Loading...
HomeMy WebLinkAboutOrion Construction Corporation; 2009-11-13; PWS10-15ENGRECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DOCtt 2010-0357319 JUL.16,2010 12:58 PM OFFICIAL RECORDS SAN DIEGO COUNTY RECORDER'S OFFICE DAVID L BUTLER, COUNTY RECORDER FEES: 0.00 PAGES: Space above this line for Recorder's use. PARCEL NO: N/A NOTICE OF COMPLETION Notice is hereby given that: 1. 2. 3. 4. 5. 6. 7. 8. The undersigned is owner of the interest or estate stated below in the property hereinafter described. The full name of the undersigned is City of Carlsbad, a municipal corporation. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. The nature of the title of the undersigned is: In fee. A work or improvement on the property hereinafter described was completed on May 26, 2010. The name of the contractor for such work or improvement is Orion Construction Corporation. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Tamarack Sewer Replacement, Project No. 5510. The street address of said property is in the City of Carlsbad. CITY OF CARLSBAD :T. J^hi^son, Jr. City Engine VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of CarlsbacL1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Council of said City on CVvuL^y 13 , 2010, accepted the above described work as completed and ordered th#t a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed vcOtu^t-s 14 2010, at Carlsbad, California. CITYqOF CARLSBAD AB# 20,304 A , Reso. #2010-186=0?-••>- '',^ * " ov ''»,X^ /City cWrk CJ CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -C/0 #3 Project: 5510 / Tamarack Sewer Replacement Date Routed: 3( 2.-/10 3/2.../10 o ··B·" o Reasons for changes: To: -r� D,�Jior Gity Enginoor Engineering lnspe�n Finance Director � City Manager/Mayor Engineering Inspection Item 1 : An unmarked storm drain was discovered during excavation of the proposed sewer line. The storm drain was discovered at approximately STA 4+65. The contractor was delayed for a period of approximately 2 hours while the City investigated the conflict and provided direction to the contractor on how to proceed. Item 2 : During construction it was determined that the existing 6" waterline conflicted with the proposed sewer line at approximately STA 4+90. At the direction of the City, the waterline was relocated to eliminate the conflict. Item 3 : During construction, several unmarked conduits were discovered that conflicted with the proposed sewer line. A group of AT&T and SDG&E conduits were discovered at approximately STA 4+80. The contractor coordinated efforts with these utilities and relocated conduits in order to facilitate construction of the proposed sewer line. Original contract amount $1,146,190.00 Total amount this c/o $9,484.38 Total amount of previous c/o's $13,386.80 Total cf o's to date $22,871.18 New Contract Amount $1,169,061.18 Total C/O's as % of original contract 2.00% Contingency monies encumbered $343,857.00 Contingency increase / decrease $0.00 Contingency Subtotal $343,857.00 Total c/o's to date $22,871.18 Contingency balance $320,985.82 K:\CAPIT AL-ACTIVE\5510 Tamarack Sewer Repair\Change Orders\CCO #3.docx Project: #5510 / Tamarack Sewer Replacement Change Order No.1 CITY OF CARLSBAD CONTRACT CHANGE ORDER NO.1 CONTRACT NO. #5510 I Tamarack Sewer Replacement ACCOUNT NO. CONTRACTOR: ADDRESS: Orion Construction Corporation 1232 Keystone Way Vista, CA 92081 P.O. NO. The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to subsection 3-3, Extra Work, of the provisions of this contract, perform the following: Item 1 : Provide all labor and materials necessary to implement modifications to the contract plans and specifications as identified in the Request for Quote #1 and shown as revision #2 on sheets 3, 6, 7 and 8 of the revised drawings, drawing number 462-9. Decrease to Contract Cost. ................................................................ $5,357.20 TOTAL DECREASE TO CONTRACT COST ..................................................... $5,357.20 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE INCREASED AS A RESULT OF THIS CHANGE ORDER. RECOMMENDED BY: ' \ \ LI \,V ,,\ �I\!'-✓ ) �� ...... ""'" CON TRUCTION MAN.A: ER (DATE) • f I 5 �49 (DATE) APPR0 1/� 'CoN�CTOR . ll/z/07 (DATE) '·· '"!c. i C !Ju_Jt.;;:;/ &,v-,, / (-f-P '/ £1-C -IT=Y-M-��N=A�G�E�R/-�-AP�.,-(O�R--=-'---'--(D-A�TE} �.1/1r6i FINANCE DIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL), PURCHASING, CONTRACTOR, DEPUTY CITY ENGINEER-DESIGN CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS, SUPPLEMENTAL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR TAMARACK SEWER REPLACEMENT PROJECT CONTRACT NO. 5510 BID NO. PWS10-15ENG Revised 06/10/09 Contract No. 5510 (Insert Contract Number) Page 1 of 98 Pages TABLE OF CONTENTS Item Page Notice Inviting Bids 7 Contractor's Proposal 11 Bid Security Form 18 Bidder's Bond to Accompany Proposal 19 Guide for Completing the "Designation Of Subcontractors" Form 21 Designation of Subcontractor and Amount of Subcontractor's Bid Items 23 Bidder's Statement of Technical Ability and Experience 24 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation 25 Bidder's Statement Re Debarment 26 Bidder's Disclosure of Discipline Record 27 Non-Collusion Affidavit to Be Executed by Bidder and Submitted with Bid 29 Contract Public Works 30 Labor and Materials Bond 36 Faithful Performance/Warranty Bond 38 Optional Escrow Agreement for Surety Deposits in Lieu of Retention 40 Revised 06/10/09 Contract No. 5510 (Insert Contract Number) Page 2 of 98 Pages GENERAL PROVISIONS Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms 43 1-2 Definitions 44 1-3 Abbreviations 48 1-4 Units of Measure 51 Section 2 Scope and Control of The Work 2-1 Award and Execution of Contract 53 2-2 Assignment 53 2-3 Subcontracts 53 2-4 Contract Bonds 54 2-5 Plans and Specifications 55 2-6 Workto be Done 58 2-7 Subsurface Data 59 2-8 Right-of-Way 59 2-9 Surveying 59 2-10 Authority of Board and Engineer 63 2-11 Inspection 63 Section 3 Changes in Work 3-1 Changes Requested by the Contractor 64 3-2 Changes Initiated by the Agency 64 3-3 Extra Work 65 3-4 Changed Conditions 67 3-5 Disputed Work 69 Section 4 Control of Materials 4-1 Materials and Workmanship 71 4-2 Materials Transportation, Handling and Storage 75 Section 5 Utilities 5-1 Location 76 5-2 Protection 76 5-3 Removal 77 5-4 Relocation 77 5-5 Delays 78 5-6 Cooperation 78 Section 6 Prosecution, Progress and Acceptance of the Work 6-1 Construction Schedule and Commencement of Work 78 6-2 Prosecution of Work 78 6-3 Suspension of Work 79 6-4 Default by Contractor 79 6-5 Termination of Contract 80 6-6 Delays and Extensions of Time 80 6-7 Time of Completion 81 6-8 Completion, Acceptance, and Warranty 82 6-9 Liquidated Damages 82 6-10 Use of Improvement During Construction 82 Revised 06/10/09 Contract No. 5510 (Insert Contract Number)Page 3 of 98 Pages Section 7 Responsibilities of the Contractor 7-1 Contractor's Equipment and Facilities 83 7-2 Labor 83 7-3 Liability Insurance 83 7-4 Workers' Compensation Insurance 83 7-5 Permits 84 7-6 The Contractor's Representative 84 7-7 Cooperation and Collateral Work 84 7-8 Project Site Maintenance 85 7-9 Protection and Restoration of Existing Improvements 87 7-10 Public Convenience and Safety 87 7-11 Patent Fees or Royalties 93 7-12 Advertising 93 7-13 Laws to be Observed 93 7-14 Antitrust Claims 93 Section 8 Facilities for Agency Personnel 8-1 General 94 8-2 Field Office Facilities 94 Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work 94 9-2 Lump Sum Work 95 9-3 Payment 95 Revised 06/10/09 Contract No. 5510 (Insert Contract Number)Page 4 of 98 Pages TECHNICAL SPECIFICATIONS DIVISION 01 - GENERAL REQUIREMENTS DIVISION 02 - SITE WORK 02050 Demolition 02110 Clearing, Grubbing, and Stripping 02140 Dewatering 02223 Trenching, Excavation, Backfilling, and Compacting (completed by City Stds.) 02232 Preparation of Pavement Subgrade 02240 Soil Stabilization 02270 Erosion Control 02517 Portland Cement Concrete Paving 02527 Concrete Driveway, Sidewalk, Curb and Gutter 02550 Asphalt Concrete Pavement and Base 02730 Sanitary Sewer System Testing 02760 Mortar and Epoxy Coating Manhole Rehabilitation DIVISION 03 - CONCRETE 03100 Concrete Formwork 03200 Reinforcement Steel 03290 Joints in Concrete 03300 Cast-in-Place Concrete (Renumber City Std.) 03370 Concrete Curing 03400 Precast Concrete 03460 Precast Concrete Sewer Manholes 03740 Concrete Repair DIVISION 04 - MASONRY DIVISION 05 - METALS DIVISION 06 - WOOD AND PLASTICS 06100 Rough Carpentry DIVISION 07 - THERMAL AND MOISTURE PROTECTION 07920 Sealants and Caulking DIVISION 08 - DOORS AND WINDOWS DIVISION 09-FINISHES 09902 Petrolatum Wax Tape Coating DIVISION 10 - SPECIALTIES DIVISION 11 - EQUIPMENT DIVISION 12 - FURNISHINGS DIVISION 13 - SPECIAL CONSTRUCTION DIVISION 14 - CONVEYING SYSTEMS Revised 06/10/09 Contract No. 5510 (Insert Contract Number) Page 5 of 98 Pages DIVISION 15 - MECHANICAL 15000 General Piping System and Appurtenances 15041 Disinfection of Piping 15043 Testing of Gravity Sewer Pipelines 15056 Ductile-Iron Pipe and Fittings 15063 Polyvinyl Chloride (PVC) Gravity Sewer Pipe 15064 Polyvinyl Chloride (PVC) AWWA C-900 Pressure Pipe DIVISION 16 - ELECTRICAL DIVISION 17 - INSTRUMENTATION AND CONTROL Revised 06/10/09 Contract No. 5510 (Insert Contract Number) Page 6 of 98 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until on , 20 , the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: Installation of approximately 5,400 linear feet of 10" PVC sewer pipe and construction of manholes. TAMARACK SEWER REPLACEMENT PROJECT CONTRACT NO. 5510 BID NO. PWS10-1 SENG INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans, provisions, and specifications as approved by the City Council of the City of Carlsbad on file with the (Engineering) Department. The specifications for the work include City of Carlsbad Technical Specifications and the Standard Specifications for Public Works Construction, Parts 2 & 3, all hereinafter designated "SSPWC", as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. Revised 06/10/09 Contract No. 5510 (Insert Contract Number) Page 7 of 98 Pages The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly executed including notarization, where indicated. 1. Contractor's Proposal 2. Non-Collusion Affidavit 3. Designation of Subcontractor and Amount of Subcontractor's Bid 4. Bidder's Statement of Technical Ability and Experience 5. Acknowledgement of Addendum(a) 6. 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. 7. Bidder's Statement Re Debarment 8. Bidder's Disclosure Of Discipline Record 9. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) ENGINEER'S ESTIMATE: All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $1,900,000. TIME OF COMPLETION: The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: Class A ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or Revised 06/10/09 Contract No. 5510 (Insert Contract Number) Page 8 of 98 Pages interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. THE PAYMENT OF PREVAILING WAGES IS NOT REQUIRED The City of Carlsbad is a Charter City. Carlsbad Municipal Code Section 3.28.130 supersedes the provisions of the California Labor Code when the public work is not a statewide concern. Payment of prevailing wages is at contractor's discretion. PRE BID MEETING A pre-bid meeting and tour of the project site will be held on Friday, October 2, 2009 at 2:00 pm at 1635 Faraday Avenue. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. ADDENDUMS Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Revised 06/10/09 Contract No. 5510 (Insert Contract Number) Page 9 of 98 Pages Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Revised 06/10/09 Contract No. 5510 (Insert Contract Number) Page 10 of 98 Pages CITY OF CARLSBAD TAMARACK SEWER REPLACEMENT PROJECT CONTRACT NO. 5510 CONTRACTOR'S PROPOSAL City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 5510 in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: SCHEDULE "A" ROAD IMPROVEMENTS Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) A-1 Mobilization at 1 LS % $ (Lump Sum) A-2 Furnish and install new 10" 4,449 LF $ /3C?^&& $ U U2> PVC SDR 35 sewer pipe for ' depths 1 5 feet or less at (Per Linear Foot) A-3 Furnish and install new 1 1 EA $ / O&& ^— $ f manholes per CES S-1 at (Each)— && A-4 Furnish and install new PVC 6 EA $_LJ±__r:i - $_ lined manholes per CES S- ' o (Each) Revised 06/10/09 Contract No. 5510 (Insert Contract Number) Page 11 of 100 Pages Item No. Description A-5 Remove existing 6" ACP waterline, install new 6" PVC waterline, and provide temporary high line while existing waterline is removed A-7 A-8 A-9 Epoxy/Mortar manhole restoration at (Per Linear Foot) Approximate Quantity Unit Price And Unit (Figures) (Per Linear Foot) A-6 Remove existing 4" ACP discharge line and install new 4" PVC discharge line at (Lump Sum) Retrofit existing manhole to accommodate new sewer pipe at (Lump Sum) Furnish and install new 10" PVC C-900 sewer pipe for epths greater than 15/eet at 390 LF $$ Total Amount (Figures) QO /*=> 1 LS /f 2 EA ^£ 1 LS 988 LF bO oRevised 06/1 0/09 Contract No. 551 0 (Insert Contract Number)Page 1 2 of 1 00 Pages Item No. A-10 A-11 Description Implementation of traffic control plan. The City will prepare the traffic control plan and it may be modified throughout the project by the City or Contractor. The Contractor's modifications are subject to the Engineer's approval. The Traffic Control will include K-Rail on both sides of the work zone. The City will procure cameras for video detection at El Camino Real and Tamarack. (Lump Sum) Approximate Quantity And Unit $40,000 Not To Exceed Allowance (Allowance) ' All other work - work shown in the Drawings or specification or needed to be done to complete the project but not itemized in items A-1 to A-10 at Unit Price (Figures) $ 40.000 Total Amount (Figures) $ 40.000 1 LS Total amount of bid in numbers for Schedule "A": $ Price(s) given above are firm for 90 days after date of bid opening. / 3 3Addendum(a) No(s). S / has/have been received and is/are included in this proposal. ^ oRevised 06/10/09 Contract No. 5510 (Insert Contract Number)Page 13 of 100 Pages The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the_capacitv of a contractor within the State of California, validly licensed under license number -^^^7^^ __ , classification rfr _ which expires on _ /S/'$t?S3^&/c? , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028. 15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is '"P1?- £3\S> (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. Revised 06/10/09 Contract No. 5510 (Insert Contract Number) Page 14 of 98 Pages Check a License or Home Improvement Salesperson (HIS) Registration - Contractors State ... Page 1 Department of Consumer Affairs .GOV Contractors State License Board Contractor's License Detail - License # 549309 /1-A DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. ••» CSLB complaint disclosure is restricted by law (B&P7124.6). If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. •» Per B&P 7071.17. only construction related civil judgments reported to the CSLB are disclosed. -> 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 onto the Board's license database. License Number: Business Information: Entity: Issue Date: Expire Date: License Status: Classifications: Certifications: Bonding: 549309 Extract Date: 10/08/2009 ORION CONSTRUCTION CORPORATION 1232 KEYSTONE WAY VISTA, CA 92081 Business Phone Number: (760) 597-9660 Corporation 11/22/1988 11/30/2010 This license is current and active. All information below should be reviewed. CLASS DESCRIPTION A GENERAL ENGINEERING CONTRACTOR B GENERAL BUILDING CONTRACTOR C27 LANDSCAPING CERT DESCRIPTION HAZ HAZARDOUS SUBSTANCES REMOVAL CONTRACTOR'S BOND This license filed Contractor's Bond number SC661975 in the amount of $12,500 with the bonding company AMERICAN CONTRACTORS INDEMNITY COMPANY. Effective Date: 03/02/2009 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer (RMO) RICHARD JAMES DOWSING certified that he/she owns 10 percent or more of the voting stock/equity of the corporation. A bond of qualifying individual is not required. Effective Date: 06/05/2001 BQI's Bonding History This license has workers compensation insurance with the OLD REPUBLIC INSURANCE COMPANY Policy Number: 1CW50400803 Effective Date: 12/03/2008 Expire Date: 12/03/2009 Workers' Compensation History Personnel listed on this license (current or disassociated) are listed on other licenses. Workers' Compensation: https://www2.cslb.ca.gov/OnlineServices/CheckLicense/LicenseDetail.asp 10/08/2009 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business City and State (4) Zip Code Telephone No. (5) E-Mail (Street and Number) IF A PARTNERSHIP. SIGN HERE: (1) Name under which business is conducted. (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business. City and State (4) Zip Code (5) E-Mail (Street and Number) Telephone No. Revised 06/10/09 Contract No. 5510 (Insert Contract Number)Page 15 of 98 Pages IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted (Title) (3) Incorporated under the laws of the State of (4) Place of Business City and (5) Zip Code * Telephone No. (6) E-Mail Impress Corporate Seal here NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED o Revised 06/10/09 Contract No. 5510 (Insert Contract Number)Page 16 of 98 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of On Dat/ personally appeared before me, Here Insert Nameffd Title of the Officer Name(s) of Signer(s) ROBERT B. WILSON | Commission * 1848909 I Notary Public - California I San Diego County £ My Comm. Expires Jun 10 20131 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Place Notary Seal Above WITNESS my Signature OPTIONAL - SicisH/seal. Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date:Number of Pages:.:*5 (^ /' — Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Ipdividual $rCorporate Officer —" D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing:. RIGHTTHUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association • 9350 De Soto Ave., RO. Box 2402 •Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toll-Free 1-800-876-6827 List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: Revised 06/10/09 Contract No. 5510 (Insert Contract Number) Page 17 of 98 Pages BID SECURITY FORM (Check to Accompany Bid) TAMARACK SEWER REPLACEMENT PROJECT CONTRACT NO. 5510 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of dollars ($ ), this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder. BIDDER *Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed-the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) Revised 06/10/09 Contract No. 5510 (Insert Contract Number) Page 18 of 98 Pages BIDDER'S BOND TO ACCOMPANY PROPOSAL TAMARACK SEWER REPLACEMENT PROJECT CONTRACT NO. 5510 KNOW ALL PERSONS BY THESE PRESENTS: That we, ORION CONSTRUCTION CORPORATION . as Principal, and SAFECO INSURANCE COMPANY OF AMERICA as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows; (must be at ieast ten percent (10%) of the bid arnountyEN PERCENT (10%) OF THE TOTAL*for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. 'AMOUNT BID THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Principal for: TAMARACK SEWER REPLACEMENT PROJECT CONTRACT NO. 5510 BID DATE: 10/08/2009 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. Revised 06/10/09 Contract No. GS10 (Insert Contract Number) Page 19 of 98 Pages In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this day of 20**?. PRINCIPAL: ORION CONSTRUCTION CORPORATION (name of Principal) By: (Title and Organizatiorfof Signatory) -3^^By: x^--i (sign here) (print name here) (title and organizafion of signatory) .dayExecuted by SURETY this BTH Of OCTOBER , 20 09 SURETY: SAFECO INSURANCE COMPANY OF AMERICA (name of Surety) 330 N. BRAND BLVD #950 GLENDALE, CA 91203 (address of Surety) 818-956-4208 (telephone number of Surety) By: HkXAXX) (signature of Attomey-in-Fact) COLETTE CHISHOLM (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney Revised 06/10/09 Contract No. 5510 (Insert Contract Number)Page 20 of 98 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of On before Date personally appeared Here Insert Name and Title of th/Offlcer Name(s) of Signer(s) ROBERT B. WILSON Commission # 1848909 Notary Public - California San Diego County My Comm. Expires Jan 10, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Place Notary Seal Above Signature OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Ipetividual Officer — D Partner — D Limited D D Attorney in Fact D Trustee D Guardian or Conservator D Other: RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer Is Representing: Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth. CA 91313-2402• www.NationalNotary.org Item #5907 Reorder: Call Toll-Free 1 -800-876-6827 POWER OF ATTORNEY Safeco Insurance Company of America General Insurance Company of America 1001 4th Avenue Suite 1700 Seattle. WA 98154 No. H566KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint ***********COLETTE CHISHOLM; LARRY D. COGDILL; BROOKE LAFRENZ; JEANETTE SEIDL; MICHAEL W. THOMAS; La jolla, CA^************************************************************ ************************************* its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 15th day of January 2009 Dexter R. Legg, Secretary Timothy A. Mikolajewski, Vice President CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (') The provisions of Article V, Section 13 of the By-Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Dexter R. Legg , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation 6th October 2009 day of S-0974/DS 1/09 Dexter R. Legg, Secretary Safeco® and the Safeco logo are registered trademaite of Safeco Corporation. WEB PDF GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Form" Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, "Bid", "Bidder", "Contract", "Contractor", "Contract Price", "Contract Unit Price", "Engineer", "Own Organization", "Subcontractor", and "Work". Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be preformed by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non- responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor- installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 1 00 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be final. A•^ Revised 06/10/09 Contract No. 5510 (Insert Contract Number) Page 21 of 98 Pages Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. Revised 06/10/09 Contract No. 5510 (Insert Contract Number) Page 22 of 98 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) TAMARACK SEWER REPLACEMENT PROJECT CONTRACT NO. 5510 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Portion of Work Subcontractor Name and Location of Business Subcontractor's License No. and Classification* Amount of Work by Subcontractor in Dollars* Page / of / pages of this Subcontractor Designation form Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." Revised 06/10/09 Contract No. 5510 (Insert Contract Number)Page 23 of 98 Pages BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) TAMARACK SEWER REPLACEMENT PROJECT CONTRACT NO. 5510 The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. Date Contract Completed Name and Address of the Employer fz^~ ,>f77> Name and Phone No. of Person to Contract '*2*42> &&&> Type of Work ?r &*?r Amount of Contract oRevised 06/10/09 Contract No. 5510 (Insert Contract Number)Page 24 of 98 Pages ORION CONSTRUCT CORPORATION Project History Updated: 9/24/2OO9 Awarded Job No. Jan-96 Oct-97 Dec-97 Feb-97 Apr-97 Dec-97 Dec-97 1998 #177 1998 #178 1998 #180 1998 #183 1998 #184 1998 #185 1998 #186 1998 #9802 1998 #9804 1998 #9806 1998 #9808 1998 #9810 1998 #9811 1998 #9812 1998 #9813 1998 #9814 1998 #9815 1999 #9901 Project Nam* Tiu>« of Work Helix No. 3 Flow Control Facility Sewage Pump Station No. 3 Alvarado Water Plant Valve Remove & Replacement Rehabilitation -- Concrete Tank and Pipeline Rancho Lakes Sewer Pump Station Eastlake Greens Pipeline and Pump Station Robert Perdue Treatment Plant Clearwell Modifications Del Mar Drainage Site Drainage Brawley Treatment Plant Pump Station #24 16" Recycled Water Main Appurtenance Relocations 3ast Side Headworks Recycled Water Retrofit -*adre Dam Chloramination Facilities Carroll Canyon Emergency Trunk Sewer Sewer Improvements Sewer Manhole Construction Water & Sewer Group 487 Recycled Water Retrofit Dusty Trail Drainage Improvements Tiornton Pump Station WAS/RAS Pumping Station Del Cerro Reservoir Rehabilitation Otay Mesa Inter-Connection and Reclaimed Pipeline Value of Work $651,000.00 $1,164,204.00 $1,837,389.00 $2,900,000.00 $489,000.00 $633,497.00 $627,000.00 $1,381,739.00 $2,048,967.00 $3,788,480.75 $1,432,900.04 $190,312.31 $1,489,691.41 $124,620.00 $1,026,551.00 $471,384.02 $47,585.00 $106,000.00 $2,553,380.62 $183,954.00 $42,238.00 $429,247.00 $382,260.00 $46,948.00 $1,368,000.00 JuO4X84*OFt San Diego California Escondido California San Diego California San Diego California Rancho Santa Fe California Chula Vista California El Cajon California Del Mar California Brawley California La Jolla California Otay Mesa Road California Otay Mesa Road California San Juan Cap. California IS and 115 San Diego Cnty. Santee California Carroll Canyon S.D. County San Diego California El Camino Real La Costa, CA San Diego California 15 & 152 S.D. County Olivenhain California Encinitas California S.J. Capistrano California San Diego California Otay Mesa California Oimwr Contact S.D. County Water Authority John Gallaher @ (760) 480-1991 City of Escondido Dan Higbee @ (760) 741-4664 City of San Diego Jim Fisher® (619) 668-2052 City of San Diego Mark Roll® (619) 495-7874 Boyle Engineering Joe Schnitzler® (619) 268-8080 Otay Water District Jim Peasley @ (619) 670-2242 Sweetwater Authority Tom Justo@(619) 427-9178 ext 519 North County Transit District Don Bullock © (760) 967-2828 City of Brawley Manuel Aceves @ (760) 344-5800 City of San Diego Abi Palaseyed @ (858) 627-3286 Otay Water District Jim Peasley @ (619) 443-7460 Otay Water District Jim Peasley @ (619) 443-7460 CGVL G. Garcia @ (949J 454-3600 City of San Diego Ed Fordan @ (858) 495-7878 Padre Dam M.W.D. Roland Rossmiller® (619) 258-4635 City of San Diego Richard Leja® (619) 533-3764 City of San Diego Richard Leja @ (619) 533-3764 Leucadia W.D. c/o Wilson Eng. Dexter Wilson @ (760) 438-4422 City of San Diego Michael Ninh @ (858) 627-3284 City of San Diego Ed Fordan @ (858) 495-7878 Greg Brown (760) 753-8188 Olivehain Municapal Water District George Breist @ (760) 632-4640 CGVL G. Garcia @ (949) 454-3600 City of San Diego Richard Leja @ (619) 533-3764 Otay Water District Jim Peasley® (619) 443-7460 Pit Contact Number (858) 268-7802 (760) 839-4664 (858) 495-7862 (858) 292-7432 (619) 443-7460 (619) 427-7697 (619) 722-0940 (760) 344-5800 (858) 495-7469 (619) 443-7460 (619) 443-7460 (949) 454-3601 (858) 495-7862 (619) 449-9469 (619) 533-3071 (619) 533-3071 (760) 438-0173 (858) 533-5176 (858) 495-7862 (760) 753-1578 (949) 454-3601 (619) 533-3071 (619) 443-7460 Completion Date 2/1/1997 1/1/1999 No v98 3/1/1998 1/1/1999 5/1/1999 7/1/1998 4/1/1999 1/1/2001 12/1/2002 3/1/1999 7/1/1999 1/1/1999 10/1/1998 2/1/1999 8/1/1998 11/1/1998 3/1/1999 7/1/1999 10/1/1999 12/1/1999 6/1/1999 1/1/2000 ORION CONSTRUC1 CORPORATION Project History Updated: 9/24/2OO9 Aioardfd Job No. 1999 #9902 1999 #9903 1999 #9904 1999 #9905 1999 #9907 1999 #9908 1999 #9909 1999 #9913 • 2000 2000-01 2000 2000-02 2000 2000 03 2000 2000-04 2000 2000-05 2001 #2007 2001 #2008 2001 #2009 2001 #2010 2001 #2101 2001 #2102 2001 #2104 2001 #2105 2001 #2106 2001 #2108 2001 #2110 2001 #2111 2001 21 12 Project Nam* Typ«ofWork Carlsbad Village Coaster Station Storm Station "N" Soledad Res. and Bayview P.S. Rehabilitation Bancroft Sewer Improvements Water & Sewer Group 671 South San Diego Pipeline La Jolla Country Club Reservoir Del Mar School Pump Station San Elijo Odor Control Convention Center Dewatering Outfall Stonehaven Sewer Relocation Terra Nova Pump Station Wet Well Upgrade Pump Station #64 Mission Valley East LRT Ext. San Carlos Reservoir Thermal Energy Storage Tank Sodium Hypochlorite Upgrades NCWRP Donovan Prison Microturbine install San Elijo Joint Powers Water & Sewer Group 686 Jniversity City High School mprovements Grossmont High School Pump Station 24 Pumps & Crane Ramona Pipeline Connection Sewer Pump Station No. 5 Copley Drive Valu* of Work $176,902.15 $985,026.00 $1,262,742.57 $24,230.00 $967,390.00 $4,420,268.41 $237.000.00 $198,151.00 $1,068,000.00 $783,247.00 $698,247.00 $49,600.00 $23,000.00 $6,500,000.00 $943,000.00 $1,826,000.00 $786,000.00 $474,000.00 $88,740.00 $2,637,000.00 $3,900,000.00 $759,000.00 $394,000.00 $593,247.00 $334,500.00 $160,270.00 Location Carlsbad California San Diego California La Jolla California San Diego California San Diego California South Bay San Diego, CA La Jolla California Del Mar California Cardiff California San Diego California San Diego California Chula Vista California San Diego California San Diego California San Diego California San Marcos California San Diego California San Diego California Cardiff California San Diego California San Diego California El Cajon California San Diego California San Diego California Escondido California San Diego California Owner Contact North County Transit District Don Bullock @ (760) 967-2828 City of San Diego/Wilson Eng. Karen Henry @ (619) 533-3769 City of San Diego Mike Marks @ (619) 533-4271 City of San Diego Richard Leja @ (619) 533-5149 City of San Diego Jeff Soriano @ (858) 627-3244 Stowe Pascoe Tom Hansel (760) 635-2946 City of San Diego Mike Marks® (619) 533-4271 Del Mar Unified School District Glynna Hoekstra @ (858) 385-8200 San Elijo Joint Powers Authority Mike Thornton (760) 753-6203, ext. 72 City of San Diego Wastewater Dept. Rolf Lee (858) 292-6432 City of San Diego Hamid Yauhautoor (858) 495-7879 City of Chula Vista Brown & Caldwell Manuel Arrovo fii 1619) 528-9090 Metro Transit District SDSU Dave Ragland (619J 557-4503 City of San Diego Oscar Khoury (619) 633-4102 Cal State San Marcos Dave Dennis (760) 750-4665 City of San Diego Lynn Chou (619) 824-6001 Cal Dept of Correction Richard Lang (916) 445-4498 SEJP Mike Thornton (7601 753-6203, ext. 72 City of San Diego Hans Torabi (619) 495-7878 San Diego Unified School Dist. John Anniline (858) 573-5725 Grossmont Unified School Dist Chuck Tucker (619) 644-8175 City of San Diego Abi Palaseyed © (858) 627-3286 San Diego County Water Authority Tim Smith (858) 522-6600 City of Escondido George Bennett (760) 839-4664 City of San Diego Henry Gimutao (619) 533-6601 PU Contact Number (760) 722-0940 (760) 438-0173 (760) 533-5279 (619) 533-3071 (858) 495-7969 (760) 635-2968 (619) 533-5279 (858) 385-8201 (760) 735-5935 (858) 292-6310 (858) 627-3297 (619) 533-3071 (760) 750-3248 (858) 824-6003 (760) 753-5935 (858) 495-7969 (858) 627-7224 (619) 465-7168 (858) 495-7969 (858) 268-7802 Completion Date 2/1/2000 5/1/2001 1 1/1/2000 8/1/2000 4/1/2000 12/1/2001 4/1/2001 8/1/2000 9/1/2001 2/1/2002 10/1/2000 8/1/2000 3/1/2002 2/1/2002 12/1/2002 8/1/2002 12/1/2001 3/1/2003 10/1/2002 1 1/1/2002 12/1/2002 9/1/2002 2/1/2003 10/1/2002 ORION CONSTRUCT CORPORATION Project History Updated: 9/24/2OO9 Aurardfd Job No. 2001 #2113 2001 #2114 2001 #2116 2001 #2118 2001 #2119 2001 #2120 2001 #2121 2001 #2122 2002 #2123 2003 #2124 2002 #2125 2002 #2126 2003 #2204 2003 #2306 2003 #2307 2003 #2302 2003 #2305 2003 #2304 2003 #2303 2003 #2311 2003 #2308 2003 #2309 2003 #2312 2003 #2313 2003 #2316 2003 #2318 ProJoctNamt Tm>*ofWork Thelma Miller Tank Fallbrook Headworks Treatment Plant Water & Sewer Group 619 Pipeline Gather Sewer Pipeline Barnett Sewer Replacement Pipeline Water & Sewer Group 2000 Pipeline 32nd & Thorn Pump Station Princess Park Pump Station Pump Station Sewer Pump Station 35 Pump Station Pala LS2 Sewer Pump Station 59 Sewer Pump Stations 77A & 77B Pump Station Truck Wash Building Vallecitos Flow Control Vault/ Pipeline Tri-Agencies Pipeline Vault/ PipelineDump Station 653ipeline Carlsbad Pipeline Pipeline Sewer Pump Station 42 -"ump Station W-2 Extention Pipeline Design Build Naval Lift Station Sewage Pump Station Pump Stations 25-405ump Station Sewer Pump Station 19 Pump Station Sewer Group 719 Pump Station Sewer Pump Station 3A-23T Pump Station Group 634B Completion Sewer Replacement Pump Station 27 Completion Pump Station VatufofWork $1,175,747.00 $318,000.00 $1,624,000.00 $883,246.00 $787,247.00 $15,500,000.00 $438,078.00 $1,547,000.00 $682,268.62 $334,253.00 $798.847.00 $5,183,163.72 $378,247-00 $577,000.00 $848,000.00 $166,683.00 $2,179,000.00 $2,014,013.11 $643,000.00 $1,614,318.91 $1,266,072.10 $3,297,179.00 $2,858,642.19 $897,970.00 $1,175,294.24 $3,616,901.25 Location Olivenhain California Fallbrook California San Diego California San Diego California San Diego California San Diego California San Diego California San Diego California San Diego California Pala Indian Reservation California San Diego California San Diego California San Diego California San Marcos California San Marcos California San Diego California Carlsbad California La Jolla California Olivenhain California Coronado California San Diego California La Jolla California San Diego California San Diego California San Diego California La Jolla California Owner Contact Olivehain Municapal Water District George Breist (760) 753-6466 Fallbrook Sanitation District Mike Page (760) 728-1 125 City of San Diego Kevin Estrada (619) 495-7875 City of San Diego Jason Guise (858) 627-3260 City of San Diego Kevin Estrada ]619) 495-7875 City of San Diego Nariman Khomamizadeh (858) 627-3286 City of San Diego Isidro de Allende (858) 627-3286 Stowe Passco-City of San Diego Tom Hansel (760) 635-2946 City of San Diego Luis Schaar ((858) 627-3267 Pala Indian Reservation Rick Silbera City of San Diego Samir Abuqaoud (858J 495-7968 