrated proper operation of all potable water pump station equipment and facilities, Agency will have the new potable water system telemetry panel installed and connected to the MCP telemetry terminal strip. Contractor shall provide Equipment Building access to Agency's telemetry equipment installer for a period of two (2) weeks. Upon completion of telemetry panel installation, Contractor shall schedule full potable water pump station startup and testing of all pump station equipment systems and facilities with the Agency's telemetry system providing automatic control functions. Contractor shall perform pump station startup and equipment testing in accordance with Contract Document requirements, including fourteen (1 4) day "live test" as required by Specification Section 01 500. _- Add the following section: 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project Meetings. Each Project Meeting shall be attended by the Contractor's Representative. The Project Representative shall be the individual determined under section 7-6, "The Contractor's Representative", SSPWC. No separate payment for attendance of the Contractor, the Contractor's Contract No. 38891C & 3910 Paae 69 of 1 14 Paaes .. L . 1. ,,, .,.-, .. , . . , . .,, . , I Representative or any other employee or subcontractor or subcontractor‘s employee at these meetings will be made. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor’s opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefor. 6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the work to completion within 260 working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. Add the following: Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:OO a.m. and 4:OO p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in hidher sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the 6-8 COMPLETION AND ACCEPTANCE. Delete the second paragraph and add the following: The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer’s judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board’s acceptance of the Work the Engineer will cause a “Notice of Completion” to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. Delete the first sentence of the third paragraph and substitute the following two sentences: All work shall be warranted for one (1) year after recordation of the “Notice of Completion” and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. 6-9 LIQUIDATED DAMAGES. Modify the last sentence of the first paragraph and the first sentence of the second paragraph and add the following: For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of one thousand dollars ($1,000.00). Execution of the Contract shall constitute agreement by the Agency and Contractor 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. Modify as follows: - inspection costs of such work. fhntraot Nn RAAQIT: A 2910 Pane 711 nf 114 Pnaes _- SECTION 7 -- RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES. Add the following: 7-1.1 Staging and Stockpiling Areas. The Contractor is responsible for locating, and leasing all property necessary for, but not limited to the Contractor's facilities, and the stockpiling and storage of construction materials and equipment. The Contractor is solely responsible for the security and maintenance of the stockpile and storage areas according to all applicable sanitation and safety regulations. Staging areas shall be returned to their original condition upon completion of the work. 7-3 LIABILITY INSURANCE. Add the following: All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V and are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. 7-4 WORKERS' COMPENSATION INSURANCE. Add the following: All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Except as specified herein the Agency will obtain, at no cost to the Contractor, all encroachment, right-of-way, grading, resource agency and building permits necessary to perform work for this contract on Agency property, in streets, highways (except State highway right-of-way), railways or other rights-of-way. Contractor and pay for any safety permits, air pollution permits, NPDES permits, and 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 therefor. Contractor shall comply with all permits, regulations, laws, ordinances, licenses, and authorizations from jurisdictional agencies. In the event of a conflict between the Contract and permit requirements, the most stringent shall prevail. All permit requirements shall be satisfied by the Contractor and accepted by all issuing agencies and the Engineer, before the project will be accepted and a Notice of Completion filed. Add the following section: 7-5.1 California Regional Water Quality Control Board, San Diego Region. Contractor shall, at his expense, obtain authorization to discharge water from ground water extraction (dewatering), line flushing, and testing operations from the California Regional Water Quality Control Board, San Diego Region (Regional Board). A copy of said discharge authorization shall be provided to the Agency. Contractor shall comply with conditions therein and perform the monitoring required. Contractor shall not allow any discharges from the construction site, which may have an adverse effect on receiving waters of the United States. Contractor shall not allow any groundwater extraction water to be discharged from construction site except in full compliance with the General Waste Discharge Requirements for Ground Water Extraction and Similar Discharges from Construction and Remediation Projects (Order No. 96-41 ) adopted by the Regional Board. Prior to submitting Bid, Contractor shall obtain a copy of said Order No. 96-41 and review all compliance requirements therein, including monitoring, testing, and reporting. Contractor shall provide all labor, material, and equipment necessary to comply with Regional Board requirements for discharge water from groundwater extractions, line flushing, and testing operations, Delete the first paragraph and add the following: I shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain - 10/08/03 Contract No. 38891C & 3910 Pane 71 of 114 Panes including all monitoring, testing, and reporting. Contractor shall perform all work in accordance with all applicable provisions of said discharge authorization and permit. Add the following section: 7-5.2 Carlsbad Conditional Use Permit and Special Use Permit. The Agency has obtained a Conditional Use Permit and Special Use Permit for the specified Work. A copy of said permit is included in Appendix B of these Supplemental Provisions. Contractor shall perform all work in accordance with all applicable provisions of said permits. The cost of compliance with permit provisions shall be included in the price for the appropriate bid item and no additional compensation will be allowed therefore. Add the following section: 7-53 Carlsbad Business License. a valid City of Carlsbad Business License for the duration of the Contract. Contractor and all subcontractors shall procure and maintain 7-7 COOPERATION AND COLLATERAL WORK. Add the following section: 7-7.1 Coordination. Contractor shall coordinate and cooperate with Agency, San Diego Gas and Electric, other contractors, and all other jurisdictional agencies. Agency will have representatives on site to observe and verify compliance with Contract Documents. Contractor shall perform his work in accordance with the sequence of work as specified herein. Contractor shall coordinate all work with the Agency. Other contractors may be constructing recycled water piping adjacent to the project site with portion of the pipelines on the project site for connection of the pumping station suction and discharge piping. 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. Contractor shall bear all costs and fees incurred as a result of inspection services furnished by utility companies or others, excluding the Agency. Contractor shall cap existing irrigation lines in the existing slope and extend line as necessary to provide irrigation water to the required plantings per the approved CUP. Contractor shall install appropriate plant screening to the satisfaction of the Planning Director. All costs shall be incorporated into the site work bid item. The existing slopes contain numerous trees and other plantings. Contractor shall salvage the plantings as part of their clearing and grubbing and coordinate delivery, and/or replanting, as necessary with the property owner. All costs shall be incorporated into the site work bid item. Contractor shall provide approximately 500 feet of temporary chain link construction screening fencing as directed by the project engineer. Any necessary access gates and fence locations shall be submitted by the contractor for the project engineer’s review. All costs shall be incorporated into the site work bid item. Add the following section: 7-7.2 SDG&E Electrical Power Service. Agency has coordinated with San Diego Gas and Electric Co. (SDG&E) for 480 volt, 3 phase, 4 wire electric power service to be provided to the project facilities. SDG&E will provide power from existing below grade facilities. As shown on the Drawings, the Contractor shall furnish and install pull boxes and conduits to the proposed SDG&E transformer slab boxes and conduit between slab boxes to the proposed service equipment all in accordance with SDG&E requirements. @Revised: 10/08/03 Contract No. 38891C & 3910 Paae 72 of 114 Paaes I Contractor shall furnish and install pull sections, main circuit breakers, and metering equipment, all in accordance with SDG&E requirements. Contractor shall coordinate all work with SDG&E including installation of slab box service equipment and conductors. Contractor shall obtain all applications and permits and coordinate SDG&E work such that the Contract completion schedules are met. Agency will pay all application and permit fees. SDG&E service planner is Maria Higgins at (760) 480-7647. Manufacturers shall furnish SDG&E approved equipment. Complete shop drawings and fabrication drawings of service equipment shall be submitted to SDG&E for review and approval prior to fabrication. Attached as Appendix C are SDG&E service order drawings for site plan, service equipment, and slab boxes for the proposed 480 volt service. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Add the following: Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. 7-8.5 Temporary Light, Power and Water. The Contractor shall obtain a construction meter for potable water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefor. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. Add the following: 7-8.6 Storm Water Pollution Prevention Requirements, Add the following: Prior to commencing construction activities, Contractor shall prepare a Storm Water Pollution Prevention Plan (SWPPP) for this project in accordance with the California State Water Resources Control Board Order No. 2001-01, NPDES General Permit No. . CAS01 08758 the “Water Discharge Requirements for Discharges of Storm Water Runoff Associated with Construction Activity”. The SWPPP, including Storm Water Monitoring and Reporting Program, shall fully satisfy all applicable requirements of the General Permit and City of Carlsbad Requirements. The SWPPP shall include the Notice of Intent issued by the State Water Resources Control Board. Contractor shall submit a copy of the SWPPP to the Engineer for filing, and shall maintain a copy of the SWPPP on the job site at all times for review and inspection by the Regional Water Quality Control Board. Contractor shall implement the SWPPP, including training of personnel and implementation of all applicable Best Management Practices (BMPs). Contractor shall also perform the Monitoring and Reporting Program in accordance with the General Permit, maintain a copy of all inspection reports onsite, and submit copies of same to Engineer for filing within seven (7) days after each storm event. Add the following section: 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 4- %#Revised: 10/08/03 Contract No. 38891C & 3910 Pane 73 of 1 14 Pages 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. add the following: The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City’s contracted waste disposal company, Coast Waste Management at 929-941 7. During overlay operations, the Contractors schedule for overlay application shall be designated to provide residents and business owners whose streets are to be overlaid sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor’s permanent office or field office and the other number shall be a 24 hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 Ib. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix “A. In addition to the notifications, the contractor shall post no parking signs 48 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the no parking signs 48 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 48 hours in advance of the rescheduled work. 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. e= tSRevised: 10/08/03 Contract No. 38891C & 3910 Page 74 of 11 4 Pages 7-10.3 Street Closures, Detours, Barricades. Add the following: Traffic controls shall be in accordance with the plans, Chapter 5 of the California Department of Transportation “Manual of Traffic Controls,” 1996 edition and these Supplemental Provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at hidher sole option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($20.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. Add the following section: 7-1 0.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of section 214-5.1 .et seq. All temporary reflective channelizes 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 petforming excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS “Standard Specifications”, except the sleeves shall be 180 mm (7”) long. Personal vehicles of the Contractor‘s employees shall not be parked within the traveled way, including any section closed to public traffic. Whenever the Contractor’s vehicles or equipment are parked on the shoulder within 1.8 m (6’) of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at 7.6 m (25’) intervals to a point not less than 7.6 m (25’) past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A C23 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a sign post or telescoping flag tree with flags. The sign post or flag tree shall be placed where directed by the Engineer. Add the following section: 7-10.3.2 Maintaining Traffic. The Contractor’s personnel shall not work closer than 1.8 m (6’), nor operate equipment within 0.6 m (2’) from any traffic lane occupied by traffic. For equipment the 0.6 m (2’) shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the 4- %SRevised: 10/08/03 Contract No. 38891C & 3910 Pane 75 of 114 Panes - 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 (insert appropriate number of lanes) paved traffic lanes, not less than (insert appropriate minimum lane width 3.6m (12')) wide, shall be open for use by public traffic in each direction of travel. Add the following section: 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, CALTRANS "Manual of Traffic Control", 1996 edition and provisions under "Maintaining Traffic" elsewhere in these Supplemental Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. Add the following section: 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until he has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. Add the following section: 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in Chapter 5 of the "Traffic Manual", 1996 edition published by CALTRANS. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. Add the following section: 7-1 0.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the travelled way. The Contractor shall have TCP em WRevised: 1 n/nwc)3 Contract No. 3889 1 C & 391 0 Paae 76 of 114 Paaes .,- _I prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer's review in conformance with the requirements of section 2-5.3, et seq. and obtain the Engineer's approval of the TCP prior to implementing them. The minimum 20 day review period specified in section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer's review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the travelled surface differs from the finished pavement elevation vertical curves must also be shown. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and of the "MANUAL OF TRAFFIC CONTROLS1', 1996 Edition as published by the State of California Department of Transportation. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such modifications, supplements, and/or new designs to the TCP when, in the Engineer's sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modification, addition, supplement, and/or new design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such modification, addition, supplement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall conform to the requirements of section 2-5.3 Shop Drawings and Submittals. . - Add the following section: 7-10.3.7 Payment. The Contractor shall prepare and correct TCP and shall furnish all labor and materials to perform, install, maintain, replace and remove all traffic control as incidentals to the work with which they are associated and no other compensation will be allowed therefor. Add the following section: 7-10.4.4 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-12.1 Project Signs. The Contractor shall provide one (1) project sign at location determined by the Engineer. The project sign shall be 4' by 8 in size and supported by two (2) 6" x 6" pressure treated posts (Douglas Fir No. 1) at a height of 4' aboveground. The sign shall consist of 314" structural No. 1 Douglas Fir A-C plywood (touch sanded exterior glue) and painted front and back with one coat of primer and two coats of gloss white enamel with border and lettering being gloss black enamel. The City of Carlsbad decal and sign information will be provided by the Engineer. Payment for the sign (including all labor, equipment, and installation) shall be included in the bid item for project sign. 7-13 LAWS TO BE OBSERVED. Add the following: Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 4m +#Revised: 10/08/03 Contract No. 38891 C & 391 0 Paae 77 of 11 4 Paaes .- SECTION 9 -- MEASUREMENT & PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK 9-1.4 Units of Measurement, modify as follows: The system of measure for this contract shall be the U.S. Standard Measures. 9-3 PAYMENT. 9-3.1 General. Delete the eighth paragraph and substitute the following: Guarantee periods, shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion." 9-3.2 Partial and Final Payment. Delete the second paragraph and substitute the following: Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of the Standard Specifications (SSPWC). Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (IO) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. Add paragraph 6 et seq. as follows: After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. The estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the I - Engineer will be subject to resolution as specified in subsection 3-5, Disputed Work. Contract No. 38891C & 3910 Paae 78 of 11 4 Paaes . .” I The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor’s claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Add the following: Except for those final payment items disputed in the written statement required in subsection 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in subsection 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor’s claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under subsection 3-5, Disputed Work, for those claims remaining in dispute. Add the following section: 9-3.3.1 Delivered Materials. into the work will be included in the progress estimate. Add the following section: 9-3.4.1 Mobilization, Preparatory Work, and Demobilization. Payment for mobilization, preparatory work, and demobilization will be made at the stipulated lumpsum price bid therefor in the bid schedule. The Contract lurnp-sum price includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization, Preparatory Work, and Demobilizaiton, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization, Preparatory Work, and Demobilization. The cost of materials and equipment delivered but not incorporated Progress payments for Mobilization, Preparatory Work, and Demobilization 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, Preparatory Work, and Demobilization will be allowed. For the second progress payment, an additional thirty percent (30%) of the amount bid for mobilization, preparatory work, and demobilization will be allowed therefor. The remainder of the bid amount shall be paid after demobilization and site cleanup is complete to the satiskction of the Engineer. Contract No. 38891C & 3910 Paae 79 of 11 4 Paaes SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 203 -- BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. DELETE sections 2034.2 and 203-6.3.2 and ADD the following: 203-6.1 General. Add the following: The Contractor shall submit a design mix report and verification data for review by the Engineer for each source of supply and type of mixture specified. The design mix report shall indicate the results of all testing requirements identified in sections 203-1.2 and 203- 6.3 of the standard specifications for public works construction and these special provisions. 203-6.2 Materials. Add the following: Asphalt concrete shall be class C2-AR-4000 for surface course, and B-AR-4000 for base course. Asphalt concrete shall be class D2-AR-8000 for dikes and class E-AR-8000 ditches. 203-6.3.2 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be determined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant inspection that confirms the production of a particular mix design and verifies using samples of aggregate taken before the addition of asphalt and mineral filler (Bin). All samples shall be taken in accordance with Calif. Test 125. I 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. Stability' using: a. b. Stabilometer Value2 using Calif. Test 366 and shall be the average of three individual Stabilometer Values And/or Marshall Stability in accordance with the Asphalt Institutek MS-2 fabricated and tested for traffic volume and shall be the awrage 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 tmveled way. I Cnntmot Nn 288991 C A 391 0 Pane Rn nf 114 Panes - 203-6.3.3 Acceptance. Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the asphalt content is within +/-.5 of the design mix and the gradation conforms to the grading as shown in Table 203-6.3.2 (A). Deviations in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Stabilometer Value per Table 203-6.3.2 (A) Marshall Stability using Asphalt Institute MS-2. Property Hardness (indentation) Tensile Strength Elongation 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. 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: Measuring Standard (ASTM Designation) ASTM D 2240 Rex. Type A, Model 1700 ASTM D 412 Die C, ASTM D 412 Die C, Add the following section: 203-1 1 ASPHALT PAVEMENT CRACK SEALANTS Weathering 203-1 1 .I Elastomeric Sealant. Elastomeric sealant shall be a polyurethane material of a composition that will, within its stated shelf life, cure only in the presence of moisture. No elastomeric sealant shall be incorporated into any portion of the work that is beyond the shelf life recommended by its manufacturer. No elastomeric sealant shall be incorporated into any portion of the work that has been stored under conditions not recommended by its manufacturer. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. The cured sealant shall have the - performance characteristics in Table 203-1 1 (A). ASTM D 822 Weatherometer 350 h TABLE 203-1 I .I (A) Dielectric Constant ASTM D 150 I Flex at -40°C I 0.6 mm (25 mil) Free I t-S p ray ASTM E3 Resistance I at 38°C I 5 EALANT CH AdACTE RI S‘ Results 65 - 85 3.45 MPa, minimum 400%, minimum No cracks Siight chalking 3.45 MPa, minimum tensile; 400% minimum Elongation Less than 25% change cs Conditions 25°C @? 50% relative humidity pulled at 508 mm (20) per minute pulled at 508 mm (20“) per minute over 13 mm (’/2”) Mandrel Cured 7 davs at 25°C 0 v 50% relativb humidity 5% NaCI. Die C. Dulled at 508 mm (20) pe; minute over a temperature range of -30EC to 50EC 203-1 1.2 Asphaltic Emulsion Sealant. Asphaltic emulsion sealant shall conform to the State of California Specification 8040-41A-15 and shall be used only for filling slots in asphalt concrete pavement. This material shall not be used in slots which exceed 16 mm (5/8“) in width or where the slope causes the material to run from the slot. The material shall not be thinned in excess of the manufacturer’s recommendations and shall not be placed when the air temperature is less than 7°C (45°F). Pnntract Nn R8891C R RQln Pam 81 nf 11 A Panes -. 203-1 1.3 Hot-Melt Rubberized Asphalt Sealant. Hot-melt rubberized asphalt shall be in solid form at room temperature and fluid at an application temperature of 190°C (375°F) to 205°C (400°F). Fumes from the material shall be non-toxic. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. Performance characteristics of the cured hot- melt rubberized asphalt shall be as per Table 203-1 1.3(A). Property Cone Penetration Flow, 60°C Resilience Softening Point, Ductility, Flash Point, COC, “C Viscosity, Brookfield TABLE 203-1 1.3(A) Measuring Standard (ASTM Results Conditions 25”C, 150 g, 5 s Designation) ASTM D 3407, Sec. 5 ASTM D 3407, Sec. 6 ,ASTM D 3407, Sec. 8 25%, min. 25°C ASTM D 36 ASTM D 113 300 mm, min. 25”C, 50 mm/min ASTM D 92 ASTM D 4402 2.5-3.5 Pas No. 27 SDindle. 20 3.5 mm, max 5 mm, max 82 “C, min. 288 “C, min. - USES Headers for bituminous pavement up to 50 mm x 1 00 mm (2”x4) Headers for bituminous pavement larger than 50 mm x I00 mm (2”x4”) Thermosel, I I I rpm, 190~6, GRADES Construction grade Redwood or preservative treated construction grade Douglas Fir Number 1 grade Redwood, or preservative treated number 1 grade Douglas Fir SECTION 204 - LUMBER AND TREATMENT WITH PRESERVATIVES 204-1 LUMBER AND PLYWOOD Add the following section: 206-7 TRAFFIC SIGNS. Add the following section: 206-7.1 Permanent Traffic Signs Permanent traffic signs shall consist of IO-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 9581 9 and as modified herein. Where the “SPECIFICATION FOR REFLECTIVE SHEETING SIGNS, October 1993” require the Contractor or supplier to notify the Department of Transportation or to certify compliance to said SPECIFICATIONS, to provide a quality control program or to allow testing, approval, observation of manufacturing or assembly operations by the State of California, Department of Transportation and/or its employees or officials, such rights shall be vested in the Engineer. - PinnR7nf14A Pinnc - 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. 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 Ill encapsulated lens sheeting conbrrning 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 IO-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 IO-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 IO-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. perforated tubing posts as shown on San Diego Regional Standard drawing M-45. .Add the following section: 206-7.2 Temporary Traffic Signs. 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. Posts shall be constructed of IO-gage or 12-gage cold-rolled steel Temporary traffic signs shall consist of all signs used for the 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. Cnntrnct Nn. 3RR9lC A 2910 Pma 83 nf 1 14 Paaes - Add the following section: 206-7.2.2 Drawings. Modify the “Specifications For Reflective Sheeting Signs, October 1993” as follows: Standard temporary traffic signs shall be as per the most recently approved “Approved Sign Specification Sheets” of the State of California, Department of Transportation. The date of approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the “Notice to Proceed” of this contract, whichever is most recent. Add the following section: 206-7.2.3 Reflective Sheeting. Modify the “Specifications For Reflective Sheeting Signs, October 1993” as follows: All advisory signs, warning signs and all regulatory signs shall be fabricated with Type Ill encapsulated lens sheeting conbrming to the requirements of this specification. Add the following section: 206-7.2.4 Substrate. Modify the “Specifications For Reflective Sheeting Signs, October 1993 as follows: Excepting only construction warning signs used at a single location during daylight hours for not more than five (5) consecutive days, all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall be stationary mounted and shall use aluminum substrate. Add the following section: 206-7.2.5 Stationary Mounted Temporary Traffic Signs. Stationary mounted temporary traffic signs shall be installed on 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 @)of sign area, or the signs may be installed on existing lighting standards when approved by the Engineer. e) Sign panels mounted on temporary traffic sign posts shall conform to the requirements specified for aluminum signs in the “Specifications For Reflective Sheeting Signs, October 1993”. Add the following section: 206-7.2.6 Temporary Traffic Sign Posts. Posts shall be 10-gage or 12-gage cold-rolled steel perforated tubing used for the support and stabilization of stationary mounted temporary signs. Post size and number of posts shall be as shown on the plans, except that when stationary mounted signs are installed and the type of sign installation is not shown on the plans, post size and the number of posts will be determined by the Engineer. Sign panels for stationary mounted signs shall consist of reflective sheeting applied to a sign substrate. Add the following section: 206-7.2.7 Portable Temporary Traffic Signs. Each portable temporary traffic sign shall consist of a base, standard or framework and a sign panel. The units shall be capable of being delivered to the site of use and placed in immediate operation. Sign panels for portable signs shall conform to the requirements of sign panels for stationary mounted signs in the “Specifications For Reflective Sheeting Signs, October 1993, or shall be cotton drill fabric, flexible industrial nylon fabric, or other approved fabric. Fabric signs shall not be used during the hours of darkness. Size, color, and leg- end requirements for portable signs shall be as described for stationary mounted sign panels in section 206-7.2 of these Supplemental Provisions. The height to the bottom of the sign panel above the edge of traveled way shall be at least 0.3-m (12”). All parts of the sign standard or framework shall be finished with 2 applications of an orange enamel which will match the color of the sign panel background. Testing of paint will not be required. Psne R4 nf 1 I4 Panes - Add the following section: 206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS. Nominal Outside Dimension (1 x I) (I -1/4 x I -’/4) (1 42 x 142) (1-74 x 1-74) (2 x 2) (2-?,e x 2316) (2-’/4 x 2-1/4) (2-V2 x 242) mm (Inches) 25 x 25 32 x 32 38 x 38 44 x 44 51 x 51 56 x 56 57 x 57 64 x 64 51 x76 (2 x 3) Add the following section: 206-8.1 General. This Section pertains to IO-gage and 12-gage cold-rolled steel perforated tubing used for the support and stabilization of signs. All shapes shall have a galvanized finish and shall be cold-roll-formed steel conforming to ASTM Designation A-446, Grade A. Galvanizing shall conform to ASTM A-525, Designation G-90. Galvanizing shall be performed after all forming and punching operations have been completed. Cold-rolled steel perforated tubing shall be perforated on all four faces with 1 1 mm (7/16”) holes on 25 mm (1 ”) centers. Twist Permissible in 900 mm 3” mm (Inches) m mC2) (Inches) 0.15 0.006 1.3 0.050 0.18 0.007 1.3 0.050 0.20 0.009 1.3 0.050 0.25 0.01 0 I .6 0.062 0.30 0.012 1.6 0.062 0.36 0.014 1.6 0.062 0.36 1.014 1.6 0.062 0.38 0.015 1.9 0.075 0.46 0.018 1.9 0.075 h, ) Squarenesst’l 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 (+O.OlO”) 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 comer. Using IO-gage or 12-gage square tube, consecutive size tubes shall telescope freely for 3.lm (IO’). Tolerance on hole size is plus or minus 0.40 mm (1/64) on a size. Tolerance on hole spacing is plus or minus 3.2 mm in 6.1 m (1/8” in 20’). In addition, for the following specific sizes of light gage steel tubing, dimensional tolerances shall not exceed those listed in tables 2068.2 (A) and 206-8.2(B). TABLE 206-8.2(A) LIGHT GAGE STEEL TUBING SIZE TOLERANCE Nominal Outside Dimensions I Outside Tolerance for All Sides at Comers Pnne R5 nf 1 14 Pnass Add the following section: 206-8.3 Fasteners. Fasteners used to assemble cold-rolled steel perforated tubing shall be steel “pull-through” electrogalvanized rivets with 9.5 mm (3/8”) diameter shank, 22 mm (7/8”) diameter head, and a grip range of from 5 mm (0.200”) to 0.90 mm (0.356”). The fasteners shall conform to ASTM B-633, Type Ill Ash (dry weight basis) pH Wettability SECTION 212 - LANDSCAPE AND IRRIGATION MATERIALS 0% 6.0% 6.0 7.0 (1 1 (1) 212-1 LANDSCAPE MATERIALS. 212-1.2.3 Commercial Fertilizer. add the following: Preplant fertilizer shall be granular commercial fertilizer 7-7-7 or approved equal. Postplant fertilizer shall be 12-4-6 or approved equal with Ca, Fe, Zn. and Mn and with the maioritv of nitroaen in nonammoniac form to Drevent acidification of soil. 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 Cnntrart Mn 2RRQlC R ?Qln Pame RG nf 11 A Panec 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. Component Virgin Wood Cellulose Fiber Mulch Fertilizer (16-20-0) Ammonium Binder (1 ) Phosphate Sulfate, Plus 15% Soil Sulfur Wetting Agent Green Colorant 212-1.2.5 Mulch for Hydraulic Method Seed Lawn Planting. Add the following: The terms 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:l (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. Application Rate grams per sq. meter (pounds per acre) 225 (2000) 35 (300) 7 (60) 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: 21 2-1.2.7 General Soil Conditioners. Agricultural-grade gypsum shall be a calcium sulfate (CaS04 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 pelletized 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 IO-mesh screen. Add the following section: Pinn Q7 nf 11 A DQnnc 212-1.2.7 Stabilizing Emulsion. Stabilizing emulsion shall be a concentrated liquid chemical that forms a plastic film upon drying and allows water and air to penetrate. The film shall be nonflammable and shall have an effective life of at least one year. Stabilizing emulsion shall be nontoxic to plant and animal life and nonthinking to concrete or painted surfaces. In the cured state the stabilizing emulsion shall not be re-emulsifiable. The material shall be registered with, and licensed by the California, Department of Food and Agriculture, as an “auxiliary soil chemical”. Stabilizing emulsion shall be miscible with water at time of mixing and application. 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. less than the seed varieties shown in Table 21 2-1.3(A). Hydroseeding mix for Disturbed Areas shall consist of no Table 21 2-1.3.1 (A) SEED FOR DISTURBED AREAS (1) Rose Clover shall be inoculated with a nitrogen fixing bacteria and be applied dry either by drilling or broadcasting immediately before hydraulic application of the remaining seed mix and mulch. 212-1.4.1 General. Add the following: Plants shall be the variety and size shown on the plans or in the special provisions and shall conform to the requirements of these specifications. Contractor shall notify the Engineer 48 hours before each plant delivery so that the Engineer can inspect the plants. The scientific and common names of plants herein specified shall conform to the approved names given in “A Checklist of Woody Ornamental Plants in California, Oregon and Washington” published by the University of California, Division of Agriculture Sciences, Publication 4091 (1979). Each group of plant materials delivered on site shall be labeled clearly as to species and variety. All patented plants (cultivars) required by the plant list shall be delivered with a proper plant patent attached. The Contractor shall obtain clearance from the County Agricultural Commissioner, as required by law, before planting plants delivered from outside the County in which they are to be planted. Evidence that clearance has been obtained shall be filed with the Engineer. AH plants furnished by the Contractor shall be true to type or name as shown on the plans and shall be tagged identifying the plants by species or variety; however, determination of plant species or variety will be made by the Engineer and the Engineer’s decision shall be final. Plants shall be individually tagged or tagged in groups by species or variety. Carpobrotus cuttings need not be tagged. All plants shall comply with Federal and State laws requiring inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of plants, and certificates shall be delivered to the Engineer. Plants furnished by the Contractor shall be healthy, shapely, and well-rooted, and roots shall show no evidence of having been restricted or deformed at any time. Plants shall be well-grown, free from insect pests and disease, and shall be grown in nurseries which have been inspected by the State Department of Food and Agriculture and have complied with the regulations thereof. The Engineer is the sole judge as to acceptability of each plant. Vigorous, healthy, well-proportioned plants are the intent of this specification. Plants which are even moderately "overgrown", or are showing signs of decline or lack of vigor, are subject to rejection. The size of the plants will be as shown on the plans. Plants larger in size than specified may be used with the approval of the Engineer, but the use of larger plants will make no change in contract price. If the use of larger plants is approved, soil amendments shall be increased proportionately. All plants not conforming to the requirements herein specified shall be considered defective and such plants, whether in place or not, shall be marked as rejected, and immediately removed from the site and replaced with new plants by the Contractor at the Contractor's expense. The Engineer reserves the right to change the species, variety, and/or sizes of plant material to be furnished, provided that the cost of such plant changes do not exceed the cost of plants in the original bid, and with the provision that the Contractor shall be notified in writing, at least 60 days before the planting operation has commenced. No plant shall be transported to the planting area that is not thoroughly wet throughout the ball of earth surrounding the roots. Any plant that, in the opinion of the Engineer, has a damaged root ball or is dry or in a wilted condition when delivered to the planting area will not be accepted, and shall be replaced by the Contractor at the Contractor's expense. Each plant shall be handled and packed in the approved manner for that species or variety, and all necessary precautions shall be taken to ensure that the plants will arrive at the site of the work in proper condition for successful growth. Trucks used for transporting plants shall be equipped with covers to protect plants from windburn. .- Root condition of plants furnished by the Contractor in containers will be determined by removal of earth from the roots of not less than 2 plants nor more than 2 percent of the total number of plants of each species or variefy, except when container-grown plants are from several sources, the roots of not less than 2 plants of each species or variety from each source will be inspected by the Engineer. In case the sample plants inspected are found to be defective, the Agency reserves the right to reject the entire lot or lots of plants represented by the defective samples. Any plants rendered unsuitable for planting because of this inspection will be considered as samples and will not be paid for. The Contractor shall notify the Engineer when plants are to be shipped to the project site. The notification shall be given not less than 10 days prior to the actual shipment date. Carpobrotus cuttings shall be 250 mm (IO") or more in length and shall not be rooted. Delosperma cuttings shall be 150 mm (6") or more in length and shall not be rooted. Cuttings shall be tip cuttings from healthy, vigorous and strong-growing plants and shall be insect and disease free. Mature or brown-colored stem growths or cuttings which have been trimmed will not be accepted. Cuttings shall be planted not more than 2 days after cutting and shall not be alloved to dry or wither. Carpobrotus cuttings shall not be taken from any plants that indicate the presence of ice plant scale (Pulvinaria species). The Contractor shall notify the Engineer of the location where cuttings are to be taken at least 10 days prior to taking the cuttings and shall be responsible for all permit and inspection fees involved in obtaining cuttings. 212-1.5.3 Tree Stakes. Modify as follows: Tree stakes shall be 50mm (2) diameter turned Dinn XI nf 1 1 A D-nnc - lodgepole pine, pointed on their driven end. Add the following section: 212-1.6 Erosion Control Matting. Erosion control matting shall be made of 1 OO-percent- biodegradable, weed-free wheat straw of thickness and density yielding 270 grams per square meter (0.50 Ib./sy) with photodegradable polypropylene netting with a density of 0.89 grams per square meter (1.64 Ib/l000 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 SZ”, 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 1 I-gauge mild steel staples. Add the following section: 212-1.8 Root Barriers. Root barriers shall be no less than Im (39”) in width. Root barriers shall be “Biobarrier“, as manufactured by Reemay, Inc., 70 Old Hickory Boulevard, Old Hickory, TN 97138, Phone 61 5-847-7000, no substitutes will be accepted. 212-2 IRRIGATION SYSTEM MATERIALS. 212-2.1.3 Plastic Pipe for Use with Solvent Weld Socket or Threaded Fittings, add the following: Except as provided in this section, all buried piping in the irrigation system shall be installed with underground utility marking tape conforming to the requirements of section 207-21 and identifymg it as reclaimed water. Intermittent pressure lines (lines on the downstream side of a controller valve that will not be subject to constant pressure) will not require underground utility marking tape. All PVC pipe used for irrigation systems shall be colored purple by the addition of a dye integral to the PVC. Painted pipe will not be accepted. Pressure mainline piping for sizes 50 mm (2”) and larger shall be PVC having a pressure rating of 2170 kPa (315 PSI), S.D.R. 13.5. Stenciled pipe is required for all irrigation system piping including portions not required to be marked with underground utility marking tape. All pipe shall have stenciling appearing on both sides of the pipe with the marking “Reclaimed Water” in 16 mm (5/8’)) high letters repeated every 300 mm (12”). PVC non-pressure buried lateral line piping shall be PVC Schedule 40. - Add the following section: 212-2.1.7 Brass Pipe and Fittings. Brass pipe shall be IPS standard weight 125 LB 85 percent copper and 15 percent zinc, trade designation seamless red brass pipe conforming to the requirements of ASTM B43-91. Brass pipe fittings and connections shall be Standard 125 LB class 85 percent red brass fittings and connections. 212-2.2.7 Valve Boxes. Add the following: All valve boxes shall be marked “RCV”, “BV” or “QC“, “PB” respectively. Remote control valves shall be marked with station numbers embossed on the valve cover with a brass tag. (RCV boxes shall have locking covers.) Other boxes such as pull boxes, etc., shall be marked with appropriate identification. 212-2.4 Sprinkler Equipment. Add the following: All sprinkler heads are to have factory built-in check valves or a check valve under each head. Drip assemblies shall meet the following requirements: The drip emitter shall be Pepco Quadra or Rainbird XERI-Bird-8 or approved equal as called on drawings, with four ports. Drip tubing for emitter outlets shall be Rainbird (RBT-IGOV), Salco, or approved equal. Drip tubing stakes shall be Rainbird No. RS-13, Salco, or approved equal. Bug cap for drip tubing shall be manufactured by Rainbird, Pepco, or approved equal. The drip pressure regulator shall be Rainbird, Netafim PVR, or approved equal. Drip emitter filter shall be Contract Nn. 38891 C 8~ 891 0 Pans 90 nf 114 Paaes , # , . , . .. , .I. , . , , . I Amiad, Rainbird, or approved equal. Drip emitter access boxes shall be Rainbird No. SEB-GX, Salco Subterranean Emitter Box, or approved equal. Check valves shall be of heavy-duty virgin PVC construction with FIP thread inlet and outlet. Internal parts shall be stainless steel and neoprene. Antidrain valves shall be field adjustable against drain out from 1.5 m to 12 m (5’ to 40’) of head. All sprinkler heads that are without valves in the heads are to have an antidrain valve feature and shall have an excess flow feature, which will automatically stop the flow of water when it exceeds the GPM preset by the manufacturer. Check valves shall be King Bros., Rainbird, or approved equal. SECTION 213 - ENGINEERING FABRICS 213-2 GEOTEXTILES. 213-2.1 General. Table 21 3-2.1 (A) Add the following: Geotextile types shall be used for the applications listed in Table 21 3-2.1 (A) GEOTEXTILE APPLICATIONS _. 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. 4- %#Revised: 10/08/03 Contract No. 38891C 81 3910 Paae 91 of 114 Paaes 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 bome by the Contractor and no additional payment therefor 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 made at the contract lump sum price for clearing and grubbing within the project limits and at stockpile locations and no other payments will be made. Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump-sum bid for Clearing and Grubbing, and no additional payment will be made. 300-3 STRUCTURE EXCAVATION AND BACKFILL 300-3.1 General. add the following: The Contractor shall excavate to the lines and levels required and/or shown on the Drawings. The Contractor shall provide all shoring, bracing, cribbing, pumping, and planking required. The Contractor shall excavate and maintain the bottom of all trenches in a condition that is level, firm, clean and free from all debris or foreign matter. Excavations shall be kept free from water at all times. The Contractor shall remove any unsuitable material encountered below grade as directed by the Engineer 300-4 UNCLASSIFIED FILL 300-4.2 Preparation of Fill Areas. add the following: Except as provided in section 300-4.7, “Compaction”, areas proposed for improvements all fill (including backfill and scarified ground surfaces) shall be compacted by the Contractor to no less than 90 percent of maximum dry density as determined in accordance with ASTM Test Procedure D1557-91. 300-4.4 Benching. add the following: Benching shall conform to the ~~tans”s~~~fl~o~fh~‘p~~~~ Cnntract Rln RRARI C XI 391 0 Pane 97 nf 114 Panes ~ 300-4.6 Application of Water. add the following: The Contractor shall place all fill soil at a moisture content no less than one (1) percent below optimum moisture as determined by ASTM test D-1557- 91. Tests Test Method No. R-value Calif. 301 Expansion Index UBC Standard 18-2 Plasticity Index ASTM D 424 Sieve Analysis ASTM D 422 300-4.7 Compaction. add the following: The Contractor shall compact all fill soils placed within the top 1 m (3’) of roadway subgrade to a minimum of 95 percent relative compaction. On all areas to receive planting, the top 150 mm (6”) shall be compacted to 85%, +2% -5%, to allow for plant growth. 300-4.8 Slopes. add the following: Feathering of fill over the tops of slopes will not be permitted. The Contractor shall compact the faces of fill slopes with a sheep’s foot roller at vertical intervals no greater than 600 mm (2’) or shall be built and cut back to finish grade. In addition, if not over built and cut back, the face of the slope shall be track walked upon completion. Requirements 40 Min. 10 Max. 4 Max. Percent Passing 75p (No. 200) 15 Max. 300-4.9 Measurement and Payment. delete and substitute the following: Unclassified fill, grading, shaping, compacting or consolidating, slope rounding, construction of transitions and all work included in and incidental to Section 300-4, “Unclassified Fill” will be paid for as a part of site work, and no additional payment will be made therefore. 300-5 BORROW EXCAVATION. Add the following section: 300-5.2.1 Imported Borrow Properties. The Contractor shall provide imported borrow that is clean well graded soil consisting of material conforming to all of the requirements in Table 300- 5.2.1(A) and the following requirements. Rock included in the top I m (3’) of imported borrow shall be particles of less than 75 mm (3”). Rock included below the top 1 m (3’) of imported borrow shall be particles of less than 150 mm (6”). - TABLE 300-5.2.1 (A) 300-9 GEOTEXTILES FOR EROSION CONTROL. Modify as follows: 300-9 GEOTEXTILES FOR EROSION CONTROL AND WATER POLLUTION CONTROL. Add the following section: 300-9.2 General. The Contractor shall provide erosion control and water pollution control conforming to the requirements shown on the plans, as specified herein, and as elsewhere required by the Contract Documents. Erosion control and water pollution control shall include the work specified herein, and such additional measures, as may be directed by the Engineer, to meet Best Management Practices, as defined herein, and to properly control erosion and storm water damage to the limits of work and construction impacts upon areas receiving drainage flows from within the limits of work. Add the following section: 300-9.2.1 Grading Controls. The Contractor shall protect all areas that have been graded and/or cleared and grubbed as well as areas that have not been graded and/or cleared and grubbed within the limits of work from erosion. The Contractor shall provide temporary earth berms, gravel bags, silt fences, stabilized construction entrances and similar measures, coordinated with its construction procedures, as necessary and as shown on the plans to contml on site and off site erosion during the construction period. The Contractor will be required to protect areas which have been cleared and grubbed prior to excavation or embankment operations, and which are subject to runoff during the duration of the contract. The criteria used to determine the appropriate erosion control measures Cnntract Nn. 2RR9lC A 2910 Pane 93 of 114 Paaes ” . ., . .. . , . ..* . , - shall be the “Best Management Practices”, hereinafter BMP, defined and described in the, “California Storm Water Best Management Handbook, Construction Activity”, latest edition as published by the Storm Water Quality Task Force. The Contractor shall maintain a copy of the “California Storm Water Best Management Handbook, Construction Activity“, latest edition on the project site and shall conduct its operations in conformity to said Handbook. Temporary erosion control measures provided by the Contractor shall include, but not be limited to, the following: a) Embankment areas, while being brought up to grade and during periods of completion prior to final roadbed construction, shall be graded so as to direct runoff into impoundment areas within the limits of work where such runoff shall have pollutants removed by BMP methods . b) The Contractor shall provide protection by BMP measures to eliminate erosion and the siltation of downstream facilities and adjacent areas. These measures shall include, but shall not be limited to: temporary down drains, either in the form of pipes or paved ditches with protected outfall berms; graded berms around areas to eliminate erosion of embankment slopes by surface runoff; confined ponding areas to desilt runoff; and to desilt runoff. c) Excavation areas, while being brought to grade, shall be protected from erosion and the resulting siltation of downstream facilities and adjacent areas by the use of BMP measures. These measures shall include, but shall not be limited to, methods shown on the plans and described herein. 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 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. Relative Compaction. SECTION 302 - ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT. 302-5.1 General. add the following: The Contractor shall treat all vegetation within the limits of the paved area to receive asphalt concrete paving with a post emergent herbicide. Herbicide shall be applied at least 2 (two) working days prior to paving the area. Allowance for the two day period shall be shown in the schedule required per section 6-1. 302-5.2.5 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 tempomry 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 appmved by the Engineer. 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, Cnntrnct Nn 3A891 C A 391 r) Pam Q4 nf 114 Panes -_ 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. The surface course shall be 25 mm (1”) thick. Leveling courses will be required in a variable thickness pavement section. 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. Add the following section: 302-9 ASPHALT PAVEMENT REPAIRS AND REMEDIATION Add the following section. 302-9.1 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-1 h emulsified asphalt and the placement of asphalt concrete base and wearing courses as specified herein Add the following section. 302-9.2 Full Depth Asphalt Concrete Patch. Full depth asphalt concrete patch shall consist of removing asphalt concrete and/or aggregate baselsubgrade to 300 mm (1 ’) below existing asphalt surface and 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 basekubgrade shall be straight and vertical. The Contractor shall compact the upper 300mm (1’) of subgrade to 95% relative compaction. A tack coat of SS-lh emulsified asphalt shall be applied uniformly to all asphalt to asphalt contact surfaces at a rate of 0.25 Um2 to 0.45 Um2 (0.05 to 0.lOgallons per square yard) in accordance with subsection 302-5.4, SSPWC. The Contractor shall fill and compact areas designated to be removed with 300 mm (1.0’) 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. 302-9.3 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 omlap onto adjacent pavement. Contract No. 38891C & 3910 Paae 95 of 114 Paaes _- Soil Amendment Metric Application Rate Agricultural Gypsum 500 g per square meter Iron Sulfate 50 g per square meter Calcium Carbonate Lime 500 g per square meter Organic Soil Amendment 0.041 15 cubic meters per square meter (average depth 41 mm) SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATION 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 ’/() 308-2 EARTHWORK AND TOPSOIL PLACEMENT Soil Property Acceptable Range Test Method PH 6.5 to 7.3 Saturation Paste pH Dissolved Salts < 4.0 dS m” Saturation Paste Repeatability Range of Test k 0.1 pH f 7% me) Liauid Limit Plasticitv Index I NPto 10 IASTM D424 I+ 2 Soluble Salts N/A to 30 ASTM D 423 *2 <$Revised: 10/08/03 Contract No. 38891C & 3910 Paae 96 of 114 Pages Sieve Siize I 9 mm (3/4n) 9.5 mm (3/8n) 4.75 mm (No. 4) 1.89 mm (No. IO) 475 pm (No. 40) 75 km (No. 200) 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 124-6 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. Percent Passing 100 95 - 100 60 - 85 40 - 75 35 - 70 30 - 70 308-2.4 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 until 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. 308-4.2 Protection and Storage. add the following: The Contractor shall submit a sheltered and secure location for on-site plant storage area for the Engineer‘s approval prior to the delivery of any plant materials. Any plant determined by the Engineer to be wilted, broken, or otherwise damaged shall be rejected at any time during the project, whether in the ground or not. All plants shall be handled by their containers. Any plant that has been handled by its trunk or stem shall be rejected. All rejected plants shall be removed from the site immediately. 308-4.3 Layout and Plant Location. modify as follows: Planting areas shall be staked by the Contractor and the Contractor shall obtain the Engineer’s approval of the planting layout before planting operations begin. 308-4.5 Tree and Shrub Planting. add the following: The Contractor shall amend the backfill for planting holes to a thoroughly blended mixture of clean loamy soil meeting the requirements of Tables 308-2.3.2(B) and 308-2.3.2(C) and then blend the amendments listed in Table 3084.5(A) into - - the backfill for planting holes. TABLE 308-4.5(A) BACKFILL AND AMENDMENTS FOR TREE AND SHRUB PLANTING I size container I size container ' Planting tablet requirements are not cumulative and apply to the size container indicated Pruning shall be limited to the minimum necessary to remove injured twigs and branches, and to compensate for loss of roots during transplanting, but never to exceed one-tenth the branching structure. Pruning may be done only with the approval of, and in the presence of, the Engineer. Cuts over 19 mm (W) shall be painted with an approved tree wound paint. Add the following section, 308-4.1 0 Erosion Control Matting Installation I Add the following section, 308-4.1 0.1 General. Before installation of erosion control matting the Contractor shall complete all soil preparation, fine grading, and hydroseeding of the areas to receive erosion control matting. Add the following section: 308-4.10.2 Coordination with Hydroseeding. Erosion control matting shall be installed by the Contractor immediately after the first application of hydroseed materials. In all cases the Contractor shall place the erosion control matting within three days after the first hydroseed material application. Should any seed in the hydroseed materials begin to germinate within the threeday 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 5. Erosion control mat so stapled shall be spaced such that no less than 1 % staples per square .- lines of staples in horizontal lines spaced 900mm (3') on centers. meter (1 '/2 staples per square yard) are provided to anchor the erosion control matting. I 6. Start the adjacent erosion control mat as in Item 1. of this section, overlapping the previously 7. Staple placement may be such as to use the staples used to secure the adjacent mat to secure placed mat by no less than 50 mm (2“). both mats along their edges. 308-5 IRRIGATION SYSTEM INSTALLATION. 308-5.1 General. add the following: The Contractor shall apply irrigation water as often and in sufficient amounts, as conditions may require, to germinate and establish the seed and keep the container plants healthy and growing. The Contractor shall lay out lines, valves, and other underground utilities and receive the approval of the Engineer before digging trenches. The Contractor shall be responsible for damages caused by its operations. Connections shall be made at approximately the locations shown on the drawings. The Contractor shall be responsible for unapproved changes. Permission to shut off any existing in-use water lines must be obtained 48 hours in advance, as to the date, time and exact length of time of each shut-off. The Contractor shall demonstrate that the entire irrigation system is under full automatic operation for a period of seven days prior to any planting. 308-5.2 Irrigation Pipeline Installation. add the following: The Contractor shall install all pressure main line piping from the irrigation system so as to maintain 3.1 m (IO’) minimum horizontal separation from all potable water piping. Where reclaimed and potable water pressure mainline piping cross, the reclaimed water piping shall be installed below the potable water piping, sleeved in a pressure rating of 200 PSI SDR 21 “Alertline” PVC sleeve which extends a minimum of 3.1 m (IO’) on either side of the potable water piping and be located to provide a minimum vertical clearance of 300 mm (12”) between the reclaimed and potable water lines. Conventional (white) PVC pipe Schedule 40 may be used for sleeving material if it is taped along its entire length with 75 mm (3) wide purple warning tape which reads “Caution Reclaimed Water“. - For trenching through areas where topsoil has been spread, the Contractor shall deposit topsoil on one side of trench and subsoil on opposite side. Subsoil shall be free of all rocks 13 mm (%“) in diameter or larger, debris, and litter, prior to use as backfill. The Contractor shall repair any leaks and replace all defective pipe or fittings until lines meet test requirements. The Contractor shall not cover any lines until they have been inspected and approved by the Engineer for tightness, quality of workmanship, and materials. The Contractor shall not be backfill trenches until all required tests and observations are performed. Observations include sprinkler heads, all fittings, lateral and mainline pipe, valves, and direct burial wire. 308-5.2.3 Plastic Pipeline. add the following: The Contractor shall store all pipe and fittings under cover until used, and all pipe and fittings shall transported in a vehicle with a bed long enough to allow the length of pipe to lay flat so as not to be subjected to undue bending or concentrated external load at any point. Pipe ends and fittings shall be wiped with MEK, or equal, before welding solvent is applied. Welded joints shall be given a minimum of 15 minutes to set before moving or handling. All field cuts shall be beveled to remove burrs and excess before fitting and gluing together. The Contractor shall center load pipe with small amount of backfill to prevent arching and slipping under pressure. Joints shall be exposed for inspection during testing. Plastic-to-plastic joints shall be solvent-welded, using only solvent recommended by pipe manufacturer. Add the following section: 308-5.4.5 Drip Assembly. The Contractor shall install drip emitter filter on the supply side of all electric pressure regulating control valve for all emitter systems. The Contractor shall install a flush valve on the discharge side of all drip laterals. 308-6 MAINTENANCE AND PLANT ESTABLISHMENT. Add the following: For hydroseeded ~ .. , ,. ,,.”,. ... .~... . , .. .. . . .. ... ~ . , . , .. . - ,.j I. I areas, median planting and mitigation area, The Contractor shall maintain said areas for period of no less than I20 days or until final acceptance of the project, whichever is the greater. Mowing is not required for hydroseeded areas. The Contractor shall provide complete landscape maintenance of all planted areas. The work shall include, but not be limited to, watering, litter control, weed control, stake repair, cultivating, supplementary fertilization, repair of irrigation systems, and control of diseases and pests. The Contractor shall submit a written plan to control weeds, disease, and pest infestations in the planting areas. The submittal shall conform to the requirements for shop drawings as specified in section 2-5.3 et seq. of the specifications. The Engineer shall approve all methods and materials for such control. Upon approval, the Contractor shall implement the control measures, exercising extreme caution in using pesticides and taking all steps to ensure the safety of the public. Only licensed personnel will be permitted to perform toxic spraying work. During the plant establishment period, the Contractor shall furnish sufficient workers and equipment on a daily basis to perform the work required by this section. Any day when the Contractor fails to adequately cany out specified maintenance work, as determined necessary by the Engineer, will not be credited as one of the plant establishment days. All planting areas which are damaged by construction shall be repaired by the Contractor within twenty (20) days following completion of construction in such. The Contractor shall repair such damaged areas. The repair shall consist of bringing the damaged area back to final grade, preparing the soil, replanting the area with the same vegetation as originally specified, and maintaining the area to achieve acceptable plant establishment. The Contractor shall provide temporary irrigation for hydroseeded areas for a minimum of 120 days to ensure adequate plant establishment. Towards the end of the maintenance period, the Contractor shall gradually reduce the amount of irrigation to allow plant adaptation to non-irrigated conditions. Upon the approval of the engineer, the temporary irrigation system shall be shut off at the end of the - maintenance period. The hydroseeded areas must have their growth of 80% established and the coverage must be evenly successful over the entire hydroseeded area and adequate to prevent erosion no less than 30 days before the end of the maintenance period. Should the coverage not be achieved the maintenance period shall be extended until the required coverage is achieved plus an additional 30 day period. The Contractor shall call for a final inspection 30 days before the end of the maintenance period and at the end of the maintenance period. Failure to pass inspection will result in an extension of the maintenance period. The Contractor shall continue to provide maintenance for such time necessary to obtain conformance to the specifications. 308-7 GUARANTEE. Add following: The Contractor shall guarantee all 600 mm (24) box trees installed under the contract to live and grow for one year from the day of final acceptance of the contract work. The Contractor shall guarantee all other plant material, including ground covers to live and grow for a period of 30 days from the last day of the maintenance period or final acceptance of the contract work, whichever is the later. The Contractor shall replace, at its expense, all plant material found to be dead, missing, or in poor condition during the maintenance period within 5 days of discovery of such plant material. The Engineer shall be the sole judge as to the condition of the plant material. Plant material found to be dead or in poor condition within the guarantee period shall be replaced by the Contractor, at its expense, within 15 days of written notification. Replacements shall be made to the same specifications required for the original plantings. The Contractor shall submit written vegetation, planting and irrigation guarantee in approved form that all work showing defects in materials or workmanship will be repaired or replaced at no cost to the Engineer for a period of one year from the date of acceptance by the Engineer. The Guarantee form shall be retyped on the Contractor‘s letterhead and contain the following verbiage: .- “Guarantee For Vegetation, Planting and Irrigation System For (Project Name) We hereby guarantee that the vegetation, planting and irrigation system we have furnished and installed for (project name) is free from defects in materials and workmanship, and the work has been completed in accordance with the drawings and specifications. We agree to repair or replace I any defect in vegetation, material or workmanship, including that due to ordinary wear and tear, which may develop during the periods specified in section 308-7 of the Standard Specifications and the Special Provisions of said project from date of completion of the Work or termination of any maintenance period, whichever is the later, and also to repair or replace any damage resulting from the repairing or replacing of such defects at no additional cost to the Agency. . This guarantee does not extend to unusual abuse or neglect that may occur subsequent to the date of completion of the Work or termination of any maintenance period, whichever is the later. We shall make such repairs or replacements within a reasonable time, as determined by the Engineer, after receipt of written notice. In the event of failure to make such repairs or replacements within a reasonable time after receipt of written notice from the Engineer, we authorize the Engineer to proceed to have said repairs or replacements made at our expense, and we will pay the costs and charges therefore upon demand. Project: (Project Name). Location: (Legal Description of Pmject Propedy) Name of Contractor: Address: (Of Contractor) Telephone: : (Of Contractor) By: (Typed or printed names of signing Officer(s) of the Contractor authorized to bind the Contractor in legal matters) Title: (Of said ofketfs)) Signature(s) Date of Execution:" - Add the following section: 308-7.1 Record Drawings. In addition to the requirements of section 2-5.4, herein, the Contractor shall prepare record drawings that show all changes in the work constituting departures from the original contract drawings, including those involving both constant-pressure and intermittent-pressure lines and appurtenances. The Contractor shall accurately record, on a daily basis, on one set of blue line prints of the irrigation drawings, all changes in work constituting departures from the original contract drawings, including changes in both pressure and nonpressure line. The Contractor shall post information on record drawings no later than the next working day after the work is installed. The Contractor shall record changes and dimensions in a legible and professional manner. When the drawings are approved by the Engineer the Contractor shall transfer all information to a set of reproducible photo mylar drawings. Items required to be shown shall be dimensioned by the Contractor from two permanent points of reference (buildings, monuments, sidewalks, curbs, pavement). The accuracy of location of all items to be shown on the drawings shall be 150 mm (6") in both the vertical and horizontal planes. All text and numerals placed on drawings shall be 0.30 mm ('/e") in size. Facilities and items to be located in their horizontal and vertical positions and shown on the record drawings include all: Point(s) of connection, for water and electrical services Routing of irrigation pressure mainlines Backflow preventors Ball, gate and check valves Irrigation control valves. Quick coupler valves Routing of service wires Routing of control wires Electrical service equipment Electrical junction boxes Irrigation controllers Sleeves for future connections Contract No. 38891 C A 391 0 Paae 101 of 1 14 Paaes m) Other equipment of a similar nature (as directed by the Engineer). The Contractor shall keep the blue print drawings available for the Engineer's inspection at any time. The Contractor shall make all changes to reproducible drawings in waterproof black ink (no ball point pen). Changes in dimensions shall be recorded in a legible and professional manner. Record construction drawings shall be maintained at the job site during construction. The Contractor shall provide one set of mylar "record" drawings to the Engineer after submitting blueline prints of the proposed "record" drawings for, and obtaining their approval by, the Engineer. SECTION 310 - PAINTING 310-5 PANTING VARIOUS SURFACES. 310-5.6 Painting Traffic Striping, Pavement Markings and Curb Markings. Modify the fifth paragraph as follows: The Contractor shall furnish all equipment, materials, labor, and supervision necessary for painting traffic lanes, directional arrows, guidelines, curbs, parking lines, crosswalks, and other designated markings in accordance with the Plans, or for approved temporary detours essential for safe control of traffic through and around the construction site. The Contractor shall remove by wet grinding all existing or temporary traffic markings and lines that may confuse the public. When temporary detour striping or markings are no longer required, they shall be removed prior to painting the new traffic stripes or markings. 31 0-5.6.3 Equipment. Delete the ninth paragraph and substitute the following: The Contractor shall provide a wet grinding machine with sufficient capacity to completely remove all existing or temporary traffic striping or markings that conflict with the striping plan, or are contrary to the Traffic Manual, or that may be confusing to the public. The surface produced by grinding the existing or temporary traffic striping or markings on pavement shall not exceed variations from a uniform plane more than 3 mm ('/s") in 3 m (IO') when measured parallel to the centerline of the street or more than 6 mm 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. 31 0-5.6.6 Preparation of Existing Surfaces. Modify the first paragraph as follows: The Contractor shall remove all existing markings and striping, either permanent or temporary, which are to be abandoned, obliterated or that conflict with the plans by wet grinding methods. Removal of 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 (I/ 2 inch in 50 feet) by wet grinding, and then correcting the markings. The Contractor shall lay out (cat track) immediately behind installation of surface course asphalt and as the mrk progresses. %#Revised: 10/08/03 Contract No. 3889 1 C & 39 10 Paae 102 of 1 14 Paaes x 310-5.6.8 Application of Paint. Modify the second paragraph as follows: The Contractor shall apply the first coat of paint immediately upon approval of striping layout by the Engineer. The Contractor shall paint the ends of each median nose yellow. Add the following to the eighth paragraph: The Contractor shall apply temporary traffic stripes in one coat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are clearly visible both day and night. 310-5.6.10 Measurement and Payment. Modify the first paragraph as follows: Final and temporary traffic striping, curb markings and pavement markings as shown on the plans and required by the specifications shall be included in the lump-sum price bid for temporary and final traffic striping, and no additional compensation will be allowed therefor. Reapplication of temporary stripes and markings shall be repainted at the Contractor's expense, and no additional compensation will be allowed therefor. The lump sum prices bid shall include all labor, tools, equipment, materials, and incidentals for doing all work in installing the final and temporary traffic striping. Add the following Section: 310-7 PERMANENT SIGNING Add the following Section: 310-7.1 General. Add the following section: The Contractor shall provide and install all permanent traffic control signs at locations shown on plans and as specified herein. Add the following section: 31 0-7.2 Measurement And Payment. Permanent signing and appurtenances thereto shown on the plans or required in the specifications are a part of the lump-sum item for permanent signing and payment therefor shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in supplying and installing permanent signing and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer. SECTION 313 - TEMPORARY TRAFFIC CONTROL DEVICES Add the following section: 313-1 TEMPORARY TRAFFIC PAVEMENT MARKERS. Add the following section: 313-1 .I General. The Contractor shall supply and install temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances at the locations shown on the plans and as required in the specifications, complete in place prior to opening the traveled way served by said final and temporary traffic pavement markers, signing, railing (type K) and appurtenances to public traffic. 31 3-1.2 Temporary Pavement Markers. Temporary reflective raised pavement markers shall be placed in accordance with the manufacturer's instructions. Temporary reflective raised pavement markers shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place temporary reflective raised pavement markers in areas where removal of the markers will be required. Pavement striping, legends and markers which conflict with any traffic pattern shall be removed by grinding as determined by the Engineer. The Contractor shall use temporary reflective raised pavement markers for temporary pavement marking, except when the temporary pavement markers are used to replace patterns of temporary traffic stripe that will be in place for less than 30 days. Reflective pavement markers used in place of 4- %#Revised: 10/08/03 Contract No. 38891C & 3910 Paae 103 of 1 I4 Paaes the removable-type pavement markers shall conform to the section 312 “Pavement Marker Placement and Removal”, except the 14-day waiting period before placing the pavement markers on new asphalt concrete surfacing as specified in section 312-1 “Placement”, shall not apply; and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Add the following section: 313-1.3 Channelizers. Channelizers shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Channelizer posts shall be orange in color. Channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm (3” x 12”) in size. The reflective sheeting shall be visible at 300 m (1000’) at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. The channelizer bases shall be cemented to the pavement in the same manner as provided for cementing pavement markers to pavement in section 312-1, “Placement.” Channelizers shall be applied only on a clean, dry surface. Channelizers shall be placed on the alignment and location shown on the plans and as directed by the Engineer. The channelizers shall be placed uniformly, straight on tangent alignment and on a true arc on curved alignment. All layout work necessary to place the channelizers to the proper alignment shall be performed by the Contractor. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of section 4-1.5, “Certification”. Said certificate shall certify that the channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the Engineer and were manufactured in accordance with a quality control program approved by the Engineer. Add the following section: - 313-2 TEMPORARY TRAFFIC SIGNING. Add the following section: 313-2.1 General. The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on plans and specified herein. Add the following section: 313-2.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original approved locations. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and readable condition. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of such marking being discovered during non-working hours or, when the marking is discovered during working hours, within 2 hours of such discovery of marking. Add the following section: 313-3 TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS. Add the following section: 313-3.1 Temporary Railing and Crash Cushions. Temporary railing (Type K) shall consist of interconnected new or undamaged used precast concrete barrier units as shown on the plans. Temporary sand-filled crash cushions shall consist of new or undamaged used temporary sand-filled crash cushions units as shown on the plans. 313-3.1.1 Appearance. Exposed surfaces of new and used units of Temporary railing (Type K) shall be freshly coated with a white color paint prior to their first use on ’the project. The paint shall conform to the provisions in sections 21 0-1.5 “Paint Systems” and 31 0 “Painting”. Contractor shall be responsible for the removal and cleanup or painting over the graffiti from the K-Rails within 48 hours. The Contractor Shall replace or repaint units of Temporary railing (Type K) or shall remove graffiti, tire or vehicle marks, dirt or any and all materials such that said marks or discoloration mar the appearance of said units when ordered by the Engineer after the units are in place. em 6SRevised: 10/08/03 Contract No. 38891C & 3910 Page 104 of 1 14 Pages - 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 3f/A 36M, shall have a minimum length of 660 mm and3 shall have a 75 mm (3”) diameter by 9 mm ( 18’’) thick plate welded on the upper end with a 5-mm ( /161’) fillet weld. The final surface finish of temporary railings (Type K) shall conform to the provisions in section 303-1.9.2 “Ordinary Surface Finish.” Exposed surfaces of concrete elements shall be cured by the water method, the forms-in-place method, or the pigmented curing compound method. The pigmented curing compound shall be type 2 curing compound. Temporary railing (Type K) may have the Contractor‘s name or logo on each panel. The name or logo shall not be more than 100 mm in height and shall be located not more than 300 mm above the bottom of the rail panel. Add the following section. 313-3.1.3 Installation of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be installed per CALTRANS Standard Drawing T3. Temporary railing (Type K) shall be set on firm, stable foundation. The foundation shall be graded to provide a uniform bearing throughout the entire length of the railing. Abutting ends of precast concrete units shall be placed and maintained in alignment without substantial offset to each other. The precast concrete units shall be positioned straight on tangent alignment and on a true arc on curved alignment Each rail unit placed within 3 m (IO’) of a traffic lane shall have a reflector installed on top of the rail as directed by the Engineer. Reflectors and adhesive will be furnished by the Contractor. A Type P marker panel conforming to the requirements of the CALTRANS Traffic Manual shall also be installed at each end of railing installed adjacent to a two-lane, two-way highway and at the end facing traffic of railing installed adjacent to a one-way roadbed. If the railing is placed on a skew, the marker shall be installed at the end of the skew nearest the traveled way. Type P marker panels shall conform to the provisions of section 206-7.2, “Temporary Traffic Signs”. Where shown on the plans, threaded rods or dowels shall be bonded in holes drilled in existing concrete. When temporary railings (Type K) are removed, any area where temporary excavation or embankment was used to accommodate the temporary railing shall be restored to its previous condition, or constructed to its planned condition. Add the following section: 313-3.2 Temporary Sand-Filled Crash Cushions. Temporary sand-filled crash cushion units shall be “Energite Ill” 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 DrawingsTl and T2 for approach speeds no less than the posted speed of the street prior to construction or 55 kilometers per hour (35 mph), whichever is the greater. The TSFCC array shall be appropriate to the application as shown on said standard drawings. A Type J and/or P marker panel conforming to the requirements of the CALTRANS Traffic Manual shall also be installed at each TSFCC array as shown in CALTRANS Standard Drawings T1 and T2. Particular care shall be taken to assure that crash cushions are installed with the soil supporting them and the adjacent soil leveled to match the elevation of the bottom of the temporary railing immediately adjacent to the crash cushion. All routes of approach to the TSCFF array shall be graded such that any vehicle diverging from the travelled way to strike the TSCFF will travel on a vertical alignment parallel to the segment of the travel lane that it departed from. I b Revised: 10/08/03 Contract No. 38891C & 3910 Page 105 of 11 4 Pages . . , , I , . . _I- . .... l".l". ... ,.~.. , .- . .,. ,., . . Add the following section: 313-4 MEASUREMENT AND PAYMENT. Temporary traffic pavement markers, temporary channelizers, temporary signing, temporary railing (type K), temporary crash cushions and temporary appurtenances thereto shown on the plans or required in the specifications are a part of the lump- sum item for traffic control and payment therefor shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in applying, installing, maintaining, and removing temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer. Payment for temporary crash cushions, concrete barriers and the signs and reflectors marking them shall include the installation, grading for installation, grading for the approach path, maintenance, painting and re-painting, replacement of damaged units and removal and shall also be included in the lump-sum price bid for traffic control. Payment for relocation of K-rails and crash cushions when not shown on the plans and requested by the Engineer shall be made per section 3-3, Extra Work, SSPWC. ,- e% %Revised: 1 0/08/03 Contract No. 38891 C & 391 0 Paae 106 of 114 Pages SUPPLEMENTAL PROVISIONS FOR ENCINA BASIN WATER RECLAMATION PROGRAM, PHASE II BRESSI RECYCLED AND POTABLE WATER PUMP STATIONS CONTRACT NO. 38891 SPECIAL CONSTRUCTION PROVISIONS 1. Work Site The Contract work site is located in the City of Carlsbad as shown on Sheet 1 of the Construction Drawings. The Bressi Recycled and Potable Water Pump Stations site is located on the southeast corner of the intersection of Palomar Airport Road and El Camino Real. Bidders shall review the project site prior to submitting a bid. 2. Storage of Materials and Equipment Contractor shall not store materials or equipment on private or public property without written permission from the affected property owners approving such use. Said written permission shall be submitted to Owner prior to Contractor moving materials or equipment onto site. Contractor's equipment shall be removed from public or private right-of-way and placed in the Contractor's designated storage areas at the end of each work day. Contractor may utilize the Bressi Pump Station site and portion of adjacent lot for storage of materials and equipment, as shown on the Construction Drawings. All storage locations shall be approved by the Owner. Refer to Section 7-1.1, Staging and Stockpiling Areas, for further information. 3. Earthwork and Soil Compaction Tests Earthwork shall be performed in accordance with the Earthwork Specification Sections 02223 and 02300, except as modified herein or on the Contract Drawings. Contractor shall notify Owner when any work is complete and ready for compaction testing. After such notification, Owner will have all necessary tests made, by a Soils Engineer of his choosing, and Owner will pay for all tests which pass. Contractor shall pay for all tests which fail in the course of determining compliance of completed backfill with compaction requirements. Owner will not pay for any preliminary or progress tests; however, Contractor may do so at his own expense. Passing compaction tests will be required prior to construction of any structures. Excavation of native soil and recompaction shall be performed to provide proper foundation for structures as specified on the Drawings. @Revised: 10/08/03 Contract No. 38891C, 3910 Page 107 of 1 14 Pages 4. Preservation of Existing Improvements, Restoration of Work Site and Disposal of Spoil and Waste Materials A. Contractor shall perform his operations so that existing improvements (including roads and other paved surfaces adjacent to or in the vicinity of the work site) are not damaged. Contractor shall repair and restore any disturbed or damaged private or public improvements which results from his operations (except that which is specifically a part of the Contract Work) to the satisfaction of the Owner, or the agency having jurisdiction over said improvements, all at his expense. B. All work sites shall be restored to pre-job conditions and shall meet the requirements of Owner and property owner. Owner is obligated to keep visual impact of the work sites to a minimum; therefore, Contractor is required to restore all areas altered by construction to pre-existing conditions. Such areas shall include, but shall not be limited to; areas used for travel, parking, and storage of vehicles, equipment and materials. C. Contractor shall be responsible for the proper disposal of all waste materials resulting from his operations, including rubbish, packaging materials, discarded equipment parts, and damaged construction materials, in a manner and at locations suitable to the Owner and all health and other regulatory agencies. 5. Specified Model Numbers All model numbers used herein are provided for information only, to assist Contractor in selecting equipment that conforms to specifications. In case of any conflict between model numbers given herein and the descriptive specifications or performance specified, the descriptive specifications and performance specified shall govern. 6. Lateral Design All equipment, its major components, anchorage parts, and bolts shall withstand stresses caused by ground movement (seismic forces) in accordance with the requirements of the Uniform Building Code (1 997 Edition) for Seismic Zone 4, Essential Facilities. Safety factor for overturning shall be I 51. The following factors shall be utilized as defined by said UBC: Na = 1.00 Nv = I .OO Z = 0.40 Ca = 0.40 Cv = 0.56 Ts = 0.560 To = 0.1 12 e= %#Revised: 10/08/03 Contract No. 38891C, 3910 Page 108 of 114 Pages Calculations and anchorage details shall be prepared by State of California licensed ' engineer (civil or structural) and submitted in accordance with General Mechanical and Equipment Specifications for the following equipment: 1. 2. 3. Surge Arrestor Tanks 4. Air Compressors and Receivers Pumping Units (pump and motor). Electrical Switchgear and Motor Control Centers. 7. Location of Equipment and Ambient Environmental Conditions Derating and necessary oversizing to achieve performance shall be incorporated in equipment design. The project site is at an elevation approximately 290' above Mean Sea Level. Maximum design ambient temperature shall be 90°F and minimum design ambient temperature shall be 40°F. Relative humidity may range from 10% to 95%. 8. Equipment Performance Documentation Where performance testing of equipment (field or factory) is specified, the Contractor shall submit to Owner, three copies of performance test results for Owner's review and approval. Performance test data shall demonstrate compliance with the requirements specified in the Contract Documents. Prior to project completion, the Contractor shall combine all such performance test results and data in a standard size, 3-ring, loose leaf, vinyl plastic hard copy binder suitable for bookshelf storage. Each item of equipment shall be properly indexed. For each item of equipment there shall be a brief description of the equipment, description of the test conditions, and performance test results, including performance of the equipment at full load condition. Results shall be submitted to the Owner 60 days prior to project completion. 9. Operation and Maintenance Manuals and Training The Contractor shall provide six (6) approved copies of detailed operations and maintenance (O&M) manuals at least 30 days prior to startup and testing for all mechanical and electrical equipment he furnishes. O&M manuals shall be provided for all equipment and shall be in accordance with requirements specified herein. O&M manuals shall be submitted in accordance with the General Provisions, Section 2-5.3, and shall be subject to approval by the Owner. Each set of O&M Manuals shall consist of one (1) or more volumes, each volume shall be bound in a standard size, 3-ring, loose leaf, vinyl plastic hard cover binder suitable for bookshelf storage. Binder ring size shall not exceed 2.5 inches. Binder(s) shall be provided with the following identification inscribed on the cover(s): "Owner's name, project name, Equipment Operation and Maintenance Manual, Volume No." Each volume shall have a table of contents which indicates all equipment in the O&M manual and tabbed divider sheets placed before each section. The O&M manuals shall include (but not be limited to) the following information: Installation and Operation .- I. Installation instruction 2. Design Capabilities 3. Operating Parameters and recommended ranges Contract No. 38891C, 3910 e= tSRevised: 10/08/03 Page 109 of 114 Pages -- 4. '5. General literature 6. Operating instructions 7. 8. Safety provisions and precautions Specific equipment installed, Model No., Serial No., etc. Special problems or precautions and emergency procedures Maintenance 1. Assembly, Disassembly, and Reassembly 2. 3. Lubrication type and schedule 4. Preventative maintenance schedule 5. Recommended replacement parts inventory 6. Details of calibration and adjustment 7. Wiring diagrams (as installed) 8. Completed maintenance card 9. Equipment warranties IO. Parts list including drawings (blowup drawings preferred) Name, address, and phone number of local parts distributor and service center. The Contractor shall cause the equipment manufacturers to provide experienced and when applicable, factory-trained personnel, to train the Owner's Operation and Maintenance personnel. Training shall include review of the O&M manuals as well as a hands on training period with each piece of equipment listed. No training shall be provided on Mondays or Fridays. The Contractor shall provide a minimum of 14 days advance notice of training sessions. Scheduled training shall be at a time acceptable to the Owner and the Manufacturer. Required training and minimum training time shall be as follows: Equipment Vertical Turbine Pumps Main Service and Motor Control Centers Variable Speed Drives Hydraulic Operated Valves Surge Arrestor Systems Instrumentation and Controls Including System Interactions Ventilation Equipment Minimum Hours 4 2 4 2 2 8 2 The training shall be performed a minimum of I day after the completion ol start-up. The training shall provide the Owner's Operation and Maintenance personnel with sufficient information on the theory, design, operation and maintenance practices (routine monitoring, eyeing abnormal and normal operation, troubleshooting techniques, and preventative and corrective maintenance) to ensure that equipment and systems can be efficiently and effectively operated and maintained upon training completion. A minimum of 10 training manuals shall be provided. A training manual on each piece of equipment listed shall be submitted to the Engineer for approval a minimum of one month prior to training. Training manuals shall include the experience and qualifications of each instructor. The Engineer or his designee will be attending and monitoring training sessions. If any session is deemed Is). tSRevised: 1 0/08/03 Contract No. 38891C, 3910 Page 110 of 114 Pages 10. 11. unacceptable by the Engineer, the contents or instructor shall be changed and the session repeated at no cost to the Owner. Geological Conditions at Work Site A soils investigation dated January 20, 2003 by Mnje & Middleton Engineering, Inc. was performed to evaluate the surface and subsurface conditions at the site in order to provide recommendations for engineering design. The data can be used to assist in bid preparation, but said data shall not be construed as a warranty of the geologic conditions existing at the site. Contractor shall, therefore, satisfy himself with regard to all geologic conditions which may affect Contract Work. Personal investigation by Contractor is mandatory. Contractor may perform excavations on site prior to bid opening. Contact the Owner to arrange for access to site. Excavations shall not be left open more than two hours. Excavations shall be backfilled and compacted as directed by the Owner. Neither the information contained in the Soil Investigation nor that derived from maps, drawings, or from Owner, his agents or employees shall act to relieve Contractor from any responsibility in fulfilling any and all of the terms and requirements specified herein. Said report is available at Owner's office for review by Contractors. Reference Documents The following documents are available at the Owner's office for review by Contractor. These documents provide information relative to existing and proposed facilities. A. B. C. D. E. F. G. H. I. Mass Grading and Erosion Control Plans for Bressi Ranch, Project No. CT00-06, Drawing No. 400-8A. Construction Plans for Point "D" Pressure Reducing Station and Related Pipelines, Project No. 75-106, Drawing No. 8E-B1. Improvement Plans for Palomar Airport Road and El Camino Real (30" Potable Water), Project No. 3341, Drawing No. 314-3. Construction Plans for El Camino Real and Cassia Road 30" and 24" Potable Water Transmission Mains (20" Potable Water), Project No. 34461, Drawing No. 394-1. Construction Plans for El Camino Real and Cassia Road 18"/20" Recycled Water Transmission Mains (20" Recycled Water), Project No. 3887-HI Drawing No. 41 4-4. Improvement Plans for Industrial Park Pipelines (1 6"/27" Recycled Water), Project No. 3887-C, Drawing No. 405-7. Improvement Plans for El Camino Real, Project No. CT00-06, Drawing No. 400-8G. Improvement Plans for Palomar Airport Road, Project No. CT00-06, Drawing No. Improvement Plans for Bressi Ranch Industrial Storm Drains (42" Storm Drain), Project No. CT00-06, Drawing No. 400-8D. 400-8H. e %#Revised: I 0/08/03 Contract No. 38891C, 3910 Page 111 of 114 Pages . .- 12. 13. 14. I- - Safety Requirement of Equipment Furnished by Contractor The equipment furnished by Contractor shall comply with the applicable requirements of the Safety Orders of the Division of Industrial Safety of the State of California. Copies of the Safety Orders as available at the Printing Division, Documents Section, State of California, Sacramento, California 95814. Lubrication Contractor shall lubricate the bearing surfaces of all moving parts. Contractor shall be responsible to furnish lubricants and lubricate all equipment. Contractor is referred to the lubrication requirements specified in the General Mechanical and Equipment Technical Specifications. Prior to start-up, Contractor shall lubricate all equipment and arrange for the respective manufacturer's service engineer to inspect all lubrication. Construction Mitigation Measures In accordance with CEQA requirements, the Contractor shall implement the following mitigation measures to reduce construction impacts: A. B. C. D. E. F. The areas under construction shall be adequately watered throughout each working day to keep dust to a minimum. Watering of the site shall include all areas void of vegetation so that there are no visible signs of dust. Watering shall be performed at least twice daily and more often if dust is observed. Contractor shall comply with all rules and regulations of the Air Pollution Control District of San Diego County. All construction equipment shall be properly maintained and tuned per manufacturer's recommendations to keep air emissions to a minimum. Contractor shall submit verification of same to Owner every six months for each item of equipment on the project site. Project grading shall not occur on days with winds over 20 miles per hour. Temporary drainage controls shall be implemented during construction to prevent storm water flow over graded areas and stock piles so as to cause erosion. If petroleum products are accidentally released to the environment by the Contractor, the area or contamination shall be defined and any contaminated soil or material shall be removed and disposed of legally. Identification, testing, and removal shall be performed by a properly licensed contractor. Contractor shall operate all construction equipment with required noise attenuation devices (such as mufflers) based on the regulations in place at the time of construction. Enforcement shall be accomplished by random field inspections by a qualified noise consultant during construction activities. Services of said consultant shall be paid for by the Contractor. Consultant shall be approved by the Owner. Contractor shall comply with City of Carlsbad, County of San Diego, and Cal OSHA noise regulations and requirements. Contract No. 38891C, 3910 Page 112 of114 Pages .3 Revised: 1 0/08/03 G. In the unlikely event that cultural resources are encountered during construction activities, Contractor shall cease all work in the area of the find and a qualified archaeologist will be brought to the site by Owner to evaluate the find and determine appropriate measures. The archaeologist's recommendations shall be implemented to provide appropriate mitigation for potential impacts. 15. Hydraulic Automatic Control Valves A. General Hydraulic automatic control valves shall be of the piston-type or diaphragm-actuated globe type as specified herein, with ductile iron body and stainless steel trim. Unless othewise shown or specified, the valves shall have a pressure rating of not less than 400 psi, shall have 300 Ib flanges, and shall have all appurtenances to provide the control functions specified. Pilot (hydraulic) control lines shall be copper with isolation valve, needle for adjustable open and close rate, strainers and control valves to provide desired operation. Valves shall be manufactured by Cla-Val Company to match existing equipment and District's parts inventory (no substitutes). B. Pressure Relief Valves Valve shall open, modulate and close to maintain a constant upstream pressure. Valve shall be actuated by line pressure through the pilot control'system. Valve shall provide protection to pumps for discharge pressure control. - 16. Solenoid Valves Solenoid valves shall be of the size, type, and class shown and shall be designed for not less than 300 psi water-working pressure. Valves for water, air, or gas service shall have brass or bronze body with, unless specified otherwise, screwed ends, stainless steel trim and spring, Teflon or other resilient seals with material best suited for the temperature and fluid handled. Solenoid valves in corrosive environment shall have stainless steel bodies. For chemicals and all corrosive fluids, solenoid valves with Teflon bodies and springs or other suitable materials shall be used. General purpose enclosures for indoors shall be NEMA type 2. For explosion proof, corrosive, special purpose, or outdoor locations NEMA type 4, 7, 8, 9, 9E, 9F, or 9G enclosures shall be used, as applicable. All coil ratings shall be for continuous duty. For electrical characteristics see electrical drawings or specifications. For general duty valve shall be as manufactured by Automatic Switch Co. (ASCO), Model "RED HAT", Skinner Valve Division of Honeywell, Model "LANCER", Magnatrol Valve Corporation, or equal. 