City of San Diego MWWD Ann Sasaki - (858) 292-6469 / Graig Whittemore - (760) 839-4038 City of San Diego Pirouz Etemad (858) 627-3299 SDCWA Annie Kaskade (858) 522-6812 SDCWA Steve Shumaker (858) 522-6886 City of San Diego MWWD Wayne Papac (858) 536-5620 City of Carlsbad William Lopez (760) 602-2780 City of San Diego Ha Nguyen (858) 627-3254 Olivehain Municapal Water District George Briest (760) 632-4640 US Dept of Navy Jackie Oravitz - (619) 571-4091 City of San Diego Thaira Hammi (619) 980-6171 City of San Diego Kevin Joyce - (858) 627-3278 City of San Diego John Qusar (858) 495-7879 City of San Diego Thaira Hammi (619) 980-6171 City of San Diego Collins Solomon (858) 627-3282 City of San Diego Ismael Martinez (858) 495-7969 PU Contact Number (760) 753-1578 (760) 728-5943 (858) 495-7969 (858) 495-7969 (858) 495-7969 (858) 495-7969 (858) 495-7969 (760) 953-9678 (858) 495-7969 (760) 510-5190 (858) 495-7969 Steve Hicks (760) 297-0126 (858) 573-5020 (858) 522-6568 (858) 522-6568 (858) 536-5610 (760) 438-4178 (858) 495-7969 (760) 753-1578 John Sudol (619) 571-4250 Joe Diab (858) 627-3254 Ha Nguyen (858) 573-5075 (619) 533-7414 (858) 514-8822 (858) 495-7969 (858) 495-7969 Completion Date 11/1/2002 2/1/2003 1 1/1/2002 9/1/2002 7/1/2002 6/1/2003 4/1/2002 11/1/2002 10/16/2003 3/1/2005 August 2006 7/1/2004 5/1/2004 3/1/2004 6/3/2004 1/4/2004 4/18/2005 11/1/2003 February 2004 August 2004 7/29/2005 11/19/2004 7/1/2005 12/1/2004 12/1/2005 ORION CONSTRUCT CORPORATION Project History Updated: 9/24/2OO9 Awarded Job No. 2003 #2317 2003 #2315 2003 #2314 2003 #2319 2003 #2320 2003 #2321 2004 #2401 2004 #2402 2004 #2403 2004 #2405 2004 #2406TM 2004 #2407TM 2004 #2409 2004 #2410 2004 #2412 2004 #2413 2004 #2414 2004 #2415 2004 #2416 2004 #2417 2005 #2501 2005 #2502 2005 #2503 2005 #2504 2005 2007-03 2005 #2505 Project Nam* TUP* of Work South Bay WRP Piping, Tank Pipeline/Tank SIP II - Carson Pump Station Batiquitos Pump Station Pump Station Sewer & Water Group 683 Pipeline Olivenhain Plant 1 FCF Vauft/ Pipeline Sewer Pump Station 39 Rehab Pump Station Sewer Pump Stations 33 & 52-58 Retrofit of Sewer Pump Station Joint Water - Power House- Engine 2 Power Generator Phoebge Street Pump Station Sewer Pump Station Black Mountain Ranch Recaimed Water Tank Repair STP 2 & 9 Modification to Sewer Treatment Plant Water Wells 13, 21, 25 Develop Water Wells Chula Vista Crossing Site Utilities Raw Sludge Wet Wells -^ehab Sewer Sludge System Otay Lakes Gravity Sewer vlinor Sewer Improvements ^anda Canyon Sewer Rehab Sewer Sludge System Bressi Recycled & Potable Water Pump Sewer Pump Station Pala Pump Staions New Sewage Pump Station sast Weld Relocation New Facilities Sewage Treatment Plant Forcemain 1 - Orion Sub to COM Sewer Force Main HOPE Vlurrieta Storm Drain Repair Replace 96" CMP rashion Valley Rd Crossing Repair New 600 RCP Culvert Emergency Repair - Via Capri Reline 30" CMP with HOPE Emergency Repair - Hanford Dr. New Storm Drain 36" RCP SDSU Light Rail Extension Site Utilities Moonlight Amphitheater Civil Siteworks Vabu of Work $1,727,000.00 $2,050.000.00 $1,471,400.31 $3,393,934.00 $523,000.00 $847,615.00 $843,778.00 $2,393,000.00 $163,000.00 $3,343,245.00 $257,852.59 $156,080.60 $839,564.00 $946,000.00 $44,800.00 $317,280.00 $2,397,500.00 $987,123.00 $1,387,000.00 $2,500,000.00 $95,000.00 $786,800.00 $187,247.00 $327,728.00 $9,367,973.00 $249,245.00 Location San Diego California Carson California Leucadia California San Diego California Olivenhain Dam San Diego, California San Diego California San Diego California Carson California Encinitas California San Diego California Camp Pendleton California Camp Pendleton California Chula Vista California Carson California East Lake Chula Vista San Diego Zoo California Carlsbad California Pala Indian Reservation California Carson California Camp Pendleton California California Fashion Valley California San Diego California San Diego California SDSU Campus California Vista California Owner Contact City of San Diego Luis Duentes (858) 627-3262 Los Angeles County Sanitation Dist James Kahle (310) 952-0278 Leucadia WWD Robin Morshita - (760) 753-0155 City of San Diego Kevin Joyce (858) 573-5027 SDCWA Kathy Schuler (760) 480-8186 City of San Diego Julie Ballesteros (619) 533-5188 City of San Diego Dean Marsden (858[ 495-7987 Los Angeles County Sanitation Dist Debbie Boadway City of Encinitas (760) 633-2600 City of San Diego Frank Nguyen (858) 495-7969 Dept. of Navy Dick Divine (860) 490-3068 Dept. of Navy Dick Divine (860) 490-3068 Grant General Contractors Wes O'Brian (760) 438-7500 Los Angeles County Sanitation Dist Debbie Boadway East Lake Company LLC Jill Robards (858) 513-7800 San Diego Zoo Bruce Thurston (619) 557-3940 City of Carlsbad Bob Toll (760)701-9073 Pala Utilities Abel Bassyouni (858J 618-1704 Los Angeles County Sanitation Dist Chris Larson (310) 830-8050 COM Nate Lazewski (562)254-0009 SCGA Members Club John Martinez City of SD Transportation Frank Romero (619) 533-4462 City of San Diego Gaetano Maredi (760) 427-0224 City of San Diego Frank A. Romero (619) 533-4462 Metro Transit District/Washington Group Bud Jess (949) 677-1239 City of Vista Tim Shell (760) 726-1340 Pig Contact Number (858) 495 7969 (310) 952-0342 Richard Stinson (760) 525-8653 (619) 533-4474 (760) 480-0132 (323) 775-2040 (760) 633-2627 (619) 533-5278 (860) 757-6061 (860) 757-6061 (760) 438-3056 (323) 775-2040 (858) 513-7805 (619) 685-326] (760) 431-1601 (858) 618-5463 (323) 775-2040 (760) 543-0127 (619) 533-4474 (619) 533-4474 (760) 639-6112 Completion Date 8/1/2005 2/1/2005 6/4/2005 4/1/2005 9/1/2004 5/1/2004 8/1/2005 2/1/2006 4/1/2005 10/1/2005 2/1/2006 3/1/2005 11/1/2005 10/1/2005 3/1/2004 2/1/2005 6/1/2006 12/1/2005 2/1/2006 3/1/2006 4/1/2005 10/1/2005 12/1/2005 10/1/2005 1/1/2006 4/1/2005 ORION CONSTRUCT CORPORATION Project History Updated: 9/24/2009 Awarded Job No. 2005 #2506 2005 #2507 2005 #2508 2005 #2509 2005 #2510 2005 #251 1 2005 #2512 2005 #2513 2005 #2514 2005 #2515 2005 #2516 2005 #2517 2005 #2518 2005 #2519 2005 #2520 2006 #2601 2006 #2602 2006 #2603 2006 #2604 2006 #2605 2600 #2606 2600 #2607-A 2600 #2607-B 2600 #2609 2600 #2610 2600 #2611 Project Nam* Type of Work Grossmont High School Site Utilities Granite Hills High School Site Utilites Demo of High Schools Removal of Prefab Classrooms 24" Butterfly Valve Install Owner Furnished Valve Water Dept. General Req. Contract Water Infrastructure Trench Restoration of Various Street Pave Utility Trenches North Campus Utilities @ UCSD Steam & Chilled Waterlines Demo la Santana. Monte Visra &. El Capitan MS Demo Site Canopies North Batiquitos Interceptor Reach 6 Sewer Manhole Installation Various Plumbing Project MCB - Pendleton Eshaust Piping Modifications at SIPS Vlahr Reservoir Diamond Street Pumping Plant Mechanical Repair 4" Storm Drain® North City WRP York Drive Sewer Replacement Grading & Improvements @ Old Course Rd. Repair/ Replace Sewage Pipe Under Vandegrift Blvd. San Diego Country Estates Surge Protection .as Flores Force Main at Camp Pendleton DB-P 1 10 Pipelines & Pump Station (ft) Camp Pendleton L! Capitan High School Sewer Main Pipeline @ Camp Pendleton 1Y8 & 1Y9 Sewer Main Pipeline @ Camp Pendleton 1Y34&35/2Y8&9 'oint Loma Aeration Mechanical >ala Wastewater Treatment Plant Interim Improvements nfrastructure-Phasel :Wet Utilities at Monte Vista High School Value of Work $1,383,000.00 $1,587,000.00 $787,000.00 $63,000.00 5.0M 1.2M $2,386,000.00 $97,000.00 $233,000.00 $103,700.00 $82,084.00 $2,447,975.00 $2,503,808.00 $2,147,000.00 $3,652.30 $2,847,400.00 $2,976,839.OO $427,000.00 $526, 887. OO $93,700.00 $343,000.00 $2,327,000.00 $16,000,000.00 $3,886,000.00 $13,820.00 $240,240.00 $1,257,000.00 $279,420.00 $3,287,000.00 Location El Cajon Califon San Diego California San Diego California Olivenhain California San Diego California San Diego California UCSD Campus California San Diego California Carlsbad California Camp Pendleton California San Diego California Carlsbad California Carson California San Diego California Vista California Olivenhain California San Diego California Ramona California Oceanside California Oceanside California El Cap HS California Camp Pendleton California Camp Pendleton California Point Loma Califonia Pala Indian Reservation California Monte Vista HS California Owner Contact Grossmont Unified School Dist Jerry Vincent (619) 644-8176 Grossmont Unified School Dist Margie Eberlm (619) 644-8044 Grossmont Unified School Dist Margie Eberlin (619) 644-8044 Olivehain Municapal Water District George R. Briest (760) 632-4640 City of San Diego Water Dept. John Storr City of San Diego Kevin Joyce (858) 573-5027 UCSD Cheri Stinson (858) 534-0774 Grossmont Unified School Dist Linda Bertiolucci City of Carlsbad Kevin Davis (760) 602-4600 Dept. of Navy/ Richard Brady & Assoc. Dallas Poore (858) 496-0500 Flo Serve Carlos (5255) 5699-1000 City of Carlsbad William Lopez (760) 602-2780 County Sanitation Districts of LA County Jennifer James - (562) 699-7411 ext 2156 City of San Diego MWWD Eric Wildberger (858) 824-6042 City of Vista Carlos Mendoza© (760) 726-1340 Olivehain Municapal Water District George Briest (760) 632-4640 Department of Navy Dallas Poore (858) 496-0500 Ramona Municapal Water District Carlos Molina (760) 789-1330 Department of Navy/CDM Gary Watanabe - (760) 763-2081 gary.wantanabe@navy.mil Department of Navy/CDM Ron Couchot - |760) 725-6061 Grossmont Union HSD / Erickson Hall Dena Johnson - (619) 644-8150 Dept. of Navy/ Richard Brady & Assoc. Dallas Poore (858) 496-0500 Dept. of Navy/ Richard Brady & Assoc. Dallas Poore (858) 496-0500 City of San Dieog Richard Snow (619) 221-8360 Pala Casino Spa & Resort Able Bassypuni (858) 712-8400 Grossmont Union HSD / Erickson Hall Scott Wilkins - (619) 461-1322 PM Contact Number (619) 460-0963 (619) 460-0963 (619) 460-0963 (760) 753-1578 (858) 495-7969 (858) 534-5633 (619) 460-0963 (760) 602-8558 (5255) 5699-1063 Alex Manesh (310) 830-8050 Nate Lazewski (562) 254-0009 (6 1 9) 46 1 - 1 56 1 (858) 496-0500 (858) 496-0500 (619) 221-8370 (858) 618-3465 (619) 461-1561 Completion Date 11/1/2005 11/1/2005 8/1/2005 9/1/2005 12/1/2006 4/1/2006 6/1/2006 12/1/2005 2/1/2006 4/1/2006 12/1/2005 October 2008 1 1/1/2005 12/1/2006 2/1/2007 2/1/2006 5/31/2007 1 1/30/2008 October 2006 8/1/2006 9/1/2006 2/1/2007 October 6/28/1905 ORION CONSTRUCT CORPORATION Project History Updated: 9/24/2009 Awarded Job No. 2600 #2612 2600 #2614 2600 #2615 2600 #2616 2600 #2617 2600 #2618 2700 #2701 2700 #2702 2700 2703 2700 2704 2700 2705 2700 2706 2700 2707 2700 2708 2700 2709 2700 2710 2700 2711 2800 2801 2800 2802 2800 2803 2800 2804 2800 2805 2800 2806 2800 2807 2800 2808 2800 2809 2800 2810 2800 2811 2800 2812 2800 2813 2800 Project Mom* Type of Work Sewer Group 783 Underground Pipe Landscape Restoration at Grossmont 86 Helix High Schools Landscape Restoration General Building Site Prep at El Canon & Granite Hills High School General Building Site Prep Sewer Pump Station 63 Underground Pipe Barrett Reservoir Mechanical Rehab Boulder Tank & Pipeline Rowena Street Storm Drain Repair Project Harvard Trunk Sewer Project (HATS) Design Build Loma Alta Creek Ultra Violet Joint Water Pollution Control Plant Vesta St Pumping Plant Upgrade Emergency Waterline Repair Shaw's Cove Lift Station Dakota Canyon Accelerated Sewer Project