1.7. Swing Check Valves (3 Inch and Smaller) Swing check valves shall be minimum Class 200 with minimum rated working pressures of 300 psi. Valves shall be bronze construction with screwed ends. Valves shall have a bronze disk, stainless steel or bronze pin, and have a screwed cap to access disk. Swing check valves shall be the product of a single manufacturer and shall be by Milwaukee #508, Stockham #B-345, Powell #560, or equal. e- %#Revised: 10/08/03 Contract No. 38891C, 3910 Page 113 of114 Pages - 18. Silent Check Valves Pumping unit check valves shall be globe style flanged silent check valve type, APCO Series 600, Val Matic Series 1800, Crispin Model GC, or equal. Check valves shall have a service pressure rating of not less than 300 psi and shall be provided with 250 Ib flanges. Check valve shall be of the silent operating type that begins to close as the forward flow velocity diminishes and be fully closed at zero velocity preventing flow reversal and resultant water hammer or shock. Valve design shall incorporate a center guided, spring loaded poppet, guided at opposite ends and having a short linear stroke that generates a flow area at least equal to the pipe. Operation of the valve shall not be affected by the position of installation. It shall be capable of operating in the horizontal or vertical position with the flow up or down. All component parts shall be field replaceable without the need of special tools. A replaceable guide bushing shall be provided and held in position by the valve's spring. The spring shall be designed to withstand 100,000 cycles without failure and exert a force which allows the valve to start operating at a differential pressure of .5 psi and to fully open at a flow velocity of 4 fps. The valve disc shall be concave to the flow direction providing for disc stabilization, maximum strength and a minimal flow velocity to fully open the valve. Valve interior shall be contoured and unrestricted to achieve maximum flow capacity with minimum pressure drop. The valves disc and seat shall be field replaceable and have a seating surface finish of 32 micro-inch or better to insure positive seating at all pressures unless otherwise specified, a buna-n seal shall be furnished to provide zero leakage. The seal design shall provide for both a metal to metal seal and a metal to buna-n seal to achieve resilient sealing at both low and high pressures without overloading or damaging the buna-n seal. Valves shall be hydrostatically tested at 1.5 times their rated working pressure and suitable for field testing at this pressure. Factory testing of each valve supplied shall be required for any manufacturer not specified herein. Valve shall be provided with cast or ductile iron body, bronze plug and seat, and stainless steel spring. Contractor shall furnish connecting pipe with flat face flange, full face gaskets and a rating internal diameter as recommended by the valve manufacturer. ,- e= %#Revised: 10/08/03 Contract No. 38891 C, 391 0 Page 114 of 114 Pages STATE WATER RESOURCES CONTROL BOARD CONTRACT REQUIREMENTS c STATE WATER RESOURCES CONTROL BOARD CONTRACT REQUIREMENTS 1 - STATE WAGE RATE CLAUSES (Facilities Plan Approval after June 18,1998, Federal Wage Rates are not reauired) Pursuant to Sections 1720 et seq., and 1770 et seq., of the California Labor Code, the successful bidder shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations for public works projects of more than one thousand dollars ($1,0oO). Copies of such prevailing rate or per diem wage are on file at Jloan recirient’s mincipal office), which copies shall be made available to any interested party on request. The successful bidder shall post a copy of such determinations at each job site. The successful bidder intending to use a craft or classification not shown on the prevailing rate determinations may be required to pay the rate of the craft or classification most closely related to it. 2- LABOR CODE SECTION 1776 COMPLETE PAYROLL RECORDS; CERTIFIED AND AVAILABLE (a) Each contractor andsubcontractor shall keep accurate payroll records, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the public work. Each payroll record shall contain or be verified by a written declaration that it is made under penalty of perjury, stating both of the following: (1) The information contained in the payroll record is true and correct. (2) The employer has complied with the requirements of Sections 1771,181 1, and 1815 for any work performed by his or her employees on the public works project. (b) The payroll records enumerated under subdivision (a) shall be certified and shall be available for inspection at all reasonable hours at the principal office of the contractor on the following basis: (1) A certified copy of an employee’s payroll record shall be made available for inspection or furnished to the employee or his or her authorized representative on request. furnished upon request to a representative of the body awarding the contract, the Division of Labor Standards Enforcement, and the Division of Apprenticeship Standards of the Department of Industrial Relations. (3) A certified copy of all payroll records enumerated in subdivision (a) shall be made available upon request by the public for inspection or for copies thereof. However, a request by the public shall be made through either the body awarding the contract, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement. If the requested payroll records have not been provided pursuant to paragraph (2), the requesting party shall, prior to being provided the records, reimburse the costs of preparation by the contractor, subcontractors, and the entity through which the request was made. The public shall not be given access to the records at the principal office of the contractor. (2) A certified copy of all payroll records enumerated in subdivision (a) shall be made available for inspection or (c) The certified payroll records shall be on forms provided by the Division of Labor Standards Enforcement or shall contain the same information as the forms provided by the division. (d) A contractor or subcontractor shall file a certified copy of the records enumerated in subdivision (a) with the entity that requested the records within 10 days after receipt of a written request. -_ BP-14 Issue Date: November 7,2003 State Revolving Fund Loan Program CCR ana! Boilerplate (e) Any copy of records made available for inspection as copies and furnished upon request to the public or any public agency by the awarding body, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement shall be marked or obliterated to prevent disclosure of an individual's name, address, and social security number. The name and address of the contractor awarded the contract or the subcontractor performing the contract shall not be marked or obliterated. Any copy of records made available for inspection by, or furnished to, a joint labor-management committee established pursuant to the federal Labor Management Cooperation Act of 1978 (Section 175a of Title 29 of the United Stales Code) shall be marked or obliterated only to prevent disclosure of an individual's name and social security number. A joint labor management committee may maintain an action in a court of competent jurisdiction against an employer who fails to comply with Section 1774. The court may award restitution to an employee for unpaid wages and may award the joint labor management committee reasonable attorney's fee and costs incurred in maintaining the action. An action under this subdivision may not be based on the employer's misclassification of the craft of a worker on its certified payroll records. Nothing in this subdivision limits any other available remedies for a violation of this chapter. (f) The contractor shall inform the body awarding the contract of the location of the records enumerated under subdivision (a), including the street address, city and county, and shall, within five working days, provide a notice of a change of location and address. (g) The contractor or subcontractor shall have 10 days in which to comply subsequent to receipt of a written notice requesting the records enumerated in subdivision (a). In the event that the contractor or subcontractor fails to comply within the 10-day period, he or she shall, as a penalty to the state or political subdivision on whose behalf the contract is made or awarded, forfeit twenty-five dollars ($25) for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, these penalties shall be withheld from progress payments then due. A contractor is not subject to a penalty assessment pursuant to this section due to the failure of a subcontractor to comply with this section. (h) The body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this section. (i) The director shall adopt rules consistent with the California Public Records Act, (Chapter 3.5 (commencing with Section 6250), Division 7, Title 1, Government Code) and the Information Practices Act of 1977, (Title 1.8 (commencing with Section 1798), Part 4, Division 3, Civil Code) governing the release of these records, including the establishment of reasonable fees to be charged for reproducing copies of records required by this section. 3- LABOR CODE SECTION 1777.5 EMPLOYMENT OF PROPERLY REGISTERED APPRENTICES (a) Nothing in this chapter shall prevent the employment of properly registered apprentices upon public works. (b) Every apprentice employed upon public works shall be paid the prevailing rate of per diem wages for apprentices in the trade to which he or she is registered and shall be employed only at the work of the craft or trade to which he or she is registered. approved by the Chief of the Division of Apprenticeship Standards and who are parties to written apprentice agreements under Chapter 4 (commencing with Section 3070) of Division 3 are eligible to be employed at the apprentice wage rate on public works. The employment and training of each apprentice shall be in accordance with either of the following: (c) Only apprentices, as defined in Section 3077, who are in training under apprenticeship standards that have been (1 ) The apprenticeship standards and apprentice agreements under which he or she is training. (2) The rules and regulations of the California Apprenticeship Council. (d) When the contractor to whom the contract is awarded by the state or any political subdivision, in performing any of the work under the contract, employs workers in any apprenticeable craft or trade, the contractor shall employ apprentices in at least the ratio set forth in this section and may apply to any apprenticeship program in the craft or trade that can provide apprentices to the site of the public work for a certificate approving the contractor under the apprenticeship standards for the employment and training of apprentices in the area or industry affected. However, the decision of the apprenticeship program to approve or deny a certificate shall be subject to review by the Administrator of Apprenticeship. The apprenticeship program or programs, upon approving the contractor, Issue Date: November 7,2003 BP-15 c State Revolving Fund Loan Program CCR and Boilerplate shall mange for the dispatch of apprentices to the contractor. A contractor covered by an apprenticeship program's standards shall not be required to submit any additional application in order to include additional public works contracts under that program. "Apprenticeable craft or trade," as used in this section, means a craft or trade determined as an apprenticeable occupation in accordance with rules and regulations prescribed by the California Apprenticeship Council. As used in this section, "contractor" includes any subcontractor under a contractor who performs any public works not excluded by subdivision (0). information to an applicable apprenticeship program that can supply apprentices to the site of the public work. The information submitted shall include an estimate of journeyman hours to be performed under the contract, the number of apprentices proposed to be employed, and the approximate dates the apprentices would be employed. A copy of this information shall also be submitted to the awarding body if requested by the awarding body. Within 60 days after concluding work on the contract, each contractor and subcontractor shall submit to the awarding body, if requested, and to the apprenticeship program a verified statement of the journeyman and apprentice hours performed on the contract. The information under this subdivision shall be public. The apprenticeship programs shall retain this information for 12 months. (e) Prior to commencing work on a contract for public works, every contractor shall submit contract award I (f) The apprenticeship program that can supply apprentices to the area of the site of the public work shall ensure (8) The ratio of work performed by apprentices to journeymen employed in a particular craft or trade on the public equal employment and affirmative action in apprenticeship for women and minorities. work may be no higher than the ratio stipulated in the apprenticeship standards under which the apprenticeship program operates where the contractor agrees to be bound by those standards, but, except as otherwise provided in this section, in no case shall the ratio bedess than one hour of apprentice work for every five hours of journeyman work. (h) This ratio of apprentice work to journeyman work shall apply during any day or portion of a day when any journeyman is employed at the jobsite and shall be computed on the basis of the hours worked during the day by journeymen so employed. Any work performed by a journeyman in excess of eight hours per day or 40 hours per week shall not be used to calculate the ratio. The contractor shall empIoy apprentices for the number of hours computed as above before the end of the contract or, in the case of a subcontractor, before the end of the subcontract. However, the contractor shall endeavor, to the greatest extent possible, to employ apprentices during the same time period that the journeymen in the same craft or trade are employed at the jobsite. Where an hourly apprenticeship ratio is not feasible for a particular craft or trade, the Chief of the Division of Apprenticeship Standards, upon application of an apprenticeship program, may order a minimum ratio of not less than one apprentice for each five journeymen in a craft or trade classification. upon the issuance of the approval certificate, or that has been previously approved for an apprenticeship program in the craft or trade, shall employ the number of apprentices or the ratio of apprentices to journeymen stipulated in the applicable apprenticeship standards, but in no event less than the I-to-5 ratio required by subdivision (g). (j) Upon proper showing by a contractor that he or she employs apprentices in a particular craft or trade in the state on all of his or her contracts on an annual average of not less than one hour of apprentice work for every five hours of labor performed by journeymen, the Chief of the Division of Apprenticeship Standards may grant a certificate&, exempting the contractor from the 1-to-5 hourly ratio, as set forth in this section for that craft or trade. (k) An apprenticeship program has the discretion to grant to a participating contractor or contractor association a certificate, which shall be subject to the approval of the Administrator of Apprenticeship, exempting the contractor from the 1-to-5 ratio set forth in this section when it finds that any one of the following conditions is met: (1) Unemployment for the previous three-month period in the area exceeds an average of 15 percent. (2) The number of apprentices in training in the area exceeds a ratio of 1 to 5. (3) There is a showing that the apprenticeable craft or trade is replacing at least one-thirtieth of its journeymen annually through apprenticeship training, either on a statewide basis or on a local basis. (4) Assignment of an apprentice to any work performed under a public works contract would create a condition that would jeopardize his or her life or the life, safety, or property of fellow employees or the public at large, or the specific task to which the apprentice is to be assigned is of a nature that training cannot be provided by a journeyman. 0) When an exemption is granted pursuant to subdivision (k) to an organization that represents contractors in a specific trade from the 1-to-5 ratio on a local or statewide basis, the member contractors shall not be required to submit individual applications for approval to local joint apprenticeship committees, if they are already covered by the local apprenticeship standards. (i) A contractor covered by this section that has agreed to be covered by an apprenticeship program's standards Issue Date: November 7,2003 BP- 16 State Revolving Fund Loan Program CCR and Boilerplate (m) (1) A contractor to whom a contract is awarded, who, in performing any of the work under the contract, Apprenticeship Council the same amount that the director determines is the prevailing amount of apprenticeship training contributions in the area of the public works site. A contractor may take as a credit for payments to the council any amounts paid by the contractor to an approved apprenticeship program that can supply apprentices to the site of the public works project. The contractor may add the amount of the contributions in computing his or her bid for the contract. Council shall distribute training contributions received by the council under this subdivision, less the expenses of the Division of Apprenticeship Standards for administering this subdivision, by making grants to approved apprenticeship programs for the purpose of training apprentices. The funds shall be distributed as follows: area for which the training contributions were made to the council, a grant to that program shall be made. geographic area for which the training contributions were made to the council, the grant shall be divided among those programs based on the number of apprentices registered in each program. expenses of the Division of Apprenticeship Standards. Training Contribution Fund, which is hereby created in the State Treasury. Notwithstanding Section 13340 of the Government Code, all money in the Apprenticeship Training Contribution Fund is hereby continuously appropriated for the purpose of carrying out this subdivision and to pay the expenses of the Division of Apprenticeship Standards. The stipulations shall fix the responsibility of compliance with this section for all apprenticeable occupations with the prime contractor. employs journeymen or apprentices in any apprenticeable craft or trade shall contribute to the California - (2) At the conclusion of the 2002-03 fiscal year and each fiscal year thereafter, the California Apprenticeship (A) If there is an approved multiemployer apprenticeship program serving the same craft or trade and geographic (B) If there are two or more approved multiemployer apprenticeship programs serving the same craft or trade and (C) All training contributions not distributed under subparagraphs (A) and (B) shall be used to defray the future (3) All training contributions received pursuant to this subdivision shall be deposited in the Apprenticeship (n) The body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this section. (0) This section does not apply to contracts of general contractors or to contracts of specialty contractors not bidding for work through a general or prime contractor when the contracts of general contractors or those specialty contractors involve less than thirty thousand dollars ($30,000). (p) All decisions of an apprenticeship program under this section are subject to Section 3081. 4- LABOR CODE SECTION 1810 DEFINITION: A LEGAL DAY'S WORK ___________~____~~ Eight hours labor constitutes a legal day's work in all cases where the same is performed under the authority of any law of this State, or under the direction, or control, or by the authority of any officer of this State acting in his official capacity, or under the direction, or control or by the authority of any municipal corporation, or of any officer thereof. A stipulation tothat effect shall be made a part of all contracts to which the State or any municipal copration therein is a Party. 5- LABOR CODE SECTION 18 13 PENALTY FOR OVERTIME ON ANY PUBLIC WORK CONTRACT The contractor or subcontractor shall, as a penalty to the state or political subdivision on whose behalf the contract is made or awarded, forfeit twenty-five dollars ($25) for each worker employed in the execution of the contract by the respective contractor or subcontractor for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of this article. In awarding any contract for public work, the awarding body shall cause to be inserted in the contract a stipulation to this effect. The awarding body shall take cognizance of all violations of this article committed in the course of the execution of the contract, and shall report them to the Division of Labor Standards Enforcement. BP- 17 Issue Date: November 7,2003 State Revolving Fund Loan Program CCR and Boilerplate 6- LABOR CODE SECTION 1815 MINlMuM OVERTIME PAY I Notwithstanding the provisions of Sections 1810 to 18 14, inclusive, of this code, and notwithstanding any stipulation inserted in any contract pursuant to the requirements of said sections, work performed by employees of contractors in excess of 8 hours per day, and 40 hours during any one week, shall be permitted upon public work upon compensation for all hours worked in excess of 8 hours per day at not less than one and one-half (1.5) times the basic rate of pay. The awarding body shall cause to be inserted in every public works contract a clause providing that, in accordance with the provisions of Section 3700 of the Labor Code, every contractor will be required to secure the payment of compensation to his employees. 8- LABOR CODE SECTION 1861 CONTRACTOR CERTIFICATION TO LABOR CODE SECTION 3700 Each contractor to whom a public works contract is awarded shall sign and file with the awarding body the following certification prior to performing the work of the contract: “I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract.” 9- CULTURAL RESOURCES ~~ ~ ~ ~ In accordance with the National Historic Preservation Act of 1966, (16 U.S.C. 470), and State statutes regarding the unexpected discovery of human remains, the following procedures are implemented to insure historic preservation and fair compensation to the Contractor for delays attendant to cultural resources investigations. - In the event potential Historical, Archeological, or Cultural Resources (herein after cultural resources) are discovered during subsurface excavations at the site of construction, the following procedures shall be instituted: 1) The Engineer shall issue a “Stop Work Order” directing the Contractor to cease all construction operations at the location of such potential cultural resources find. If the find includes human remains, the County Coroner must be contacted immediately. 2) Such “Stop Work Order” shall be effective until such time as a qualified archeologist can be called to evaluate the importance of these potential cultural resources and make recommendations to the State Water Resources Control Board Cultural Resources Officer (CRO). Any “Stop Work Order” shall contain the following: a) A clear description of the work to be suspended; b) Any instructions regarding issuance of further orders by the Contractor for material services; c) Guidance as the action to be taken on subcontracts; d) Any suggestions to the Contractor as to minimization of his costs; e) Estimated duration of the temporary suspension. If the archeologist in consultation with the SWRCB CRO determines that the potential find is an important resource and warrants further investigation andor mitigation, the Engineer shall extend the duration of the “Stop Work Order” in writing, and the Contractor shall suspend work at the location of the find. Equitable adjustment of the construction contract shall be made in the following manner: 1) Time Extension - If the work temporarily suspended is on the “critical path”, the total number of days for which the suspension is in effect shall be added to the number of allowable contract days. BP-18 Issue Date: November 7.2003 State Revolving Fund Loan Program CCR and Boilerplate If a portion of work at the time of such suspension is not on the “critical path”, but subsequently becomes work on the critical path, the allowable contract time will be computed from the date such work is classified as on the critical path. - 2) Additional Comuensation If, as a result of a suspension of the work, the Contractor sustains a loss which could not have been avoided by his judicious handling of forces, and equipment, or redirection of forces or equipment to perform other work on the contract, there shall be paid to the Contractor an amount as determined by the Engineer to be fair and reasonable compensation for the Contractor’s actual loss in accordance with the following: a) Idle Time of EauiRment Compensation for equipment idle time will be determined on a force account (time and materials) basis, and shall include the cost of extra moving of equipment and rental loss. The right-of-way delay factor for each classification of equipment shown in the California Department of Transportation publication entitled, Eauiument Rental Rates and the General Prevailing Wage Rates, will be applied to any equipment rental rates. b) Idle Time of Labor Compensation for idle time of workers will be determined by the Engineer as “Labor” less any actual productivity factor of this portion of the work force. c) Increased Costs of Labor and Materials Increased costs of labor and materials will be compensated only to the extent such increase was in fact caused by the suspension, as determined by the Engineer. Compensation for actual loss due to idle time of either equipment or labor shall not include markup for profit. The hours for which compensation will be paid will be the actual normal working time during which such delay condition exists, but will in no case exceed eight hours in any one day. The days for which compensation will be paid shall be full or partial calendar days, excluding Saturdays, Sundays, and legal holidays, during the existence of such delay. BP-19 .- Issue Date: November 7,2003 State Revolving Fund Loan Program CCR and Boilerplate I 10 - COMPLIANCE GUIDELINES FOR SRF LOAN PROGRAM MBE/WBE CONTRACT PROVISIONS OF THE STATE WATER RESOURCES CONTROL BOARD (SWRCB) DIVISION OF FINANCIAL ASSISTANCE RELATIVE TO THE UTILIZATION OF MINORITY BUSINESS ENTERPRISE (MBE) AND WOMEN BUSINESS ENTERF’RISE (WBE) ON CLEAN WATER PROGRAM CONSTRUCT€ON CONTRACTS IN CALIFORNIA This document and attachments shall be included by the owner as a contract provision for all construction contracts exceeding $lO,OOO. Compliance with the requirements of this document and attachments satisfies the MBE/WBE requirements of the U. S. Environmental Protection Agency and the SWRCB. This document supersedes any conflicting requirements. Failure to take the five (5) affirmative steps listed under Requirements, Section A, prior to bid opening and to submit “Minority Business EnterpriselWomen Business Enterprise Information” (Form 4) with the bid shall cause the bid to be rejected as a non-responsive bid. Table of Contents Section Description 1 Approval to Award (ATA) Process .................................................................. BP-21 - 2 3 Prime Contractor & Recipient Responsibilities. ............................................... BP-2 1 “Good Faith” Effort Process ............................................................................. BP-22 4 Non-Governmental Local Contacts .................................................................. BP-24 5 Reporting Requirements .................................................................................. BP-25 .. 6 Defmhons ......................................................................................................... BP-25 7 MBENBE FO~S ............................................................................................. BP-27 Form 1: “Good Faith” Effort List of Contractors Solicited ........................................................ BP-28 Form 2: “Good Faith” Effort Bids Received List ....................................................................... BP-29 Form 3: Contractor Self Certification ......................................................................................... BP-30 Form 4: Prime ContractoriRecipient Selected MBE/WBEs ........................................................ BP-3 1 Form 5: Sample Summary of Bids Received from Subcontractors ........................................... BP-32 Form 6: Positive Effort Certification .......................................................................................... BP-33 BP-20 Issue Date: November 7,2003 State Revolving Fund Loan Program CCR and Boilerplate Section 1: APPROVAL TO AWARD (ATA) PROCESS .- REQUIRED FOR STATE REVOLVING FUND LOANS DIVISION OF FINANCIAL ASSISTANCE @FA) The purpose of this document is to provide a summary of the MBE/WBE “good faith” effort for SRF Loan contractors and recipients. Section 1 provides the contractor and recipient with a brief overview of the ATA process. The MBWE “good faith” effort is one element of the ATA process summarized below. The ATA request package submitted to DFA for approval must contain all of the following: 1. Completed ATA form (original must be signed by the recipient’s authorized representative or designee). 2. A legal description of the site on which the project is to be constructed and an opinion signed by competent title 3. 4. 5. 6. 7. 8. counsel describing the interest the applicant has in the site, including information as to any easements arid Tabulation of all bids received and the engineer’s estimate. Copy of the bid proposal chosen. Evidence of advertising (submit a copy of newspaper advertisement for the project). All MBE/WBE documentation, which includes Forms 1 through 6. Also, documentation that the local Small Business Addhistration and Minority Business Development Agency centers were contacted at least five (5) working days by the prime contractor prior to the need for referrals to MBE/WBE subcontractors and documentatiod that invitations were sent to MBEMrBE subcontractors at least seven (7) working days prior to bid opening. A dedicated source of revenue (ordinance or resolution). Disbursements of SRF funds may take up to 90 days. Some construction costs may be ineligible for SRF funding. Provide a cash flow projection showing the source and expected time of receipt of funds needed to meet project cash requirements. rights-of-way and certifying that the estate or interest is legal and valid. I - Detailed directions for completing the ATA form are provided on the form. If you have any questions regarding the ATA process, please contact Ken Gonzales of DFA at (916) 341-5683 or gonzalek@swcb.ca.gov. Section 2: PRIME CONTRACTOR & RECIPIENT RESPONSIBILITIES PARTICIPATION RESPONSIBILITIES FOR PRIMES AND THEIR SUBCONTRACTORS All recipients of federal funds from USEPA, as well as their prime contractors and subcontractors, must make every effort to solicit bids from eligible MBE/WBEs. This information must be documented and reported to DFA as described in this document. The MBE/WBE responsibiiities of the prime contractor are: 1. 2. 3. I Conduct a “goad faith” effort to ensure maximum MBE/WBE participation in the project. Complete or obtain from MBE/WBE subcontractors, all of the completed forms required in these guidelines and submit them to the recipient. Report actual MBENBE participation on a quarterly basis to the recipient. The MBE/WBE responsibilities of the recipient are: I 1. Ensure that the prime contractor meets the responsibilities identified in these guidelines. 2. Submit all documentation identified in these guidelines to DFA and maintain all records in the project files for later access or auditing. BP-21 Issue Date: November 7,2003 I State Revolving Fund Loan Program CCR and Boilerplate 3. Provide quarterly reports on MBENBE procurements to DFA. Section 3: “Good Faith” Effort Process - Any public or private entity receiving federal funds must demonstrate that efforts were made to attract MBE/WBEs on any SRF contracts. The process to attract MBEVWBEs is referred to as the “good faith” effort. This effort requires the recipient, prime contractor and any subcontractors to take the steps listed below to assure that MBE/WBEs are used whenever possible as sources of supplies, construction, equipment or services. Failure to take the steps outlined below and submit Form 4, Prime ContractorRecipient Selected MBENlrBEs, prior to bid oDening;, shall cause the bid to be rejected as non-responsive. Use Forms 1 through 6 to document the process. If it is not practical or possible to comply with one or more of the five steps, prepare an explanation and submit it with the ATA package. STEP 1: Divide the total requirements, when economicallv feasible, into small tasks or quantities to permit maximum participation. Evidence submitted must illustrate that the work was divided into small proprietary portions (e.g. paving, electrical, landscaping, revegetation). STEP 2: Establish delivery schedules, when work requirements permit. that encourage maximum MBEMTBE Darticipation. STEP 3: Use the services of the U.S. Small Business Administration (SBA) and the Minoritv Business Development Agencv (MBDA) of the U. S. Department of Commerce (DOC) in soliciting qualified MBENBEs. Utilization of these resources is required at no cost. These agencies offer several services, including Internet access to databases of MBE/WBEs. For additional assistance, the recipient or contractor could telephone the local offices of both agencies in their area (SBA Minority Enterprise Development Offices and DOC MBDA Regional Centers). The Internet web sites also include names, addresses, and phone or fax numbers of local SBA and MBDA centers. There are contact phone numbers listed in Step 5 that will assist you in reaching the two offices if the Internet is unavailable. Do not write to these sources. The prime contractor must provide documentation that the local SBA/MBDA offices or web sites were notified of the contracting opportunity (allow at least five working days for a response). Documentation must not only include the efforts to contact the information sources and list the contract opportunity, but also the solicitation and response to the bid request. STEP 4: Include qualified MBE/WBEs on solicitation lists and record the information. Solicitation should be as broad as possible. The following web sites include a list of available sources for expanding the search for eligible MBENBEs: http://www.sba.gov and http://www.mbda.gov. If MBEPM3E sources are not located, explain why and describe the efforts made. See Step 5 for more detailed information. I For all contracts, the prime contractor must send invitations to at least three (or all, if less than three) MBE/WBE vendors for each item of work referred by sources contacted. The invitations must adequately specify the items for which bids are requested. The record of “good faith” efforts must indicate a real desire for a positive response, such as a certified mail receipt or a documented telephone conversation. (A regular letter or an BP-22 Issue Date: November 7,2003 State Revolving Fund Loan Program CCR and Boilerplate unanswered telephone call is not an adequate “good faith” effort). A list of all sub- bidders, including the bidders not selected, and bid amount for each item of work must be submitted. A sample list is shown in Form 5, Sample Summary of Bids Received from Subcontractors. If a low bid was not accepted, an explanation must be provided. I 1820 Alhambra Blvd. I (916) 227-9599 I STEP 5: Solicit available MBEs and WBEs whenever they are potential sources. The prime contractor must provide invitations to MBE/WBE sub-bidders at least seven working days prior to the bid opening date. Name and Address California Department of Transportation (CALTRANS) Business Enterprise Program’ 1820 Alhambra Blvd. Telephone and Web Site 1 Mailing Address: PO Box 942874 Sacramento, CA 94274-00 15 (916) 227-9599 Namc California Department of Transportation (CALTRANS) Business Enterprise Program’ elephone and Web Site I Mailing Address: PO Box 942874 Sacramento, CA 94274-00 15 Sacramento, CA 95816 I www.dot.ca.gov/hq/bep CA Public Utilities Commission (cPUC)3 505 Van Ness Avenue httD ://www .c~uc .ca. gov/static/aboutcvuc/ Y I San Francisco, CA 94102-3298 I divisions/executive+officdwmbe L PRO-Net is the SBA’ s electronic search engine, containing business profiles for nearly 200,000 I businesses. The SBA requests Internet contact only. A list of potential firms downloaded from PRO-Net will verify that the bidder made the required contact with the SBA. Based on the federal Disadvantaged Business Enterprises (DBE) program, CALTUNS maintains a database and provides directories of minority and woman-owned firms. CPUC maintains a database of MBE/WBE-owned business enterprises and serves to inform the public. BP-23 Issue Date: November 7, 2003 State Revolving Fund Loan Program CCR and Boilerplate Section 4: Non-Governmental Local Contacts - MINORITY BUSINESS ENTERPRISEfWOMAN BUSINESS ENTERPRISE (MBEMBE) RESOURCES The following organizations provide services to identi& potential MBE/WBEs. Some of the organizations charge a fee or require membership fees to provide their services. Services provided may include the entire good faith effort process for recipients that need comprehensive assistance. Humboldt Builder's Exchange Inc. 2355 Myrtle Ave. Eureka, CA 95501 Phone #: (707) 442-3708 FAX #: (707) 442-6051 www. humvx.com California Dailv Bid Advisor.Chdenne News 12 76 Lincoln Ave. #203 San Jose, CA 95125 Phone #: (408) 998-0241 or (800) 298-0240 I FAX #: (408) 998-2534 California Procurement Training and Assistance Center at West Vdet 1 West Campbell Ave., Ste J70 Campbell CA 95008 Phone #: (408) 871 -4390 FAX #: (408) 378-2034 Contractors Assistance Center PO Box 7675 Redlands, CA 92375 Phone #: (800) 742-4124 FAX#: (800) 742-4125 EMMge Bid Reporter, M/W/DVBE Assistance PO Box 699 West Sacramento, CA 95691 Phone #: (91 6) 444-761 8 www.ebrbids.com FAX #: (916) 444-7731 Re& Communications Construction Bid Source Interactive (CBSIl PO Box 568 Burson, CA 95225-0568 Phone #: (209) 772-3670 www.Regis-usa. com FAX #: (800) 560-7266 1-800-962-41 62 Riverside Communilv College District Procurement Assistance Center 2038 Iowa Ave., Ste. 100 Riverside, CA 92507 Phone #: (909) 788-2559 www. resources4u.com/pac FAX #: (909) 788-2515 Small Business Exchange 703 Market St., Ste. 1000 San Francisco, CA 941 03 Phone #: (415) 778-6250 FAX#: (415) 778-6255 www. sbeinc.com BP-24 Issue Date: November 7,2003 State Revolving Fund Loan Program CCR and Boilerplate Section 5: Reporting Requirements All requests for services, supplies, equipment or construction solicited by the SWRCB, other governmental agencies, non-profit agencies, or private businesses are subject to the MBEYWBE requirements. These requirements apply to the prime contractor and all subcontractors. The only exceptions to this requirement are contracts with governmental or non-profit agencies. For the duration of the contract, all primary and subcontractors will be required to report progress made in fulfilling the “good faith” effort in their quarterly reports. Failure to provide this information as stipulated in the contract language will be cause for contract termination. DFA staff will provide recipients with the forms and instructions to report their “good faith” efforts after the ATA. Once a bidder is selected, the prime contractor should compile the information required by the “good faith” effort process. All information supporting the “good faith” effort must be submitted within ten working days after the bid opening. Recipient shall review the successful bidder’s records closely to be sure that, prior to bid opening, all required “good faith” efforts were made. Failure of either the bidder or prime contractor/subcontractor to follow the process and provide the necessary information to DFA could jeopardize the bidding process. The following situations and circumstances require actions as indicated: 1. 2. 3. 4. 5. ~ 6. If the apparent successful low bidder was rejected a complete explanation must be provided. Each MBENBE firm utilized must complete and submit the Form 3, Contractor Self-Certification with the bid. If additional subconiracts become necessary after the award of the prime contract, provide Form 3 to DFA within ten working days following the award of each new subcontract. Any deviation from the information provided at the time of the bid shall not result in a reduction of MBE/WBE participation without prior approval of Failure of the apparent low bidder to perform the five “good faith” effort steps prior to bid opening and submittal of Form 4 with the bid, will result in its bid being declared non-responsive. The contract may then be awarded to the next low, responsive, responsible bidder that meets the requirements or the recipient may re- advertise the project. The apparent successful low bidder must submit documentation to the recipient within ten working days following bid opening showing that, prior to the bid opening, all required “good faith” efforts were made. Section 6: Definitions A bona fide minority or women-owned business enterprise (MBE/WBE) is a: (1) MBE or WBE that has submitted a “Minority or Women-Owned Business Enterprise Contractor Self-certification” Form 3, and (2) A firm that has been accepted as a bona fide MBE or WE by the recipient. In addition, a bona fide MBE/WBE must be an independent business concern that is at least 51% owned, controlled, and operated by minority group members (see definition of minority group member) or women. Ownership and control can be measured by: 0 Contract work performance responsibility. 0 Management responsibility. 0 At least 51% share of profits and risk. 0 Other data (such as voting rights) that may clarify ownership or control. Control means exercising the power to make policy decisions. Operate means being actively involved in the day-to-day management of the business. BP-25 Issue Date: November 7,2003 State Revolving Fund Loan Program CCR and Boilerplate Determination of whether a business is at least 5 1 % owned by a woman or women shall be made without regard to community property laws. An otherwise qualified WBE which is 5 1% owned by a married woman in a community property state will not be disqualified because her husband has a 50% interest in her share. Similarly, a business that is 51% owned by a married man and 49% by an unmarried woman does not become a qualified WE by virtue of the wife's 50% interest in the husband's share of the business. - A joint venture is a business enterprise formed by a combination of firms under a joint venture agreement. To qualify as a bona fide MBE/WBE, the minority-owned or women-owned and controlled fm in the joint venture must: Satisfy all requirements for bona fide MBE/WBE participation in their own rights. Share a clearly defined percentage of the ownership, management responsibilities, risks, and profits of the joint venture. Only this percentage of ownership will be credited towards the MBENVBE goal. 0 1. 2. 3. 4. 5. 0 0 e I A minority group member is a citizen of the United States and one of the following: I Native American consists of American Indian, Eskimo, Aleut, and native Hawaiian. To qualify, the person must meet one of the following criteria: Native Americans are at least one-fourth Indian descent (as evidenced by registration with the Bureau of Indian Affairs). Characteristic Indian appearance and features. Characteristic Indian name. Recognition in the community as an Indian. Membership in a tribe, band, or group of American Indians (recognized by the Federal Government), as evidenced by a tribal enrollment number or similar indication. African-American consists of individuals having origins in any of the black racial groups of Africa. Asian-Pacific American consists of individuals having origins in any of the original peoples of the Far East, Southeast Asia, and the Indian subcontinent. This area includes, for example, China, Japan, Korea, the Philippines, Vietnam, Samoa, Guam, U.S. Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia, and Taiwan. The Indian subcontinent takes in the countries of India, Pakistan, Bangladesh, Sri Lanka, Nepal, Sikkim, and Bhutan. Hispanic American consists of individuals with origins from Puerto Rico, Mexico, Cuba, or South or Central America. Only those persons from Central and South American countries who are of Spanish origin, descent, or culture should be included in this category. Persons from Brazil, Guyana, Surinam or Trinidad, for example, would be classified according to their race and would not necessarily be included in the Hispanic category. In addition, this category does not include persons from Portugal, who should be classified according to race. In cases where a firm is owned and controlled by a minority woman or women, the percentage may be credited towards ME3E participation or as WE participation, or allocated, but may not be credited fully to both. Recipient - An agency (County, City, Special District, etc.) applying for a SRF loan to construct a project. Issue Date: November 7,2003 BP-26 State Revolving Fund Loan Program CCR ana' Boilerplate Contractor - Refers to any recipient of funds who will participate in some phase of construction. The contractor receiving funds directly from the recipient for construction is the prime contractor. Contractors working for the prime contractor are subcontractors. Project Manager - If DFA staff is responsible for managing the project, the ProjectKontract Manager is responsible for review during the planning, design and contract development phases. Section 7: MBENBE Forms The following forms are provided to report project MI3E/WBE information. They are available in electronic form from Ken Gonzales at (916) 341-5683 or gonzalek@swrcb.ca.gov. If you have any questions about completing these forms or when to turn them in, please contact Mr. Gonzales. All Forms, where applicable, must have original signature and date. The following table provides information on who completes each form and where the forms are tobe sent: . . . BP-27 Issue Date: November 7, 2003 4 b 4 fr fr B a .r( State Revolving Fund Loan Program CCR and Boilerplate Contractor Name Category Task Description Bid Amount Selected (MBE or (Check) WE) FORM 2 Explanation for Not Selecting MINORITY AND WOMEN OWNED BUSINESS ENTERPRISE (MBE/WBE) “GOOD FAITH” EFFORT BIDS RECEIVED LIST I BP-29 Issue Date: November 7,2003 State Revolving Fund Loan Program CCR and Boilerplate FORM 3 (Attachment A) MINORITY- OR WOMEN-OWNED BUSINESS ENTERPRISE WBME) CONTRACTOR SELF CERTIFICATION Fm Name: Phone: Address: Principal Service or Product: ~ ~~ PLEASE INDICATE PERCENTAGE OF OWNERSHIP ~ CI MBE % Ownership CIWBE % Ownership B Prime Contractor B Supplier of MakriaVService CI Subcontractor B Broker I I B Corporation CI Partnership Joint Venture I hereby certify that this firm is a Minority or Women Business Enterprise as defined in Public Contract Code, Section 101 15.1. In making this certification, I am aware of Sections 12650 et seq. of the Government Code, providing for the imposition of treble damages for making false claims against the State and Section 101 15.10 of the Public Contract Code, making it a crime to intentionally make an untrue statement in this certificate. Certified by: Title: MBE/WBE Sub (ORIGINAL SIGNATURE AND DATE REQUIRED) Name: Date: Additional proof may be required upon written challenge of this certification by any person or agency. Falsification of this certification by a fm selected to perform federally funded work may result in a determination that the firm is non-responsive and ineligible for future contracts. This form must be submitted within 10 working days after the bid opening date. Issue Date: November 7, 2003 BP- 30 CONTRAm RECIPIENTS NAME I- CONTRACT NO OR SPECIFICATION NO. ~ NAME AND ADDRESS (Include ZIP Code, Federal Employer Tax ID #) PROJECT DESCRIPTION PHONE PROJECT LOCATION 1 I 0 MBE CI WBE 0 NONE* 0 MBE 0 WBE O SUBCONTRACTOR 01 SUPPLIEWSERVICE 0 JOINT VENTURE 0 BROKER AMOUNT OF CONTRACT .$ AMOUNT OF CONTRACTS NAME AND ADDRESS (Include ZIP Code,) I PHONE I 0 SUBCONTRACTOR JOINT VENTURE WORK TO BE PERFORMED I 1 Cl SUPPLIEWSERVICE 0 BROKER Cl MBE O WBE I 0 MBE 0 WBE Cl SUBCONTRACTOR SUPPLIEWSERVICE JOINT VENTURE 0 BROKER AMOUNT OF CONTRACT $ NAME AND ADDRESS Onclude ZIP Code,) I PHONE NAME AND ADDRESS (Include ZIP Code) I 3 MBE 3 OWBE 3 SUBCONTRACI'OR SUPPLIEWSERVICE 3 JOINT VENTURE 0 BROKER PHONE NAME AND ADDRESS (Include ZIP Code) I AMOUNT OF CONTRACT $ I PHONE ~ ~~~ WORK TO BE PERFORMED ~~ ~ TOTAL MBE AMOUNT: $ TOTAL WBE AMOUNT $ SIGNATURE OF PERSON COMPLETING FORM: IITLE PHONE DATE: Negative reports are required. ORIGINAL SIGNATURE AND DATE REQUIRED Failure to complete and submit this form with the bid will cause the bid to be rejected as non-responsive. I Issue Date: November 7,2003 BP- 31 State Revolving Fund Loan Program CCR and Boilerplate Masonry Striping FORM 5 Welch, Inc. X $20,383 X Cheatum $36,000 X Orange Peel X $8,597 X Cris~v Bovs Co. $9.370 X ~ I SAMPLE SUMMAR UBCONTRACTORS (Sweat Co. ~ $11,7851 X *REM Sleep Co. selected over Square Fasteners, Inc. due to incomplete bid by Square Fasteners. List type of jobs alphabetically, from low to high in each category and selected low bidder. All other types of bidders such as DBE, SWBE SMBE, and Non MBE/WBE should be shown in the "Non" column. Form for information required to be submitted with the ATA package. Issue Date: November 7, 2003 BP- 32 State Revolving Fund Loan Program CCR and Boilerplate FORM 6 MINORITY BUSINESS ENTERPRISE/WOMEN BUSINESS ENTERPRISE (MBEYWBE) POSITIVE EFFORT CERTIFICATION BY APPLICANT/RECIPIENT 1. 2. The apparent successful low bidder on Clean Water Program funded project number C-06- is (name of bidder) Before the State Water Resources Control Board - Division of Financial Assistance can consider requests for an Approval To Award (ATA) to any bidder the applicanthecipient must certify to the following: MINORITY BUSINESS ENTERPRISE (MBE) The bidder has obtained % of MBE participation for this contract. WOMEN BUSINESS ENTERPRISE (WE) The bidder has obtained Also submitted are Forms 3 and 4 which contain a complete list of those MBE and WBE firms subcontracted with or with whom other types of agreements were made. The list includes the names of the firm, address, phone number and dollar amount involved. The following affirmative steps as required by 40 CFR 35.3150 (d) have been taken: % of WBE participation for this contract. (1) The contractor divided total requirements when economically feasible, into small tasks or quantities to permit maximum participation of minority and women's businesses. The contractor established delivery schedules, where the requirements of the work permitted, which encouraged participation by minority and women's business. (2) (3) (4) The contractor included qualified minority and women's businesses on solicitation lists. The contractor assures that minority and women's businesses were solicited, whenever they were potential sources. The contractor used the services and assistance of the Small Business Administration and the Office of Minority Business Development Agency of the U.S. Department of Commerce. (5) It must be understood that the applicanthecipient in its role as a public trustee assumes primary responsibility to achieve an acceptable level of MBE/WBE utilization. This primary responsibility is a basic condition of the award of any State Revolving Fund financial assistance. Where an applicatiodrecipient fails to meet its obligations under these requirements the applicanthecipient may be declared nonresponsible and may have funding either annulled, suspended or terminated. In accepting these responsibilities, I hereby certify to the above. Name of ApplicantRecipient Signature of Authorized Representative Date Name and Title of Authorized Representative This form must be submitted with the ATA package. Bob- section D below looks out of place??? Issue Date: November 7,2003 BP- 33 State Revolving Fund Loan Program CCR and Boilerplate I I - THE SUBLETTING AND SUBCONTRACTING FAIR PRACTICES ACT Any person making a bid or offer to perform a contract shall, in his or her bid or offer, set forth the following: 1) The name and the location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor’s total bid or in the case of bids or offers for the construction of streets or highways, including bridges in excess of one-half or 1 percent of the prime contractor’s total bid or ten thousand dollars ($lO,OOO), whichever is greater. 2) The portion of work that will be done by each subcontractor under this act. The prime contractor shall list only one subcontractor for each portion of work as is defined by the prime contractor in his or her bid or offer. These requirements apply to the information required relating to subcontractors certified as minority or women business enterprises. For purposes of this requirement, “subcontractor” and “prime contractor” shall have the same meaning as those terms are defined in Section 41 13 of the Public Contract Code. 12 - Executive Order 11246: 40 CFB 7.3 - EOUAL OPPORTuNlTy CLAUSE (in relevant art) ‘During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, creed, color, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, creed, color, or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or teknination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. contractor, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, or national origin. bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers’ representative of the contractor’s commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. rules, regulations, and relevant orders of the Secretary of Labor. 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the contractor’s noncompliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be cancelled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of Sept. 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. unless exempted by rule, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of Sept. 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided, (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the (3) The contractor will send to each labor union or representative of workers with which he has a collective (4) The contractor will comply with all provisions of Executive Order No. 11246 of Sept. 24,1965, and of the (5) The contractor will furnish all information and reports required by Executive Order No. 11246 of September (7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order Issue Date: November 7, 2003 BP- 34 State Revolving Fund Loan Program CCR and Boilerplate however, That in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to SEC. 203 (a) Each contractor having a contract containing the provisions prescribed in Section 202 shall file, and shall cause each of his subcontractors to file, Compliance Reports with the contracting agency or the Secretary of Labor as may be directed. Compliance Reports shall be filed within such times and shall contain such information as to the practices, policies, programs, and employment policies, programs, and employment statistics of the contractor and each subcontractor, and shall be in such form, as the Secretary of Labor may prescribe. any previous contract subject to the provisions of this Order, or any preceding similar Executive order, and in that event to submit, on behalf of themselves and their proposed subcontractors, Compliance Reports prior to or as an initial part of their bid or negotiation of a contract. understanding with a labor union or an agency referring workers or providing or supervising apprenticeship or training for such workers, the Compliance Report shall include such information as to such labor union's or agency's practices and policies affecting compliance as the Secretary of Labor may prescribe: Provided, That to the extent such information is within the exclusive possession of a labor union or an agency referring workers or providing or supervising apprenticeship or training and such labor union or agency shall refuse to furnish such information to the contractor, the contractor shall so certify to the contracting agency as part of its Compliance Report and shall set forth what efforts he has made to obtain such information. (d) The contracting agency or the Secretary of Labor may direct that any bidder or prospective contractor or subcontractor shall submit, as part of his Compliance Report, a statement in writing, signed by an authorized officer or agent on behalf of any labor union or any agency referring workers or providing or supervising apprenticeship or other training, with which the bidder or prospective contractor deals, with supporting information, to the effect that the signer's practices and policies do not discriminate on the grounds of race, color, creed, or national origin, and that the signer either will affirmatively cooperate in the implementation of the policy and provisions of this Order or that it consents and agrees that recruitment, employment, and the terms and conditions of employment under the proposed contract shall be in accordance with the purposes and provisions of the Order. In the event that the union, or the agency shall refuse to execute such a statement, the Compliance Report shall so certify and set forth what efforts have been made to secure such a statement and such additional factual material as the contracting agency or the Secretary of Labor may require. enter into such litigation to protect the interests of the United States. (b) Bidders or prospective contractors or subcontractors may be required to state whether they have participated in (c) Whenever the contractor or subcontractor has a collective bargaining agreement or other contract or 13 - 41 CFR 60-1.4 NONDISCIUMINATION CLAUSE NONDISCRIMINATION CLAUSE During the performance of this contract, the contractor agrees as follows: religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. rules, regulations, and relevant orders of the Secretary of Labor. (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, (3) The contractor will send to each labor union or representative of workers with which he has a collective (4) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the Issue Date: November 7,2003 BP- 35 State Revolving Fund Laan Program CCR and Boilerplate (5) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the contractor's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24,1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) the contractor will include the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the contractor may request the United States to enter into such litigation to protect the interests of the United States. (b) Federally assisted construction contracts. (1) Except as otherwise provided, each administering agency shall require the inclusion of the following language as a condition of any grant, contract, loan, insurance, or guarantee involving federally assisted construction which is not exempt from the requirements of the equal opportunity clause: The applicant hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work, or modification thereof, as defined in the regulations of the Secretary of Labor at 41 CFR Chapter 60, which is paid for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan insurance, or guarantee, or undertaken pursuant to any Federal program involving such grant, contract, loan, insurance, or guarantee, the following equal opportunity clause: During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, (3) The contractor will send to each labor union or representative of workers with which he has a collective Issue Date: November 7,2003 BP- 36 State Revolving Fund ban Program CCR and Boilerplate (7) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work Provided, that if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part 11, Subpart D of the Executive order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings. The applicant further agrees that it will refrain from entering into any contract or contract modification subject to (c) Subcontracts. Each nonexempt prime contractor or subcontractor shall include the equal opportunity clause in each of its nonexempt subcontracts. (d) Incorporation by reference. The equal opportunity clause may be incorporated by reference in all Government contracts and subcontracts, including Government bills of lading, transportation requests, contracts for deposit of Government funds, and contracts for issuing and paying U.S. savings bonds and notes, and such other contracts and subcontracts as the Deputy Assistant Secretary may designate. considered to be a part of every contract and subcontract required by the order and the regulations in this part to include such a clause whether or not it is physically incorporated in such contracts and whether or not the contract between the agency and the contractor is written. (f) Adaptation of language. Such necessary changes in language may be made in the equal opportunity clause as shall be appropriate to identify properly the parties and their undertakings. [43 FR 49240, Oct. 20, 1978, as amended at 62 FR 66971, Dec. 22,19971 (e) Incorporation by operation of the order. By operation of the order, the equal opportunity clause shall be Issue Date: November 7,2003 BP- 37 State Revolving Fund Loan Program CCR and Boilerplate 1. During the performance of this contract, contractor and its subcontractors shall not unlawfully discriminate against any employee or applicant for employment because of sex, race, religion, color, national origin, ancestry, physical disability (including HIV and AIDS), mental disability, medical condition (cancer), marital status, age (over 40) or denial of family care leave. Contractors and subcontractors shall insure that the evaluation and treatment of their employees and applicants for employment are free of such discrimination and harassment. Contractors and subcontractors shall comply with the provisions of the Fair Employment and Housing Act (Government Code Section 12900 (a-f) et seq.) and the applicable regulations promulgated thereunder (California Administrative Code, Title 2, Section 7285.0 et seq.). The applicable regulations of the Fair Employment and Housing Commission implementing Government Code, Section 12900 (a-0, set forth in Chapter 5 of Division 4 of Title 2 or the California Administrative Code are incorporated into this contract by reference and made a part hereof as if set forth in full. Contractor and its subcontractor shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other agreement. 2. The contractor shall inchde the nondiscrimination and compliance provisions of this clause in all subcontracts to perform work under the contract. THE UNDERSIGNED CERTIFIES THAT THE CONTRACTOR WILL COMPLY WITH THE ABOVE REQUIREMENTS. CONTRACTOR OR SUBCONTRACTOR NAME: CERTIFIED BY: NAME: TITLE: SIGNATURE: DATE: Issue Date: November 7,2003 BP- 38 State Revolving Fund Loan Program CCR and Boilerplate 14 - 41 CFR 60-4.2 CONSTRUCTION CONTRACTORS--AFFIRMATlVE ACTION REQUIREMENTS (in relevant part) Notice of requirement for Affirmative Action to ensure Equal Employment Opportunity @EO) by Executive Order 11246, as amended by Executive Order 11375. 1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Time- Goals for minority participation Goals for female participation tables for each trade for each trade Contract Dates: 16.9% 6.9% Contact the Division of Financial Assistance, Ken Gonzales at (916) 341-5683 for assistance with the minority goal and tables (gonzalesk@swrcb.ca.gov). The OEce of Federal Contract Compliance Programs' web site for compliance issues and preaward registry is at http://www.dol.gov/esa/welcome. These goals are applicable to all the Contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its federally involved and non-federally involved construction. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs (notify the applicable Regional Office found at www.dol.,oov/esa) within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed. 4. As used in this Notice, and in the contract resulting from this solicitation, the "covered area" is (insert description of the geographical areas where the contract is to be performed giving the state, county and city, if any). 0 60-4.3 Equal opportunity clauses (in relevant part) Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 1 1246) Issue Date: November 7,2003 BP- 39 State Revolving Fund Loan Program CCR and Boilerplate 1. As used in these specifications: a. "Covered area" means fhe geographical area described in the solicitation from which this contract resulted; A b. "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 94 1. d. "Minority" includes: (i) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (ii) Hispanic (all persons of Mexican, Puerto Scan, Cuban, Central or South American or other Spanish Culture or origin, regardless of race); (iii) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,OOO the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. _- 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7 a through p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered Construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 1 1246, or the regulations promulgated pursuant thereto. 6. In order for the non-working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. Issue Date: November 7,2003 BP- 40 State Revolving Fund Loan Program CCR and Boilerplate 7. The Contractor shall take specific affitive actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of hardsment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project, The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a currentfile of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. Issue Date: November 7, 2003 BP- 41 State Revolving Fund Loan Program CCR and Boilerplate j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. - 1. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are Non-Segregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. 0. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through p). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar group of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these Specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. - 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affiiative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 1 1246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. Issue Date: November 7,2003 BP- 42 State Revolving Fund Loan Program CCR and Boilelplate 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). 15 - ELIMINATION OF SEGREGATED FACILITIES NOTICE TO PROSPECTIVE FEDERALLY-ASSISTED CONSTRUCTION CONTRACTORS (a) A Certification of Non-Segregated Facilities, as required by the May 9, 1967 Order (32 F.R. 7439, May 19,1967) on Elimination of Segregated Facilities, by the Secretary of Labor, must be submitted prior to the award of a Federally-assisted construction contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. (b) Contractors receiving Federally-assisted construction contract awards exceeding $1 0,000 which, are not exempt from the provisions of the Equal Opportunity Clause, will be required to provide for the forwarding of the following notice to prospective subcontractors for supply and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUrrCEMENT FOR CERTIFICATION OF NON-SEGREGATED FACILITIES (a) A Certification of Non-Segregated Facilities, as required by the May 9,1967 Order (32 F.R. 7439, May 19, 1967) on Elimination of Segregated Facilities, by the Secretary of Labor, must be submitted prior to the award of a subcontract exceeding $lO,OOO which is not exempt from the provisions of the Equal Opportunity Clause. (b) Contractors receiving subcontract awards exceeding $lO,OOO which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supply and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. Issue Date: November 7,2003 BP- 43 State Revolving Fund Loan Program CCR and Boilerplate 16 - CERTIFICATION OF NON-SEGREGATED FACILITIES Environmental Protection Agency Region M 75 Hawthorne Street San Francisco, California 94105 CERTIFICATION OF NON-SEGREGATED FACILITIES (Applicable to federally assisted construction contracts and related subcontracts exceeding $lO,OOO which are not exempt from the Equal Opportunity Clause.) The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term “segregated facilities” means any waiting rooms, work areas, restrooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The federally assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specified time period) he wiIl obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $lO,OOO which are not exempt form the provisions of the Equal Opportunity Clause, and that he will retain such certifications in his files. Signature Date Name and Title of Signer (Please Type) Note: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Issue Date: November 7,2003 BP- 44 State Revolving Fund Loan Program CCR and Boilerplate 17 - DRUG-FREE WORKPLACE CERTIFICATION DRUG-FREE WORKPLACE CERTIFICATION The contractor or applicant named above hereby certifies compliance with Government Code Section 8355 in matters relating to providing a drug-free workplace. The above named contractor or applicant will: 1. Publish a statement notifying employees that unlawful manufacture, distribution, dispensation, possession, or use of a controlled substance is prohibited and specifying actions to be taken against employees for violations, as required by Government Code Section 8355(a). Establish a Drug-Free Awareness Program as required by Government Code Section 8355@), to inform employees about all of the following: (a) The dangers of drug abuse in the workplace, (b) The person’s or organization’s policy of maintaining a drug-free workplace, 2. (c) Any available counseling, rehabilitation and employee assistance programs, and (d) Penalties that may be imposed upon employees for drug abuse violations. Provide as required by Government Code Section 8355(c), that every employee who works on the proposed contract or loan: 3. (a) Will receive a copy of the company’s drug-free policy statement, and (b) Will agree to abide by the terms of the company’s statement as a condition of employment on the contract or loan. CERTIFICATION I, the official named below, hereby swear that I am duly authorized legally to bind the contractor or loan recipient to the above described certification. I am fully aware that this certification, executed on the date and in the county below, is made under penalty of perjury under the laws of the State of California. OFFICIAL’S NAME: DATE EXECUTED: EXECUTED IN COUNTY OF CONTRACTOWAPPLICANT SIGNATURE: TITLE: Issue Date: November 7,2003 BP- 45 State Revolving Fund Loan Program CCR and Boilerplate 18 - PART 32--GOVERNMENT WE DEBARMENT AND SUSPENSION (NONPROCUREMENT) AND GOVERNMENT WIDE REOUIREMENTS FOR DRUG-FREE WORKPLACE (GRANTS) Appendix A fa Part 32--Certification Regarding Debarment, Suspension, and Other Responsibility Matters--Primary Covered Transactions - Instructions for Certification 1. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. 2. The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such person from participation in this transaction. 3. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 4. The prospective primary participant shall provide immediate written notice to the department or agency to which this proposal is submitted if at any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 5. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is being submitted for assistance in obtaining a copy of those regulations. I 6. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. 7. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 8. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the List of Parties Excluded from Federal Procurement and Non- procurement Programs. 9. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 10. Except for transactions authorized under paragraph 6 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, suspended, debarred, ineligible, or voluntarily excluded from participation in this - Issue Date: November 7,2003 BP- 46 State Revolving Fund Laan Program CCR and Boilerplate transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. Certification Regarding Debarment, Suspension, and Other Responsibility Matters--Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (I)(b) of this certification; and (d) Have not within a three-year period preceding this applicatiodproposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Appendix B to Part 32-Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions Instructions for Certification 1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or had become erroneous by reason of changed circumstances. 4. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meaning set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. Issue Date: November 7,2003 BP- 47 State Revolving Fund Loan Program CCR and Boilerplate 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, ineligible, or voluntarily excluded from covered transactions, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the List of Parties Excluded from Federal Procurement and Nonprocurement Programs. - 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions (1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 19 - RESPONSIBILITY FOR REMOVAL, RELOCATION, OR PROTECTION OF EXISTING UTILITIES; CONTRACTS AND PROVISIONS GOVERNMENT CODE SECTION 4215 (in relevant part) - In any contract to which a public agency as defined in Section 4401 is a party, the public agency shall assume the responsibility, between the parties to the contract, for the timely removal, relocation, or protection of existing main or trunkline utility facilities located on the site of any construction project that is a subject of the contract, if such utilities are not identified by the public agency in the plans and specifications made a part of the invitation for bids. The contract documents shall include provisions to compensate the contractor for the costs of locating, repairing damage not due to the failure of the contractor to exercise reasonable care, and removing or relocating such utility facilities not indicated in the plans and specifications with reasonable accuracy, and for equipment on the project necessarily idled during such work. The contract documents shall include provisions that the contractor shall not be assessed liquidated damages for delay in completion of the project, when such delay was caused by the failure of the public agency or the owner of the utility to provide for removal or relocation of such utility facilities. 20 - SUBMI"G OF BIDS AND AGREEING TO ASSIGN GOVERNMENT CODE SECTION 4552 (in relevant art) In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S. C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or services by the bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder. (1978) -- Issue Date: November 7,2003 BP- 48 State Revolving Fund Loan Program CCR and Boilerplate 2 I - NON-COLLUSION AFFTDAVIT PUBLIC CONTRACT CODE SECTION 7106 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WJTH BID State of California County of ss ; being first duly sworn, deposes and says that he or she is of the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly 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. personally known to me OR proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) idare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by hishedtheir signatures(s) on the instrument the person(s), or entity upon behalf of which the person(s) acted, executed the instrument. Subscribed and sworn to before me on (Notary Public) -- Issue Date: November 7,2003 BP- 49 State Revolving Fund ban Program CCR and Boilerplate 23- LABOR CODE SECTION 6500 "_ 6500. injury, the division shall require the issuance of a permit prior to the initiation of any practices, work, method, operation, or process of employment. The permit requirement of this section is limited to employment or places of (a) For those employments or places of employment that by their nature involve a substantial risk of employment that are any of the following: -. (1) Construction of trenches or excavations that are five feet or deeper and into which a person is (2) The construction of any building, structure, falsework, or scaffolding more than three stories high or the equivalent height. (3) The demolition of any building, structure, falsework, or scaffold more than three stones high or the equivalent height. (4) The underground use of diesel engines in work in mines and tunnels. This subdivision doesnot apply to motion picture, television, or theater stages or sets, including, but not (b) - required to descend. limited to, scenery, props, backdrops, flats, greenbeds, and grids. stages or sets, if there has occurred within any one prior calendar year in any combination at separate locations three serious injuries, fatalities, or serious violations related to the construction or demolition of sets more than 36 feet in height for the motion picture, television, and theatrical production industry. An annual permit shall be required for employers who construct or dismantle motion picture, television, or theater stages or sets that are more than three stories or the equivalent height. A single permit shall be required under this subdivision for each employer, regardless of the number of locations where the stages or sets are located. An employer with a currently valid annual permit issued under this subdivision shall not be required to provide notice to the division prior to commencement of any work activity authorized by the permit. The division may adopt procedures to permit employers to renew by mail the permits issued under this subdivision. For purposes of this subdivision, "motion picture, television, or theater stages or sets" include, but are not limited to, scenery, props, backdrops, flats, greenbeds, and grids. On or after January 1,2000, this subdivision shall apply to motion picture, television, or theater 24 - PUBLIC CONTRACT CODE SECTION 7 105 7105. cost of repairing or restoring damage to the work, which damage is determined to have been proximately caused by an act of God, in excess of 5 percent of the contracted amount, provided, that the work damaged is built in accordance with accepted and applicable building standards and the plans and specifications of the awarding authority. However, contracts may include provisions for terminating the contract. The requirements of this section shall not be mandatory as to construction contracts financed by revenue bonds. This section shall not prohibit a public agency from requiring that a contractor obtain insurance to indemnify the public agency for any damage to the work caused by an act of God if the insurance premium is a separate bid item. If insurance is required, requests for bids issued by public agencies shall set forth the amount of the work to be covered and the contract resulting from the requests for bids shall require that the contractor furnish evidence of satisfactory insurance coverage to the public agency prior to execution of the contract. (a) Construction contracts of public agencies shall not require the contractor to be responsible for the (b) For the purposes of this section: (1) "Public agency" shall include the state, the Regents of the University of California, a city, county, district, public authority, public agency, municipal utility, and any other political subdivision or public corporation of the state. "Acts of God" shall include only the following occurrences or conditions and effects: earthquakes in excess of a magnitude of 3.5 on the Richter Scale and tidal waves. Public agencies may make changes in construction contracts for public improvements in the course of construction to bring the completed improvements into compliance with environmental requirements or standards established by state and federal statutes entered into. The contractor shall be paid for the changes in accordance with the provisions of the contract governing payment for changes in the work or, if no provisions are set forth in the contract, payment shall be as agreed to by the parties. include the power, by mutual consent of the contracting parties, to terminate, amend, or modify any contract within the scope of such authority. (2) (c) (d) (I) Where authority to contract is vested in any public agency, excluding the state, the authority shall - BP- 5 0 State Revolving Fund ban Program CCR and Boilerplate (2) Paragraph (1) shall not apply to contracts entered into pursuant to any statute expressiy requiring hat contracts be let or awarded on the basis of competitive bids. Contracts of public agencies, excluding the state, required to be let or awarded on the basis of competitive bids pursuant to any statute may be terminated, amended, or modified only if the termination, amendment, or modification is so provided in the contract or is authorized under provision of law other than this subdivision. The compensation payable, if any, for amendments and modifications shall be determined as provided in the contract. The compensation payable, if any, in the event the contract is so terminated shall be determined as provided in the contract or applicable statutory provision providing for the termination. (3) Contracts of public agencies may include provisions for termination for environmental considerations at the discretion of the public agencies. 25 - PUBLIC CONTRACT CODE SECTION 9203 ' 9203. (a) Payment on any contract with a local agency for the creation, construction, alteration, repair, or improvement of any public structure, building, road, or other improvement, of any kind which will exceed in cost a total of five thousand dollars ($%OW), shall be made as the legislative body prescribes upon estimates approved by the legislative body, but progress payments shall not be made in excess of 95 percent of the percentage of actual work completed plus a like percentage of the value of material delivered on the ground or stored subject to, or under the control of, the local agency, and unused. The local agency shall withhold not less than 5 percent of the contract price until final completion and acceptance of the project. However, at any time after 50 percent of the work has been completed, if the legislative body finds that satisfactory progress is being made, it may make any of the remaining progress payments in full for actual work completed. to a twenty-five thousand dollar ($25,000) limit for purposes of subdivision (a). (b) Notwithstanding the dollar limit specified in subdivision (a), a county water authority shall be subject BP-51 TECHNICAL SPECIFICATIONS SECTION 01 026 SCHEDULE OF VALUES PART 1 - GENERAL 1.01 REQUIREMENTS A. Within thirty (30) days of the Notice to Proceed, the CONTRACTOR shall submit a Schedule of Values for the OWNER'S approval. The Schedule of Values is a detailed itemized breakdown of all lump sum bid items. B. The Schedule of Values shall be used as a basis for determining progress payments on a lump sum contract or any designated lump sum bid item. The Schedule of Values shall be a schedule of cost loaded construction activities equal, in total, to the lump sum bid and shall be in such form and sufficient detail to correctly represent a reasonable apportionment of the lump sum. Prior to submitting a monthly payment request, the CONTRACTOR shall have submitted a detailed Schedule of Values and obtained approval from the OWNER. C. Each lump sum bid item on the Bid Schedule(s), as set forth in the Contractor's Bid Proposal must be broken down separately. The breakdown of each lump sum bid item must cover the cost of construction required by the Contract Drawings and Specifications for that item. The sum of the values for the construction activities, within a bid item, must equal the total bid amount for that item. The breakdown shall include subcontract amounts, which shall not deviate from the amounts submitted in the Bid Proposal. The CONTRACTOR shall provide certification from the Subcontractors certifying the subcontract amounts. D. Each activity in the Schedule of Values shall delineate one construction activity. For example, the placement of concrete between construction joints, the construction of an electrical duct bank or pipeline between points A & B. The costing for each activity should include all costs for the labor and materials or equipment required to complete the activity. For example, concrete construction activities should include all costs for the forming, placing of reinforcement, placing concrete, and curing. The cost for pipeline construction activities should include materials, equipment and installation including pipeline supports or thrust blocks. The excavation and backfill for a pipeline or structure may be separate activities. The Bid Proposal breakdown shall include the itemized costs for the plant startup and testing to be performed before the final project acceptance is made. No non-construction activity shall be cost loaded. E. Where Contract Documents require a CPM Construction Schedule, the CONTRACTOR shall use cost loaded construction activities from the Construction Schedule as a Schedule of Values. Each construction activity shall be encoded to its bid item and a sort provided for each bid item totaling the cost loaded amount. The total of the Cost Loaded amounts for each bid item shall equal the amount bid for that item. November 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Schedule of Values 01 026-1 F. The total of the Schedule of Values shall equal the current Contract value at all times. At any time during the progress of the Contract Work, the OWNER reserves the right to review the cost loading of the Schedules of Values and direct necessary revisions. When requested by the OWNER, the CONTRACTOR shall provide all information necessary to substantiate the cost loading. November 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Schedule of Values 01 026-2 SECTION 01500 START-UP, FIELD TESTING, AND ACCEPTANCE OF EQUIPMENT TECHNICAL SPECIFICATIONS PART 1 - GENERAL 1.01 1.02 1.03 DESCRIPTION The Contractor shall furnish all labor, equipment, and material necessary to perform start-up, field testing, and acceptance of equipment for the Recycled Water Pump Station and all related appurtenances. SUBMllTALS All submittals shall be in accordance with the General Provisions, Section 2-5.3. START-UP The Contractor shall provide fourteen days advance notice to the Owner prior to start-up of any equipment. Training will not be allowed until at least one day after start-up is complete. Prior to the start-up of systems, each equipment manufacturer shall provide written certification that their equipment has been installed properly and in accordance with the manufacturer's recommendations and is ready to start-up. The Contractor shall coordinate start-up of the control panel, pumping units and instrumentation on the same day unless otherwise approved by the Owner. A. At a minimum, start-up shall include: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. Meggering all motors. Visually inspecting field wiring against approved shop drawings. Checking for abnormalities that may have occurred during shipping or installation of all equipment and components including loose wiring, physical damage, or insecure mounting of components. Energizing all panels. Simulate all controls and equipment stalt, stop, and shutdown, including checking discrete signals locally at the panel and by jumpering remote devices at the field end to simulate signals. Testing all interlock and maintenance switches. Checking analog signals by utilizing loop calibrator as required. Calibrating all control instrumentation and monitoring equipment (flow, level, pressure, etc.). Calibrating panel devices as required including timers and controllers. Cycle motors in both automatic and manual modes of operation. Checking out main control panel in conjunction with all associated equipment. Measuring and recording voltage and amperage draw readings for all equipment motors under loaded conditions. Testing and calibrating VFD's. September 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Start-up 01 500-1 14. Testing all components of the main control panel including control systems, autodialer, and SCADA systems. Autodialer and SCADA systems shall be tested to the SCADA Central at the Carlsbad Municipal Water District. Checking proper operation of equipment hatches. 15. All manufacturer certifications for equipment and system components shall be accepted by the Owner prior to commencing Field Testing as specified in Section 1.03, herein. 1.04 FIELD TESTING AND EQUIPMENT ACCEPTANCE A. The Contractor shall submit for Owner's approval the testing procedures for all equipment. The testing procedures at a minimum shall define required instrumentation to test the equipment and describe how the equipment will be tested in order to determine compliance with the Specification requirements and recognized standards of the industry. A master log book shall be furnished and maintained by the Contractor and provided to the Owner for approval showing the test equipment, the compliance values, and the actual field measurements. B. A full field test shall be performed by the Contractor after the start-up acceptance of all equipment by the Owner. This field test shall include operating all equipment and control systems including simulating various reservoir levels (hydropneumatic tank pressures) for normal operation and emergency conditions. It is anticipated two days will be required to verify operation. Thereafter, the Contractor shall commence a full fourteen-day "live test" under actual conditions. Owner will operate the facilities and Contractor shall provide personnel to be onsite (or available within one hour) to repair or correct any deficiencies. Acceptance of the Pump Station shall begin after successful completion of the fourteen-day "live test". If any problems need to be fixed during the test period, the test shall start over. All costs for repairsheplacement are the responsibility of the Contractor. All warranties for labor, equipment, and materials shall begin on the date of acceptance of the fourteen-day test. An acceptance letter will be provided by the Engineer to the Contractor, acknowledging successful completion of the fourteen-day test. C. Pumping unit field performance testing shall be as specified in Section 1 131 0. September 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Start-up 01 500-2 SECTION 02223 TRENCHING EARTHWORK PART 1 - GENERAL 1 .I - 1.2 1.3 DESCRl PTlON The work of this Section includes clearing and grubbing, demolition, removal and disposal of surplus and objectionable materials, and trenching and backfilling at the locations indicated on the Plans. Trenching earthwork shall include the loosening, removing, loading, transporting, depositing, and compacting in its final location of all materials, wet and dry, as required for purposes of construction of all facilities and such other purposes as indicated on the Plans; the furnishing, placing, and removing of all sheeting and bracing necessary to safely support the sides of the excavations; all pumping, ditching, draining, and other required measures for the removal or exclusion of water; the supporting of structures above and below the ground; all backfilling around structures and all backfilling of trenches and pits; the disposal of excess excavated materials, and all other incidental earthwork as indicated on the plans and as specified herein. The Contractor shall furnish all tools, equipment, materials, and supplies and shall perform all labor necessary in connection with all earthwork and incidental appurtenant work, complete, as specified herein and as indicated on the Plans. PAYMENT Payment for trenching earthwork and for conforming to all of the provisions of these Specifications, unless otherwise specified and itemized on the bid form, shall be considered to be included in the contract unit or lump sum price paid for the various items of work wherein trenching earthwork is required and no additional allowance will be made therefore. SUBMllTALS All submittals shall be in accordance with the General Provisions, Section 2-5.3. A. Dewatering Prior to dewatering submit shop plans showing the complete proposed dewatering system including all material for the intake and discharge of the system per the plans and contract documents. During the period that the dewatering system is in operation - after the complete dewatering system submittal has been approved - a daily record of the average flow rate and elevation of ground water shall be provided. This daily record shall be posted in the jobsite trailer; and, it shall be submitted to the Engineer and reviewed at the weekly project meetings. January 2004 Bressi Pump Station (860-3-Bres) Contract 38891 Trenching Earthwork 02223-1 B. Excavation Safety Drawings Prior to excavating any earth or soil to a depth of five (5) feet or more, Contractor shall, pursuant to California Labor Code Section 6705, submit to the Engineer detailed drawings (hereafter referred to as excavation safety drawings) showing design of shoring, bracing, sloping, or other provisions to be made for worker, individual, or property protection;' Said excavation safety drawings shall comply with OSHA Construction Safety Orders (CaVOSHA or Federal OSHA, whichever is applicable at time of construction) and shall be prepared and certified by a registered civil or structural engineer, engaged by Contractor at his expense, who shall affix his signature and seal to each sheet of said excavation safety drawings. Contractor shall not excavate until the Engineer has received and acknowledged properly certified excavation safety drawings. Contractor shall comply with all other applicable requirements of Labor Code Section 6705 and, as therein provided, no requirements of that Section shall be construed to impose tort liability on Owner or Owner's representatives, including Owner's Engineer. C. Pipe Zone and Bedding Material Submit current certification and test results for all utility pipe zone and bedding material. Pipe zone and bedding material will conform in all respects to the latest edition of the Carlsbad Municipal Water District Engineers Design and Processing Manual. PART 2 - MATERIALS 2.1 2.2 2.3 2.4 ONSITE MATERIAL Material obtained from the required site excavations. IMPORT MATERIAL Owner-approved material obtained from off-site borrow areas. SUITABLE MATERIAL I 1 As specified herein, shall be any material imported or excavated from the cut areas that are free from shale, sod, large clods of earth, stones, roots, trash, lumber, and other debris that, in the opinion of the Owner, is suitable for use and can be readily compacted to the densities specified. I GRANULAR SOIL AND IMPORTED SAND Whenever the term "granular soil" is used in the Plans and Specifications, it shall be defined as soil having a minimum sand equivalence of 30, as determined by the latest revision in accordance with State of California, Department of Transportation, Test Method No. Calif. 217, and not more than 12 percent of the material will pass through a I January 2004 Bressi Pump Station (860-3-Bres) Contract 38891 Trenching Earthwork 02223-2 2.5 2.6 2.7 2.8 I 200-mesh sieve for pipeline bedding, and not more than 5 percent for neutral sand bedding around valves and fittings. Whenever the term "imported sand" is used in the Plans and Specifications, it shall be defined as sand having a minimum sand equivalence of 30 as determined by the latest revision of Test Method No. Calif. 217. SOIL STERILANT The sterilant shall be Oust (EPA regulation #352-401) as manufactured by E.I. DuPont Nemours and Company (Wilmington, Delaware), or approved equal. STRUCTURE BACKFILL Backfill shall consist of loose earth or sand free from stones, clods or other deleterious materials. When material from the excavation is unsuitable for use in backfill, it shall be disposed of and suitable material which is capable of attaining the required relative density shall be arranged for and furnished by the Contractor at his expense. PART 3 - EXECUTION 3.1 PIPE ZONE Material used as pipe bedding within the Pipe Zone shall comply with the Carlsbad Municipal Water District Standard Specifications. TRENCH ZONE Material excavated from the trench may be used for backfill from 12-inches above the pipe to the finished grade or, if applicable, street grade, provided that such material is free of vegetation, 2-inch and larger rocks, debris, and material of a spongy or perishable nature. No material greater than two inches in any dimension shall be placed within one foot of any pipe, valve, or structure. All backfill within 24-inches of ductile- iron fittings or valves shall be clean, washed sand. GENERAL The Contractor shall perform all site grading, soil sterilant application, structure excavation and backfill, trench excavation and backfill for pipelines and conduits, and other earthwork required to complete the work under this contract. Included are all necessary clearing, grubbing, grading, and excavation of all classes and of whatever substance encountered, stockpiling, backfilling, compaction, controlling water, bracing excavations, stabilizing subgrade, protecting existing structures and facilities, complying with conditions of permits and safety regulations, cleaning up debris, papers and loose rocks, restoring fences and other disturbed property, maintaining trees which are not permitted to be removed, and disposing of excess material, and such supplementary operations as are necessary to properly complete the entire work indicated or specified. January 2004 Bressi Pump Station (860-3-Bres) Contract 38891 Trenching Earthwork 02223-3 3.2 EARTHWORK SUBJECT TO PERMIT CONDITIONS Earthwork within public rights-of-way controlled by a state, county or city, or earthwork within railroad rights-of-way shall be in accordance with requirements and provisions of the permits issued by those agencies for the construction within their respective rights- of-way. Such permit requirements and provisions which are more restrictive than those specified herein, shall take precedence and supersede the provisions of these Specifications. 3.3 PROTECTION OF WORKMEN Excavations shall be so braced or sheeted so as to provide conditions under which workmen may work safely and efficiently at all times. The latest revision of the rules, orders and regulations of the Division of Industrial Safety of the State of California shall be complied with. 3.4 PUBLIC SAFETY Barriers shall be placed at each end of all excavations and such places as may be necessary along excavations to warn all pedestrian and vehicular traffic of such excavations. At the Engineer's request, Contractor shall use trench plates to cover trenches. Lights shall also be placed along excavations from sunset each day to sunrise of the next day until such excavation is entirely refilled or plated. Material for bacMill or for protection of excavation in public roads from surface drainage shall be neatly placed and kept shaped so as to cause the least possible interference with public travel. Free access must be provided to all fire hydrants, water valves, meters, and private drives, or other property or facilities that may have routine use. 3.5 SUPPORT OF ADJACENT PROPERTY Excavations shall be so braced, sheeted, and supported that the ground alongside the excavation will not slide or settle, and all existing improvements of any kind, either on public or private property, will be fully protected from damage. Damage to adjacent property or to the work occurring through settlements, water or earth pressures, slides, caves or other causes due to failure of lack of sheeting or bracing or improper bracing, or through negligence or fault of the Contractor in any other manner, shall be repaired by the Contractor at his own expense. 3.6 EXISTING IMPROVEMENTS - - - - ~ - - - --- The Contractor's attention is directed to the possible existence of pipe and other underground improvements which may or may not be shown on the plans. The Contractor shall preserve and protect any such improvements whether shown on the plans or not. Where it is necessary to remove and replace or to relocate such improvements in order to prosecute the work, they shall be removed, maintained, and permanently replaced by the Contractor at his expense, except as otherwise provided in the General Provisions. January 2004 Bressi Pump Station (860-3-Bres) Contract 38891 Trenching Earthwork 02223-4 3.7 DRAINAGE CONTROL f- A. Control of Surface Drainage The Contractor shall control grading in a manner to prevent water running into excavations. Obstruction of sutface drainage shall be avoided and means shall be provided whereby storm and wastewater can flow uninterrupted in existing gutters, other surface drains or temporary drains. B. Preservation of Existing Drainage Except as shown on the Plans, existing drainage patterns shall be preserved. Where construction methods cause a temporary obstruction of drainage patterns temporary facilities adequate for expected flows and a means of emergency removal of the obstruction shall be provided. 3.8 DEWATERING The Contractor shall keep the excavation free from water during construction. Where ground water is encountered, the static water level shall be drawn down a minimum of two (2) feet below the trench bottom, unless otherwise permitted by the Engineer. Maintain groundwater level a minimum of four (4) feet below the prevailing level of backfill after installation of pipe being placed. The Contractor shall provide and maintain ample means and devices and shall promptly remove and properly dispose of all water from any source entering the excavation or other parts of the work. Dewatering shall be continuous and shall be accomplished by methods which will ensure the preservation of the final lines and grades of the bottoms of excavations. Said methods may include well points, piezometers, sump points, suitable rock or gravel placed below the required bedding for drainage and pumping purposes, temporary pipelines, and other means that will not be detrimental to the proposed construction. The Contractor is responsible for obtaining all water discharge permits that are required. - Dewatering for the structures and pipelines shall commence when ground water is first encountered and shall be continued until such times as water can be allowed to rise in accordance with the provision of this section. No concrete (i.e. footings, floors, pipeline thrust blocks, and pipeline anchor blocks) shall be laid in water. Water shall not be allowed to rise until the concrete has cured and been backfilled. The Contractor shall dispose of the water from the work in a suitable manner without damage to adjacent property. No water shall be drained into work built or under construction without prior consent of the Engineer. Water shall be disposed of in such a manner as not to be a menace to the public health. Silting basins shall be provided in accordance with regulatory Agency requirements. Do not drain trench water through the pipeline under construction. January 2004 Bressi Pump Station (860-3-Bres) Contract 38891 Trenching Earthwork 02223-5 A. Dewatering Records 1. Provide a daily record of the average ftow rate. Provide water quality testing as required by the Regional Water Quality Control Board. 2. Observe and record the elevation of the ground water during the period that the dewatering system is in operation. 3.9 CORRECTION OF FAULTY GRADES Where excavation is inadvertently carried below pipe or concrete structure subgrade, it shall be rectified for a pipe by backfilling with approved sand or gravel compacted to 95% of maximum density, at the expense of the Contractor. 3.1 0 SURPLUS EXCAVATED MATERIAL The Contractor shall make the necessary arrangements for and shall remove and dispose of all surplus excavated material, unless provided for on the Plans or in the Special Provisions. All costs for the disposal of surplus waste material shall be borne by the Contractor. It is the intent of these Specifications that all surplus material not required for backfill or fill shall be disposed of by the Contractor outside the limits of the public rights-of-way and/or easements at no cost or liability to the Owner. No excavated material shall be deposited on private property unless written permission from the Owner thereof is secured by the Contractor. Before the Owner will accept the work as being completed, the Contractor shall file a written release signed by all property owners with whom he has entered into agreements for disposal of surplus excavated material absolving the Owner from any liability connected therewith. - 3.1 1 IMPORTED BACKFILL MATERIAL Whenever the excavated material is not suitable for backfill, the Contractor shall at his own expense arrange for and furnish suitable imported backfill material which is capable of attaining the required relative density. 3.12 COMPACTION TESTS Compaction tests will be made by the Engineer or laboratory designated by him. The number of tests and their location and depth shall be determined by the Engineer. The Contractor shall make all necessary excavations for compaction tests as directed by the Engineer and shall refill and re-compact these excavations to the densities as specified herein. Compaction shall be tested in accordance with the latest revision of Test Method No. Calif. 216. The Owner will pay for the initial cost of all compaction tests. If the backfill compaction fails to meet the relative compaction requirements set forth herein, the Contractor shall pay for subsequent compaction tests. All work in connection with compaction testing by the Contractor shall be included in the various contract bid prices and no additional allowance will be made therefore. I January 2004 Bressi Pump Station (860-3-Bres) Contract 38891 Trenching Earthwork 02223-6 3.13 BLASTING AND EXPLOSIVES I Written permission of the Owner shall be obtained prior to any blasting or use of explosives. 3.14 SITE GRADING Haul routes shall be planned to avoid passing heavy off-highway equipment over pipelines with less than 6-feet of cover. Where crossings must be made, the Contractor shall provide concrete encasement or approved bridging. All areas covered by the work, including excavated and filled sections and transition areas, shall be uniformly graded to the elevations shown on the Plans. The finished surface shall be reasonably smooth, compacted, and free from any irregular surface changes. Edges of spoil and borrow areas shall be rounded to blend into natural contours. The degree of finish ordinarily obtainable from a blade grader will be satisfactory for open areas, but hand grading and raking will be required around structures and walkways. The finished surface shall be not more than 0.1-foot above or below the required grade and sloped to prevent ponding. 