Smergency Work @ Camp Pendleton Group 3003 Water group 743 Bayside/Capistrano Sewer West Scrubber Caustic Tank & Piping Replacement La Salina Upgrades - Phase I performance Optimization - San Elijo WRP Bayside Drive T & M Weymouth Coagulant Tank Farm Modifications Sewer and Water Group 676 Nas North Island Sewer P.S. 356 Santa Margarita Waterline Crossing Wet Utilities at Mt. Miguel Sewer and Water Group 684A PI -101 A Primary Sludge Diversion from Plant 1 to 2 Old Rose Canyon Trunk Sewer Relocation Project Design Build - Sewer Relocation Repair Natural Gas Distribution System Phase 1 - Pt Mugu nstall Lift Station #1346, 1347, 1348, 1349 - NASNI Sewer Pump Station #79 Value of Work $4,187,111.00 $387,000.00 $547,000.00 $626,985.00 $1,487,000.00 $1,978,544.00 $347,300.00 $3,400,000.00 $3,662,949.00 $4,437,000.00 $1,434,410.00 $1,234,350.00 $1,937,467.00 $777,000.00 $119,500.00 $2,367,000.00 $1,077,000.00 $10,000.00 $10,437,000.00 $2,649,028.20 $773,000.00 $2,100,000.00 $2,367,000.00 $3,794,220.02 $567,000.00 $5,283,600.00 $1,278,000.00 $342,000.00 $1,937,000.00 X»OOfrt»0fl Califonia California California San Diego California San Diego California Ramona California San Diego California Irvine Califonia Oceanside California Carson California Fairbanks Ranch California Laguna Beach California San Diego California Camp Pendleton California San Diego California San Diego California Orange County California Oceanside California San Elijo California San Deigo California LaVerne California San Diego California San Diego California California Spring Valley California San Diego California Orange County California San Diego California Pt. Mugu California NAS MIRAMAR California San Diego QUtfUMT Contact City of San Diego Grossmont Union HSD / Erickson Hall Mat Gates (619) 461-1322 Grossmont Union HSD / Erickson Hall Mat Gates (619) 461-1322 City of San Diego City of San Diego Clemens Wassenberg (858) 495-7872 Romona Waster District Carlos Molina (760) 789-1330 City of San Diego Irvine Ranch Water Dist. Richard Mori - (949) 453-5571 City of Oceanside Don Wilcox - (858) 505-1015 LA County Sanitation District Fairbanks Ranch Country Club City of Laguna Beach Amy Amirani - (949) 585-0477 City of San Diego Thaira Hammi (619) 980-6171 Richard Brady & Associates Rosemary Sherman (858) 496-0500 City of San Diego City of San Diego Nabil Batta (619J 533-5191 Orange County Sanitation District MarcoPolo Belasco (714) 593-7088 City of Oceanside Greg Blakely - (760) 435-5800 San Elijo Mike Thornton (760) 753-6203 ext 72 OC Sanitation District MWD of Southern California John Wallace - (909) 392-5472 City of San Diego Reyhaneh Martin - (619) 980-6486 SDGE/U.S. Navy John Sudol - (619) 545-9146 NAVFAC Grossmont Union High School District City of San Diego OC Sanitation District San Diego Metropolitan Wastewater Dept. Jim Haghgouy - (619) 533-4657 NAVAFAC Bill Crowlev - (805) 982-2924 NAVFAC c/o Farrelly Building Services John Sudol - (619) 545-9146 Pardee Homes/City of San Diego Pit Contact Number (619)461-1561 (619) 461-1561 (760) 788-2202 Dennis Wood (858) 505-1015 Peter Salgado (949) 585-0477 Completion Date September 2008 March 2009 March 2009 August 2008 March 2010 January 2009 November 2010 January 2010 June 2009 January 2010 January 2010 June 2009 April BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) TAMARACK SEWER REPLACEMENT PROJECT CONTRACT NO. 5510 As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: M Comprehensive General Liability [g Automobile Liability Or Workers Compensation w Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. 0Revised 06/10/09 Contract No. 5510 (Insert Contract Number) Page 25 of 98 Pages ORIONCONS ACORD. CERTIFICATE OF LIABI PRODUCER 760_603.7600 Wells Fargo of California Insurance Services, Inc. 5901 Priestly Drive, Suite 306 Carlsbad, CA 92008 INSURED Orion construction Corporation 1232 Keystone Way Vista, CA 92081 LITY INSURANCE DATE (MM/DD/YYYY) 10/20/2009 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURER A: Old Republic General Insurance Corporation INSURERS: National Union Fire Ins. Co. of Pittsburgh, PA INSURER C: INSURER D: INSURER E: NAIC# 24139 19445 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRLTR A A B A ADD'L NSRC TYPE OF INSURANCE GENERAL LIABILITY X "x~ X COMMERCIAL GENERAL LIABILITY | CLAIMS MADE | X | OCCUR XCU Included Contractual Included GEN'L AGGREGATE LIMIT APPLIES PER: ~~| POLICY fxl JPER& HLOC AUTOMOBILE LIABILITY X X X X X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS COMP Ded-$1 ,000 COLL Ded-$1, 000 GARAGE LIABILITY ANY AUTO EXCESS/UMBRELLA LIABILITY x I OCCUR | | CLAIMS MADE DEDUCTIBLE RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below OTHER POLICY NUMBER A1CG50400803 A1CA50400803 BE01 7492528 A1CW50400803 POLICY EFFECTIVE DATE (MM/DD/YY) 12/03/08 12/03/08 12/03/08 12/03/08 POLICY EXPIRATION DATE (MM/DD/YY) 12/03/09 12/03/09 12/03/09 12/03/09 LIMITS EACH OCCURRENCE DAMAGE TO RENTEDPREMISES (Ea occurrence! MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) AUTO ONLY - EA ACCIDENT <~>THFPTHAN EAACC AUTO ONLY: .__t\(j(j EACH OCCURRENCE AGGREGATE v WC STATU- OTH-TORY LIMITS ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT s 1,000,000 s 100,000 S 5,000 s 1,000,000 $ 2,000,000 $ 2,000,000 $ 1.000.000 $ $ $ $ $ $ S 9,000,000 $ 9,000,000 $ s s $ 1 ,000,000 $ 1.000,000 $ 1,000,000 RE:- Project No. 5510 - Emergency Tamarack Sewer Replacement Project - Bid No. PWS10-15ENG The City of Carlsbad, its officials, employees, and volunteers are named as Additional Insureds as respects General Liability and Auto Liability per attached. Primary/Non-Contributory wording applies as respects General Liability and Auto Liability per attached. Waiver of Subrogation applies as respects General Liability, Auto Liability, and Workers Compensation per attached. CERTIFICATE HOLDER CANCELLATION Ten Day Notice for Non-Payment City of Carlsbad Attn: Kevin Davis - Public Works Purchasing Department 1635 Faraday Avenue Carlsbad, CA 92008-7314 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL eNBBKWHWXXMAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BMWSWlXXJKXESOaWXSMAKK IMK«6exM9X»«8>Wm»B<M*ea!«^^ rtepftesetwwtfittsx AUTHORIZED REPRESENTATIVE ^f f\ Ml III ACORD 25 (2001/08) 1 Of2 901029 (This certificate replaces certificate* 888508 issued on 10/13/2009) © ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S (2001/08) 2 of 2 #S915260/M915043 COMMERCIAL GENERAL LIABILITY CG 24 04 10 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Endorsement Effective 12:01AM I 12/03/08 Standard Time Named Insured: Orion Construction Corporation Policy No. A1CG50400803 Countersigned By: ^ £$#&_ WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Where Required by Written Contract (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV - COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products-completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 10 93 © Insurance Services Office, Inc., 1992 POLICY NUMBER: A1CG50400803 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s) Of Covered Operations Where Required by Written Contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 07 04 © ISO Properties, Inc., 2004 OLD REPUBLIC GENERAL INSURANCE CORPORATION ADDITIONAL INSURED WHERE REQUIRED UNDER CONTRACT OR AGREEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: BUSINESS AUTO COVERAGE FORM The following is added to Section II - LIABILITY COVERAGE, A. Coverage, 1. Who Is An Insured: d. Any person or organization to whom you become obligated to include as an additional insured under this policy, as a result of any contract or agreement you enter into which requires you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability arising our of your operations or premises owned by or rented to you. However, the insurance provided will not exceed the lesser of: (1) The coverage or limits of this policy, or (2) The coverage or limits required by said contract or agreement Named Insured Policy Number Policy Period Producer's Name Producer Number Orion Construction Corporation A1CA50400803 12/03/08 12/03/og Endorsement No. Endorsement Effective Date 000 12/03/08 ORCPG/Special Risk Resources Insurance Agency, Inc. DATE CA EN GN 0020 09 06 OLD REPUBLIC GENERAL INSURANCE CORPORATION AMENDMENT OF OTHER INSURANCE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: BUSINESS AUTO COVERAGE FORM SECTION IV - BUSINESS AUTO CONDITIONS, B., General Condition*, 5. Other Insurance, a., Is replaced by the following: a. For any covered "auto* you own, this Coverage Form provides primary insurance. However, if there is other collectible insurance, the insurance provided by this Coverage Form with respect to such covered "auto", is excess over such other collectible Insurance. For any covered "auto* you don't own, the insurance provided by this Coverage Form is excess over any other collectible insurance. However, while a covered 'auto* which is a trailer' is connected to another vehicle, the Liability Coverage this Coverage Form provides for the trailer" is: 1) Excess while it is connected to a motor vehicle you do not own; 2) Primary white it is connected to a covered "auto" you own. However, if there is other collectible insurance with respect to such trailer", the insurance provided by this Coverage Form is excess over such other collectible insurance. Named Insured Policy Number Policy Period Producer's Name Producer Number Orion Construction Corporation A1CA50400803 12/03/08 12/03/09 Endorsement No. Endorsement Effective Date 000 12/03/08 ORCPG/Special Risk Resources Insurance Agency, Inc. DATE CA EN GN 0019 09 06 OLD REPUBLIC GENERAL INSURANCE CORPORATION WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: BUSINESS AUTO COVERAGE FORM The following is added to SECTION IV - Business Auto Conditions, A. - Loss Conditions, 5. Transfer Of Rights of Recovery Against Others To Us: However, we will waive any right of recovery we have against any person or organization with whom you have entered into a contract or agreement because of payments we make under this Coverage Form arising out of an "accident" or "loss" if: 1) The "accident" or "loss" is due to operations undertaken in accordance with a written contract existing between you and such person or organization; and 2) The contract or agreement was entered into prior to any "accident" or "loss". No waiver of the right of recovery will directly or indirectly apply to your employees or employees of the person or organization, and we reserve our rights of lien to be reimbursed for any recovery funds obtained by any injured employee. Named Insured Policy Number Policy Period Producer's Name Producer Number Orion Construction Corporation A1CA50400803 1 2/03/08 1 2/03/09 Endorsement No. Endorsement Effective Date 000 12/03/08 ORCPG/Special Risk Resources Insurance Agency, Inc. AUTHORIZED REPRESENTTIVE DATE CA EN GN 0021 0906 OLD REPUBLIC GENERAL INSURANCE CORPORATION CHANGES ADDITIONAL INSURED PRIMARY WORDING SCHEDULE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Name of Additional Insured Person(s) Locatlon(s) of Covered Operations: Or Organlzatlon(s): As required by written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other insurance of a like kind available to the person or organization shown in the schedule unless the