3.15 SOIL STERILANT A. General The Contractor shall treat the finished subgrade of specified areas with an approved soil sterilant. B. Areas Requiring Soil Sterilant All areas which are to receive bitumastic pavement, including embankments, walkways, drainage structures, parking, and road areas, require soil sterilant. Other areas requiring soil sterilant are storage reservoir or pond surfaces which are to receive any lining material of less than 3-inches in thickness and lining perimeter areas to a distance of 5-feet from the edge of lining material. C. Material and Application The sterilant shall be applied in a liquid or dry form and at a uniform rate of 10 to 12 ounces of dry sterilant per acre in accordance with the manufacturer's directions. At the option of the Engineer, the area shall then be lightly sprinkled with water to prevent loss of sterilant or scuffing. 3.16 TRENCH EXCAVATION AND BACKFILL FOR PIPELINES AND CONDUITS A. Alignment and Grades The alignment and grade for pipe shall be as shown on the Plans. When flow line is shown, it shall be the invert or interior bottom of the pipe. When top of pipe is shown, it shall be the exterior of the pipe barrel. In the absence of such January 2004 Bressi Pump Station (860-3-Bres) Contract 38891 Trenching Earthwork 02223-7 profile grade, the pipe shall be laid on a straight grade to permit complete drainage and to provide a minimum of 36-inches of cover to finish ground or street subgrade unless otherwise specified. Where the natural ground above the pipeline trench has been over excavated and/or the pipeline is to be placed in new embankment, embankment material shall be placed and compacted to an elevation of not less than two feet above the top of pipe prior to trench excavation. B. Length of Open Trench Except where detailed in the Special Provisions or included in permits, the maximum length of open trench shall be 600-feet, or the distance necessary to accommodate the amount of pipe installed in a single day, whichever is the greater. The distance is the collective length at any location, including open excavation, pipe laying, and appurtenance construction and backfill which has not been temporarily resurfaced. C. Trench Width The overall trench width measured at a level of one foot above top of pipe for pipelines and appurtenances shall not exceed the limits listed in the following table: Nominal Inside Pipe Diameter Minimum Maximum (Inches) Trench Width Trench Width 4 through 12 OD plus 12" OD plus 16" 14 through 48 OD plus 16" OD plus 24" Excavating and trenching shall be true to line so that the pipe is centered in the trench. D. Trench Bottom The trench bottom shall be graded to provide a smooth, firm, and stable foundation at every point throughout the length of pipe. The Contractor shall transfer construction stake grades into the trench as necessary to ensure that the trench bottom is accurately graded. Where specified, special bedding required by the Plans and Special Provisions shall be placed. Pipe subgrade at the trench bottom shall be prepared for the specific type of pipe material being installed in accordance with the Standard Specifications for said pipe. Should large gravel and cobbles be encountered at the trench bottom or pipe subgrade, they shall be removed from beneath the pipe and replaced with granular material which shall be compacted to provide uniform support and a firm foundation. January 2004 Bressi Pump Station (860-3-Bres) Contract 38891 Trenching Earthwork 02223-8 Whenever the trench bottom does not afford a sufficiently solid and stable base to support the pipe or appurtenance, the Contractor shall excavate below normal trench bottom and replace it with crushed rock or gravel of sufficient thickness to form an unyielding foundation. E. Foundations in Poor Soil If excessively wet, soft, spongy, unstable, or similarly unsuitable material is encountered at the subgrade, it shall be removed and replaced by crushed rock or gravel of sufficient thickness to form an unyielding foundation. Removal of the material and additional backfill required will be paid for by the unit price in the schedule of work items unless otherwise specified. However, if the necessity for such additional bedding material has been occasioned by an act or failure to act on the part of the Contractor, the Contractor shall bear the expense of the additional excavation and backfill to the required depth. The Contractor's attention is called to his responsibilities in maintaining adequate dewatering procedures to ensure that an otherwise stable foundation will not be rendered unfit due to accumulation of water in the trench excavation. F. Foundations in Rock Where rock is encountered, it shall be removed below grade and the trench backfilled with clean imported sand to provide a compacted foundation cushion with a minimum allowable thickness of 6 inches under the outside diameter of the pipe barrel and a clear space of 4 inches under the pipe bell. Payment for the removal of rock and additional backfill shall be provided for in the schedule of work items unless otherwise specified. G. Backfilling After the pipe has been properly laid, exterior joints grouted (if appropriate) and inspected, backfilling shall be commenced. Mechanical densification or compaction of backfill shall be accomplished by rolling, vibrating, or a combination thereof. The method or methods used shall result in obtaining the compaction of the backfill in the various specified zones and within the maximum lifts specified herein. The densification or compaction method or methods used shall not result in damage to the pipe, adjacent ground, existing improvements, or improvements installed as part of this project. Material for mechanically compacted backfill shall be placed in lifts which, prior to compaction, shall not exceed the depths specified below for the various types of equipment. Impact, free-fall, or "stomping" equipment shall not be allowed. 1. Vibratory equipment with smooth contact surface - maximum lift thickness of 2 feet. January 2004 Bressi Pump Station (860-3-Bres) Contract 38891 Trenching Earthwork 02223-9 2. Rolling equipment, including, vibratory interrupted surface equipment - maximum lift thickness of 1 foot. 3. Hand directed mechanical tampers - maximum lift thickness of 6 inches. H. Control of Trench Backfill by Zones Backfill shall be constructed by zones and the compaction requirement for each zone in the various portions of the project shall be as scheduled in the Special Provisions and/or Plans. Zone requirements are defined in the following paragraph for pipe zone, trench zone and street zone. 1. Pipe Zone The trench shall be bedded in lifts to a height of 12-inches above the top of the pipe with selected material as described in 2.7, Pipe Zone. Bedding shall be placed in layers simultaneously on each side of the pipe for the full width of the trench. In placing and compacting the backfill, particular attention is to be given to the underside of the pipe and fittings to provide firm support along the full length of the pipe. Care shall be exercised in backfilling to avoid damage to the pipe coating. Unless specified otherwise on the Plans or in the Special Provisions, the bedding shall be compacted and/or consolidated to obtain a relative compaction of 95%. 2. Trench Zone Unless specified otherwise on the Plans or in the Special Provisions, the backfill material shall be compacted to obtain a relative compaction of 95%. Either mechanical compaction or water settling may be used, depending on the nature of the material. Trench zone compaction shall be completed prior to covering it with street zone material. 3. Street Zone Backfill in traveled ways and public streets shall be in accordance with the right-of-way agreement, encroachment permit or applicable regulations of the agency having jurisdiction over the road. In the absence of such provisions, the following shall apply. The top 12-inches below the roadway subgrade or ground surface, as the case may be, shall be compacted by approved hand-, pneumatic-, or mechanical-type tampers to obtain a relative cornpaction of 95%. Consolidation will not be permitted in this upper 12-inches. The material for this backfill may contain stones ranging in sizes up to two inches in diameter in quantity not exceeding 20% of the volume where said coarse January 2004 Bressi Pump Station (860-3-Bres) Contract 38891 Trenching Earthwork 02223-1 0 materials are well distributed throughout the finer material and the specified compaction can be obtained. The pavement section shall be constructed in accordance with the Plans and Specifications. 3.17 FINAL CLEANUP After bacMill has been completed, the site shall be dressed smooth and left in a neat and presentable condition, free of all cleared vegetation, rubbish and other construction wastes. Surplus rock, and soil which cannot be used for backfill shall be hauled away and disposed of by the Contractor and at the Contractor’s expense. Areas next to structures where blade-type equipment cannot reach shall be hand raked. END OF SECTION January 2004 Bressi Pump Station (860-3-Bres) Contract 38891 Trenching Earthwork 02223-1 1 SECTION 02300 BASIC EARTHWORK SPECIFICATIONS 1. Scope 2. Contractor shall furnish all labor, equipment, and material and perform all operations necessary for earthwork construction including clearing, excavating, filling, backfilling, compacting, and grading specified or reasonably required. All debris or material unsuitable for construction shall be removed from site. Adequate drainage shall be provided at all times and accumulation of water in excavated areas shall be prevented. All work shall be protected by pumping, ditching, and other measures required for the removal and exclusion of water. Any work damaged by the effects of rain runoff or other weather conditions during any phase of construction shall be reconstructed to conform to the specified requirements. Contractor shall not pass equipment over or alongside facilities that are not protected by ample fill material, properly compacted. Unless otherwise specified or herein modified, all earthwork shall conform to Section 300 of the Standard Specifications for Public Works Construction, published by Building News, Inc., Los Angeles, California, latest edition, hereinafter "Standard Specifications". Protection of Existing Work Before beginning any cutting or demolition work for removals, Contractor shall carefully survey the existing work and examine the drawings and Specifications to determine the extent of the work. Contractor shall take all necessary precautions to insure against damage to existing work to remain in place or to be reused and any damage to such work shall be repaired or replaced as approved by Owner at no additional cost to Owner. Contractor shall carefully coordinate the work of this section with all other work and construct and maintain shoring, bracing, and supports as required. Contractor shall insure that structural elements are not overloaded and be responsible for increasing structural supports or adding new supports as may be required as a result of any cutting, removal, or demolition work performed under any part of this Contract. 3. Grade Control Contractor shall furnish all construction staking required to perform the Work. Contractor shall utilize survey control as shown on the Drawings. Benchmarks, monuments, and other reference points, if disturbed or destroyed by Contractor, will be restored by Owner at Contractor's expense. 4. Clearing and Grubbing _- Except as otherwise specified, indicated areas should be cleaned and grubbed conforming to Section 300-1 of the Standard Specifications. All removed materials shall be disposed off-site in a location approved by Owner. Bituminous pavement to be removed shall be saw cut to clean, straight lines. September 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Earthwork 02300-1 5. Field Compaction Tests Where reference is made to relative compaction, it shall be deemed to mean ASTM D1557, latest, using ten-pound hammer at 18-inch drop. Cost of all compaction tests having relative compaction less than specified shall be borne by Contractor. Cost of all compaction tests having relative compaction greater than specified will be borne by Owner. Owner will select soil testing engineer. 6. Materials to be Excavated Materials to be excavated shall be non-classified and shall include all materials encountered in excavating and grading operations hereunder. Materials shall be excavated to the depth and extent specified. 7. Excavation Contractor shall excavate to the elevations and dimensions indicated, plus ample space for construction operations and inspection of facilities. All facilities to be constructed shall bear on undisturbed natural ground or material compacted to the relative compaction specified which shall not be less than 90% relative compaction. If so ordered in writing by Owner, Contractor shall perform additional excavation beyond limits originally specified. Concrete shall not be placed in any excavation which has not been approved by Owner. Care shall be taken not to disturb the excavation prepared for concrete and excess material shall not be removed to make grade until just before concrete is to be placed. This work shall conform to Sections 300-2 and 300-3 of the Standard Specifications unless otherwise specified. 8. Fill and Backfill Fill and backfill shall not be placed until all work to be concealed has been inspected and approved by Owner. No fill or backfill material shall be deposited against concrete structures until the concrete has developed its design strength unless authorized by Owner. Fill and backfill around structures shall be placed in uniform horizontal layers not exceeding 12 inches in loose thickness before compaction and shall be brought up uniformly on all sides of the structure. Regardless of the specified depth of the layers of material to be compacted, Contractor shall place the material at depths required to obtain the specified relative compaction. Each layer of material shall be moistened as required and thoroughly tamped, rolled, or otherwise compacted to the relative compaction specified. Fill and backfill shall be made with clean, unclassified material excavated from site as approved by Owner. Unless permitted otherwise, said material shall consist of loose earth or sand free from stones, clods, or other deleterious materials larger than 6 inches in greatest dimension. Whenever permitted by Owner, rock may be placed in certain fills. Rock fragments or boulders up to 24 inches in greatest dimension may be utilized provided that the September 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Earthwork 02300-2 specified degree of compaction is obtained in the fill material surrounding the rock. The rock fragments or boulders shall be placed in rows on the fill surface so that they are not in contact with one another and fill material shall be placed between and over the rows of rock fragments or boulders and compacted with a sheeps foot or other suitable rollers. Ample water and compactive effort shall be applied so that the resulting fill is free of uncompacted material surrounding the rock. The rows of rock fragments or boulders shall be as specified with regard to spacing and location within any fill; however, subsequent rows shall be staggered so that one row does not lie directly over another row. 9. Finish Grading Upon completion of construction, Contractor shall bring to finish grade all portions of site affected by contract work. Grading shall be to the finish grade elevations specified. Contractor shall dispose of excess material as directed by Owner. .- September 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Earthwork 02300-3 SECTION 02500 BASIC PAVING SPECIFICATIONS 1. 2. Scope a. General Contractor shall furnish all labor, materials, and equipment and perform all operations necessary for construction of pavement surfacing and resurfacing in all areas of construction as specified by the Owner or as shown by the Drawings. Drawings shall consist of construction drawings, standard drawings, and clarifying diagrams or sketches. Whenever pavement surfacing or resurfacing is to be constructed in rights-of- way not under jurisdiction of the Owner (public highways, thoroughfares, streets), it shall be constructed in accordance with permits issued by the agency having jurisdiction (State, County, City). Whenever pavement surfacing or resurfacing is to be constructed in rights-of- way over which the Owner has jurisdiction (pumping plants, reservoirs, service yards, access roads), it shall be constructed in accordance with the specifications. Whenever the words “Standard Specifications” are used herein, they shall mean the Standard Specifications for Public Works Construction as published by Building News, Inc., Los Angeles, California, latest edition. The Standard Specifications shall augment, not supersede, these specifications. As used herein, the Standard Specifications shall not apply to measurement, payment, schedule, delays, or extra work. New Pavement Surfacing New pavement surfacing shall be asphalt concrete or Portland cement concrete placed on a prepared surface in accordance with the specifications and in conformance with the lines, grades, and dimensions as specified in the Drawings. a. Subarade PreDaration Subgrade shall be brought to proper grade, prepared, and compacted in conformance with the requirements of Subsection 301-1 of the Standard Specifications. All organic material shall be removed and discarded at legal disposal site(s), at Contractor‘s expense. The top 12 inches of such subgrade material shall be scarified, cultivated and then compacted to not less than 95 percent relative compaction (ASTM D1557). January 2004 Bressi Pump Station (860-3-Bres) Contract 38891 Paving 02500-1 b. Aaareaate Base 1) General Aggregate base material shall be furnished, placed, and compacted at the locations and thickness as specified in the Contract Documents. 2) Materials Aggregate base material shall consist of crushed aggregate base conforming to requirements of Subsection 200-2.2 of the Standard Specifications. 3) Placement of Aqureaate Base Aggregate base material shall be spread and compacted in conformance with the requirements of Subsection 301-2.3 of the Standard Specifications. Aggregate base material shall be compacted to a relative compaction of not less than 95 percent (ASTM 01557). C. Asphalt Concrete Pavement 1) General Asphalt concrete pavement shall be furnished, placed, and compacted at the locations and thicknesses specified. 2) Materials a) Asphalt Asphalt to be mixed with mineral aggregate shall conform to Subsection 203-6.3.1 of the Standard Specifications. The viscosity grade shall be AR-4000 unless specified otherwise. b) Aaareaate Aggregate shall conform to the requirements in Subsection 203-6.3.2 of the Standard Specifications. Course aggregate shall be crushed rock. January 2004 Bressi Pump Station (860-3-Bres) Contract 38891 Paving 02500-2 c) Asphalt Concrete Mixtures The grading of combined aggregates and percentage asphalt shall be in accordance with Subsection 203-6.4 of the Standard Specifications, Unless otherwise specified the following asphalt concrete mixtures shall be used: Base Course shall be: B-AR-4000 Surface Course shall be: C2-AR-4000 Overlays (1 %I' maximum) shall be: D1 -AR-4000 3) Placement of Asphalt Concrete a) General Asphalt concrete pavement shall be no less than the thickness shown on the Drawings and shall be applied in two (2) lifts. The first lift shall be the base course and the second lift shall be the surface course, not less than 1" thick, and shall bring the pavement to full thickness. All construction methods shall conform to the requirements of Subsection 302-5 of the Standard Specifications, as modified by the Supplemental Provisions. b) Weed Killer Weed killer, "SPIKE" (manufactured by Dow Elanco) or equal shall be applied to the area to be paved at the rate of 100 gallons per 10,000 square feet. The mixture applied shall consist of 1 pound of chemical per 100 gallons of water or per manufacturer's recommendations. Contractor shall obtain a permit to use "SPIKE" weed killer prior to its application. . c) Prime Coat A prime coat consisting of grade SC-250 liquid asphalt shall be applied at a rate between 0.10 and 0.25 gallons per square yard. Grade SC-70 liquid asphalt may be used when approved by the Owner. Unless otherwise specified prime coat shall be required on all aggregate base material or untreated subgrade on which asphalt concrete pavement is to be directly placed. The prime coat shall be allowed to cure 24 hours and any excessively oily areas shall be blotted with sand in preparation for application of asphalt concrete. January 2004 Bressi Pump Station (860-3-Bres) Contract 38891 Paving 02500-3 d) TackCoat A tack coat shall be required at all joints, overlays and overlaps. Tack coat shall conform to the requirements of Subsection 302- 5.4 of the Standard Specifications and shall be Grade SS-lh emulsified asphalt. Tack coat shall be applied at approximate rates of 0.05 gallon per square yard for leveling courses and overlays, and 0.1 0 gallon per square yard for asphalt concrete roll berms and dikes. e) Pavinu Headers Along all pavement edges which will not abut existing concrete paving, building foundations, curbs, gutters, or other similar structures, a firmly staked 2 inch x 4 inch redwood header shall be placed unless specified otherwise. f) Asphalt Curbs Asphalt concrete curbs shall be provided where shown on the Drawings. Automatic curbing machines shall be used to construct asphalt curbs. The curb cross section used shall be as shown on the Drawings or as approved by the Owner. g) Geotextile Fabric Geotextile fabric shall be provided where shown on the Drawings and shall conform to the requirements in Subsections 213 and 302-7 of the Standard Specifications. Geotextile fabric shall be placed such that wrinkles large enough to cause laps do not occur. Geotextile fabric shall be placed in accordance with manufacturer's recommendations. h) Slurrv Seal Slurry seal shall be provided over existing asphalt concrete pavement where shown on the Drawings. Slurry seal mix design shall conform to Type I composition as specified in Subsection 203-5 of the Standard Specifications. Slurry seal shall be mixed and placed in accordance with Subsection 302-4 of the Standard Specifications. 4) Temporarv Surfacinq Unless permanent pavement is to be placed immediately, temporary cold mix surfacing 2 inches thick, or as otherwise specified, shall be placed and properly maintained as determined by the Owner until the permanent pavement is placed at locations specified. In any event, in paved streets Contractor shall place and maintain said temporary pavement. where immediate access is required to provide for public or private use, - January 2004 Bressi Pump Station (860-3-Bres) Contract 38891 Paving 02500-4 Temporary pavement shall be placed at all locations which are not barricaded and are open to traffic. When Contractor delays the placing or repairing of temporary pavement, Owner reserves the right to have such pavement placed or repaired at Contractor’s expense. Temporary resurfacing shall conform to Subsection 306-1.5.1 of the Standard Specifications and shall be placed as soon as trench backfill is 95% compacted and shall remain in place until permanent resurfacing is placed. Prior to permanent resurfacing, temporary resurfacing shall be removed and discarded at legal disposal site(s) at Contractor’s expense. The cost of furnishing, placing, maintaining, removing and disposing of temporary resurfacing shall be included in the Contractor’s bid price for related work if no bid item is specifically called out in the bid sheets. At the end of each day, temporary striping shall be placed complying with the Drawings and State, County, or City requirements. Temporary striping shall conform with Section 21 4 of the Standard Specifications. 5) Permanent Resurfacinq Unless otherwise specified, all permanent resurfacing shall be 1” or greater in thickness than the original surfacing removed. Contractor shall remove all loose pieces of existing pavement prior to placing any pavement. Said pavement shall be replaced in accordance with requirements of the agency (State, County, City) having jurisdiction over the roadway. d. Portland Cement Concrete Pavement 1) General Portland cement concrete shall comply with the Basic Concrete Specifications unless specified otherwise. Construction methods shall comply with Subsection 302-6 of the Standard Specifications. Portland cement concrete shall be furnished and placed at the locations and thicknesses specified. 2) Concrete Design Mix All concrete shall be 560-C-3250 concrete in accordance with Subsection 201 -1.1.2 of the Standard Specifications, as modified by the I Supplemental Provisions. Design mix shall be approved by the Owner prior to purchase or placing of concrete. 3) Reinforcement Replacement concrete pavement shall have equal or better reinforcement than original concrete pavement. Reinforcement shall be provided whenever and wherever specified. Grade 60 reinforcing steel shall be used unless specified otherwise. January 2004 Bressi Pump Station (860-3-Bres) Contract 38891 Paving 02500-5 4) Admixtures Admixtures shall conform to Subsection 201-1.2.4 of the Standard Specifications, as modified by the Supplemental Provisions. Unless otherwise specified, concrete mixtures shall have air entrainment of 5% 1 Yo. I 5) Placinu Concrete Concrete shall be placed on an aggregate base sufficiently dampened to ensure that no moisture will be absorbed from the newly placed concrete. Concrete shall be placed on the aggregate base to specified uniform depth. 1 6) Finishinq Concrete shall be distributed uniformly between forms as soon as it is placed, struck off, and tamped. Tamping shall continue until concrete is thoroughly 'consolidated into the specified cross-section and sufficient mortar for finishing purposes has been brought to the surface. After tamping, surface of concrete shall be floated and finished. Where the concrete placed is to abut existing concrete surfaces, it shall be finished to match existing concrete as nearly as practical. Vat black or other approved pigments shall be added to concrete to obtain required result. Edges which do not abut existing concrete shall be rounded to a 1/2 inch radius. Upon completion of final finishing, work surface shall be free of any unevenness greater than 1/8 inch when checked with a 10-foot straightedge placed on the surface. 7) Curina I Pavement shall be cured by a pigmented sealing compound method. Curing shall commence as soon as free water leaves the concrete surface but no later than 3 hours following initial placement of concrete upon aggregate base. Curing compound shall be applied to the entire surface by spraying at the rate of one gallon per 200 square feet. All curing compounds shall be approved by the Owner. Curing compound shall conform to the requirements of Subsection 201-4 of the Standard Specifications. 8) TemDorarv StriDinq At the end of each day, temporary striping shall be placed complying with the Drawings and State, County, or City requirements. Temporary striping shall conform with Section 21 4 of the Standard Specifications. January 2004 Bressi Pump Station (860-3-Bres) Contract 38891 Paving 02500-6 3. Pavement Removal *- Pavement removal shall be limited to the maximum trench width as shown by the standard drawings plus a reasonable allowance for sloping sides of trench as required by appropriate safety standards or as otherwise specified. Pavement shall be removed to clean straight lines. Pavement edges shall be saw cut unless an acceptable alternative method is permitted. Contractor shall discard all removed pavement at legal disposal site@) at Contractor's expense. Removal and disposal of materials shall conform to the requirements of Subsection 300-1.3 of the Standard Specifications, as modified by the Supplemental Provisions. 4. Finishing Pavement Surfaces a. General Upon completion of all construction operations the entire roadway area or newly surfaced areas shall be finished, cleaned, and left in a neat, presentable condition. b. Shoulders The shoulders around paved surfaces shall be trimmed and shaped to produce a smooth uniform cross section. Shoulders shall be finished, graded, and compacted so as to match the finish grade of the newly paved surfacing. Excess earth, debris, or other waste material shall be removed and discarded at legal disposal site@) at Contractor's expense. C. Paved Surfaces All finished paved surfaces shall be clean of all dirt, debris, and foreign material. All manholes, boxes, and covers, shall be raised to finished grade. All curbs, gutters, and cross gutters shall be broomed clean and flushed with water to insure proper drainage. All street signs and striping shall comply with the construction drawings, specifications, and Section 21 4 of the Standard Specifications. d. Survev Monuments Prior to construction, Contractor shall have a registered civil engineer or licensed land surveyor set at least 4 ties for each monument within the construction area. After construction, Contractor shall have the same civil engineer or licensed land surveyor use the aforementioned ties to replace any monuments which have been disturbed or destroyed. Contractor shall file a corner record for all replaced monuments. Contractor shall also place monument wells in compliance with City or County standards over all monuments in the construction area. January 2004 Bressi Pump Station (860-3-Bres) . Contract 38891 Paving 02500-7 SECTION 02825 ORNAMENTAL STEEL FENCING PART 1 - GENERAL 1.01 1.02 1.03 General Contractor shall furnish and install ornamental steel (wrought iron) fencing system, including fence panels, posts, gates, and accessories, as shown on the Drawings and as specified herein. Related Work Specified Elsewhere Section 03300 - Cast-in-Place Concrete: Concrete footings for support of fence and gate posts. Applicable Specifications and Standards The following documents of issue in effect on the date of bid form a part of this specification to the extent specified herein: A. American Society for Testing and Materials (ASTM) Publications: 1. 2. 3. 4. 5. 6. 7. 8. 9. ASTM A36 - Carbon Structural Steel. ASTM A121 - Zinc-Coated (Galvanized) Steel Barbed Wire. ASTM A123 - Zinc (Hot-Dip Galvanized) Coatings on iron and Steel Products. ASTM A500 - Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. ASTM A51 3 - Electric-Resistance-Welded Carbon and Alloy Steel Mechanical Tubing. ASTM A653 Steel Sheet, Zinc-Coated ' (Galvanized) by the Hot-Dip Process. ASTM A787 - Electric-Resistance-Welded Metallic-Coated Carbon Steel Mechanical Tubing. ASTM B117 - Standard Practice for Operating Salt Spray (Fog) Apparatus. ASTM D822 - Tests on Paint and Related Coatings Using Filtered Open- Flame Carbon-Arc Exposure Apparatus. April 2004 Bressi Pump Station (860-3-Bres) Contract 38891 Ornamental Steel Fencing 02825-1 10. ASTM D1794 - Resistance of Organic Coatings to the Effects of Rapid - Deformation (Impact). 11. ASTM D3363 - Test Method for Film Hardness by Pencil Test. 1.04 Contractor Submittals A. All submittals shall be in accordance with the General Provisions, Section 2-5.3. B. Submittals shall include, but not be limited to, the following: 1. Product data for all fence and gate components and accessories. 2. Shop drawings showing layout, dimensions, and spacing of all fence and gate components, interface with electric gate operator, and anchorage and installation details. 3. Coating color chart of available fence and gate colors for selection by Owner. 3. Sample: 8 by 10 inches minimum size sample of fence panel illustrating design, fabrication workmanship, and selected color coating. 4. Copy of warranty specified in Paragraph 1.05. 1.05 Warranty Manufacturer shall provide 10 years (minimum) warranty for factory finish against cracking, peeling, and blistering. 1.06 Quality Assurance Ornamental steel fencing and gates shall be as manufactured by Morgan Fence Company, Builders Fence Company, Inc., or equal. PART 2 - PRODUCTS 2.01 Fencing A. Fence framework, including pickets, rails, and posts, shall be manufactured from electrically welded pre-galvanized tubing conforming to ASTM A51 3 and having minimum yield strength of 45,000 psi. Zinc coating with a minimum weight of 0.90 ounces per square foot (coating designation G-90) shall meet the requirements of ASTM 653. B. Fence panel sections shall be capable of supporting a 1000-pound load applied at the mid-span with deflection limited to If240 and no permanent deformation. April 2004 Bressi Pump Station (860-3-Bres) Contract 38891 ornamental Steel Fencing 02825-2 C. Pickets shall be minimum 1" square tubing with 1Cgauge wall thickness, built on 8" centers for 7" nominal space between pickets. Unless shown otherwise on the Drawings, each picket shall be provided with a flat top cap. D. Rails shall be minimum 1-1/2" square tubing with 14-gauge wall thickness. E. Posts shall be minimum 2" square tubing with 12-gauge wall thickness. F. Fence panel geometry, length, and height shall be comply with the nominal dimensions shown on the Construction Drawings. Minor variations in dimensions may be necessary to accommodate actual field conditions and selected fence components. Pickets, rails and posts shall be assembled in accordance with the manufacturer's approved shop drawings and the Construction Drawings. Prior to commencing fabrication, Contractor shall field vertfy all fence dimensions, including post locations and fence segment lengths. G. Pickets, rails and posts shall be Electro-MIG welded per the final approved shop drawings. All joints shall be fully welded (seal welded) to prevent corrosion from moisture. Kit type field assembled fence panels are not acceptable. H. Posts shall be provided with zinc plated press-on type steel caps. Post bases shall be drilled base plate or sleeve for mounting to concrete footing or pier as indicated on the Construction Drawings. 2.02 Gates A. General Contractor shall provide gates of type and size indicated on the Drawings. Manufacturer shall equip gates with at1 hardware and appurtenances as required for complete functional operation. Gate framework, including pickets, rails, and posts, shall be manufactured from structural tubing conforming to ASTM A36/A500 and having a minimum yield strength of 46,000 psi or from electrically welded pre-galvanized tubing conforming to ASTM A513 and having a minimum yield strength of 45,000 psi. All gate framework shall be provided with zinc coating with a minimum weight of 0.90 ounces per square foot (coating designation G-90) shall meet the requirements of ASTM A123/A653. B. Hinued Swinainu Gates 1. Construction: Frames fabricated from minimum 2" square steel tubing with 11 -gauge wall thickness. Frames shall be fully welded. Unless shown otherwise on the Drawings, gate configuration shall be similar to fence sections. Gate pickets shall match fence pickets. 2. Gate Size: Gates shall be single or double with heights and widths as April 2004 Bressi Pump Station (860-3-Bres) Contract 38891 Ornamental Steel Fencing 02825-3 shown on the Drawings. 3. Hardware: a. Hinges: Size and type as determined by manufacturer. Provide 2 hinges for each leaf up to 6 feet high and 1 additional hinge for each additional 24 inches in height or fraction thereof. Hinges shall be manufactured to allow 90-degree opening of gate(s). b. Latch: 3/4-inch diameter slide bolt to accommodate padlock. c. For double gates provide padlockable, 5/8-inch diameter center cane bolt assembly and strike. I 4. Support Posts: Pair of minimum 3" square steel tubing with 1 l-gauge wall thickness and solid cap. 2.03 Accessories A. Unless specified otherwise, all fence and gate hardware and accessories shall be carbon steel or malleable iron. B. All fasteners shall be 304 (or better) stainless steel. C. All ferrous metal hardware and accessories shall be hot dipped galvanized and finish coated as specified herein. 2.04 Finish Coating A. Preparation: Upon completion of fabrication, all fence and gate assemblies shall receive a three stage pretreatment to clean and prepare galvanized surfaces for finish coating. First stage shall consist of iron phosphate surface pretreatment to clean and promote coating adhesion. Second stage shall consist of clean water rinse. Third stage shall consist of non-chromate conversion coating to seal all surfaces and provide additional corrosion protection. B. All fence and gate assemblies, including hardware and accessories, shall receive an electrostatically applied colored polyester powder coating heat cured to 450 degrees F to chemically bond finish to metal substrate. Polyester powder coating shall be applied to a thickness of 3 mils (minimum). 1. Minimum hardness measured in accordance with ASTM D3363: 2H. 2. Direct impact resistance tested in accordance with ASTM D2794. Withstand 160 inch-pounds. 3. Salt spray resistance tested in accordance with ASTM B117: No undercutting, rusting, or blistering after 500 hours in 5 percent salt spray at 95 degrees F and 95 percent relative humidity and after 1000 hours less than 3/16 inch undercutting. April 2004 Bressi Pump Station (860-3-Bres) Contract 38891 Ornamental Steel Fencing 02825-4 4. Weatherability tested in accordance with ASTM D822: No film failure and 85 percent (minimum) gloss retention after 1 -year outdoor exposure. C. Color: Finish color shall be as selected by Owner. Manufacturer shall submit color chart to Owner showing all available colors. PART 3 - EXECUTION 3.01 General A. Prior to fabrication, field verify required fence and gate dimensions. 6. Contractor shall install fencing in accordance with manufacturer's written installation instructions and approved shop drawings. C. Where specified, coordinate fence and gate installation with provision of gate operator specified in Specification Section 02829 - Electric Gate Operator, including power supply, control devices, and routing of conduit and wiring. Verify areas to receive fencing are completed to final grades, elevations, and materials. Do not install bent, bowed, or otherwise damaged panels. Remove damaged components from site and replace. D. .. E. I 3.02 Installation A. Where independent concrete footings are specified, provide footings in accordance with requirements herein, Specification Section 03300 - Cast-in- Place Concrete, and as shown on the Drawings and approved shop drawings. .- 1. Post footing soil shall be firm and undisturbed. 2. Minimum footing diameter: a. Terminal fence posts and gate posts: 12 inches. b. Intermediate fence line posts: 10 inches. 3. Minimum post embedment: a. Terminal fence posts and gate posts: 36 inches. b. Intermediate fence line posts: 30 inches. 4. Provide 6 inches minimum concrete beneath post bottom. 5. Trowel finish around posts and provide slope to direct water away from posts. April 2004 Bressi Pump Station (860-3-Bres) Contract 38891 Ornamental Steel Fencing 02825-5 B. C. D. E. F. G. Where fence installation is specified in existing concrete slabs or structures, core drill existing concrete for embedment of fence and gate posts. Core drill hole shall be 2 inches (minimum) greater than post width. Where fence and gate post installation is specified in precast sleeves, provide grout to fill post and sleeve. Grout shall be non-shrink type, pre-mixed compound consisting of non-metallic aggregate, cement, and water reducing and plasticizing additives. I Where surface mounting of posts is specified, provide flange type base plates with 4 holes. Anchor bolts shall be 304 stainless steel wedge anchors with size and embedment as required for design loads. Provide leveling nuts beneath base plate for post adjustment and fill space beneath plate with non-shrink grout, 3/4" minimum thickness. Fence and gate posts shall be installed plumb and level. Temporarily brace posts with 2 by 4 wood supports until concrete or grout is set. Gates: I 1. 2. Install gates and adjust hardware for smooth operation. Provide concrete center foundation for drop rod retainers at center of double swinging gate openings. 3. Provide concrete foundation (6" minimum thickness) for length of operation of V-wheeled rolling gate. Anchor gate track to concrete with stainless steel countersunk fasteners. Upon completion of gate installation, test gate and electric operator (where specified). Adjust safety and control devices to provide proper operation. Correct deficiencies and adjust. Open and close gate a minimum of ten tides without any difficulties. I 4. Touch-up damaged finish with paint supplied by manufacturer and matching original coating. April 2004 Bressi Pump Station (860-3-Bres) Contract 38891 Ornamental Steel Fencing 02825-6 SECTION 03100 BASIC CONCRETE FORMWORK SPECIFICATIONS PART 1 - GENERAL 1.01 General Requirements Contractor shall furnish all materials for concrete formwork, bracing, shoring, and supports and shall design and construct all falsework, all in accordance with the provisions of the Contract Document. 1.02 Reference Specifications, Codes, and Standards A. Codes The Building Code, as referenced herein, shall be the Uniform Building Code (UBC) of the International Conference of Building Officials (ICBO), latest edition. B. Commercial Standards ACI 347 Recommended Practice for Concrete Formwork, latest edition. 1.03 Contractor Submittals All submittals shall be in accordance with the General Provisions, Section 2-5.3. A. Falsework Calculations and Drawinqs Contractor shall comply with the provisions of Section 1717 of the Division of Industrial Safety, Construction Safety Orders, as revised November 1973, which requires that all falsework or vertical shoring installations where the heights of the falsework or vertical shoring, as measured from the top of the sills to the soffit of the superstructure, exceeds 14 feet, or where individual horizontal span lengths exceed 16 feet, or provision for vehicular or railroad traffic through falsework or vertical shoring is made, shall be approved and signed by a Civil Engineer, registered in the State of California; provided further, that a copy of the falsework plan or shoring layout shall be available on the job site at all times. B. Contractor shall submit detailed plans of the falsework proposed to be used. Such plans shall be in sufficient detail to indicate the general layout, sizes of members, anticipated stresses, grade of materials to be used in the falsework, and typical soil conditions. 1.04 Quality Assurance Tolerances The variation from established grade, line, plumbness, or thickness shall be as set forth in Section 1.04F of the Basic Concrete Specification, and there shall be no offsets or September 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete Formwork 031 00-1 visible waviness in the finished surface. All other tolerances shall be within the I "Suggested Tolerances" specified in Section 203 of ACI 347. PART 2 - PRODUCTS 2.01 General Except as otherwise expressly accepted by the Engineer, all lumber brought on the job site for use a forms, shoring, or bracing shall be new materials. All forms shall be smooth surface forms and shall be of the following materials: Walls - Steel or plywood panel Columns - Steel, plywood, or fiber glass Roof and Floor slabs - Plywood All other work - Steel panels, plywood or tongue and groove lumber 2.02 Form and Falsework Materials A. Materials for concrete forms, formwork, and falsework shall conform to the following requirements: 1. . Lumber shall be Douglas Fir or Southern Pine, construction grade or better, in conformance with U.S. Product Standard PS20. 2. Plywood for concrete formwork shall be new, waterproof, synthetic resin bonded, exterior type Douglas Fir or Southern Pine plywood manufactured especially for concrete formwork and shall conform to the requirements of PS 1 for Concrete Forms, Class I, and shall be edge sealed. 3. Form materials shall be metal, wood, plywood, or other approved material that will not adversely affect the concrete and will facilitate placement of concrete to the shape, form, line, and grade shown. Metal forms shall be an approved type that will accomplish such results. Wood forms for surfaces to be painted shall be Medium Density Overlaid plywood, MDO Ext. Grade. B. Unless otherwise shown, exposed edges and corners in concrete members shall be provided with 3/4-inch chamfers. Re-entrant corners in concrete members shall not have fillets unless otherwise shown. C. Forms and falsework to support the roof and floor slabs shall be designed for the total dead load, plus a live load of 30 psf (minimum). 2.03 Form Ties A. Form ties with integral waterstops shall be provided with a plastic cone or other suitable means for forming a conical hole to insure that the form tie may be broken off back of the face of the concrete. The maximum diameter of removable cones for rod ties, or of other removable form-tie fasteners having a September 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete Formwork 031 00-2 circular cross-section, shall not exceed 1-112 inches; and all such fasteners shall be such as to leave holes of regular shape for reaming. B. Form ties for water-retaining structures shall have integral waterstops. Removable taper ties may be used when approved by the Engineer. A preformed neoprene or polyurethane tapered plug sized to seat at the center of the wall shall be inserted in the hole left by the removal of the taper tie. PART 3 - EXECUTION 3.01 General A. Forms to confine the concrete and shape it to the required lines shall be used wherever necessary. Contractor shall assume full responsibility for the adequate design of all forms, and any forms which are unsafe or inadequate in any respect shall promptly be removed from the work and replaced at the Contractor's expense. A sufficient number of forms of each kind shall be provided to permit the required rate of progress to be maintained. The design and inspection of concrete forms, falsework, and shoring shall comply with applicable local, state and federal regulations. Plumb and string lines shall be installed before concrete placement and shall be maintained during placement. Such lines shall be used by the Contractor's personnel and by the Engineer and shall be in sufficient number and properly installed. During concrete placement, the Contractor shall continually monitor plumb and string line form positions and immediately correct deficiencies. B. Concrete forms shall conform to the shape, lines, and dimensions of members as called for on the Contract Drawings, and shall be substantial, free from surface defects, and sufficiently tight to prevent leakage. Forms shall be properly braced or tied together to maintain their position and shape under a load of freshly-placed concrete. If adequate foundation for shores cannot be secured, trussed supports shall be provided. 3.02 Form Design All forms shall be true in every respect to the required shape and size, shall conform to the established alignment and grade, and shall be of sufficient strength and rigidity to maintain their position and shape under the loads and operations incident to placing and vibrating the concrete. Suitable and effective means shall be provided on all forms for holding adjacent edges and ends of panels and sections tightly together and in accurate alignment so as to prevent the formation of ridges, fins, offsets, or similar surface defects in the finished concrete. Plywood, 5/8-inch and greater in thickness, may be fastened directly to studding if the studs are spaced close enough to prevent visible deflection marks in the concrete. Forms shall be tight so as to prevent the loss of water, cement and fines during placing and vibrating of the concrete. Specifically, the bottom of wall forms that rest on concrete footings or slabs shall be provided with a gasket to prevent loss of fines and paste during placement and vibration of concrete. Such gasket may be a 1 to 1-1/2 inch diameter polyethylene rod held in position to the underside of the wall form. Adequate clean-out holes shall be provided at the bottom of September 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete Formwork 031 00-3 each lift of forms. The size, number, and location of such clean-outs shall be as acceptable to the Engineer. 3.03 Construction A. Vertical Surfaces All vertical surfaces of concrete members shall be formed, except where placement of the concrete against the ground is shown. Not less than l-inch of concrete shall be added to the thickness of the concrete member as shown where concrete is permitted to be placed against trimmed ground in lieu of forms. Such permission will be granted only for members of comparatively limited height and where the character of the ground is such that it can be trimmed to the required lines and will stand securely without caving or sloughing until the concrete has been placed. B. Construction Joints Concrete construction joints shall not be placed at locations other than those shown or specified, except as may be acceptable to the Engineer. When a second lift is placed on hardened concrete, special precautions shall be taken in the way of the number, location, and tightening of ties at the top of the old lift and bottom of the new to prevent any unsatisfactory effect whatsoever on the concrete. Pipe stubs and anchor bolts shall be set in the forms where required. C. Form Ties 1. Embedded Ties Holes left by the removal of form tie cones shall be reamed with suitable toothed reamers so as to leave the surface of the holes clean and rough before being filled with mortar as specified in Section 3.12C of the Basic Concrete Specifications. Wire ties for holding forms shall not be used. Form-tying devices or parts thereof, other than metal, shall not be left embedded in the concrete. Ties shall not be removed in such manner as to leave a hole extending through the interior of the concrete members. Contractor shall not use snap-ties which cause spalling of the concrete upon form stripping or tie removal. If steel panel forms are used, rubber grommets shall be provided where the ties pass through the form in order to prevent loss of cement paste. Where metal rods extending through the concrete are used to support or to strengthen forms, the rods shall remain embedded and shall terminate not less than I-inch back from the formed face or faces of the concrete. 2. Removable Ties Where taper ties are approved for use, the larger end of the taper tie shall be on the wet side of walls in water retaining structures. After the taper tie is removed, the hole shall be thoroughly cleaned and roughened for bond. A precast neoprene or polyurethane tapered plug shall be September 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete Formwork 031 00-4 .I located at the wall centerline. The hole shall be completely filled with non-shrink grout for water bearing and below-grade walls. The hole shall be completely filled with non-shrink or regular cement grout for above- grade walls which are dry on both sides. Exposed faces of walls shall have the outer 2 inches of the exposed face filled with a cement grout which shall match the color and texture of the surrounding wall surface. 3.04 Reuse of Forms Forms may be reused only if in good condition and only if acceptable to the Engineer. Light sanding between uses will be required wherever necessary to obtain uniform surface texture on all exposed concrete surfaces. Exposed concrete surfaces are defined as surfaces which are permanently exposed to view. In the case of forms for the inside wall surfaces of hydraulic/water retaining structures, unused tie rod holes in forms shall be covered with metal caps or shall be filled by other methods acceptable to the Engineer. 3.05 Removal of Forms Careful procedures for the removal of forms shall be strictly followed, and this work shall be done with care so as to avoid injury to the concrete. Contractor shall not apply heavy loading on green concrete. In the case of roof slabs and above-ground floor slabs, forms shall remain in place until test cylinders for the roof concrete attain a minimum compressive strength of 75 percent of the 28-day strength specified in the Basic Concrete Specifications; provided, that no forms shall be disturbed or removed under an individual panel or unit before the concrete in the adjacent panel or unit has attained 75 percent of the specified 28-day strength and has been in place for a minimum of 14 days. The time required to establish said strength shall be as determined by the Engineer who will make several test cylinders for this purpose from concrete used in the first group of roof panels placed. If the time so determined is more than the 14-day minimum, then that time shall be used as the minimum length of time. Forms for all vertical walls and columns shall remain in place at least 72 hours after the concrete has been placed. Forms for all parts of the work not specifically mentioned herein shall remain in place for periods of time as determined by the Engineer. 3.06 Maintenance of Forms Forms shall be maintained at all times in good condition, particularly as to size, shape, strength, rigidity, tightness, and smoothness of surface. Forms, when in place, shall conform to the established alignment and grades. Before concrete is placed, forms shall be thoroughly cleaned. Form surfaces shall be treated with a nonstaining mineral oil or other lubricant acceptable to the Engineer. Any excess lubricant shall be satisfactorily removed before placing the concrete. Where field oiling of forms is required, Contractor shall perform the oiling at least two weeks in advance of their use. Oil shall be kept off the surfaces of steel reinforcement and other metal items to be embedded in concrete. If oil is inadvertently placed on said metal surfaces, Contractor shall remove oil by sandblasting. September 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete Formwork 031 00-5 3.07 Falsework A. Contractor shall be responsible for the design, engineering, construction, maintenance, and safety of all falsework, including staging, walkways, forms, ladders, and similar appurtenances, which shall equal or exceed the applicable requirements of the provisions of the OSHA Safety and Health Standards for Construction, the requirements of the Construction Safety Orders of the California Division of Industrial Safety, and the requirements specified herein. B. All falsework shall be designed and constructed to provide the necessary rigidity and to support the loads. Falsework for the support of a superstructure shall be designed to support the loads that would be imposed if the entire superstructure were placed at one time. C. Falsework shall be placed upon a solid footing, safe against undermining, and protected from softening. When the falsework is supported on timber piles, the maximum calculated pile loading shall not exceed 20 tons. When falsework is supported on any pqrtion of the structure which is already constructed, the load imposed by the falsework shall be spread, distributed, and braced in such a way as to avoid any possibility of damage to the structure. September 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete Formwork 031 00-6 SECTION 03200 BASIC CONCRETE REINFORCEMENT SPECIFICATIONS PART 1 - GENERAL 1.01 General Requirements Contractor shall furnish, fabricate, and place all concrete reinforcement steel, welded wire fabric, couplers, and concrete inserts for use in reinforced concrete and masonry construction and shall perform all appurtenant work, including all the wires, clips, supports, chairs, spacers, and other accessories, all in accordance with the Contract Documents. 1.02 Reference Specifications, Codes, and Standards A. Codes The Building Code, as referenced herein, shall be the Uniform Building Code (UBC) of the International Conference of Building Officials (ICBO), latest edition. 6. Commercial Standards Where not covered in this specification, all work shall comply with the following standards, latest editions: ACI 315 Details and Detailing of Concrete Reinforcement. ACI 318 Building Code Requirements for Reinforced Concrete. W RI Manual of Standard Practice for Welded Wire Fabric. AWS D1.4 Structural Welding Code - Reinforcing Steel. 1.03 Contractor Submittals All submittals shall be in accordance with the General Provisions, Section 2-5.3. A. Contractor shall furnish shop bending diagrams, placing lists, and drawings of all reinforcement steel prior to fabrication. B. Details of concrete reinforcement steel and concrete inserts shall be submitted by the Contractor at the earliest possible date after receipt by the Contractor of Notice to Proceed. Said details of reinforcement steel for fabrication and erection shall conform to ACI 315 and the requirements specified and shown. Shop bending diagrams shall show the actual lengths of bars, to the nearest inch measured to the intersection of the extensions (tangents for bars of circular cross section) of the outside surface. Shop drawings shall include bar placement diagrams which clearly indicate the dimensions of each bar splice. September 2003 Bressi Pump Station (860-3-Bres) Contract 3889 1 Concrete Reinforcement 03200-1 C. Where mechanical couplers are required or permitted to be used to splice reinforcement steel, Contractor shall submit manufacturer's literature which contains instructions and recommendations for installation for each type of coupler used; certified test reports which verify the load capacity of each type and size of coupler used; and shop drawings which show the location of each coupler with details of how they are to be installed in the formwork. D. If reinforcement steel is spliced by welding at any location, Contractor shall submit mill test reports which shall contain the information necessary for the determination of the carbon equivalent as specified in AWS D1.4. Contractor shall submit a written welding procedure for each type of weld for each size of bar which is to be spliced by welding; merely a statement that AWS procedures will be followed is not acceptable. 1.04 Quality Assurance A. If requested by the Engineer, Contractor shall provide samples from each heat of reinforcement steel delivered in a quantity adequate for testing. Costs of initial tests will be paid by the Owner. Costs of additional tests due to material failing initial tests shall be paid by the Contractor. B. If reinforcement steel is spliced by welding at any location, Contractor shall submit certifications of procedure qualifications for each welding procedure used and certification of welder qualifications, for each welding procedure, and for each welder performing the work. Such qualifications shall be as specified in AWS D1.4. C. If requested by the Engineer, Contractor shall provide samples of each type of welded splice used in the work in a quantity and of dimensions adequate for testing. At the discretion of the Engineer, radiographic testing of direct butt welded splices will be performed. Contractor shall provide assistance necessary to facilitate testing. Contractor shall repair any weld which fails to meet the requirements of AWS D1.4. The costs of testing will be paid by the Owner; except, the costs of all tests which fail to meet specified requirements shall be paid by the Contractor. PART 2 - PRODUCTS 2.01 Reinforcement Steel A. All reinforcement steel for all cast-in-place reinforced concrete construction shall conform to the following requirements: 1. Bar reinforcement shall conform to the requirements of ASTM A 61 5 for Grade 60 Billet Steel Reinforcement with supplementary requirement S-1 , or as otherwise shown. 2. Welded wire fabric reinforcement shall conform to the requirements of longitudinal wire of W9.5 size wire shall be either furnished in flat sheets ASTM A 185 and the details shown; provided, that welded wire fabric with - September 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete Reinforcement 03200-2 or in rolls with a core diameter of not less than 10 inches; and provided further, that welded wire fabric with longitudinal wires larger than W9.5 size shall be furnished in flat sheets only. 3. Spiral reinforcement shall be cold-drawn steel wire conforming to the requirements of ASTM A 82. B. Accessories 1. Accessories shall include all necessary chairs, slab bolsters, concrete blocks, tie wires, dips, supports, spacers, and other devices to position reinforcement during concrete placement. Slab bolsters shall have gray plastic-coated legs. Concrete blocks (dobies), used to support and position reinforcement steel, shall have the same or higher compressive strength as specified for the concrete in which it is located. Where the concrete blocks are used on concrete surfaces exposed to view, the color and texture of the concrete blocks shall match that required for the finished surface. Wire ties shall be embedded in concrete block bar supports. 2. 2.02 Mechanical Couplers A. Mechanical couplers shall be provided where shown and where approved by the Engineer. The couplers shall develop a tensile strength which exceeds 125 percent of the yield strength of the reinforcement bars being spliced at each splice. B. Where the type of coupler used is composed of more than one component, all components required for a complete splice shall be supplied. This shall apply to all mechanical splices, including those splices intended for future connections. C. The reinforcement steel and coupler used shall be compatible for obtaining the required strength of the connection. D. Couplers which are located at a joint face shall be a type which can be set either flush or recessed from the face as shown. The couplers shall be sealed during concrete placement to completely eliminate concrete or cement paste from entering. After the concrete is placed, Contractor shall plug and seal couplers intended for future connections to prevent any contact with water or other corrosive materials. Threaded couplers shall be plugged with plastic plugs which have an O-ring seal. 2.03 Welded Splices A. Welded splices shall be provided where shown and where approved by the Engineer. All welded splices of reinforcement steel shall develop a tensile strength which exceeds 125 percent of the yield strength of the reinforcement bars which are connected. September 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete Reinforcement 03200-3 B. All materials required to perform the welded splices to the requirements of AWS Dl .4 shall be provided. - PART 3 - EXECUTION 3.01 General All reinforcement steel, welded wire fabric, couplers, and other appurtenances shall be fabricated, and placed in accordance with the requirements of the Building Code and the supplementary requirements specified herein. 3.02 Fabrication A. General Reinforcement steel shall be accurately formed to the dimensions and shapes shown, and the fabricating details shall be prepared in accordance with ACI 315 and ACI 318, except as modified by the Drawings. Stirrups and tie bars shall be bent around a pin having a diameter not less than 1-112 inch for No. 3 bars, 2- inch for No. 4 bars, and 2-1/2 inch for No. 5 bars. Bends for other bars shall be made around a pin having a diameter not less than 6 times the minimum thickness, except for bars larger than 1 inch, in which case the bends shall be made around a pin of 8 bar diameters. Bars shall be bent cold. B. Contractor shall fabricate reinforcement bars for structures in accordance with bending diadrams, placing lists, and placing drawings. C. Fabricatina Tolerances Bars used for concrete reinforcement shall meet the following requirements for fabricating tdlerances: 1. Sheared length: * 1 inch 2. Depth of truss bars: + 0, - 1/2 inch 3. Stirrups, ties, and spirals: * 1/2 inch ,I 4. All other Gends: * 1 inch 3.03 Placing A. Placinq Reinforcement steel shall be accurately positioned as shown, and shall be supported and wired together to prevent displacement, using annealed iron wire ties or suitaBle clips at intersections. All reinforcement steel shall be supported by concrete, plastic or metal supports, spaces or metal hangers which are strong and rigid endugh to prevent any displacement of the reinforcement steel. Where concrete is to be placed on the ground, supporting concrete blocks (or dobies) September 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete Reinforcement 03200-4 B. C. D. E. F. G. H. shall be used, in sufficient numbers to support the bars without settlement, but in no case shall such support be continuous. All concrete blocks used to support reinforcement steel shall be tied to the steel with wire ties which are embedded in the blocks. For concrete over formwork, Contractor shall furnish concrete, metal, plastic, or other acceptable bar chairs and spacers. The portions of all accessories in contact with the formwork shall be made of concrete, plastic, or steel coated with a 1/8 inch minimum thickness of plastic which extends at least 1/2 inch from the concrete surface. Plastic shall be gray in color. Tie wires shall be bent away from the forms in order to provide the specified concrete coverage. Bars additional to those shown 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 its own expense. Placina Tolerances Unless otherwise specified, reinforcement placing tolerances shall be within the limits specified in Section 7.5 of ACI 318 except where in conflict with the requirements of the Building Code. Bars may be moved as necessary to avoid interference with other reinforcement steel, conduits, or embedded items. If bars are moved more than one bar diameter, or enough to exceed the above tolerances, the resulting arrangement of bars shall be as acceptable to the Engineer. Welded wire fabric reinforcement placed over horizontal forms shall be supported on slab bolsters having gray, plastic-coated standard type legs as specified in Paragraph B herein. Slab bolsters shall be spaced not less than 30 inches on centers, shall extend continuously across the entire width of the reinforcement mat, and shall support the reinforcement mat in the plane shown. Welded wire fabric placed over the ground shall be supported on wired concrete blocks (dobies) spaced not more than 3 feet on centers in any direction. Contractor shall not utilize the construction practice of placing welded wire fabric on the ground and hooking into place in the freshly placed concrete. 3.04 Spacing of Bars A. The clear distance between parallel bars (except in columns and between multiple layers of bars in beams) shall be not less than the nominal diameter of the bars nor less than 1-1/3 times the maximum size of the coarse aggregate, nor less than 1 inch. B. Where reinforcement in beams or girders is placed in 2 or more layers, the clear distance between layers shall be not less than 1 inch. September 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete Reinforcement 03200-5 C. In columns, the clear distance between longitudinal bars shall be not less than 1- 1/2 times the bar diameter, not less than 1-1/2 times the maximum size of the coarse aggregate, nor less than 1-1/2 inches. D. The clear distance between bars shall also apply to the distance between a contact splice and adjacent splices or bars. 3.05 Splicing A. General Reinforcement bar splices shall only be used at locations shown. When it is necessary to splice reinforcement at points other than where shown, the character of the splice shall be as acceptable to the Engineer. B. Splices of Reinforcement The length of lap for reinforcement bars, unless otherwise shown shall be in accordance with ACI 318, Section 12.15.1 for a class B splice. C. Laps of welded wire fabric shall be in accordance with the ACI 318. Adjoining sheets shall be securely tied together with No. 14 tie wire, one tie for each 2 running feet. Wires shall be staggered and tied in such a manner that they cannot slip. D. Splices in column spiral reinforcement, when necessary, shall be made by welding or by a lap of 1-112 turns. E. Bendina or Straiahteninq Reinforcement shall not be straightened or rebent in a manner which will injure the material. Bars with kinks or bends not shown shall not be used. All bars shall be bent cold, unless otherwise permitted by the Engineer. No bars partially embedded in concrete shall be field-bent except as shown or specifically permitted by the Engineer. 3.06 Cleaning and Protection A. Reinforcement steel shall at all times be protected from conditions condusive to corrosion until concrete is placed around it. B. The surfaces of all reinforcement steel and other metalwork to be in contact with concrete shall be thoroughly cleaned of all dirt, grease, loose scale and rust, grout, mortar and other foreign substances immediately before the concrete is placed. Where there is delay in depositing concrete, reinforcement shall be reinspected and, if necessary recleaned. September 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete Reinforcement 03200-6 SECTION 03300 BASIC CONCRETE SPECIFICATIONS PART 1 - GENERAL 1.01 General Requirements A. Contractor shall furnish all materials for concrete in accordance with the provisions of this Section and shall form, mix, place, cure, repair, finish, and do all other work as required to produce finished concrete, all in accordance with the requirements of the Contract Documents. B. All cast-in-place concrete falls into one of the following categories and shall comply with all requirements of this basic specification. 1. Structural Concrete (or Class "A Concrete). Concrete to be used in all cases except where noted otherwise in the Contract Documents. 2. Sitework Concrete (or Class "B" Concrete). Concrete to be used for curbs, gutters, catch basins, sidewalks, pavements, fence and guard post embedment, underground duct bank encasement and all other concrete appurtenant to electrical facilities unless otherwise shown. Lean Concrete (or Class "C" Concretel. Concrete to be used for thrust blocks, pipe trench cut-off blocks and cradles, where the preceding items are detailed on the drawings as unreinforced. Concrete to be used as protective cover for dowels intended for future connection. 3. 1.02 Reference Specifications, Codes, and Standards A. Specifications Items specified elsewhere in these Contract Documents: Concrete Formwork - See Basic Concrete Formwork SDecification. Concrete Reinforcement - See Basic Concrete Reinforcement Specification. B. Codes The Building Code, as referenced herein, shall be the Uniform Building Code (UBC), of the International Conference of Building Officials (ICBO), latest edition. C. Commercial Standards Where not covered in this specification, all work shall comply with the following standards, latest editions: ACI 214 Recommended Practice for Evaluation of Strength Test Results of Concrete October 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete 03300-1 ACI 301 Specifications for Structural Concrete for Buildings ACI 315 Details and Detailing of Concrete Reinforcement ACI 347 Recommended Practice for Concrete Formwork ACI 318 Building Code Requirements for Reinforced Concrete ASTM C 494 Specification for Chemical Admixtures for Concrete 1.03 Contractor Submittals All submittals shall be in accordance with General Provisions, Section 2-5.3. A. Mix Desians Prior to beginning the work, Contractor shall submit to Engineer, for review, preliminary concrete mix designs which shall show the proportions and gradations of all materials proposed for each class and type of concrete to be used on the job. The mix designs shall be designed by an independent testing laboratory acceptable to Engineer. All costs related to such mix design shall be borne by the Contractor. B. Certified Delivetv Tickets Where ready-mix concrete is used, Contractor shall provide certified delivery tickets at the time of delivery of each load of concrete. Each certificate shall show the total quantities (by weight) of cement, sand, each class of aggregate, and admixtures, and the amounts of water (by gallons) in the aggregate and added at the batching plant as well as the amount of water allowed to be added at the site for the specific design mix. Each certificate shall, in addition, state the mix number, total yield in cubic yards, and the time of day, to the nearest minute, corresponding to when the batch was dispatched, when it left the plant, when it arrived at the job, the time that unloading began, and the time that unloading was finished. 1.04 Quality Assurance A. Tests on component materials and for compressive strength of concrete will be performed as specified herein. Test for determining slump will be in accordance with the requirements of ASTM C 143. B. The cost of all laboratory tests on concrete will be borne by the Owner. However, Contractor shall be charged for the cost of any additional tests and investigation on work performed which fails to meet specification. C. Concrete for testing shall be supplied by Contractor at no cost to the Owner, and Contractor shall provide assistance to the Engineer in obtaining samples, and disposal and cleanup of excess material. October 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete 03300-2 D. Field Compression Tests 1. Compression test specimens will be taken during construction from the first placement of each class of concrete specified herein and at intervals thereafter as selected by the Engineer to insure continued compliance with these specifications. Each set of test specimens will be a minimum of 4 cylinders. 2. Compression test specimens for concrete shall be made in accordance with ASTM C 31. Specimens shall be 6 inch diameter by 12 inch high cylinders. Compression tests shall be performed in accordance with ASTM C 39. One test cylinder will be tested at 7 days and 2 at 28 days. 3. ' The remaining cylinder will be held to verify test results, if needed. E. Evaluation and Acceptance of Concrete 1. Evaluation and acceptance of the compressive strength of concrete shall be according to the requirements of ACI 318, Chapter 4 "Concrete Quality", and as specified herein. 2. If any concrete fails to meet these requirements, immediate corrective action shall be taken to increase the compressive strength for all subsequent batches of the type of concrete affected. 3. All concrete which fails to meet the ACI requirements and these specifications is subject to removal and replacement at the cost of the Contractor. F. Construction Tolerances Contractor shall set and maintain concrete forms and perform finishing operations so as to insure that the completed work is within the tolerances specified herein. Surface defects and irregularities are defined as finishes and are to be distinguished from tolerances. Tolerance is the specified permissible variation from lines, grades, or dimensions shown. Where tolerances are not stated in the specifications, permissible deviations will be in accordance with ACI 347. G. The following construction tolerances are hereby established and apply to finished walls and slab unless otherwise shown: - Item Tolerance Variation of the constructed linear outline from the established position in plan In 10 feet: 1/4 inch; In 20 feet or more: 1/2 inch Variation from the level or from the grades shown In 10 feet: 1/8 inch; In 20 feet or more: 1/4 inch October 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete 03300-3 - Item Variation from the plumb Tolerance In 10 feet: 1/8 inch; In 20 feet or more: 1/4 inch Variation in the thickness of slabs and walls Minus 1/4 inch; Plus 1/2 inch Variation in the locations and sizes of slab Plus or minus 114 inch and wall openings Regardless of the tolerances listed herein, it shall be the responsibility of the Contractor to limit deviations in line and grade to tolerances which will permit proper installation and operation of mechanical equipment and piping. PART 2 - PRODUCTS 2.01 Concrete Materials A. Materials shall be delivered, stored, and handled so as to prevent damage by water or breakage. Only one brand of cement shall be used. Cement reclaimed from cleaning bags or leaking containers shall not be used. All cement shall be used in the sequence of receipt of shipments. B. All materials furnished for the work shall comply with the requirements of Sections 201, 203, and 204 of ACI 301, as applicable. C. Storage of materials shall conform to the requirements of Section 205 of ACI 301. D. Materials for concrete shall conform to the following requirements: 1. Cement shall be standard brand portland cement conforming to ASTM C 150 for Type II or Type V. Portland cement shall contain not more than 0.60 percent alkalies. A single brand of cement shall be used throughout the work, and prior to its use, the brand shall be acceptable to the Engineer. The cement shall be suitably protected from exposure to moisture until used. Cement that has become lumpy shall not be used. Stacked cement shall be stored in such a manner so as to permit access for inspection and sampling. Certified mill test reports for each shipment of cement to be used shall be submitted to the Engineer if requested regarding compliance with these specifications. 2. Water shall be potable, clean, and free from objectionable quantities of silty organic matter, alkali, salts and other impurities. The water shall be considered potable, for the purposes of this section only, if it meets the requirements of the local governmental agencies. Agricultural water with high total dissolved solids (over 1000 mg/l TDS) shall not be used. 3. Aaareqates shall be obtained from pits acceptable to the Engineer, shall be non-reactive, and shall conform to ASTM C 33. Maximum size of October 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete 03300-4 coarse aggregate shall be as specified in Paragraph 2.07B. Lightweight sand for fine aggregate will not be permitted. a. Low range water reducer shall be used in all structural and sitework concrete and shall conform to ASTM C 494, Type A. It October 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete 03300-5 a. Coarse aggregates shall consist of clean, hard, durable gravel, crushed gravel, crushed rock or a combination thereof. The coarse aggregates shall be prepared and handled in two or more size groups for combined aggregates with a maximum size greater than 3/4 inch. When the aggregates are proportioned for each batch of concrete the two size groups shall be combined. Fine aggregates shall be natural sand or a combination of natural and manufactured sand that are hard and durable. b. c. Combined aggregates shall be well graded from coarse to fine sizes, and shall be uniformly graded between screen sizes to produce a concrete that has optimum workability and consolidation characteristics. Where a trial batch is required for a mix design, the final combined aggregate gradations will be established during the trial batch process. 4. Readv-mix concrete shall conform to the requirements of ASTM C 94. 5. Air-entrainina anent meeting the requirements of ASTM C 260, shall be used. Sufficient air-entraining agent shall be used to provide a total air content of 4 to 6 percent; provided that, when the mean daily temperature in the vicinity of the worksite falls below 40 degrees F for more than one day, the total air content provided shall be 5 to 7 percent. The Owner reserves the right, at any time, to sample and test the air-entraining agent received on the job by the Contractor. The air-entraining agent shall be added to the batch in a portion of the mixing water. The solution shall be batched by means of a mechanical batcher capable of accurate measurement. 6. Admixtures. Admixtures shall be required as stated herein and at the Engineer's discretion or, if not required, may be added at the Contractor's option to control the set, effect water reduction, and increase workability. In either case, the addition of an admixture shall be at the Contractor's expense. The use of an admixture shall be subject to acceptance by the Engineer. Concrete containing an admixture shall be first placed at a location determined by the Engineer. If the use of an admixture is producing an inferior end result, Contractor shall discontinue use of the admixture. Admixtures specified herein shall conform to the requirements of ASTM C 494. The required quantity of cement shall be used in the mix regardless of whether or not an admixture is used. Admixtures shall contain no free chloride ions, be non-toxic after 30 days, and shall be compatible with and made by the same manufacturer as the air entraining admixture. shall be either a hydroxylated carboxylic acid type or a hydroxylated polymer type. The quantity of admixture used and the method of mixing shall be in accordance with the manufacturer's instructions and recommendations. b. Set controllina admixture shall be either with or without water- reducing properties. Where the air temperature at the time of placement is expected to be consistently over 80 degrees F, a set retarding admixture such as Sika Chemical Corporation's Plastiment, Master Builder's Pouolith 300R, or eaual shall be used. Where the air temperature at the time of placement is expected to be consistently under 40 degrees F, a set accelerating admixture such as Sika Chemical Corporation's Plastocrete 161 FL, Master Builder's Pouolith 50C, or equal shall be used. c. Hiah ranae water reducer may be used if approved by Engineer. If allowed it shall be sulfonated polymer conforming to ASTM C 494, Type F or G. High range water reducing agent shall only be added to the concrete at the batch plant. It shall be second generation type, Daracem 100, as manufactured bv W.R. Grace & Co.; Rhedbuild 1000, as manufactured bv Masterbuilders; or equal. High range water reducer shall be added to the concrete after all other ingredients have been mixed and initial slump has been verified. Concrete shall be mixed at mixing speed for a minimum of 30 mixer revolutions after the addition of the high range water reducer . 7. Calcium Chloride shall not be added to or used in concrete. 8. Floor Hardener shall be provided where specified on the Drawings. Floor hardener shall be natural aggregate dry shake hardener for concrete. Hardener shall be composed of crushed, washed, and specially graded quartz silica aggregate, cementitious binders, plasticizers, dispersing agents and stable colorants. Contractor shall coordinate adjustments in concrete mix design necessary to accommodate proposed floor hardener, including air entrainment and admixtures. Unless specified otherwise, hardener color shall be natural light gray. Floor hardener shall be ConColor by ChemMasters, Lithochrome by L.M.Scofield Co., Colorcron by Master Builders, or equal. Floor hardener shall be applied in strict accordance with the manufacturer's printed instructions. October 2003 Bressi Pump Station (860-3-Bres) Contract 38891. Concrete 03300-6 2.02 c 2.03 Curing Materials Materials for curing concrete shall conform to the following requirements: A. B. C. D. E. F. Concrete curing compound shall be Masterkure manufactured bv Masterbuilders, Cleveland, OH, or moved equal. The curing compound shall contain a fugitive dye so that areas of application will be readily distinguishable. Polvethvlene sheet for use as concrete curing blanket shall be white, and shall have a nominal thickness of 6 mils. The loss of moisture when determined in accordance with the requirements of ASTM C 156 shall not exceed 0.055 grams per square centimeter of surface. Polvethvlene-coated waterproof paper sheetinq for use as concrete curing blanket shall consist of white polyethylene sheeting free of visible defects, uniform in appearance, having a nominal thickness of 2 mils and permanently bonded to waterproof paper conforming to the requirements of Federal Specification UU-B-790A (Int. Amd. 1). The loss of moisture, when determined in accordance with the requirements of ASTM C 156, shall not exceed 0.055 gram per square centimeter of surface. Polvethvlene-coated burlap for use as concrete curing blanket shall be 4 mil thick, white opaque polyethylene film impregnated or extruded into one side of the burlap. Burlap shall weigh not less than 9 ounces per square yard. The loss of moisture, when determined in accordance with the requirements of ASTM C 756, shall not exceed 0.055 grams per square centimeter of surface. Curina mats for use in Curing Method 6 as specified in Paragraph 3.09G herein, shall be heavy shag rugs or carpets or cotton mats quilted at 4 inches on center. Curing mats shall weigh a minimum of 12 ounces per square yard when dry. Evaporation retardant shall be a material such as Confilm as manufactured by Masterbuilders, Cleveland, OH; or equal. Waterstop A. Contractor shall provide waterstops at all construction and expansion joints in all water holding structures. Waterstop shall be greenstreak PVC Style 732, 6 inches wide, or Style 735, 9 inches wide, as specified on drawings. B. Contractor shall heat fuse joints and connections in strict compliance with manufacturer's instructions using heating tools and devices recommended by same. Waterstops shall be continuous in joints, following offsets and angles in joint until spliced to waterstops at intersecting joints, completely sealing the structure. Waterstops shall be aligned and centered in joints. Contractor shall secure flanges of waterstops to reinforcing bars with 18 gauge wire ties spaced maximum 18 inches on center. Waterstop joints shall be properly heat-spliced at ends and crosses to preserve continuity. Contractor shall locate waterstops where shown on drawings and in all waterbearing walls and slabs where .- October 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete 03300-7 common to: earth-bearing or earth-support; occupied areas; or above-grade exposed surfaces. C. All joints with waterstops involving more than 2 ends to be jointed together, and all joints which involve an angle cut, alignment change, or the joining of 2 dissimilar waterstop sections shall be prefabricated by the Contractor prior to placement in the forms, allowing not less than 24 inch long strips of waterstop material beyond the joint. Upon being inspected and approved, such prefabricated waterstop joint assemblies shall be butt welded to the straight run portions of waterstop. D. Waterstop splices shall have a tensile strength of not less than 60 percent of the unspliced materials tensile strength. 2.04 Expansion Joints A. Contractor shall provide expansion joints where indicated on Construction Drawings. Expansion joints shall consist of joint filler material and joint sealant. Filler material shall be held down 1/2 inch for sealant unless otherwise shown. B. Expansion joint filler material shall be preformed sponge neoprene or cork conforming to ASTM D 1752. Filler material containing asphalt shall not be used. 2.05 Joint Sealant A. Joint sealant for use in construction, control, and expansion joints shall be select seal U-227 reservoir grade as supplied by Select Products Co., or approved equal. Joint primer shall be as produced and/or recommended by sealant manufacturer. B. Contractor shall clean all locations where sealant is placed by sandblasting and be free from oil, foreign materials, and moisture. Lower surfaces of joints shall be isolated with a bond breaker such as polyethylene, polyethylene tape, or equal as recommended by sealant manufacturer. C. Sealant shall be placed in strict accordance with manufacture's recommendations by a firm specializing in this type of work, or by the Contractor under direct supervision of the manufacturer. If the Contractor chooses to apply sealant, manufacturer's technical representative shall be present at the beginning of sealant placement to observe and advise on methods for mixing, joint preparation, and application of sealant. 2.06 Concrete Bond Breaker A. Bond breaker shall be SuDer Bond Breaker as manufactured bv Burke ComDanv. San Mateo, California; Select Cure CRB as manufactured bv Select Products Co., Upland, CA; Tilt-EEZ Bond Breaker as manufactured bv Conspec; October 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete 03300-8 2.07 or approved equal. It shall contain a fugitive dye so that areas of application will be readily distinguishable. B. Contractor shall strictly follow manufacturer's application guidelines. Just prior to application, joint shall be thoroughly soaked so that concrete contains approximately the same surface moisture as newly cast concrete. Bond breaker shall be brush applied with a minimum of two coats. Extreme care must be taken to prevent any bond breaker from contacting waterstops. If necessary, wrap waterstop during bond breaker application. Concrete Design Requirements A. General Concrete shall be composed of cement, admixtures, aggregates and water. These materials shall be of the qualities specified. The exact proportions in which these materials are to be used for different parts of the work will be determined during the trial batch. In general, the mix shall be designed to produce a concrete capable of being deposited so as to obtain maximum density and minimum shrinkage and, where deposited in forms, to have good consolidation properties and maximum smoothness of surface. Mix designs shall not contain more than 43 percent of sand of the total weight of fine and coarse aggregate. The aggregate gradations shall be formulated to provide fresh concrete that will not promote rock pockets around reinforcing steel or embedded items. The proportions shall be changed whenever necessary or desirable to meet the required results at no additional cost to the Owner. All changes shall be approved by Engineer. B. Water-Cement Ratio and Compressive Strenath The minimum compressive strength and cement content of concrete shall be not less than that specified in the following tabulation. Min. 28-Day Max. Min. Compressive Size Cement Max. W/C Strength .Aggregate per cu yd Ratio TvPe of Work (DSI) (In.) Jsacks) (by wt.) Structural Concrete (Class "A"): Walls, roof slabs, floor slabs,3,500 1 6.2 0.48 columns, and footings and all other concrete items not specified elsewhere Sitework concrete (Class "6"):3,000 1 Lean concrete (Class "C"): 2,000 1 Note: One sack of cement equals 94 Ibs. 5.5 0.52 4.0 0.60 October 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete 03300-9 C. Adiustments to Mix Desiqn Mixes used shall be changed whenever such change is necessary or desirable to secure required strength, density, workability, and surface finish and Contractor shall be entitled to no additional compensation because of such changes. Approval shall be obtained from Engineer prior to any changes. 2.08 Consistency The quantity of water entering into a batch of concrete shall be just sufficient, with a normal mixing period, to produce concrete which can be worked properly into place without segregation, and which can be compacted by vibratory methods herein specified to give desired density, impermeability and smoothness of surface. The quantity of water shall be changed as necessary, with variations in the nature of moisture content of the aggregates, to maintain uniform production of desired consistency. The consistency of the concrete in successive batches shall be determined by slump tests in accordance with ASTM C 143. The slumps shall be as follows: Part of Work SlumD (in.) Structural concrete 3 inches (*l inch) Other work 4 inches (*l inch) With high range water reducer added 8 inches max. .- 2.09 Ready-Mixed Concrete A. At Contractor's option, ready-mixed concrete may be used provided it meets all requirements as to materials, batching, mixing, transporting, and placing as specified herein and in accordance with ASTM C 94, including the supplementary requirements specified in Paragraphs 2.09B through 2.09F, herein. B. Ready-mixed concrete shall be delivered to the site of the work, and discharge shall be completed within 90 minutes after the addition of the cement to the aggregates or before the drum has been revolved 250 revolutions, whichever is first. In hot weather (ambient temperature above 95°F) or under conditions contributing to quick stiffening of the concrete, or when the temperature of the concrete is 85 degrees F or above, the time between the introduction of the cement to the aggregates and discharge shall not exceed 45 minutes. C. Truck mixers shall be equipped with electrically-actuated counters by which the number of revolutions of the drum or blades may be readily verified. The counter shall be of the resettable, recording type, and shall be mounted in the driver's cab. The counters shall be actuated at the time of starting mixers at mixing speeds. D. Each batch of concrete shall be mixed in a truck mixer for not less than 70 revolutions of the drum or blades at the rate of rotation designated by the manufacturer of equipment. Additional mixing, if any, shall be at the speed October 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete 03300-1 0 designated by the manufacturer of the equipment as agitating speed. All materials including mixing water shall be in the mixer drum before actuating the revolution counter for determining the number of revolution of mixing. E. Truck mixers and their operation shall be such that the concrete throughout the mixed batch as discharged is within acceptable limits of uniformity with respect to consistency, mix, and grading. If slump tests taken at approximately the 1/4 and 3/4 points of the load during discharge give slumps differing by more than 1 inch when the specified slump is 4 inches or less, or if they differ by more than 2 inches when the specified slump is more than 4 inches, the mixer shall not be used on the work unless the causing condition is corrected and satisfactory performance is verified by additional slump tests. All mechanical details of the mixer, such as water measuring and discharge apparatus, condition of the blades, speed of rotation, general mechanical condition of the unit, and clearance of the drum, shall be checked before a further attempt to use the unit will be permitted. F. Each batch of ready-mixed concrete delivered at the job site shall be accompanied by a certified weighmaster delivery ticket furnished to the Engineer in accordance with Paragraph 1.03B, herein. G. Non-agitating equipment for transporting ready-mixed concrete shall not be used. Combination truck and trailer equipment for transporting ready-mixed concrete shall not be used. The quality and quantity of materials used in ready- mixed concrete and in batch aggregates may be subject to continuous inspection at the batching plant by the Engineer. H. Transit mix trucks delivering concrete to the site shall have full water tanks upon arrival at the site. Any addition of water must be approved by Engineer. Added water must be incorporated by additional mixing of at least 35 revolutions. PART 3 - EXECUTION 3.01 Proportioning and Mixing A. Proportioninq Proportioning of the concrete mix shall conform to the requirements of Chapter 3 "Proportioning" of ACI 301; provided, that the maximum slump for any concrete shall not exceed 4 inches except when the use of high range water reducer is permitted which increases the maximum slump to 8 inches. B. Mixinq Mixing of concrete shall conform to the requirements of Chapter 7 of said ACI 301 specifications. C. Slump Maximum slumps shall be as specified in Paragraph 2.08A, herein. October 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete 03300-1 1 D. Reternperinq Concrete or mortar which has partially hardened shall not be retempered. 3.02 Preparation of Surfaces for Concreting A. General Earth surfaces shall be thoroughly wetted by sprinkling, prior to placing any concrete, and these surfaces shall be kept moist by frequent sprinkling up to the time of placing concrete thereon. These surfaces shall be free from standing water, mud, and debris at the time of placing concrete. B. Joints in Concrete The location of all construction joints not specifically noted or shown shall be approved by Engineer. Concrete surfaces upon or against which concrete is to be placed, where the placement of the old concrete has been stopped or interrupted so that, as determined by the Engineer, the new concrete cannot be incorporated integrally with that previously placed, are defined as construction joints. The surfaces of horizontal joints shall be given a compacted, roughened surface for good bond. Except where the drawings call for joint surfaces to be coated, the joint surfaces shall be cleaned of all laitance, loose or defective concrete, and foreign material. Such cleaning shall be accomplished by sandblasting to remove laitance and to provide a uniform surface texture with approximately 114 inch of surface sandblasted off. Sandblasting shall be followed by thorough washing. All pools of water shall be removed from the surface of construction joints before the new concrete is placed. C. Placinq Interruptions When placing of concrete is to be interrupted long enough for the concrete to take a set, the working face shall be given a shape by the use of forms or other means, that will secure proper union with subsequent work; provided that construction joints shall be made only where acceptable to the Engineer. D. Embedded Items Concrete shall not be placed until all formwork, installation of parts to be embedded, reinforcement steel, and preparation of surfaces involved in the placing have been completed and accepted by the Engineer at least 4 hours before placement of concrete. All surfaces of forms and embedded items that have become encrusted with dried grout from concrete previously placed shall be cleaned of all such grout before the surrounding or adjacent concrete is placed. E. All inserts or other embedded items shall conform to the requirements herein. - October 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete 03300-1 2 F. G. H. I. J. K. All reinforcement, anchor bolts, sleeves, inserts, and similar items shall be set and secured in the forms where shown on Contract Drawings and shall be acceptable to the Engineer before any concrete is placed. Accuracy of placement is the responsibility of the Contractor. Concrete anchor bolts and expansion anchors shall be inserted to the minimum depths listed below unless noted otherwise: Reinforced - Size Concrete 114" 3" 318' 4" 112" 5" 3/4* 6" Expansion anchors shall be red head wedge, self-driving, stud, multi-set, or equal. All smooth dowels shall have at least one side coated with a bond breaker. Dowel bond breaker shall be a heavy duty industrial grease hand applied. A wax paper or PVC sleeve may be used at the Contractor's option if specifically manufactured to create slip dowels. Paper tubing shall be multi-ply stock and heavily impregnated with paraffin. Maximum sleeve thickness shall be 1/16" and sleeve shall fit snugly over dowel. Casting New Concrete Aaainst Old Where concrete is to be cast against old concrete (any concrete which is greater than 60 days of age), surfaces of the old concrete shall be thoroughly cleaned and roughened by sand-blasting (exposing aggregate) prior to placement. Concrete shall not be placed in any old or new structure until all water entering the space to be filled with concrete has been properly cut off or has been diverted by pipes, or other means, and carried out of the forms, clear of the work. Concrete shall not be deposited underwater nor shall the Contractor allow still water to rise on any concrete until the concrete has attained its initial set. Water shall not be permitted to flow over the surface of any concrete in such a manner and at such velocity as to injure the surface finish of the concrete. Contractor shall provide pumping or other necessary dewatering operations for removing groundwater, if required, with methods subject to review by Engineer. Corrosion Protection Pipe, conduit, dowels, and other ferrous items required to be embedded in concrete construction shall be so positioned and supported prior to placement of concrete that there will be a minimum of 2 inches clearance between said items and any part of the concrete reinforcement. Contractor shall not secure such items in position by wiring or welding them to the reinforcement. October 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete 03300-1 3 L. Anchor Bolts shall be accurately set, and shall be maintained in position by templates while being embedded in concrete. M. Cleaninq Surfaces of all metalwork to be in contact with concrete shall be thoroughly cleaned of all dirt, grease, loose scale and rust, grout, mortar, and other foreign substances immediately before concrete is placed. 3.03 Handling, Transporting, and Placing A. General Placing of concrete shall conform to the applicable requirements of Chapter 8 of ACI 301 and the requirements of this section. B. Non-ConforminQ Work or Materials Concrete which upon or before placing is found not to conform to the requirements specified herein shall be rejected and immediately removed from the work. Concrete which is not placed in accordance with these specifications, or which is of inferior quality, shall be removed and replaced by and at the expense of the Contractor. C. Unauthorized Placement Concrete shall not be placed except in the presence of duly authorized representative of the Engineer. Contractor shall notify Engineer at least 24 hours in advance of placement of any concrete. D. Placement in Wall Forms . Concrete shall not be dropped through reinforcement steel or into any deep form, whether reinforcement is present or not, causing separation of the coarse aggregate from the mortar on account of repeatedly hitting rods or the sides of the form as it falls, nor shall concrete be placed in any form in such a manner as to leave accumulation of mortar on the form surfaces above the placed concrete. In such cases, some means such as the use of hoppers and, if necessary, vertical ducts of canvas, rubber, or metal shall be used for placing concrete in the forms in a manner that it may reach the place of final deposit without separation. In no case shall the free fall of concrete exceed 4 feet below the ends of ducts, chutes, or buggies. Concrete shall be uniformly distributed during the process of depositing and in no case after depositing shall any portion be displaced in the forms more than 6 feet in horizontal direction. Concrete in forms shall be deposited in uniform horizontal layers not deeper than 2 feet; and Contractor shall take care to avoid inclined layers or inclined construction joints except where such are required for sloping members. Each layer shall be placed while the previous layer is still soft. October 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete 03300-1 4 E. Placement in Slabs Concrete placed in sloping slabs shall proceed uniformly from the bottom of the slab to the top, for the full width of the placement. As the work progresses, concrete shall be vibrated and carefully worked around the slab reinforcement, and the surface of the slab shall be screeded in an up-slope direction. F. Temperature of Concrete Temperatures of concrete when it is being placed shall be not more than 90 degrees F nor less than 40 degrees F in moderate weather, and not less than 50 degrees F in weather during which the mean daily temperature drops below 40 degrees F. Concrete ingredients shall not be heated to a temperature higher than that necessary to keep the temperature of the mixed concrete, as placed, from falling below the specified minimum temperature. If concrete is placed when the weather is such that the temperature of the concrete would exceed 90 degrees F, Contractor shall employ effective means, such as precooling of aggregates and mixing water using ice or placing at night, as necessary to maintain the temperature of the concrete, as it is placed, below 90 degrees F. Contractor shall be entitled to no additional compensation on account of the foregoing requirements. G. Cold Weather Placement Earth foundations shall be free from frost or ice when concrete is placed upon or against them. Fly ash concrete shall not be placed when the air temperature falls below 50 degrees F. 3.04 Pumping of Concrete A. General If the pumped concrete does not produce satisfactory end results, Contractor shall discontinue the pumping operation and proceed with the placing of concrete using conventional methods. B. Pumpincl Equipment Pumping equipment must have 2 cylinders and be designed to operate with one cylinder only in case the other one is not functioning. In lieu of this requirement, Contractor may have a standby pump on the site during pumping. C. The minimum diameter of hose (conduits) shall be 4 inches. D. Contractor shall replace pumping equipment and hoses (conduits) that are not functioning properly. Contractor shall not use aluminum conduits for conveying the concrete. E. October 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete 03300-1 5 F. Prooortioninq Minimum compressive strength, cement content, and maximum size of aggregates shall be as specified in Paragraph 2.07, herein. G. Gradation of coarse aggregates shall conform to ASTM C 33 and shall be as close to the middle range as possible. Gradation of fine aggregate shall conform to ASTM C 33, with 15 to 30 percent passing the number 50 screen and 5 to 10 percent passing the number 100 screen. The fineness modules of sand used shall not be over 3.00. H. 1. Water and slump requirements shall conform to Paragraphs 2.01D.2 and 2.07B for water and 2.08A for slump. J. Cement and admixtures shall conform to Paragraph 2.01 D, herein. 3.05 Order of Placing Concrete The order of placing concrete in all parts of the work shall be acceptable to the Engineer. In order to minimize the effects of shrinkage, the concrete shall be placed in units as bounded by construction joints shown. The placing of units shall be done by placing alternate units in a manner such that each unit placed shall have cured at least 7 days before the contiguous unit or units are placed. 3.06 Tamping and Vibrating A. As concrete is placed in the forms or in excavations, Contractor shall insure it is thoroughly settled and compacted, throughout the entire depth of the layer which is being consolidated, into a dense, homogeneous mass, filling all corners and angles, thoroughly embedding the reinforcement, eliminating rock pockets, and bringing only a slight excess of water to the exposed surface of concrete during placement. Vibrators shall be high speed power vibrators (8000 to 10,000 rpm) of an immersion type in sufficient number and with (at least one) standby units as required. ’ B. Contractor shall take care in placing concrete around waterstops. Contractor shall carefully work concrete by rodding and vibrating to make sure that all air and rock pockets have been eliminated. Where flat-strip type waterstops are placed horizontally, the concrete shall be worked under the waterstops by hand, making sure that all air and rock pockets have been eliminated. Concrete surrounding the waterstops shall be given additional vibration, over and above that used for adjacent concrete placement to assure complete embedment of the waterstops in the concrete. C. Concrete in walls shall be internally vibrated and at the same time rammed, stirred, or worked with suitable appliances, tamping bars, shovels, or forked tools until it completely fills the forms or excavations and closes snugly against all surfaces. Subsequent layers of concrete shall not be placed until the layers previously placed have been worked thoroughly as specified. Vibrators shall be I October 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete 03300-1 6 inserted vertically into the concrete and pulled out slowly, penetrating 1/3 of the layer depth of the layer previously placed. Vibrators shall be provided in sufficient numbers, with standby units as required, to accomplish the results herein specified within 15 minutes after concrete of the prescribed consistency is placed in the forms. The vibrating head shall be kept from contact with the surfaces of the forms. Care shall be taken not to vibrate concrete excessively or to work it in any manner that causes segregation of its constituents. 3.07 Finishing Concrete Surfaces A. General Surfaces shall be free from fins, bulges, ridges, off sets, honeycombing, or roughness of any kind, and shall present a finished, smooth, continuous hard surface. Allowable deviations from plumb or level and from the alignment, profiles, and dimensions shown are defined as tolerances and are specified in Paragraphs 1.04F and 1.04G, herein. These tolerances are to be distinguished from irregularities in finish as described herein. Aluminum finishing tools shall not be used. B. Formed Surfaces On surfaces not exposed to view, no treatment is required after form removal except for curing, repair of defective concrete, and treatment of surface defects. An architectural finish is required on exposed to view surfaces in accordance with Section 3.08 unless otherwise specified. C. Unformed Surfaces After proper and adequate vibration and tamping, all unformed top surfaces of slabs, floors, walls, and curbs shall be brought to a uniform surface with suitable tools. The classes of finish specified for unformed concrete surfaces are designated and defined as follows: 1. Class "I". After the floated surface (as specified for Class "3") has hardened sufficiently to prevent excess of fine material from being drawn to the surface, steel troweling shall be performed with firm pressure such as will flatten the sandy texture of the floated surface and produce a dense, uniform surface free from blemishes, ripples, and trowel marks. The finish shall be smooth and free of all irregularities. 2. Class "2". Steel trowel finish (as specified for Class "1") without local depressions or high points. In addition, the surface shall be given a light hairbroom finish with brooming perpendicular to drainage unless otherwise shown. The resulting surface shall be rough enough to provide a nonskid finish. 3. Class "3". After sufficient stiffening of the screeded concrete, surfaces shall be float finished with wood or metal floats or with a finishing machine using float blades. Contractor shall not excessivly float concrete October 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete 03300-1 7 surfaces while the concrete is plastic or dust concrete surfaces with dry cement and sand to absorb excess moisture. Floating shall be the minimum necessary to produce a surface that is free from screed marks and is uniform in texture. Surface irregularities shall not exceed 1/4 inch. Joints and edges shall be tooled where shown or as determined by the Engineer. 4. Class "4". Contractor shall provide sufficient leveling and screeding to produce an even, uniform surface with surface irregularities not to exceed 3/8 inch. No further special finish is required. Contractor shall finish unformed surfaces according to the following schedule unless otherwise shown or specified: Unformed Surface Finish Schedule - Area Finish Grade slabs and foundations to be covered with concrete Class "4" or fill material Floors to be covered with grouted tile or topping grout Class "3" Slabs which are water bearing with slopes 10 percent and IessClass "1" Sloping slabs which are water bearing with slopes greater Class "2" than 10 percent Slabs not water bearing Class "2" Slabs to be covered with built-up roofing Class '3" interior slabs and floors to receive architectural finish Class '3" 3.08 Architectural Finish A. Smooth Sacked Finish Contractor shall provide architectural finish for exposed to view concrete surfaces. Exposed concrete surfaces include the exterior of structures beginning one foot below grade, the tops of walls, and the interior of water holding structures beginning at the top of wall and extending to one foot below the low water line. Architectural finish shall also be provided for interior exposed to view concrete surfaces. All other incidental exposed to view concrete surfaces shall be provided with an architectural finish such as concrete stairways, concrete containment facilities around chemical storage tanks, elevated walkways, and the like. Architectural finish (i.e., smooth sacked finish) shall also be provided where shown. Immediately after the forms have been stripped, the concrete surface shall be inspected by Engineer and any pour joints, voids, rock pockets, or other defective areas shall be repaired by Contractor and all form-tie fastener holes filled as required in Paragraphs 3.1 2 and 3.1 3, herein. B. October 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete 03300-1 8 C. After the concrete has cured at least 14 days, Contractor shall remove curing compound by sandblasting, the surface shall be wetted, and a grout shall be applied with a brush. The grout shall be made by mixing one part portland cement and one part of fine sand that will pass a No. 16 sieve with sufficient water to give it the consistency of thick paint. The cement used in said grout shall be 1/2 gray and 1/2 white portland cement, as determined by the Engineer. White portland cement shall be Atlas white, or equal, furnished by the Contractor. The freshly applied grout shall be vigorously rubbed into the concrete surface with a wood float filling all small air holes. After all the surface grout had been removed with a steel trowel, the surface shall be allowed to dry and, when dry, shall be vigorously rubbed with burlap to remove completely all surface grout so that there is no visible paint-like film of grout on the concrete. The entire cleaning operation for any area shall be completed the day it is started, and grout shall not be left on the surface overnight. - ,- D. Surface Overniaht Cleaning operations for any given day shall be terminated at panel joints. Contractor shall insure that the various operations be carefully timed to secure the desired effect which is a light-colored concrete surface of uniform color and texture without any appearance of a paint or grout film. E. In the event that improper manipulation results in an inferior finish, Contractor shall rub such inferior areas with carborundum bricks. F. Before beginning any of the final treatment on exposed surfaces, Contractor shall treat in a satisfactory manner a trial area of at least 200 square feet in some inconspicuous place selected by the Engineer and shall preserve said trial area undisturbed until the completion of the job. G. All architecturally-treated concrete surfaces shall conform to the accepted sample in texture, color, and quality. It shall be the Contractor's responsibility to maintain and protect the concrete finish. 3.09 Curing and Dampproofing A. General All concrete shall be cured for not tess than 14 days after placing in accordance with the methods specified herein for the different parts of the work as follows: Surface to be Cured or DamDproofed Unstripped forms Method 1 Wall sections with forms removed between floor slab and columns Encasement concrete and thrust blocks 4 2 3 4 Construction joints between footings and walls, and All concrete surfaces not specifically provided for October 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete 03300-1 9 elsewhere in this Paragraph Floor slabs on grade in hydraulic structures 5 6 Roof and slabs not on grade B. Method 1 Wooden forms shall be wetted immediately after concrete has been placed and shall be kept wet with water until removed. If steel forms are used the exposed concrete surfaces shall be kept continuously wet until the forms are removed. If forms are removed within 14 days of placing the concrete, curing shall be continued in accordance with Method 4, Paragraph 3.09E herein. C. D. E. Method 2 The surface shall be covered with burlap mats which shall be kept wet with water for the duration of the curing period, until the concrete in the walls has been placed. No curing compound shall be applied to surfaces cured under Method 2. Method 3 The surface shall be covered with moist earth not less than 4 hours, nor more than 24 hours, after the concrete is placed. Earthwork operations that may damage the concrete shall not begin until at least 7 days after placement of concrete. Method 4 The surface shall be sprayed with a liquid curing compound. 1. Curing compound shall be applied in accordance with the manufacturer's printed instructions at a maximum coverage rate of 175 square feet per gallon and in such a manner as to cover the surface with a uniform film which will seal thoroughly. Two spray coats shall be applied, with the second coat sprayed at right angle direction from first coat. 2. Where the curing compound method is used, care shall be exercised to avoid damage to the seal during the curing period. Should the seal be damaged or broken before the expiration of the curing period, Contractor shall repair break immediately by the application of additional curing compound over the damaged portion. 3. Wherever curing compound may have been applied by mistake to surfaces against which concrete subsequently is to be placed and to which it is to adhere, said compound shall be entirely removed by wet sandblasting just prior to the placing of new concrete. 4. Where curing compound is specified, it shall be applied as soon as the and within 2 hours after removal of forms from contact with formed concrete has hardened enough to prevent marring on unformed surfaces, - October 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete 03300-20 surfaces. Repairs required to be made to formed surfaces shall be made within the said 2-hour period; provided, however, that any such repairs which cannot be made within the said 2-hour period shall be delayed until after the curing compound has been applied. When repairs are to be made to an area on which curing compound has been applied, the area involved shall first be wet-sandblasted to remove the curing compound, following which repairs shall be made as specified herein. F. Method 5 Immediately after the concrete has been screeded, it shall be treated with a liquid evaporation retardant. The retardant shall be used again after each work operation as necessary to prevent drying shrinkage cracks. 1. 2. Immediately after each square foot of the concrete has been finished, it shall be given a coat of curing compound in accordance with Method 4, Paragraph 3.09E herein. Not less than one hour nor more than 4 hours after the coat of curing compound has been applied, the surface shall be wetted with water delivered through a fog nozzle, and concrete-curing blankets shall be placed on the slabs. The curing blankets shall be polyethylene sheet, polyethylene-coated waterproof paper sheeting or polyethylene-coated burlap. The blankets shall be laid with the edges butted together and with the joints between strips sealed with 2 inch wide strips of sealing tape or with edges lapped not less than 3 inches and fastened together with a waterproof cement to form a continuous watertight joint. Curing blankets shall be left in place during the 14 day curing period and shall not be removed until after concrete for adjacent work has been placed. Should the curing blankets become torn or otherwise ineffective, Contractor shall replace damaged sections. During the first 3 days of the curing period, Contractor shall not allow traffic of any nature or depositing, temporary or otherwise, of any materials on the curing blankets. During the remainder of the curing period, foot traffic and temporary depositing of materials that impose light pressure will be permitted only on top of plywood sheets 5/8 inch minimum thickness, laid over the curing blanket. Contractor shall add water under the curing blanket as often as necessary to maintain damp concrete surfaces at all times. G. Method6 Concrete slabs shall be treated with an evaporation retardant as specified in Method 5. The concrete shall be kept continuously wet by the application of water for a minimum period of at least 14 consecutive days beginning immediately after the concrete has been placed or forms removed. Heavy curing mats shall be used as a curing medium to retain the moisture during the curing period. The curing medium shall be weighted or otherwise held in place to prevent being dislodged by wind or any other causes. Until the concrete surface is covered with the curing medium, the entire surface shall be kept damp by - October 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete 03300-21 3.1 0 3.1 1 applying water using nozzles that atomize the flow so that the surface is not marred or washed. Curing blankets and concrete shall be kept continuously wet by the use of sprinklers or other means both during and after normal working hours. Immediately after the application of water has terminated at the end of the curing period, the curing medium shall be removed and curing compound immediately applied in accordance with Method 4, Paragraph 3.09E herein. Contractor shall dispose of excess water from the curing operation to avoid damage to the work. Protection Contractor shall protect all concrete against injury until final acceptance by the Owner. Fresh concrete shall be protected from damage due to rain, hail, sleet, or snow. Contractor shall provide such protection while the concrete is still plastic and whenever such precipitation is imminent or occurring. Immediately following the first frost in the fall, Contractor shall be prepared to protect all concrete against freezing. After the first frost, and until the mean daily temperature in the vicinity of the worksite falls below 40 degrees F for more than one day, the concrete shall be maintained at a temperature not lower than 50 degrees F for at least 72 hours after it is placed. Curing in Cold Weather A. Water curing of concrete may be reduced to 6 days during periods when the mean daily temperature in the vicinity of the worksite is less than 40 degrees F; provided that, during the prescribed period of water curing, when temperatures are such that concrete surfaces may freeze, water curing shall be temporarily discontinued. B. Concrete cured by an application of curing compound will require no additional protection from freezing if the protection at 50 degrees F for 72 hours is obtained by means of approved insulation in contact with the forms or concrete surfaces; otherwise, concrete shall be protected against freezing temperatures for 72 hours immediately following 72 hours protection at 50 degrees F. Concrete cured by water curing shall be protected against freezing temperatures for 3 days immediately following the 72 hours of protection at 50 degrees F. C. Discontinuance of protection against freezing temperatures shall be such that the drop in temperature of any portion of the concrete will be gradual and will not exceed 40 degrees F in 24 hours. In the spring, when the mean daily temperature rises above 40 degrees F for more than 3 successive days, the specified 72 hour protection at a temperature not lower than 50 degrees F may be discontinued for as long as the mean daily temperature remains above 40 degrees F; provided, that the concrete shall be protected against freezing temperatures for not less than 48 hours after placement. D. Where artificial heat is employed, Contractor shall take special care to prevent the concrete from drying. Use of unvented heaters will be permitted only when unformed surfaces of concrete adjacent to the heaters are protected for the first 24 hours from an excessive carbon dioxide atmowhere bv amlication of curina October 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete 03300-22 compound; provided, that the use of curing compound for such surfaces is otherwise permitted by these specifications. 3.12 Treatment of Surface Defects A. As soon as forms are removed, all exposed surfaces shall be carefully examined by Engineer and any irregularities shall be immediately rubbed or ground by the Contractor in a satisfactory manner in order to secure a smooth, uniform, and continuous surface. Contractor shall not plaster or coat surfaces to be smoothed. Repairs shall not be made until after inspection by the Engineer. Contractor shall not in any case perform extensive patching of honeycombed concrete. Concrete containing minor voids, holes, honeycombing, or similar depression defects shall be repaired as specified herein. Concrete containing extensive voids, holes, honeycombing, or similar depression defects, shall be completely removed and replaced. All repairs and replacements herein specified shall be promptly executed by the Contractor at its own expense. B. Defective surfaces to be repaired as specified in Paragraph 3.12A, shall be cut back from trueline a minimum depth of 1/2 inch over the entire area. Edges shall not be feathered. Where chipping or cutting tools are not required in order to deepen the area properly, the surface shall be prepared for bonding by the removal of all laitance or soft material, and not less than 1/32 inch depth of the surface film from all hard portions, by means of an efficient sandblast. After cutting and sandblasting, the surface shall be wetted sufficiently in advance of applying cement mortar so that while the repair material is being applied, the surfaces under repair will remain moist, but not so wet as to overcome the suction upon which a good bond depends. The concrete shall then be patched as follows: A bonding material such as acryl 60 shall be applied to the surface of the area to be repaired just prior to application of the repair mixture. The repair mixture shall consist of one part of Type 11, low alkali, portland cement to 3 parts concrete sand. Mix solution shall contain 1/3 bonder, such as acryl 60, to 2/3 water and added in quantities sufficient to allow placement but not cause hairchecking or slippage. Quantities prepared should be limited to that able to be completed within 30 minutes. Areas repaired shall be compacted with a wood ramming device and cured with the water/acryl 60 solution. Repair mixture shall be applied in maximum 1 inch lifts. For exposed walls, the cement shall contain such a proportion of Atlas white portland cement as is required to make the color of the patch match the color of the surrounding concrete. C. Holes left by tie-rod cones shall be reamed with suitable toothed reamers so as to leave the surfaces of the holes clean and rough. These holes then shall be repaired as described in Paragraph 3.128. D. All repairs shall be built up and shaped in such a manner that the completed work will conform to the requirements of Paragraph 3.08 or 3.09, as applicable, October 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete 03300-23 using approved methods which will not disturb the bond, cause sagging, or cause horizontal fractures. 3.13 Testing of Hydraulic Structures A. General Contractor shall water test all concrete tanks, hydraulic channels, sumps, basins, and other structures designed to contain water prior to backfilling. Testing shall be accomplished by filling the structure with water. Testing shall not be performed until roof is in place (if applicable) and all concrete has attained full design strength. Contractor shall provide the following: 1. All pumps, power, piping, and any other equipment required to fill tanks for testing. 2. Necessary provisions to dispose of test water after testing, including pumping if necessary. At completion of tests all temporary piping and connections shall be removed. Waste water shall be disposed of without creating a nuisance or damage to adjacent property. B. Test Procedure The structure shall be full to high water level at beginning of test. Contractor may elect to keep the tank full of water for as long as 48 hours prior to the test to allow for water absorption by the concrete. Test period shall be 5 consecutive 24 hour periods totaling 5 consecutive days. Liquid level shall be accurately measured at the beginning and end of test to determine amount of leakage. All visible leaks shall be marked for repair after draining. Permissible leakage from the structure shall not exceed 0.5 gpm per million gallon storage capacity in each 24 hour period over a period of 5 consecutive days after allowance is made for evaporation. If the leakage exceeds the permissible amount, the structure shall be emptied, leaks shall be repaired (in a manner favorably reviewed by the Engineer), and the test rerun, Even if structure passes water loss test, all visible leakage shall be repaired. 3.14 Care and Repair of Concrete Contractor shall protect all concrete against injury or damage from excessive heat, lack of moisture, overstress, or any other cause until final acceptance of the Owner. Particular care shall be taken to prevent the drying of concrete and to avoid roughening or otherwise damaging the surface. Any concrete found to be damaged, or which may have been originally defective, or which becomes defective at any time prior to the final acceptance of the completed work, or which departs from the established line or grade, or which, for any other reason, fails to conform to the requirements of the Contract Documents, shall be satisfactorily repaired or removed and replaced with acceptable concrete at the Contractor's expense. October 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Concrete 03300-24 SECTION 051 00 AND MISCELLANEOUS METAL WORK SPECIFICATIONS BASIC STRUCTURAL STEEL . PART 1 - GENERAL 1.01 General Requirements Contractor shall furnish all labor, equipment, and material and perform all operations necessary for fabrication, construction, and installation of structural and miscellaneous metal specified. Where miscellaneous metal and equipment items are required to fit spaces previously constructed, measurements for the fabrication of such items shall be made at the site so that items fit as required. Standard commercial products which meet general requirements, and vary only in nonessential detail, will be acceptable, subject to Owner's approval. All work shall be executed and finished in accordance with approved shop drawings and conform with the best practice required to produce the highest grade construction. Contractor shall be solely responsible for errors of fabrication and correct fitting of structural members shown on the shop drawings. - 1.02 Quality Assurance Unless otherwise specified, all work specified in the Contract Documents shall comply with requirements of the following specifications and codes: A. Steel Work Fabrication and erection of structural steel shall be in accordance with AlSC "Specification for the Design, Fabrication, and Erection of Structural Steel for Buildings," and "Code of Standard Practice for Steel Buildings and Bridges", latest editions. B. Aluminum Work Fabrication and erection of aluminum shall be in accordance with the applicable requirements of Chapter 28 of the Uniform Building Code, latest edition, and herein referenced standards of the Aluminum Association. C. Welding InsDection All welding of structural steel assemblies shall be performed under continuous inspection of a "Special Inspector" selected by the Owner. Should such fabrication be performed in the shop of a licensed fabricator approved by the governing Building Official, only the field welding of structural steel assemblies will be required to be performed under continuous inspection of the "Special Inspector". Contractor shall notify inspector at least 24 hours in advance of September 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Metal 051 00-1 needed inspections. Contractor shall provide copies of Inspection Reports for Owner. 1.03 Submittals All submittals shall be in accordance with the General Provisions, Section 2-5.3. A. Shop Drawinqs Contractor shall submit shop drawings for approval before fabrication of any of the work. Shop drawings shall show complete fabrication details with material lists, including all welds, fabrication and finish details, and shop painting. In approved shop drawings, the Owner does not assume responsibility for accuracy of the work relative to other components as constructed. Also refer to applicable requirements hereafter specified in paragraph "Substitutions". All dimensions shall be field verified by the Contractor prior to fabrication. B. Test Reoorts Contractor shall furnish notarized certified physical and chemical mill test reports for material used for major structural members. All tests shall be performed in accordance with applicable ASTM Standards. C. ShoD Paintinq Data In coordinated manner with requirements for Painting and Protective Coatings, Contractor shall submit product list with product data sheets of intended shop coats which, for compatibility, shall be the same products and manufacturer as those field-applied systems specified in the Basic Painting Specifications. PART 2 - PRODUCTS 2.01 Materials - General Materials shall be new, sound, and shall comply with the following: A. Steel Rolled shapes, plates, and bars shall conform to AlSC "Manual of Steel Construction" and ASTM Specification A-36, latest editions. 1. Stainless Steel Unless otherwise designated or approved, Contractor shall use Type 31 6 stainless steel alloy conforming to ASTM A-167 and ASTM A-276, latest editions, for plates and bars. September 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Metal 051 00-2 2. Steel PiDe Material shall conform to ASTM A-53, Grade B seamless galvanized as required, Schedule 40. B. Cast Iron Material shall conform to ASTM A-48, Class 30, except as specifically designated otherwise. C. Ductile Iron Material shall conform to ASTM A-536 using grade 60-40-1 8 or better, except as specifically designated otherwise. D. Aluminum 1. All plate, pipe, and structural shapes shall be new and shall conform to ASTM B209 (Plate), B308 (Shapes), 8429 (Pipe and Tubing), B211 (Bar Stock), and applicable Federal Specifications for 6061 -T6 alloy, unless otherwise designated. , 2. Aluminum pipe rail shall be of 6061-T6 alloy and be Schedule 40 or greater. 3. Alloys and tempers for various members where not otherwise designated, shall be as required for proper forming and fabrication to meet or exceed structural requirements, and shall be of alloys specially produced to best achieve specified color anodized finishes. Contractor shall provide supporting printed recommendations from parent aluminum producer. For sheet fabricated members Contractor shall use only homogenous aluminum products and no clad products. 4. Contingent upon alloys being welded, Contractor shall use only inert gas shielded arc or resistance welding process with filler alloys as specified in the UBC, Contractor shall not use any process requiring a welding flux. E. Checkered Plate Raised lugs shall be diamond shaped and have an angled and opposed pattern. Contractor shall use 6061 -T6 alloy aluminum, except where steel is specified. Steel shall be of ASTM A36 carbon steel, hot dip galvanized. F. Manhole Covers Castings for manhole covers and frames shall be of tough gray iron free from cracks, holes, and swells, and of workmanlike finish. They shall conform to ASTM A-48, latest, Class 30, and shall be of the type specified. .- September 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Metal 051 00-3 G. Common Bolts Except as otherwise designated or specified, bolts shall be standard commercial quality steel units conforming to ASTM A-307; galvanize where used with galvanized work. H. I Hiah Strenath Bolts & Studs Except as otherwise designated or specified, bolts shall conform to ASTM A325; studs shall conform to ASTM A449; nuts shall conform to ASTM A194, 2H heavy hex; washers shall conform to ASTM F436. They shall be galvanized where specified or where used with galvanized steel. I. Stainless Steel Bolts Except as otherwise designated or specified, bolts, cap screws, and studs shall be Type 31 6L conforming to ASTM F-593; nuts shall conform to ASTM F-594. J. Deferred Boltina Devices (Noted D.B.D. or Expansion Anchor on Contract Drawinas) Deferred bolting devices shall be used in lieu of anchor bolts only where specifically noted or detailed; they shall be installed in accordance with current I.C.B.O. Research Report Approval and shall consist of the following: 1. D.B.D. shall be Molly Parabolt Concrete Anchors, Phillips Wedge - Anchors, Hilti Anchors, or approved equal. 2. D.B.D. shall not be used for anchorage of any vibrating machinery or equipment. K. Galvanizinq 1. Iron and Steel Galvanizing shall conform to ASTM A123, with minimum weight per square foot of 1.25 ounces. 2. Ferrous Metal Hardware Items Galvanizing shall conform to Al53, with average coating weight of 1.25 ounces per square foot. 3. Touch-Up Material for Galvanized Coatinus Galvanized coatings marred or damaged during erection or fabrication shall be repaired by use of DRYGALV as manufactured by the American Solder and Flux Company, Galvalloy, Galvion, or equal, applied in accordance with the manufacturer's instructions. - September 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Metal 051 00-4 L. Weldina Electrodes 1. Steel Electrodes Contractor shall use E7OXXX rod for shielded metal arc welding conforming to AWS A5.1 or A5.5 and RX-EXXX for submerged arc welding conforming to AWS A5.17. For steel alloys other than ASTM A- 36 and A-53, Contractor shall use electrodes recommended in writing by AWS and by the parent steel manufacturer. 2. Aluminum Electrodes Contingent upon alloys being welded, Contractor shall use only inert gas shielded arc or resistant welding process with filler alloys conforming to U.B.C. Standard No. 28, Table 28-1-C. Contractor shall not use any process requiring a welding flux. 3. Stainless Steel Electrodes Contractor shall weld stainless steel with electrodes and by techniques specified in pertinent AWS A5 Series Specification, and as recommended in Welded Austenitic Chromium-Nickel Stainless Steel Techniques and Properties as published by the International Nickel Company, Inc., New York, N.Y. M. Shop Pime Paint To assure compatibility with field-applied paint or coating systems, for ferrous metals other than stainless steel, galvanized steel, and cast iron, Contractor shall use same shop prime paint product and manufacturer as painting or protective coating system intended for field application specified in the Basic Painting Specifications. Contractor shall not shop prime portions of work immediately adjacent to intended field welds or portions intended for embedment in concrete. N. Storage of Materials Structural material, either plain or fabricated, shall be stored above ground upon platforms, skids, or other supports. Material shall be kept free from dirt, grease, and other foreign matter and shall be protected from corrosion. PART 3 - EXECUTION 3.01 Fabrication A. Workmanship shall conform to AISC specifications, latest edition. Work shall conform to the Contract Documents and approved shop drawings. Work shall be performed by Fabricator approved by governing Code Authorities. Aluminum work shall conform to the applicable requirements of "Specifications for Aluminum Structures, Aluminum Construction Manual" of the Aluminum Association, latest edition. - September 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Metal 051 00-5 1. Shop connections shall be welded or bolted unless otherwise indicated. 2. Insofar as possible, Contractor shall fit and assemble all work in shop, ready for erection. B. Members 1. All members shall be free from twists, kinks, buckles, or open joints. 2. All members, holes, and their spacing shall be so accurately made that, when assembled, the parts shall come together and bolt without distortion. 3. Parts assembled with bolts shall be in close contact, except where separators are required. Where unlike metals are in contact, Contractor shall insulate as necessary to prevent corrosion. 4. Bearing surfaces shall be planned to true beds. Abutting surfaces shall be closely fitted. Steel requiring accurate *alignment shall be provided with slotted holes andor washers for aligning the steel members. C. Welding 1. Welding in shop and field shall be done by operators who have previously been qualified by tests, as prescribed in the American Welding Society, "Standards Qualifications Procedure". All welds shall exhibit characteristics required by AWS D1 .O. I 2. All welds shall be made with E70-XX classification mild or low-alloy steel covered arc-welding electrodes conforming to AWS A5.1 and A5.5 Specifications for filler metal, except as otherwise designated on Structural Drawings and except as otherwise recommended by AWS and AlSC for welding high strength steel alloys other than ASTM A36 and A53 Steels. 3. All steel, before being fabricated, shall be thoroughly wire brushed, cleaned of all scale and rust, and thoroughly straightened by approved methods that will not injure the materials being used. Welding shall be continuous along the entire line of contact except where tack or intermittent welding is permitted by Engineer. Where exposed, welds shall be cleaned of flux and slag and ground smooth. 4. Welding of aluminum shall conform to the applicable requirements of Uniform Building Code, Chapter 28 and to the detail requirements of "Welding Aluminum" by the American Welding Society and the Aluminum Association. f September 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Metal 051 00-6 3.02 Erection A. Erection shall include the installation and erection of all steel referred to in this Basic Specification. Contractor shall verify correctness before starting erection. Erection shall be performed in accordance with the latest edition of AlSC Code of Standard Practice. 6. As erection progresses, Contractor shall securely bolt up all members to take care of all dead-load, wind, and erection stresses. C. Contractor shall not perform final bolting or welding until each portion of the structure has been properly aligned and plumbed. D. Contractor shall insure bolts are drawn up tight and threads set so that nuts cannot become loose. E. Damaqed Members During erection, members which are bent, twisted, or damaged shall be straightened or replaced by Contractor as directed. If heating is required in straightening, heating shall be done in the presence of the inspector and a heating method shall be used which will ensure uniform temperature throughout the entire member. Members, which, in the opinion of the Owner, are damaged to an extent impairing their appearance, strength, or serviceability, shall be removed and replaced with new members by Contractor. F. Anchor Bolts and Anchors Anchor bolts and anchors shall be properly located and built into connection work in accordance with the Contract Documents. Bolts and anchors shall be preset by the use of templates or such other methods as may be required to locate the anchors and anchor bolts accurately. Embedded anchor bolts that are submerged in process water or sludge, or are in enclosed tanks or spaces exposed to process gas or moisture, shall be Type 316 stainless steel with nuts of the same material. To such stainless steel bolts Contractor shall apply a non- oxidizing lubricant grease before bolting using a molybdenum disulphide grease compound or a NO-OX-10 type compound. Specialty anchoring systems shall be as specified or shown on Construction Drawings. G. Steel and Aluminum Pipe Rails and Railinas Pipe rail shall be painted steel or anodized aluminum as specified in Contract Documents. Steel and aluminum pipe rails and railings, complete with stanchions, toe plates, welded and bolted fittings, and attachments shall be fabricated true to size configurations and detail shown on Construction Drawings. Grind and polish welds flush and smooth. Curves, where indicated or necessary, shall be bent on a radius of not less than six (6) inches. 1. All pipe materials shall be Schedule 40 steel or aluminum. September 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Metal 051 00-7 2. If proprietary substitutions are proposed for railings and attachments, submittals shall be accompanied by acceptable test data by an independent testing laboratory showing that: the fitting and attachment will withstand the bending moment induced by a 200 Ib. force applied at the top of the stanchion in any direction; and the railings will safely resist forces as required by CaVOSHA and the Uniform Building Code. Test data shall be for attachments in similar materials as the field condition. 3. Safety chains shall be 5/16 inch carbon steel minimum grade 30 link chain with common swivel bolt harness type snap, all hot dip galvanized. 4. Contractor shall isolate aluminum from dissimilar metals and concrete for protection from galvanic deterioration. Aluminum shall be mill finished and free of damage and detracting appearance flaws. Contractor shall provide uniform AA-KA41 Architectural Class I clear anodic finish. 5. Contractor shall not provide attachments which require the post to be embedded in concrete or grout. H. Bearina Plates Contractor shall provide bearing plates under beams and columns resting on walls or footings. Bearing plates may be attached or loose and aligned on steel wedges or shims. After the supported members have been plumbed and properly positioned and the anchor nuts tightened, Contractor shall solidly dry- pack entire bearing area under the plate with approved bedding mortar. Wedges and shims shall be cut off flush with edge of bearing plate, and shall be left in place. I. Substitutions Unless otherwise directed, the exact sections, shapes, thicknesses, sizes, weights, and the details of construction shown for the structural steelwork shall be furnished as specified in the Contract Documents; however, Contractor, because of his stock or shop practices, may suggest substitutes if the net section area is not thereby reduced, if the section properties are at least equivalent, and if the overall dimensions are not exceeded. All substitutions or other deviations from Contract Drawings and/or Specifications shall be specifically noted or "clouded" on the shop drawing submittals. J. Flame Cuttinq Contractor shall not flame cut with a gas cutting torch in the field to correct fabrication errors on any major member in the structural framing. Contractor may flame-cut on minor members, when the member is not under stress, and then only following Owner's approval. September 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Metal 05100-8 I K. Dissimilar Metals Contractor shall isolate aluminum from contact with dissimilar metals and materials, other than stainless steel, as follows: 1. Metals Contractor shall apply on contact surfaces a heavy brush coat of approved zinc chromate primer made with a synthetic resin vehicle, followed by two brush coats of approved aluminum metal and masonry paint or a heavy coat of approved alkali-resistant bituminous paint. Alternatively, Contractor may separate surfaces with a non-absorptive tape or gasket. 2. Masonry. Concrete, or Plaster Contractor shall apply a heavy brush coat of approved, ai kali-resistant bituminous paint, or separate surfaces with non-absorptive tape or gasket. 3. Moisture-Absorbent Materials and Preservativelv Treated Wood Contractor shall paint such absorbent materials with two coats of approved aluminum house paint and protect aluminum contact surfaces with bituminous paint. September 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Metal 051 00-9 PART 1 - GENERAL 1.01 SUMMARY SECTION 071 12 BITUMINOUS WATERPROOFING - A. Provide bituminous waterproofing at all subterranean concrete walls at the building, as specified herein, and as needed for a complete and proper watertight installation. B. Related work: 1. Documents affecting work of this Section include, but are not necessarily limited to, General Provisions, Supplemental Provisions, Special Construction Provisions, and Sections in Division I of these Specifications. 1.02 SUBMllTALS A. All submittals shall be in accordance with the General Provisions, Section 2-5.3. .- B. Product data: Contractor shall submit complete information and technical data for all material, including, but not limited to, the following: 1. Materials fist of items proposed to be provided under this Section; 2. Manufacturer's specifications and other data needed to prove compliance with the specified requirements; 3. Manufacturer's recommended installation procedures which, when approved by the Owner's Designated Representative, will become the basis for accepting or rejecting actual installation procedures used on the Work. 1.03 QUALITY ASSURANCE A. Use adequate numbers of skilled workmen thoroughly trained and experienced in the necessary crafts and completely familiar with the specified requirements and methods needed for proper performance of the work of this Section. B. Use a subcontractor currently approved in writing by the manufacturer of the approved waterproofing. C. Cooperate as required in performance of the specified testing and inspecting. PART 2 - PRODUCTS 2.01 BITUMINOUS WATERPROOFING Contractor shall furnish and install one of the following bituminous waterproofing systems, or an alternate system approved by the Owner's Designated Representative. September 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Waterproofing 071 12-1 A. Fluid applied waterproofing system as manufactured by Liquid Boot, LBI - Technologies, Anaheim, CA, 92807-1 722, Phone No. 71 4-575-9200. Single course, high build, polymer modified asphaltic emulsion with a prefabricated drainage mat bonded to a geotextile. Nominal thickness shall be 80 Mils. Dry (60 mils. Minimum). B. Fluid applied waterproofing system as manufactured by Grace Construction Products, 62 Wittemore Avenue Cambridge MA 02140, Phone No. 800-892- 1 165 System shall be Procore by Grace Construction Products. 2.02 OTHER MATERIALS A. Provide other materials, not specifically described but required for a complete and proper system and installation, as selected by the Contractor subject to the approval of the Owner’s Designated Representative. PART 3 - EXECUTION 3.01 SURFACE CONDITIONS A. Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the Work. Do not proceed until unsatisfactory conditions are corrected. 3.02 INSTALLATION A. Prior to start of installation, Contractor shall meet with the Owner’s Designated Representative to reach agreement on procedures to be followed. It is imperative that the application be supervised by the Owner’s Designated Representative. No backfilling at the bermed walls shall be commenced until the entire waterproofing installation is complete and signed off by the Owner’s Designated Representative. B. Except as may be modified with the advance approval of the Owner’s Designated Representative, install the work of this Section in strict accordance with the manufacturer’s recommendations. September 2003 Bressi Pump Station (860-3-Bres) Contract 38891 -- END OF SECTION Waterproofing 071 12-2 SECTION 07920 SEALANTS AND CAULKING PART 1 - GENERAL .- 1.01 SUMMARY A. Throughout the Work, seal and caulk joints where shown on the Drawings and elsewhere as required to provide a positive barrier against passage of moisture and passage of air. B. Related work: 1. Documents affecting work of this Section include, but are not necessarily limited to, General Provisions, Supplemental Provisions, Special Construction Provisions, and Sections in Division I of these Specifications. 1.02 SUBMllTALS A. All submittals shall be in accordance with the General Provisions, Section 2-5.3. B. Product data: Contractor shall submit complete information and technical data for all materials, including, but not limited to, the following: 1. 2. 3. Materials list of items proposed to be provided under this Section; Manufacturer's specifications and other data needed to prove compliance with the specified requirements; Manufacturer's recommended installation procedures which, when approved by the Owner's Designated Representative, will become the basis for accepting or rejecting actual installation procedures used on the Work. Samples: Upon request of the Owner's Designated Representative, submit Samples of each sealant, each backing material, each primer, and each bond breaker proposed to be used. C. 1.03 QUALITY ASSURANCE A. Use adequate numbers of skilled workmen thoroughly trained and experienced in the necessary crafts and completely familiar with the specified requirements and methods needed for proper performance of the work of this Section. 1.04 DELIVERY, STORAGE, AND HANDLING A. Do not keep sealants and caulking on the site beyond the manufacturers shelf life. September 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Sealants and Caulking 07920-1 PART 2 - PRODUCTS 2.01 SEALANTS (as applicable) A. Provide the following sealants, or equals approved in advance by the Owner‘s Designated Representative, where called for on the Drawings or otherwise required for a complete and proper installation. 1. Sealant Type A (at joints subjected to horizontal traffic): a. b. Acceptable Manufacturers: Self-leveling, complying with ASTM C920-79, Grade PI Class 25; (1) (2) Pecora Corporation (800) 233-9754 (3) Equal product as approved by the Owner’s Designated GE Sealants and Adhesives (800) 332-3390 Representative 2. Sealant Type B (at vertical joints and joints subject to extreme movement): a. b. Acceptable Manufacturers: Polyurethane, non-sag, complying with ASTM C920-79, Type SI Grade NS, Class 25, use NT, MI A, and 0; (1) (2) Pecora Corporation (800) 233-9754 (3) Equal product as approved by the Owner’s Designated GE Sealants and Adhesives (800) 332-3390 Representative 3. Sealant Type C (at joints not listed above): a. b. Acceptable Manufacturers: Acrylic latex, complying with ASTM C834-76; (1) (2) Pecora Corporation (800) 233-9754 (3) Equal product as approved by the Owner’s Designated GE Sealants and Adhesives (800) 332-3390 Representative B. For other services, except as may be called for on the Drawings, provide products especially formulated for the proposed use and approved in advance by the Owner’s Designated Representative. The intent of this section of the work is for the Contractor and his sub-contractor to provide the building with an appropriate watertight and flexible sealant system - no exceptions. C. Colors: 1. Colors for each sealant installation will be selected by the Owner’s Designated Representative from standard colors normally available from the specified manufacturer. Should such standard color not be available from an approved substitute manufacturer except at additional charge, provide such colors at no additional cost to the Owner. In concealed installations, and in partially or fully exposed installations where so approved by the Owner’s Designated Representative, use standard gray or black sealant. 2. 3. September 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Sealants and Caulking 07920-2 - 2.02 PRIMERS A. Use only those primers which have been tested for durability on the surfaces to be sealed and are specifically recommended for this installation by the manufacturer of the sealant used. 2.03 BACKUP MATERIALS A. Use only those backup materials which are non-absorbent, non-staining, and specifically recommended for this installation by the manufacturer of the sealant used. 2.04 MASKING TAPE A. For masking around joints, provide an appropriate masking tape which will effectively prevent application of sealant on surfaces not scheduled to receive it, and which is removable without damage to substrate. 2.05 OTHER MATERIALS A. Provide other materials, not specifically described but required for a complete and proper installation, as selected by the Contractor subject to the approval of the Owner’s Designated Representative. - PART 3 - EXECUTION 3.01 SURFACE CONDITIONS A. Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the Work. Do not proceed until unsatisfactory conditions are corrected. 3.02 PREPARATION A. Concrete and ceramic tile surfaces: 1. 2. 3. 4. Where surfaces have been treated, remove the surface treatment by 5. install only on sutfaces which are dry, sound, and well brushed, wiping free from dust. At open joints, remove dust by mechanically blown compressed air if so required. To remove oil and grease, use sandblasting or wire brushing. sandblasting or wire brushing. Remove laitance and mortar from joint cavities. B. Steel surfaces: 1. Steel surfaces in contact with sealant: a. b. Sandblast as required to achieve acceptable surface for bond. If sandblasting is not practical, or would damage adjacent finish, scrape the metal or wire brush to remove mill scale and rust. September 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Sealants and Caulking 07920-3 c. Use solvent to remove oil and grease, wiping the surfaces with clean white rags only. Remove protective coatings on steel by sandblasting or by using a solvent which leaves no residue. 2. C. Aluminum surfaces: 1. Aluminum surfaces in contact with sealant: a. Remove temporary protective coatings, dirt, oil, and grease. b. When masking tape is used for protective cover, remove the tape just prior to applying the sealant. Use only such solvents to remove protective coatings as are recommended for that purpose by the manufacturer of the aluminum work, and which are non-stain ing . 2. 3.03 INSTALLATION OF BACKUP MATERIAL A. When using backup of tube or rod stock, avoid lengthwise stretching of the material. Do not twist or braid hose or rod backup stock. B. Installation tool: 1. For installation of backup material, provide a blunt-surfaced tool of wood or plastic, having shoulders designed to ride on the adjacent finished surface and a protrusion of the required dimensions to assure uniform depth of backup material below the sealant. Do not, under any circumstance, use a screwdriver or similar tool for this purpose. Using the approved tool, smoothly and uniformly place the backup material to the depth indicated on the Drawings or otherwise required, compressing the backup material 25% to 50% and securing a positive fit. 2. 3. 3.04 PRIMING A. Use only the primer approved by the Owner’s Designated Representative for the particular installation, applying in strict accordance with the manufacturer’s recommendations as approved by the Owner’s Designated Representative. 3.05 BOND-BREAKER INSTALLATION A. Provide an approved bond-breaker where recommended by the manufacturer of the sealant, and where directed by the Owner’s Designated Representative, adhering strictly to the manufacturers’ installation recommendations. 3.06 INSTALLATION OF SEALANTS A. Prior to start of installation in each joint, verify the joint type according to details on the Drawings, or as otherwise directed by the Owner’s Designated Representative, and verify that the required proportion of width of joint to depth of joint has been secured. B. Equipment: September 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Sealants and Caulking 07920-4 1. 2. Apply sealant under pressure with power-actuated hand gun or manually- operated hand gun, or by other appropriate means. Use guns with nozzle of proper site, and providing sufficient pressure to completely fill the joints as designed. C. Thoroughly and completely mask joints where the appearance of primer or sealant on adjacent surfaces would be objectionable. D. ' Install the sealant in strict accordance with the manufacturer's recommendations, thoroughly filling joints to the recommended depth. E. Tool joints to the profile shown on the Drawings, or as otherwise required if such profiles are not shown on the Drawings. 1. 2. Provide uniformly smooth joints with slightly concave surface. Do not use tooling agent unless specifically so recommended in writing by the manufacturer of the sealant. F. Cleaning up: 1. 2. Remove masking tape immediately after joints have been tooled. Clean adjacent surfaces free from sealant as the installation progresses, using solvent or cleaning agent recommended by the manufacturer of the sealant used. Upon completion of the work of this Section, promptly remove from the job site all debris, empty containers, and surplus material derived from this portion of the Work. 3. END OF SECTION September 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Sealants and Caulking 07920-5 SECTION 08100 DOORS, FRAMES, AND HARDWARE TECHNICAL SPECIFICATIONS PART 1 - GENERAL 1.01 1.02 1.03 Description and Scope Contractor shall furnish and install all doors, frames, hardware, and related items, complete and operable, as specified herein and shown on the Drawings. Each Equipment Building shall be provided with one single hollow metal door as shown on the Drawings. Field Measurements Prior to fabrication, Contractor shall verify all conditions affecting the work specified herein, including obtaining accurate opening dimensions and embedded anchorage arrangements. Discrepancies shall be reported to the Owner prior to commencing work. Submittals Complete fabrication, assembly, and installation drawings, together with details and data governing materials used and other accessories furnished, shall be submitted for approval in accordance with the General Provisions, Section 2-5.3. Data shall include, but not be limited to, the following: A. Door and frame details. B. Hardware reinforcement. C. Schedules showing sizes, types, and locations of door louvers and glazing, if any. D. Anchorage details. E. Manufacturer's literature and any engineering calculations that may be required elsewhere in this section. F. Complete detailed hardware list, hardware schedule, and manufacture's literature on each item. G. Hardware schedule shall indicate type, manufacturer's name, catalog number, location, and finish of each item to be furnished. Schedule shall also include a complete template list showing template references and data for each item requiring preparation of metal doors and frames. PART 2 - PRODUCTS 2.01 Manufacturer A. Hollow Metal Doors and Frames Doors and frames shall be as manufactured by Krieger Steel Products Co., Security Metal Products Cop, or approved equal. All doors and frames shall be manufactured by a single manufacturer. April 2004 Bressi Pump Station (860-3-Bres) Contract 38891 Doors, Frames, & Hardware 081 00-1 - B. Fiberalass Reinforced Doors and Frames Doors and frames shall be as manufactured FIB-R-DOR, A Division of Advance Fiberglass, Inc., or approved equal. All doors and frames shall be manufactured by a single manufacturer. C. Rollina Metal Door Assemblies Rolling metal door assemblies shall be as manufactured by Cookson Co., Pacific Rolling Door, Lawrence Roll-Up Doors, Inc., or approved equal. All doors and frames shall be manufactured by a single manufacturer. D. Door Hardware Refer to Hardware Schedule, herein. 2.02 Hollow Metal Door and Frame Fabrication A. General Hollow metal doors and frames shall be manufactured in accordance with the Steel Door Institute. - B. - Doors Doors shall be of hollow metal construction, full flush design, 1-314" thick, with no visible seams. Door face sheets shall be formed with seamless 16 gauge steel. Seams at edges shall be continuously and fully welded and ground smooth. Filled joints will not be acceptable. Vertical edges of door shall be reinforced with 14 gauge steel channels the entire height of door. Top and bottom of doors shall have continuous 16 gauge reinforcing channels welded to the face sheets. Doors shall be mortised, reinforced (not less than 8 gauge reinforcement for hinges and 12 gauge for locks and closers), drilled, and tapped in accordance with hardware templates. Reinforcement plates (not less than 14 gauge) shall be provided at all surface applied hardware locations. Reinforcement around openings for louvers and glazing shall be 12 gauge channel reinforcement welded to face sheets. Opening sizes shall be as shown on the Drawings. Louvers shall be mounted in the doors prior to painting. Doors shall be rigid and free from warpage or buckle. Tops of exterior doors shall be provided with flush, water, and weather tight top enclosures. Doors shall be formed and bonded to a rigid fire proof and moisture proof honeycomb core. Doors and frames specified or shown on Drawings as fire rated shall conform to Underwriters Laboratories listings and shall be UL labeled, indicating the type of certification rating. C. Double Doors Double doors shall be provided with a "T" type steel astragal, unless specified otherwise on the Drawings. - April 2004 Bressi Pump Station (860-3-Bres) Contract 38891 Doors, Frames, & Hardware 081 00-2 D. Door Frames Door frames shall be of type and sizes as shown, formed of 14 gauge steel. Frames shall have integral stops. All seams and joints shall be continuously and fully welded. All exposed welding shall be ground smooth. Frames shall be mortised, reinforced, drilled, and tapped in the shop to receive mortised template hardware as required. Reinforcement shall be 8 gauge at hinges and 12 gauge at strikes and closers. Provide a minimum of 3 adjustable masonrykoncrete or steel stud type anchors at each jamb (30" on center, maximum). Provide a minimum of 2 frame head anchors. Spot weld 14 gauge metal clip angles to bottom of each jamb member to provide floor anchorage. E. Factorv Prime Coatinq Requirements All interior and exterior doors and frames shall be thoroughly cleaned to remove all rust, scale, grease, and oil, then treated with a chemical compound to assure maximum paint adherence, and prime coated with corrosion-inhibiting primer compatible with finish paint specified on Drawings or in the Basic Coating and Painting Specification for Water and Wastewater Facilities. 2.03 Fiberglass Reinforced Plastic Door and Frame Fabrication A. General Fiberglass reinforced plastic doors and frames shall conform to Steel Door Institute requirements for performance equivalent to hollow metal doors and frames specified herein. Doors shall be of reinforced fiberglass construction, full flush design, 1 -3/4" thick, with no visible seams. Door plates shall be molded in one continuous piece, resin reinforced with hand-laid glass fibermat, nominal 1/8" thick, and have a minimum 25 mil gel-coat. Door plates shall be formed and bonded to a rigid fire proof and moisture proof honeycomb core. All seams at edges shall be a minimum of two layers of resin reinforced glass fibermat (minimum glass fiber to resin ratio of 30 percent), nominal 1/4" thick, and machine tooled. Doors shall be mortised (mortise for lockset, and recess for strike plate in lock stile) drilled and tapped in accordance with the hardware templates. Reinforcement (embed steel reinforcement for hinges in fiberglass matrix; provide for hinge leaf recesses in hinge stile) shall be provided at all surface applied hardware locations. Reinforcement around openings for louvers and glazing shall be type 304 stainless steel channel reinforcement fastened to door plates with stainless steel screws. Opening sizes shall be as shown on the Drawings. Louvers shall be mounted in the doors prior to gel-coating. Doors shall be rigid and free from warpage or buckle. Tops of exterior doors shall be provided with flush, water and weather tight top enclosures. April 2004 Bressi Pump Station (860-3-Bres) Contract 38891 Doors, Frames, & Hardware 081 00-3 Doors and frames specified or shown on Drawings as fire rated shall conform to Underwriters Laboratories listings and shall be UL labeled, indicating the type of certification rating. - C. Double Doors Double doors shall be provided with a "T" type steel astragal, unless specified otherwise on the Drawings. D. Door Frames Door frames shall be of type and sizes as shown, formed of 14 gauge type 304 stainless steel. Frames shall have integral stops. All seams and joints shall be continuously and fully welded. All exposed welding shall be ground smooth. Frames shall be mortised, reinforced, drilled, and tapped in the shop to receive mortised template hardware as required. Reinforcement shall be type 304 stainless steel, 8 gauge at hinges and 12 gauge at strikes and closers. Provide a minimum of 3 adjustable masonry/concrete or steel stud type anchors at each jamb (30" on center, maximum). Provide a minimum of 2 frame head anchors. Spot weld 14 gauge metal clip angles to bottom of each jamb member to provide floor anchorage. E. Finish All interior and exterior doors shall be provided with smooth gloss surface, minimum Value 88 in accordance with ASTM D523. Color shall be as selected by Owner. Stainless steel frames shall be uncoated and provided with a uniform brushed finish. 2.04 Rolling Metal Door Assemblies A. General Roll up doors shall be of the metal curtain, flat slat design and shall be chain operated, and weather and dust resistant. Doors shall be provided complete with curtain slats, guides, endlocks, gears, chain, operating mechanism, hood, motors, controls, wiring, hardware brackets, head, bottom and side weather stripping, and all other accessories necessary for a complete and operable system. B. Desian Loadinq Doors and guides shall be designed for a wind load of 30 pounds per square foot. C. Door Curtain Door curtains shall have interlocking flat slats roll-formed in easy curves from galvanized steel sheet. Slats shall be of a gauge size suitable for the design loading and opening dimension, but shall not be lighter than 20 gauge. Galvanized stamped steel endlocks shall be provided on alternate slats. Windlocks shall be provided as required to meet design wind loading. April 2004 Bressi Pump Station (860-3-Bres) Contract 38891 Doors, Frames, & Hardware 081 00-4 D. Bottom Bar The bottom bar shall consist of 2 galvanized angles bolted back-to-back on each side of the curtain, complete with tamper-proof slide bolt locks pre-punched for padlocking on inside of door. A replaceable flexible vinyl or neoprene gasket shall be provided as a weather seal and cushion bumper. E. Guides Guides shall be formed of galvanized steel angles, minimum 3/16" thick, properly sized to retain the door curtain. Windlock bar shall be provided as required to meet design wind loading. Guides shall be attached to jambs with 318" galvanized steel bolts spaced not more than 30" apart. Guides shall be provided with weather stripping. F. Counterbalance Shaft Assembly The barrel shaft shall be a steel pipe of sufficient diameter and thickness to support the roll-up curtain without distortion of slats, and to limit deflection of the barrel to not more than 0.03" per foot of span under full load. The barrel shaft shall have a minimum diameter of 4". The spring balance shall consist of one or more helical torsion springs of oil-tempered heat-treated steel designed for proper balance of the door and to ensure that effort to operate door will not exceed 35 pounds. Rotating members shall turn on self-lubricating graphite or grease-sealed ball bearings, with adjustment for counterbalance springs accessible from outside shaft assembly. Brackets to support counterbalance shaft assembly shall be not less than 5/16" thick, cold-rolled steel plate with ball or roller bearings at rotating support points and attached to extension of guide wall angles with 1/2" galvanized steel bolts. Brackets have a bell-mouth guide groove for the door curtain. G. Hood The hood shall be manufactured of 24 gauge galvanized steel sheet. The hood shall fit over the end brackets. Top and bottom edges of hood shall be rolled and reinforced for stiffness, and intermediate supports shall be provided as necessary. Equip hood with a neoprene or vinyl air baffle to close space between hood and door curtain. H. Chain ODeration Operation shall be accomplished by endless hand chain, sprocket, and reduction gearing to barrel shaft. Bearings shall be either self lubricating graphite bearings or grease-sealed ball bearings, lubricated for life and self-aligning. Operating chain shall be galvanized extending to 24" above floor. A chain holder shall be provided on wall with provision for padlocking. 1. Factorv Prime Coatinq Requirements Galvanized surfaces shall be phosphate treated for paint adhesion, and prime coated with corrosion-inhibiting gray primer compatible with finish paint specified on Drawings or in the Basic Coating and Painting Specification for Water and Wastewater Facilities. April 2004 Bressi Pump Station (860-3-Bres) Contract 38891 Doors, Frames, & Hardware 081 00-5 All other ferrous metal parts shall be thoroughly cleaned to remove all rust, scale, grease, and oil, then treated with a chemical compound to assure maximum paint adherence, and prime coated with corrosion-inhibiting gray primer compatible with finish paint specified. - 2.05 Door Hardware A. General Provide all items of hardware indicated on the Drawings and as herein specified, or where necessary for complete installation and proper operation. Door hardware shall be coordinated with all other related work, including template information for door and frame fabrication. All hardware furnished in connection with doors bearing UL labels or where necessary to meet special requirements will be in strict accordance with conditions established by the authority having jurisdiction and shall be subject to approval of that authority. B. Finish The finish of all hardware shall be 630 (US32D) brush stainless steel, unless otherwise specified in the Hardware Schedule. C. Kevinq All locks and cylinders shall be master keyed to the Owner's requirements. Hardware supplier shall submit a keying schedule for approval by Owner prior to order for locks and keying of cylinders. Contractor shall coordinate between Owner and hardware supplier in developing keying schedule. At the completion of the project, Contractor shall furnish Owner with 5 master keys and 3 keys per cylinder keying combination. During construction, all locks shall be furnished with construction cylinders and construction keys. Contractor shall furnish Owner with 2 construction master keys. D. Hinaes and Pivots Hinges shall be full mortise, template type, unless otherwise specified. All doors over 7'-6" shall have one extra hinge for each 2-1/2' of height. Width of hinges shall be determined by trim conditions. All door hinges shall be provided with non-removable and non-rising pins. E. Locksets and Latchsets All locksets and latchsets shall be mortise type with anti-friction, 2 piece latchbolts, with a minimum 3/4" throw and minimum 1" throw deadbolt. Locksets and latchsets at fire rated doors shall meet code requirements. Function shall be appropriate for door use. All locks shall be'provided with the same cylinder and keyway for master keying. All locks shall be the product of the same manufacturer as the locksets, unless otherwise specified. - April 2004 Bressi Pump Station (860-3-Bres) Contract 38891 Doors, Frames, & Hardware 081 00-6 Padlocks shall be heavy duty type, keyed as directed, and shall be of the same manufacturer as the locksets. F. Panic Bars (Exit Devices) Where shown on Drawings or specified herein, doors shall be equipped with UL labeled, touchbar exit devices (panic bars) capable of opening door even when locked. Panic bars shatl be provided with mortise lock devices and auxiliary bolt for deadlocking, and shall be constructed of corrosion-resistant hardware. Panic bars and shall be as manufactured by Von Duprin, Inc., Sargent, or approved equal. G. Door Closers All door closers shall be the product of one manufacturer. All door closers shall have full metal covers, adjustable spring power and adjustable backcheck. Closers shall have backcheck regulating screws, with separate screws for closing and latching speeds. Whenever possible, closers shall be installed with arms parallel to the closed door. Closers for out-swinging exterior doors shall be top-jamb mounted and furnished with adapter plates for doors under 7-6". If necessary, closers may be mounted on drop brackets on doors 7-6" and over. On double doors, provide a door closer on each leaf. Maximum allowable "door closer" opening force shall be: 5 pounds for interior doors, 8.5 pounds for exterior doors, and 15 pounds for fire doors. H. Door Stops and Holders Stops shall be provided with machine screws and threaded anchors at concrete or masonry, and toggle bolts at plaster and gypsum board. I. Push Plates, Pulls, and Kickplates Push plates shall be 4" x 16" x 0.050" thick, unless otherwise specified. All pulls shall be thru-bolted under the push plates. Kickplates shall be stainless steel, 0.050" thick, beveled on 3 sides, IO" high; except where necessary to clear a louver in which case they shall be 8" high. Width shall be door size, less 2" for single doors and door width, less 1" for double doors. J. Thresholds All thresholds not extending beyond face of door frame shall be 1 piece, full width of opening, 1/2" maximum rise. Thresholds extending beyond face of door frame may be two piece and shall have mitered ends for the portion of threshold extending beyond the door frame. All thresholds shall be provided with stainless steel machine screws in threaded expansion anchors at concrete. April 2004 Bressi Pump Station (860-3-Bres) Contract 38891 Doors, Frames, 81 Hardware 081 00-7 K. Hardware Schedule - The following hardware schedule is provided as a guide. Contractor shall furnish all hardware necessary for the project. Hardware required for ,any particular location, but not scheduled, shall be the same as that scheduled for similar locations. Catalog numbers listed in the hardware schedule are from the catalogs of the following manufacturers: BBW C H LCN N Mc P Q RE RU SCH STA VD Z Builders Brass Works Corbin Co. Hager LCN Closers Norton Door Controls McKinney Mfg. Co. Pemko Mfg. Co. Quality Hardware Co. Reese Enterprises, Inc. Russwin Schlage (No substitute) Stanley Von Duprin, Inc. Zero Weatherstripping Listed manufacturers are used to establish the quality and type of hardware to be furnished. Hardware equal in quality and function may be submitted to Owner for approval, provided Contractor demonstrates substitute hardware conforms in function, quality, finish, and workmanship to the products hereinafter specified. Provide product of one manufacturer for each specified hardware item for standardization of appearance, maintenance, and replacement. Hardware Schedule Quantity item Manuf. Description. Cataloa No. Finish HW-1 (Int. Single Door) Each door shall have: 1-1/2 pr 1 1 1 1 1 1 set 1 Hinges Mc Lockset SCH Closer LC N stop Q Holder Q Threshold P HeadJamb P Bottom P TB2314 (4-1/2") L9070P03A 4040 Series (1 80") 38 1149A 270A 290AS 21 6AV April 2004 Bressi Pump Station (860-3-Bres) Contract 38891 US32D US26D USP US26D US26D ALUM USP USP Doors, Frames, & Hardware 081 00-8 - PART 3 - EXECUTION 3.01 Hollow MetalFiberglass Doors and Frames A. Doors and frames shall be shipped and stored with temporary stiffeners and spreaders to maintain frames in alignment. Storage shall be in a manner that will prevent rusting, damage, or marring of finish. 8. All work shall be shop fabricated to required profiles with edges straight, true, and sharp. Fabricate and fit accurately with hairline joints at corners, surfaces free of warp, wave, buckle, and other defects. Welding "Best Grade Commercial Work", with all exposed beads ground smooth. C. Door and frame assemblies shall be installed plumb, square, and level, and be securely and rigidly anchored to the adjoining construction. Door and frame assemblies shall be installed in accordance with approved shop drawings and printed recommendations and instructions of the manufacturer. D. Doors shall be installed with a maximum clearance of 1/8" at head, 3/32" at strike jamb, 1/8" at butt jamb, and as required where thresholds are listed, and shall not exceed the manufacturer's specified limits. All work shall be coordinated with the work of related subcontractors and suppliers to assure a proper installation. E. F. Protect installed doors against damage during construction. 3.02 Rolling Metal Door Assemblies A. Rolling metal door assemblies shall be installed in accordance with the manufacturer's printed recommendations and instructions. B. Rolling metal door assemblies shall be installed plumb, square, and level. Fasteners shall be of sufficient size, length, and spacing'for loads imposed. Protect installed doors against damage during construction. C. D. Provide completed installation, secure, and operating freely without binding or stoppage. 3.03 Door Hardware A. Installation 1. All hardware items shall be installed in accordance with manufacturer's written recommendations and instructions. April 2004 Bressi Pump Station (860-3-Bres) Contract 38891 Doors, Frames, & Hardware 081 00-9 B. C. D. 2. 3. 4. 5. 6. 7. 8. 9. 10. All finish hardware work shall be neat and secure, installed to develop full strength of components and provide proper function. - Contractor shall take preventative measures to avoid marring, scratching, or otherwise damaging adjacent finishes during installation. Latchbolts shall be installed to automatically engage in strikes, whether activated by closers or manually. In no case shall additional manual pressure be required to engage latchbolt in strike. Closers and hinges shall be adjusted to operate doors evenly without noise and binding. Closers, closer arms, and hold-open arms shall be attached with sex bolts. Stops and holders shall be installed to allow doors to open as far as possible. Wall mounted hardware shall be installed over solid structural backing or solid blocking in hollow walls. Thresholds shall be installed with ends neatly coped to fit profile of door jamb. Thresholds shall be set in ,sealant with ends sealed to door jambs, or closed with mitered ends when threshold extends beyond door jamb. All doors shall be provided with weatherstripping or seals unless product weatherstripping or other special seals are specified. Mounting of door hardware shall be in accordance with the published recommendations of the Door and Hardware Institute. 1. Contractor shall provide removable protection on exposed surfaces of hardware to prevent damage or staining of hardware during construction. Hardware protection shall be removed just prior to final cleaning and polishing. 2. All finish hardware shall be fitted and dismantled before painting work and shall be reinstalled after finish painting work or provided with paint protection prior to painting work. Warrantv All hardware shall be warranted for a period of 2 years from the date of acceptance of the project. Defects in material and workmanship occurring during the warranty period shall be corrected to the satisfaction of the Owner. Special Tools Contractor shall provide 2 sets of installation and adjusting tools. April 2004 Bressi Pump Station (860-3-Bres) Contract 38891 Doors, Frames, & Hardware 081 00-1 0 SECTION 0861 0 ALUMINUM EQUIPMENT AND ACCESS HATCHES PART 1 - GENERAL 1.01 1.02 1.03 Description Contractor shall furnish and install single or double leaf aluminum equipment and access hatches with stainless steel hardware of size and type shown on the Drawings. Equipment and access hatches shall be furnished pre-assembled from the manufacturer and shall be constructed as specified herein and shown on the Drawings. Manufacturer shall modify standard products as necessary to comply with requirements specified herein. Contractor Submittals A. All submittals shall be in accordance with the General Provisions, Section 2-5.3. B. Submittals shall include, but not be limited to, the following: manufacturer's specifications, literature, material data sheets, and detailed shop drawings showing all fabricated hatch dimensions and clear openings. Where Drawings show equipment hatches located over fixed position equipment, such as pumping units and blowers, Contractor shall provide additional shop drawings showing the hatch and equipment to be accessed superimposed. Drawings shall show hatch and equipment dimensions along with clearances between the hatch and equipment, on all 4 sides of the hatch. Clearances shall be based on a true vertical lift of the equipment through the hatch. Contractor shall adjust the position and/or clear opening dimensions of the hatch as necessary to accommodate removaVinstallation of the proposed equipment through the hatch. C. Quality Assurance Equipment and access hatches shall be as manufactured by U.S.F. Fabrication, Bilco Company, Halliday Products, or equal. PART 2 - PRODUCTS 2.01 Aluminum Flush Hatches (Pedestrian Loading) A. Flush equipment and access hatches shall be designed to be cast-in-place with concrete roof, floor, or curb as shown on the Drawings. Hatches shall be all aluminum construction, single or double door leaf(s) of size shown on the Drawings. Hatch openings shall be free of obstructions. B. Door leaf(s) shall be 1/4-inch thick (minimum) aluminum plate with diamond pattern and reinforced to withstand a 300 PSF live load with a maximum deflection of 1/180th of the span. Upon request, the manufacturer shall provide Equipment & Access Hatches April 2004 Bressi Pump Station (860-3-Bres) Contract 38891 08610-1 structural calculations, stamped by a registered professional engineer, that - certify that the hatch design meets the specified requirements. Hatches shall be similar to U.S.F. Fabrication, Inc. Models APS/APD and TPS/TPD, and shall be flush mounted to the supporting structure (concrete roof, floor slab, or curb). C. Hatch frames shall be constructed of 1/4-inch thick (minimum) aluminum. Frames shall be angle or trough type, as shown on the Drawings. Angle frames shall be provided with 1" x 4" anchors welded at 18 inches on center. Trough frames shall be provided with full anchor flange around the perimeter and a 1-112 inch drain coupling located in the corner of the frame. Where trough type frames will be subject to a sewage atmosphere (e.g. wet wells, covered tanks, etc.), a continuous EPDM gasket shall be mechanically attached to the frame to form an odor-resistant barrier around the entire perimeter of the hatch. A heavy bituminous coating shall be applied to the exterior of the frame. D. Each hatch shall be equipped with a flush aluminum drop handle that does not protrude above the door leaf, and aluminum hold open arms with red vinyl grips that automatically lock the door leaf(s) in the 90 degree open position. Door leaf(s) shall have heavy duty tamper resistant hinges with recessed aluminum pins and lugs. The door shall have a watertight stainless steel slamlock operated by a removable key from the outside and by a fixed handle inside. The slamlock shall latch onto a stainless steel catch that is bolted to the frame. Unless noted otherwise on the Drawings, door shall be provided with a recessed padlocking hasp covered by a hinged lid flush with the door surface when closed. All hatch hardware and appurtenances shall be type 31 6 stainless steel. The entire frame including the seat on which the reinforcing rests shall be supported by concrete or other material designed to support the door leaf loading. E. Door leaf(s) shall operate with the assistance of stainless steel compression springs enclosed in telescopic tubes. Upper tube shall fit over the lower tube to prevent accumulation of moisture, grit and debris inside the tube assembly. Lower tubes shall interlock with the flanged support shoe fastened to the gusset support plate for ease of removal. Each door leaf shall be fitted with the required number and size of compression spring operators to afford smooth and easy opening of the door and to act as a safety check in retarding downward motion when being closed. Minimum of two springs per leaf shall be provided. F. Manufacturer shall guarantee the hatches against defects in materials and workmanship for a period of five (5) years. PART 3 - EXECUTION 3.01 General A. Installation shall be Construction of each work of other trades. in accordance with manufacturer's hatch and support structure shall be written instructions. coordinated with the B. Unless shown otherwise on the Drawings, each hatch with a trough type frame shall be provided with drain piping connected to the frame drain coupling. Equipment & Access Hatches April 2004 Bressi Pump Station (860-3-Bres) Contract 38891 0861 0-2 Unless specified otherwise, drain pipe and fittings shall be Schedule 40, 316 stainless steel. Where hatches are located directly over sewage, drain piping shall extend through the support slab and discharge directly to the wet well, basin, or tank. Where hatches are located over dry wells, valve vaults, or galleries, drain piping shall be extended beneath the support slab and routed to a sump pit, floor drain, or other disposal system located below. Piping shall be sutface mounted to the underside of the roof and to the walls at 8' (maximum) intervals using strut type supports. Drain piping shall be installed with a minimum slope of 2% to the discharge location. Drain piping shall be Schedule 40 HDG, unless noted otherwise on the Drawings. ,- April 2004 Bressi Pump Station (860-3-Bres) Contract 38891 Equipment & Access Hatches 0861 0-3 SECTION 09870 TAPE COATING SYSTEM WITH MORTAR SHIELD FOR THE EXTERIOR OF STEEL WATER PIPELINES PART 1 - GENERAL 1.1 DESCRIPTION A. The steel pipe shall be coated with polyethylene tapes in accordance with AWWA C214. Fittings and specials shall be coated with cold-applied polyethylene tapes in accordance with AWWA C209. A reinforced cement mortar shield shall be applied in accordance with AWWA C205. Any modifications to the aforementioned standards are as stated herein. 1.2 RELATED WORK ELSEWHERE The Contractor shall refer to the following specification section@) for additional requirements: A. Basic Coating and Painting Specification for Water, Recycled Water, and B. C. Wastewater Facilities: 09900 Petrolatum Wax Tape Coating: 09902 Cement Mortar Lined Steel Pipe: 15061 - 1.3 QUALIFICATIONS OF MANUFACTURERS A. Manufacturer to demonstrate a minimum of five years’ successful application of tape coating system on similar diameter steel water pipelines as specified herein. 1.4 SUBMTTTALS All submittals shall be in accordance with the General Provisions, Section 2-5.3. A. List of tape coating materials indicating manufacturer, product numbers, and thickness of materials related to tape system for joints and repairs. B. Certification of test results for each batch of liquid adhesive and each tape material specified shall be in accordance with AWWA C214. C. Tape application procedure approved by tape manufacturer. 1.5 COORDINATION WITH TAPE MANUFACTURER A. The pipe manufacturer shall require the tape material manufacturer to furnish qualified factory technical representative to visit the site for technical support at the beginning of the pipe installation as may be necessary to instruct Contractor on appropriate tape application methods in the field or to resolve problems. This visit shall be coordinated to allow City Inspection and Maintenance Staff to participate in the instruction. The Contractor shall allow time for representative to give field taping instructions to his workforce. January 2004 Tape Wrap and Cement Mortar Coating Bressi Pump Station (860-3-Bres) Contract 38891 09870-1 PART 2 - MATERIALS 2.1 2.2 2.3 2.4 POLYETHYLENE TAPE COATING A. Provide polyethylene tape coating in accorcmce with AWA C214 with a reinforced cement mortar shield in accordance with AWWA C205 and as specified herein. Plant and field applied liquid adhesive, polyethylene tape, and plant and field applied repair tape shall be furnished by a single manufacturer. The physical properties of tape materials shall meet or exceed the requirements of AWA C214 when tested in accordance with the I methods described in Section 5.3, “Coating System Tests”. B. The tape coating systems consist of an exterior polyethylene tape over the bare metal surface of steel pipe with a reinforced cement mortar coating applied over the tape system. Tape coating systems are specified for: 1 1. Normal plant cold-applied tape 2. 3. Plant cold-applied tape for special sections, connections and fittings, and plant repairs of cold-applied tape Field joint, field coated fittings and repair of field cold-applied tape. LIQUID ADHESIVE A. Liquid adhesive shall consist of a mixture of suitable rubber and synthetic compounds and a solvent in accordance with AWA C214. The liquid adhesive shall be Polyken #lo39 primer or equivalent. STORAGE PRIMER A. Storage primer on the exposed steel at the tape cutbacks shall be Polyken #924 or equivalent. PLANT APPLIED POLYETHYLENE TAPE SYSTEM, POLYKEN, or equivalent (80 mil) A. B. C. Liquid adhesive shall be Polyken #lo39 primer. Anti-corrosion inner layer tape shall be Polyken #989 (20 mil), black. First mechanical outer layer tape shall be Polyken #955 (30 mil), gray. D. E. F. Second mechanical outer layer tape shall be Polyken #956 (30 mil), white. Reinforced cement mortar shield 3/4” thick. Weld Stripping Tape shall be Polyken #933 (25 mil), if required. I January 2004 Tape Wrap and Cement Mortar Coating Bressi Pump Station (860-3-Bres) Contract 38891 09870-2 2.5 PLANT COLD-APPLIED TAPE COATINGS FOR SPECIAL SECTIONS, CONNECTIONS AND FIlTINGS, AND PLANT REPAIR COLD-APPLIED POLYETHYLENE TAPE MATERIAL A. Liquid adhesive shall be Polyken #lo39 primer. B. C. Anti-corrosion inner layer shall be Polyken #932-50 (50 mil), black. Mechanical layer outer tape for plant fittings and plant repair cold-applied polyethylene tape shall be Polyken #955 (30 mil), white. D. Reinforced cement mortar shield 3/4" thick. E. Weld stripping tape shall be Polyken #933 (25 mil), if required. 2.6 FIELD JOINT, FIELD COATED FImNGS, AND FIELD REPAIR COLD-APPLIED POLYETHYLENE TAPE A. Primer shall be Polyken #1029. B. Joint filler tape to be Polyken #939 (125 mil), black. C. Field joint, field fitting, and field repair outer layer tape shall be Polyken #932, (50 mil). D. Mechanical layer outer tape for field joint, field fittings and field repair shall be Polyken #932-50, continue inner layer with 50% overlap. PART 3 - EXECUTION 3.1 POLYETHYLENE TAPE COATING A. Apply polyethylene tape coating to pipe in accordance with AWWA C214. Apply polyethylene tape coating to fittings and specials in accordance with AWWA C209. Apply the reinforced cement mortar shield in accordance with AWWA C205. Any modifications to the aforementioned standards are as stated herein. B. Certificate of Compliance: Prior to shipment of pipe, furnish a certificate of compliance stating that tape materials and work furnished hereunder will comply or have complied with the requirements of these specifications and AWWA C214 and C209. 3.2 STRAIGHT RUN PIPE APPLICATION A. For straight run pipe, plant applied conditions, the polyethylene tapes shall be a four layer system consisting of: (1) liquid adhesive; (2) corrosion prevention tape (inner layer); (4) mechanical protective tape (second outer layer) (3) mechanical protective tape (first outer layer); January 2004 Tape Wrap and Cement Mortar Coating Bressi Pump Station (860-3-Bres) Contract 38891 09870-3 B. Perform the entire coating operation as a one station operation by experienced workers skilled in the application of polyethylene tapes and cement mortar coating under qualified supervisors. Do not allow additional handling following initial set up of pipe section, from application of primer to motar coating. C. All equipment for blasting and application of the tape coating system shall be of such design and condition to comply with all the requirements of AWWA C214 and these specifications. Immediately repair or replace equipment that, in the opinion of the Engineer, does not produce the required results. Include equipment and a repair procedure for correcting defective tape application for use under this specification in the steel pipe fabrication plan. Make available for review a copy of this portion of the fabrication plan, and any updates, at the location of the coating operation, and a repair procedure for correcting defective tape application. D. Remove the exterior weld bead along the entire exterior surface of the pipe. The exterior weld bead shall be flush with the exterior surface of the pipe with a tolerance of plus 1/32-inch. E. Surface preparation shall conform to AWWA C214 and the following. 1. Bare pipe shall be clean of all foreign matter such as mud, mill lacquer, wax, coal tar, asphalt, oil, grease, or any contaminants. Remove welding slag or scale from all welds by wire-brushing, hammering, or other satisfactory means. Remove welding splash globules prior to priming. 2. Prior to blast cleaning, inspect surfaces and, if required, preclean in accordance with the requirements of SSPC SP-1, Solvent Cleaning, to remove oil, grease, and all foreign deposits. Remove visible oil and grease spots by solvent wiping. Use only approved solvents that do not leave any residue. Include in the manufacturer’s fabrication plan the cleaning solvent applications procedure and safety precautions. F. Blast cleaning shall conform to AWWA C214 and the following. 1. Blast the pipe surface using a commercially available shot grit mixture to achieve a prepared surface equal to that which is specified in SSPC SP-6, Commercial Blast Cleaning. 2. For plant mortar lined pipe, perform blast cleaning of said exterior surfaces after the initial curing of the spun mortar lining. Perform the exterior blast cleaning in such a manner as not to endanger the mortar lining in the pipe. Completely remove corrosion and foreign substances from the exterior of the pipe in the cleaning operation, and apply liquid adhesive after completion of blast cleaning. 3. Achieve from abrasive blasting an anchor pattern profile a minimum of 1 .O mil, but not exceeding 3.0 mils. Measure the anchor pattern or profile of the blasted surface using comparator tape as specified herein. January 2004 Tape Wrap and Cement Mortar Coating Bressi Pump Station (860-3-Bres) Contract 38891 09870-4 4. Inspect the blast cleaned exterior pipe surface for adequate surface preparation prior to application of the liquid adhesive. Surface comparator tapes are to be used by the manufacturer in at least eight random areas, along any given 40-foot length of pipe. The results of the surface comparator tapes are to be documented on the quality control sheet for each pipe section. 5. Coat each pipe section with liquid adhesive and tape within the same day of being blast cleaned. Do not allow blasted and/or blasted and primed pipe to sit overnight. All blasted and primed pipe must be coated by the end of the day. No coating will be permitted on pipe sections showing evidence of rust. G. Liquid adhesive application shall conform to AWWA C214 and the following. 1. Prior to liquid adhesive application, clean the pipe surface free of foreign matter such as sand, grease, oil, grit, rust particles, and dirt. 2. Apply the liquid adhesive in a uniform thin film at the coverage rate recommended by the manufacturer. Meet the recommendations of the manufacturer for the state of dryness of the liquid adhesive prior to the application of the inner layer of tape. 3. Limit the application of liquid adhesive to that length of pipe which can be taped within the same workday. Pipe coated with liquid adhesive that was not taped within the same workday shall be rejected at the discretion of the Engineer. The liquid adhesive shall be removed and the surface shall be reprimed. 4. Protect liquid adhesive coated pipe sections from moisture, dirt, sand, and other potentially contaminating materials 5. Apply storage primer to the exposed steel pipe at tape cutbacks to prevent oxidation of the cleaned metal surface. Apply minimum of 1.5 mils and maximum of 2.5 mils of storage primer to exposed steel per the manufacturer’s recommendations. H. Inner layer tape application: 1. Apply the inner layer tape directly onto the primed surface using approved mechanical dispensing equipment to assure adequate, consistent tension on the tape as recommended by the tape manufacturer. Use rollers to apply pressure on the tape as it comes in contact with the pipe. Make necessary adjustments to mechanical application equipment to assure a uniform, tight coating. Maintain a tight, smooth, mechanically induced, wrinkle-free coating throughout the application process. January 2004 Bressi Pump Station (860-3-Bres) Tape Wrap and Cement Mortar Coating Contract 38891 09870-5 2. The application of tension shall be such that the width of tape will be reduced between 1% to 2 percent of tape width prior to the pull. Provide a pressure readout gauge and chart recorder, suitable to the Engineer, with the tape let-off machine to document the tape tension during application. 3. Apply inner layer tape at a minimum roll temperature of 70°F. Continuously monitor the temperature of the tape within 12 inches of the point of contact with the pipe surface. Use a chart recorder, suitable to the Engineer, to document the temperature of the tape during application. Sections where the tape application tension and temperature is not maintained within manufacturer’s recommendations shall be rejected and the tape removed from the entire pipe section and reapplied. 4. Continuously electronically test the inner tape layer at 6,000 volts immediately following application of the tape by a holiday tester permanently mounted to the tape application station and equipped with an indicator light and audio buzzer, suitable to the Engineer to alert the workmen of the presence of holidays in the coating system. 5. Spirally wrap the inner layer tape over longitudinally or spirally welded pipe. Provide a l-inch minimum tape overlap. 6. Splice each new roll by overlapping the new tape over the end of the preceding roll by at least 6 inches. Perform this end lap splice by hand or by a mechanical applicator so that the splice is wrinkle free and maintains the continuity of the inner wrap coating. Maintain the wrapping angle of the new roll parallel to that of the previous roll. 7. Provide tape cutbacks based on the joint type required, cutting the tape edge parallel to the end of the pipe. Perform cutbacks using a cutting device that is guided from the end of the pipe to insure a uniform, straight cutback. 1. Mechanical outer layer tape application. 1. Apply the first mechanical outer layer of tape over the inner layer tape using the same type of mechanical equipment used in the application of the inner layer tape. No overlap splice of the other layer coinciding with the overlap splice of the inner layer will be permitted. Provide a minimum 6-inch separation between overlap of splices. Apply two mechanical outer layers of tape as specified herein. The inner layer tape shall be electrically tested, inspected, and approved prior to the application of the first mechanical outer layer tape and the first mechanical outer layer tape shall also be visually inspected and approved prior to the application of the second mechanicat outer layer tape. Ensure that both mechanical outer layer tapes are smooth, tight and wrinkle-free. January 2004 Bressi Pump Station (860-3-Bres) Tape Wrap and Cement Mortar Coating Contract 38891 09870-6 2. Apply mechanical outer layer tapes in accordance with the requirements for the inner layer tape, except that the minimum tape roll application temperature shall be 90°F. Monitoring for tension and temperature will be required for the mechanical outer layer tapes. The use of rollers to apply pressure on the tape is not required during application of the mechanical outer layer tapes. Holiday testing of the mechanical outer layer tapes is not required during tape application. Test the complete tape system prior to coating as specified herein. J. Apply a reinforced cement mortar shield over the outer layer of tape in accordance with AWWA C205. Cement mortar shall be 3/4” thick. K. Storage primer application shall conform to AWWA C214 as modified herein: 1. Prior to storage primer application, clean the pipe surface free from foreign matter such as sand, grease, oil, grit, rust particles and dirt. 2. Apply primer only to a dry pipe surface. Whenever the ambient air temperatures are cold enough to cause gelling of the primer, the use of heaters will not be permitted to return the primer back to a fully liquid state. Use new primer at a minimum of 40°F. 3. Apply storage primer to the exposed steel pipe at tape cutbacks to prevent oxidation of the cleaned metal surface. Apply minimum of 1.5 mils and maximum of 2.5 mils of storage primer to exposed steel per the manufacturer’s recommendations. Do not place storage primer on the edge of the steel plate. 3.3 FITTINGS COATED AT THE PLANT A. Coat fittings that cannot be machine coated in accordance with AWWA C209 using materials as specified herein. Weld bead preparation, surface preparation, blast cleaning and liquid adhesive shall be as specified for straight run pipe. Apply an inner layer tape of Polyken #932-50 with a I-inch minimum tape overlap on all plant coated fittings. Apply an outer layer of cold-applied polyethylene tape as specified herein with a 55 percent overlap on all plant-coated fittings. Provide a minimum thickness of 110 mils for the total tape coat system for plant-coated fittings. B. Test all completed tape coated fittings in the presence of the Engineer with an electrical flaw detector prior to the application of the cement mortar coating. Applied voltage shall be in the range of 11,000 to 15,000 volts. Repair any holidays found. C. Repair cement mortar coating defects in accordance with the approved repair procedures. D. Apply cement mortar coating in accordance with AWWA C205, over the tape- coated fittings after completion of tape coating, testing and inspections. - January 2004 Tape Wrap and Cement Mortar Coating Bressi Pump Station (860-3-Bres) Contract 38891 09870-7 3.4 TAPE APPLICATION TO FIlllNGS, SPECIALS AND PIPE JOINTS (Field) A. Field cold applied plastic tape coating shall be in accordance with AWWA C209, as modified herein. B. Prior to welding any fieldjoints, wrap an 18-inch strip of heat resistance material over the entire coated pipe section to avoid damage to the plant applied coating by the hot weld spatter. C. Clean the pipe surface free of mud, mill lacquer, wax, tar grease, or any foreign matter. The pipe surface shall be free of any moisture and all foreign matter prior to the application of prime. D. Pack irregularities in joint with elastameric joint filler. E. Apply primer by brush or roller (4 mil wet, 1 mil dry). F. After primer has dried, apply tape to the joint and extend a minimum of 3-inch onto the adjacent tape wrap. Maintain 55 percent overlap on all field joint tape to produce a minimum thickness of 100 mils. G. Apply tape with sufficient tension to conform with the surface. The finish wrap shall produce a smooth, wrinkle-free surface. The tape system for pipe joints is shown in Section 2.6. H. 3.5 INSPECTION OF TAPE COATING Test the final applied tape coating in the presence of the engineer with an electrical holiday detector. Repair all holidays and physical damage. 3.6 MORTAR SHIELD A. Apply mortar coating in accordance with Section 15061 cement. Mortar lined and coated steel pipe and specials, over the tape coated pipe immediately upon completion of tape wrapping, testing, and inspections.. 3.7 PROTECTING COATED PIPE A. The CONTRACTOR shall protect all coated surfaces from damage prior to and during the pipe installation in accordance with these specifications. B. In transporting the coated pipe, it shall rest in saddles shaped to the outside diameter of the coated pipe. The saddles shall be in contact with the bottom of the pipe along an arc of at least 60 degrees. Saddles shall be completely lined with adequate padding. No nails or any other fasteners that may damage the coating will be allowed in the installation of the padding of the saddles. January 2004 Tape Wrap and Cement Mortar Coating Bressi Pump Station (860-3-Bres) Contract 38891 09870-8 C. While laying tape coated steel pipe, the pipe shall not be rolled or skidded when it is in contact with the ground at any point. Immediately before the coated pipe is lowered into the trench the CONTRACTOR shall provide a visual and holiday inspection of the coating on the entire pipe coating system. Coated pipe shall be lowered into the trench using saddled, not choked, belt slings. The use of chains, hooks, or other equipment which might damage the pipe coating will not be permitted. All other pipe handling equipment and methods shall be approved by the ENGINEER. Pipe stored alongside of the trench shall be supported on padded skids, sand bags, or rock-free sand berms. January 2004 Bressi Pump Station (860-3-Bres) END OF SECTION Tape Wrap and Cement Mortar Coating Contract 38891 09870-9 SECTION 09900 BASIC COATING AND PAINTING SPECIFICATION FOR WATER, RECYCLED WATER, AND WASTEWATER FACILITIES PART 1 - GENERAL 1.01 scope A. The work included in this section consists of furnishing all labor, materials, apparatus, scaffolding and all appurtenant work in connection with coating and painting, as indicated on the drawings and as specified herein. In general, the following surfaces are to be coated or painted: B. 1. 2. Exposed piping and other metal surfaces, interior and exterior. All submerged and intermittently submerged metal surfaces, except stainless steel. 3. 4. All structural and miscellaneous steel, including tanks. The interior of wet wells, manholes, junction structures, headworks, and similar structures. 5. All exterior above ground concrete and masonry. 6. The interior of certain structures as specified in the Painting and/or Coating Schedule. 7. Equipment furnished with and without factory finish surfaces. 8. Doors, frames, woodwork and architectural trim work. ' C. The following surfaces shall not be coated or painted unless shown or specified herein, or elsewhere in the Contract Documents. 1. Stainless steel. 2. Equipment nameplates, machined surfaces and grease fittings. 3. Non-ferrous and galvanized ferrous metal, including: (a) floor gratings, plates and frames, (b) handrailing, (c) stair treads, stringers and supports, (d) ladders and supports, (e) chain link fencing and appurtenances, (f) conduits. D. In no case shall any concrete, wood, metal or any other surface requiring protection be left uncoated or unpainted, even though not specifically defined herein. *- November 2003 Bressi Pump Station (860-3-Bres) Contract 38891 Coating and Painting 09900-1