other insurance is provided by a contractor other than you for the same operation and job location. If so, we will share with that other insurance by the method described in paragraph 4.c of Section IV-Commercial General Liability Conditions. All other terms and conditions remain unchanged. Named Insured: Orion Construction Corporation Policy Number Policy Period Producer's Name Producer Number A1CG50400803 12/03/08 12/03/09 Endorsement No. Endorsement Effective Date 000 12/03/08 ORCPG/Special Risk Resources Insurance Agency, Inc. DATE CG EN GN 0029 09 06 OLD REPUBLIC GENERAL INSURANCE CORPORATION WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIED INSURANCE PROVIDED UNDER THE FOLLOWING: WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE We have the right to recover our payments from anyone liable for any injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule WHEN REQUIRED BY WRITTEN CONTRACT The premium charge for this endorsement is $0.00 Named Insured Policy Number Policy Period Producer's Name Producer Number Orion Construction Corporation A1CW50400803 12/03/08 12/03/09 Endorsement No. Endorsement Effective Date 000 12/03/08 ORCPG/Special Risk Resources Insurance Agency, Inc. AUTHORIZED REPRESENTATIVE DATE WC 99 03 15 (09/06) POMIUIFRPIAI POLICY NUMBER: A1CG50400803 GENE^L LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operations Where Required By Written Contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". CG 20 37 07 04 ISO Properties, Inc., 2004 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) TAMARACK SEWER REPLACEMENT PROJECT CONTRACT NO. 5510 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? yes 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred party debarred C agency period of debarment agency period of debarment BY CONTRACTOR: (name of Contractor) (sigrTfiere) (print name/title) Page./of C pages of this Re Debarment form Revised 06/10/09 Contract No. 5510 (Insert Contract Number)Page 26 of 98 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) TAMARACK SEWER REPLACEMENT PROJECT CONTRACT NO. 5510 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? yes no ' t f\ 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. (If needed attach additional sheets to provide full disclosure.) Page / of X. pages of this Disclosure of Discipline form Am& Revised 06/10/09 Contract No. 5510 (Insert Contract Number) Page 27 of 98 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) TAMARACK SEWER REPLACEMENT PROJECT CONTRACT NO. 5510 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: (name of Contractor) By:_ (sign here) (print name/title) Page x\ of x\ pages of this Disclosure of Discipline form ORevised 06/10/09 Contract No. 5510 (Insert Contract Number) Page 28 of 98 Pages NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 TAMARACK SEWER REPLACEMENT PROJECT CONTRACT NO. 5510 State of California ) \ County of , being first duly sworn, deposes (Name of Bidder) and says that he or she is (Title) of (Name of Firm) the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penaltyjDf oerjury that the foregoing is true and correct and that this affidavit was executed on the Q '™ day of t^~ Signature of Bidder - Subscribed and sworn to before me on the 0 day of l^^Tf/^^^-^ 20 & f. JNQIARYSEAL) /£}, ROBERT B. WILSON Commission * 1848909 Notary Public - California San Diego County My Comm. Expires Jun 10.2013 7 Signature of Notary Revised 06/10/09 Contract No. 5510 (Insert Contract Number) Page 29 of 98 Pages CONTRACT PUBLIC WORKS This agreement is made this /oJ y day of by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Orion Construction Corporation whose principal place of business is 1232 Keystone Way, Vista, CA 92081 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: TAMARACK SEWER REPLACEMENT PROJECT CONTRACT NO. 5510 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Non-Collusion Affidavit, Designation of Subcontractors, Technical Ability and Experience, Bidder's Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. Revised 06/10/09 Contract No. 5510 (Insert Contract Number) Page 30 of 98 Pages 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: (A) Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. (B) Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. (C) Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. A•K Revised 06/10/09 Contract No. 5510 (Insert Contract Number) Page 31 of 98 Pages Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 9. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in City Council Policy # 70. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. Revised 06/10/09 Contract No. 5510 (Insert Contract Number) Page 32 of 98 Pages (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy # 70. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 10. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in Section 3 of the General Provisions. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. oRevised 06/10/09 Contract No. 5510 (Insert Contract Number) Page 33 of 98 Pages (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 10 above.. 11. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 12. Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 13. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. Revised 06/10/09 Contract No. 5510 (Insert Contract Number) Page 34 of 98 Pages 14. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: OfflN By: (name of Contractor) ^"St^ar CITY OF CARLSBAD a municipal corporation of the State of Californiathe State of California! .—^^MhO^-— (print name and title President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL City Attorney Deputy City Attorney Revised 06/10/09 Contract No. 5510 (Insert Contract Number)Page 35 of 98 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of On Daty* personally appeared r before me, Here Insert Name and Title w the Officer Name(s) of Signer(s) ROBERT B. WILSON | Commission # 1848909 i Notary Public - California I San Diego County g MyCoinm.ExpiresJun10,2013l who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Place Notary Seal Above Signature OPTIONAL 7 Signature of Notary Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date:Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Individual [^Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer's Name:. D Individual UPCorporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing:. RIGHTTHUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association • 9350 De Soto Ave., P.O.Box 2402 • Chatsworth, CA 91313-2402-www.NationalNotary.org Item #5907 Reorder: Call Toll-Free 1-800-876-6827 BOND NO. 6512291 PREMIUM INCLUDED IN THE PERFORMANCE BOND LABOR AND MATERIALS BOND WHEREAS, the City of Carlsbad, California has administratively awarded to Orion Construction Corporation, (hereinafter designated as the "Principal"), a Contract for: TAMARACK SEWER REPLACEMENT PROJECT CONTRACT NO. 5510 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and alf 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 SAFECO INSURANCE COMPANY OF AMERICA as Surety, are held firmly bound unto the City of Carlsbad in the sum of one million one hundred forty six thousand one hundred ninety dollars ($1,146,190), said sum being an amount equal to; One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents, THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 3181, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 3248, This bond shall inure to the benefit of any of the persons named in California Civil Code section 3181, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Revised 06/10/09 Contract No. 5510 (Insert Contract Number) Page 36 of 98 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 ,„ day of DCltffifr^ , 20 CONTRACTOR ORION CONSTRUCTION CORPORATION Executed by SURETY this 21 ST day Of OCTOBER ,20 09 SURETY: (name of Contractor) Bv (titteaiidwDrganization of signatory) 1 NSURANCE COMPANY OF AMERICA (name of Surety) 330 N. BRAND BLVD #950 GLENDALE, CA 91203 (address of Surety) 818-956-4208 (telephone number of Surety) By (signature of Attorney-in-Fact) COLETTE CHISHOLM, ATTORNEY-IN-FACT _ (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (title and organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By: _ Deputy City Attorney Revised 06/10/09 Contract No. 55"0 (insert Contract Number)Page 37 of 98 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of On ^ D&e personally appeared before me, /kJb Here Insert Name and Title of trie Offificer Name(s) of Signer(s) ROBERT B.WILSON Commission * 1848909 Notary Pubttc-California San Otego County Y Comm. Expfres Jw 10.2013 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my Hand and official Signature OPTIONAL 1L Signatdre of Notary Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date:Number of Pages:. Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's D IndJJrHdual [2x6orporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: _ Signer Is Representing: f / RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer's Name: D Individjjal ffl<5orporate Officer — Title(s):. D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toll-Free 1 -800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Diego On 21 OCTOBER 2009 before me, _ personally appeared Colette Chisholm B. Lafrenz. Notary Public NoMry ftMc •• ClMeroU ly Coma h*tn frt 2$. 30131 who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. TVSignature Place Notary Seal Above OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying an the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date:Number of Pages: Signer(s) Other Than Named Above:. Capacity(ies) Claimed by Signer(s) Signer's Name: Q Individual Q Corporate Officer - Title(s): Q Partner - Q Limited Q General El Attorney in Fact Q Trustee O Guardian or Conservator a Other: Signer Is Representing: Surety Company POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS:No.11566 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint *********CHARLOTTE AQUINO; COLETTE CHISHOLM; LARRY D. COGDILL; BROOKE LAFRENZ; GLADYS ROGERS; MICHAEL W. THOMAS; La Jolla, California************************#****#**#****###**********************#*«*** its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 13th day of October 2009 Dexter R. Legg, Secretary Timothy A. Mikolajewski, Vice President CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, '') The provisions of Article V, Section 13 of the By-Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Dexter R. Legg , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 21ST day of OCTOBER 2009 Dexter R. Legg, Secretary S-0974/DS 3/09 WEB PDF BOND NO. 6512291 PREMIUM: $10,920.00 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City of Carlsbad, California has administratively awarded to Orion Construction Corporation, (hereinafter designated as the "Principal"), a Contract for: TAMARACK SEWER REPLACEMENT PROJECT CONTRACT NO, 5510 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference, WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, ORSON CONSTRUCTION CORPORATION, as Principal, (hereinafter designated as the "Contractor"), and SAFECO INSURANCE COMPANY OF AMERICA as Surety, are held firmly bound unto the City of Carlsbad in the sum of one million one hundred forty six thousand one hundred ninety dollars ($1,146,190), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents, THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carisbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Revised 06/10/09 Contract No. 5510 (Insert Contract Number) Page 38 of 98 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 cjay of Q(/Wo£Ux 20 CONTRACTOR: ORION CONSTRUCTION CORPORATION (name of Contractor) (sJg-rTnere) (print name here) (Title and Organization of Signatory) (print name here) \f\CE Executed by SURETY this 21 ST day of OCTOBER __, 20j>9_ SURETY: SAFECO INSURANCE COMPANY OF AMERICA (name of Surety) 330 N. BRAND BLVD #950 GLENDALE, CA 91203 (address of Surety) 818-956-4208 (telephone number of Surety) By: OiJ Hi*!. M/LLt J/Upd/HQ (signature of Attorney-in-Fac') COLETTE CHISHOM, ATTORNEY-IN-FACT (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Title and Organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By: Deputy City Attorney Revised 06/10/09 Contract No. 5510 (insert Contract Number)Page 39 of 98 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of On f Date' personally appeared before me,ff. Here Insert Name and Title a the Officer Name(s) of Signer(s) ROBERT B. WILSON Commission # 1848909 Notary Public - California San Diego County Comrn. Expires Jim 10,2013 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my^nd and offjpfSal Signature. OPTIONAL Signature of Notary Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date:. Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D ^incorporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: Signer's Name: D Individual RIGHTTHUMBPRINT OF SIGNER Top of thumb here iviua ; * <r^ [Corporate Officer — Title(s): I/, /"V D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association • 9350 De Soto Ave., RO, Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toll-Free 1 -800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Diego On 21 OCTOBER 2009 before me,B. Lafrenz, Notary Public personally appeared Colette Chisholm E5M who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. TVSignature Place Notary Seal Above OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying an the document and could prevent fraudulent removal and reattachment of \hisform to another document. Description of Attached Document Title or Type of Document: Document Date:Number of Pages:. Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Q Individual Q Corporate Officer - Title(s): d Partner - d Limited d General El Attorney in Fact d Trustee d Guardian or Conservator d Other: Signer Is Representing: Surety Company BEST COPY POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS:No.11566 That SAFECO INSURANCE COMPANY OF AMERICA arid GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint *********CHARLOTTE AQUINO; COLETTE CHISHOLM; LARRY D. COGDILL; BROOKE LAFRENZ; GLADYS ROGERS; MICHAEL W THOMAS' L3 Joll3 California***'************'***************************************************** its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 13th day of October 2009 Dexter R. Legg, Secretary Timothy A. Mikolajewski, Vice President CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (') The provisions of Article V, Section 1 3 of the By-Laws, and (ii) A copy of the power-of-attomey appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Dexter R. Legg , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 21ST dayof OCTOBER 2009 Dexter R. Legg, Secretary S-0974/DS 3/09 WEB PDF Company Profile Page 1 of 2 Company Profile SAFECO INSURANCE COMPANY OF AMERICA 175 BERKELEY STREET BOSTON. MA 02116 Former Names for Company Old Name: SELECTIVE AUTO & F INS CO AMER Effective Date: 11-02-1953 Agent for Service of Process KAREN HARRIS, 2730 GATEWAY OAKS DRIVE SUITE 100 SACRAMENTO, CA 95833 Unable _tp Locate the_Agent._fqr Service of Process? Reference Information NAIC #: 24740 NAIC Group #: Q1J1 California Company ID #: 1442-3 Date authorized in California: October 07, 1953 License Status: UNLIMITED-NORMAL Company Type: Property & Casualty State of Domicile: WASHINGTON Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines o I" insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT FIRE LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Company Complaint Information Company Enforcement Action Documents Company Performance & Comparison Data Comp_osi_tc Complaint Studies Want More? hltp://interactive.web.insurance.ca.gov/webuser/idb_co_prof_utl.get_co_prof?p_EID=3361 11/03/2009 Company Profile Page 2 of 2 Help Me Find a Company Representative in My Area Financial Rating Organizations Last Revised - June 26, 2009 05:53 PM Copyright © California Department of Insurance http://interactive.web.insurance.ca.gov/webuser/idb_co_prof_utl.get_co_prof?p_EID=3361 11/03/2009 OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION Phrs Escrow Agreement is made and entered into by and between the City of Carlsbad whose address IS 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and Orion Construction Corporation whose address is 1232 Keystone Way, Vista, CA 9208 1 hereinafter called "Contractor" and Citibank, N.A. whose address is 740 S. Rancho Santa Fe Road, San Marcos, CA 92078 hereinafter called "Escrow Agent " For the consideration hereinafter set forth, the City, Contractor and Escraw Agent agree as follows: 1. Pursuant to sections 22300 and 10263 of the Publie Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for TAMARACK SEWER REPLACEMENT PROJECT CONTRACT NO, $510 in the amount of $1,146,190.00 dated - "(I"! Dq (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shalt make payments of the retention earnrngs directly to the Escrow Agent, When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the Escrow Agent In connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the t~me of the substitution shall be a least equal lo the cash amount then requjred to be withheld as retention under the terms of the contract between the City and Contractor Securities shall be held in the name 05 the City and shall designate the Contractor as the beneficial owner. 2 The City shalt make progress payments to the Contractor for such funds wh~ch otherwise would be wrthhelcl from progress payments pursuant to the Contract provis~ons, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract 1s terminated The Contractor may direct the ~nvestment of the payments into securities. All terms and conditions of thts agreement and the rights and respsnsibilrties of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4 'She Cantractor shall be responsrbte for paying all fees for the expenses incurred by the Escrow Agent rn adm~nrstering the Escrow Account and all expenses of the C~ty These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that ~nterest shall be for the sale account of Contractor and shall be subject to wrtkdrawal by Contractor at any time and fronl time to time without notice to the City. Contract No. 5510 (Insert Contract Number) Page 40 of 98 rJages 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. 6 Contractor shall have the right to withdraw all or any part of the pr~ncipal in the Escrow Account only by written notrce to Escrow Agent accompanied by written authorization from City to the Escrow Agent that C~ty consents to the withdrawal of the amount sought to be withdrawn by Contractor 7. The City shall have a right to draw upon the securitres in the event of default by the Contractor. Upon seven days' written notice to the Eserow Agent from the C~ty of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complred w~th all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securttres and interest on deposit less esccow fees and charges of the Escrow Account. The escrow shall be closed ~mmediately upon cflsburserne!-11 of all moneys and securrt~es on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the wr~tten notifications from the City and the Contractor pursuant to sections (7) to (a), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above 10. The naines of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City. For Contractor: For Escrow Agent: Titfe FINANCE DIRECTOR Lbaq q- ,pv I Name ln Q- Signature S Address 1635 Faraday Avenue, Carlsbad. CA 92008 Title PRESIDENT Name RICHARD DOWSING Address 1232 Keystone Way, CA 92081 Title FINANCIAL CENTER MANAGER Name. DAVID ENGBLOM Signature ~dd~~~~ 740 S. Rancho San v a Fe Rd, San Marcos, CA 92078 At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. r.I@ Revised 06110109 Contract No. 5510 (Insert Contract Number) Page 41 of 98 Pages IN WITNESS WHEREOF, the parties have executed thfs Agreement by their proper officers on the date frrst set forth above For City: Title CITY MANAGER Name b5e &/dq~rnP/ d' Address 3200 Carlsbafl Villagg Drive, Carlsbad, CA 92008 Fur Cor-rtractor Far Escrow Agent: Title PRESIDENT Name RICHARD DOWSING Address 1232 Keystone Way, Vista, CA 92081 Title FINANCIAL CENTER MANAGER Name DAVID ENGBLOM U Address 740 S. Rancho Santa Fe Rd, San Marcos, CA 92078 Contracf Nn 5510 (Insert Contract Number) Page 42 of 98 Pages GENERAL PROVISIONS FOR TAMARACK AVENUE SEWER REPLACEMENT FROM ABANDONED CALAVERAS TREATMENT PLANT TO EL CAMINO REAL CONTRACT NO. 5510 CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 - TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS - Unless otherwise stated, the words directed, required, permitted, ordered, instructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. Revised 01/20/09 Contract No. 5510 Page 43 of 98 1-2 Definitions. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Addendum - Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bulletins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency - The City of Carlsbad, California. Agreement - See Contract. Assessment Act Contract - A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base - A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid - The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder - Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board - The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad or the Board of Directors of Carlsbad Municipal Water District. Bond - Bid, performance, and payment bond or other instrument of security. City Council - the City Council of the City of Carlsbad. City Manager - the City Manager of the City of Carlsbad or his/her approved representative. Cash Contract - A Contract financed by means other than special assessments. Change Order - A written order to the Contractor signed by the Agency directing an addition, de!etion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code - The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager- the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. Contract - The written agreement between the Agency and the Contractor covering the Work. Contract Documents - Including but not limited to; the Contract, any Addendum (which pertain to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documentation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, permits from other agencies, the Technical Specifications, the Supplemental Revised 01/20/09 Contract No. 5510 Page 44 of 98 COPY Provisions, the Plans, Standard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. Contractor - The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime contractor" shall mean Contractor. Contract Price - The total amount of money for which the Contract is awarded. Contract Unit Price - The amount stated in the Bid for a single unit of an item of work. County Sealer - The Sealer of Weights and Measures of the county in which the Contract is let. Days - Days shall mean consecutive calendar's days unless otherwise specified. Deputy City Engineer, Construction Management & Inspection - The Construction Manager's immediate supervisor and second level of appeal for informal dispute resolution. Dispute Board - Persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier - Street light assembly complete, including foundation, standard, luminaire arm, luminaire, etc. Engineer - The City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile - Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer - A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer - A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire - The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm - The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item - A single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Modification - Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Revised 01/20/09 Contract No. 5510 Page 45 of 98 Notice of Award - The written notice by the Agency to the successful Bidder stating that upon ^m». compliance by it with the required conditions, the Agency will execute the Contract. « Notice to Proceed - A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3.1. Person - Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans - The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract - Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector - The Engineer's designated representative for inspection, contract administration and first level for informal dispute resolution. Proposal-See Bid. Reference Specifications - Those bulletins, standards, rules, methods of analysis or test, codes, and specifications of other agencies, engineering societies, or industrial associations referred to in the Contract Documents. These refer to the latest edition, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specifically referred to by edition, volume, or date. Roadway - The portion of a street reserved for vehicular use. Service Connection - Service connections are all or any portion of the conduit, cable, or duct, including meter, between a utility distribution line and an individual consumer. Sewer - Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Specifications - General Provisions, Standard Specifications, Technical Specifications, Reference Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Standard - The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. __ Revised 01/20/09 Contract No. 5510 Page 46 of 98 Standard Plans - Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. Standard Specifications - The Standard Specifications for Public Works Construction (SSPWC), the "Greenbook". State - State of California. Storm Drain - Any conduit and appurtenances intended for the reception and transfer of storm water. Street - Any road, highway, parkway, freeway, alley, walk, or way. Subbase - A layer of specified material of planned thickness between a base and the subgrade. Subcontractor - An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade - For roadways, that portion of the roadbed on which pavement, surfacing, base, subbase, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision - Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement - A written amendment of the Contract Documents signed by both parties. Supplemental Provisions - Additions and revisions to the Standard Specifications setting forth conditions and requirements peculiar to the work. Surety - Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne - Also referred to as "metric ton". Represents a unit of measure in the International System of Units equal to 1,000 kilograms. Utility - Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private easement. Work - That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all labor, materials, equipment, and services. Revised 01/20/09 Contract No. 5510 Page 47 of 98 1-3 ABBREVIATIONS 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these Standard Specifications and to project Plans or other Contract Documents. All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the "Manual of Steel Construction" published by the American Institute of Steel Construction, Inc. 1-3.2 Common Usage Abbreviation Word or Words ABAN Abandon ABAND Abandoned ABS Acrylonitrile - butadiene - styrene AC Asphalt Concrete ACP Asbestos cement pipe ACWS Asphalt concrete wearing surface ALT Alternate APIS Apartment and Apartments AMER STD American Standard AWG American Wire Gage (nonferrous wire) BC Beginning of curve BCR Beginning of curb return BDRY Boundary BF Bottom of footing BLDG Building and Buildings BM Bench mark BVC Beginning of vertical curve B/W Back of wall C/C Center to center CAB Crushed aggregate base CAL/OSHA California Occupational Safety and Health Administration CalTrans California Department of Transportation CAP Corrugated aluminum pipe CB Catch Basin Cb Curb CBP Catch Basin Connection Pipe CBR California Bearing Ratio CCR California Code of Regulations CCTV Closed Circuit TV CES Carlsbad Engineering Standards CF Curb face CF Cubic foot C&G Curb and gutter CFR Code of Federal Regulations CFS Cubic Feet per Second Cl Cast Iron CIP Cast iron pipe CIPP Cast-in place pipe CL Clearance, center line CLF Chain link fence CMB Crushed miscellaneous base CMC Cement mortar-coated CML Cement mortar-lined CMWD Carlsbad Municipal Water District CO Cleanout (Sewer) COL Column COMM Commercial CONC Concrete CONN Connection CONST Construct, Construction COORD Coordinate CSP Corrugated steel pipe CSD Carlsbad Standard Drawings CTB Cement treated base CV Check valve CY Cubic yard D Load of pipe dB Decibels DBL Double DF Douglas fir DIA Diameter DIP Ductile iron pipe DL Dead load DR Dimension Ratio DT Drain Tile DWG Drawing DWY Driveway DWY APPR Driveway approach E Electric EA Each EC End of curve ECR End of curb return EF Each face EG Edge of gutter EGL Energy grade line El Elevation ELC Electrolier lighting conduit ELT Extra long ton ENGR Engineer, Engineering EP Edge of pavement ESMT Easement ETB Emulsion-treated base EVC End of vertical curb EWA Encina Wastewater Authority EXC Excavation EXP JT Expansion joint EXST -. Existing F Fahrenheit F&C Frame and cover F&l Furnish and install FAB Fabricate FAS Flashing arrow sign FD Floor drain o Revised 01/20/09 Contract No. 5510 Page 48 of 98 FDN Foundation FED SPEC Federal Specification FG Finished grade FH Fire hydrant FL Flow line FS Finished surface FT-LB Foot-pound FTG Footing FW Face of wall G Gas GA Gauge GAL Gallon and Gallons GALV Galvanized GAR Garage and Garages GIF Galvanized iron pipe GL Ground line or grade line GM Gas meter GNV , Ground Not Visible GP Guy pole GPM gallons per minute GR Grade GRTG Grating GSP Galvanized steel pipe H High or height HB Hose bib HC House connection HDWL Headwall HGL Hydraulic grade line HORIZ Horizontal HP Horsepower HPG High pressure gas HPS High pressure sodium (Light) HYDR Hydraulic IE Invert Elevation ID Inside diameter INCL Including INSP Inspection INV Invert IP Iron pipe JC Junction chamber JCT Junction JS Junction structure JT Joint L Length LAB Laboratory LAT Lateral LB Pound LD Local depression LF Linear foot LH Lamp hole LL Live load LOL Layout line LONG Longitudinal LP Lamp post LPS Low pressure sodium (Light) LS Lump sum LTS Lime treated soil LWD Leucadia Wastewater District MAINT Maintenance MAX Maximum MCR Middle of curb return MEAS Measure MH Manhole, maintenance hole MIL SPEC Military specification MISC Miscellaneous MOD Modified, modify MON Monument MSL.. Mean Sea Level (Reg. Standard Drawing M-12) MTBM Microtunneling Boring Machine MULT Multiple MUTCD.... Manual on Uniform Traffic Control Devices MVL Mercury vapor light NCTD North County Transit District NRCP Nonreinforced concrete pipe OBS Obsolete OC On center OD Outside diameter OE Outer edge OHE Overhead Electric OMWD Olivenhain Municipal Water District OPP Opposite ORIG Original PB Pull box PC Point of curvature PCC Portland cement concrete or point of compound curvature PCVC Point of compound vertical curve PE Polyethylene PI Point of intersection PL Property line PMB Processed miscellaneous base POC Point on curve POT Point on tangent PP Power pole PRC Point of reverse curve PRVC Point of reverse vertical curve PSI Pounds per square inch PT Point of tangency PVC Polyvinyl chloride PVMT ..Pavement PVTR/W Private right-of-way Q Rate of flow in cubic feet per second QUAD Quadrangle, Quadrant R Radius R&O Rock and oil R/W Right-of-way RA Recycling agent RAC Recycled asphalt concrete RAP Reclaimed asphalt pavement RBAC Rubberized asphalt concrete RC Reinforced concrete RGB Reinforced concrete box RCE Registered civil engineer RCP Reinforced concrete pipe RCV Remote control valve REF Reference REINF Reinforced or reinforcement RES Reservoir RGE Registered geotechnical engineer ROW Right-of-Way RR Railroad RSE Registered structural engineer RTE Registered traffic engineer S Sewer or Slope, as applicable SCCP Steel cylinder concrete pipe SD Storm drain SDNR San Diego Northern Railway SDR Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD San Diego Regional Standard Drawings Revised 01/20/09 Contract No. 5510 Page 49 of 98 SE Sand Equivalent SEC Section SF Square foot SFM Sewer Force Main SI International System of Units (Metric) SPEC Specifications SPPWC Standard Plans for Public Works Construction SSPWC Standard Specifications for Public Works Construction ST HWY State highway STA Station STD Standard STL Steel SIR Straight STR GR Straight grade STRUC Structural/Structure SW Sidewalk SWD Sidewalk drain SY Square yard T Telephone TAN Tangent TC Top of curb TEL Telephone TF Top of footing TOPO Topography TR Tract TRANS Transition TS Traffic signal or transition structure TSC Traffic signal conduit TSS Traffic signal standard TW Top of wall TYP Typical UE Underground Electric USA Underground Service Alert VAR Varies, Variable VB Valve box VC Vertical curve VCP Vitrified clay pipe VERT Vertical VOL Volume VWD Vallecitos Water District W Water, Wider or Width, as applicable WATCH Work Area Traffic Control Handbook Wl Wrought iron WM Water meter WPJ Weakened plane joint XCONN Cross connection XSEC Cross section 1-3.3 Institutions. Abbreviation Word or Words AASHTO American Association of State Highway and Transportation Officials AISC American Institute of Steel Construction ANSI American National Standards Institute API American Petroleum Institute AREA American Railway Engineering Association ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWS American Welding Society AWWA American Water Works Association FHWA Federal Highway Administration GR! Geosynthetic Research Institute NEMA National Electrical Manufacturers Association NOAA National Oceanic and Atmospheric Administration (Dept. of Commerce) UL Underwriters' Laboratories Inc. USGS United States Geological Survey o Revised 01/20/09 Contract No. 5510 Page 50 of 98 1-4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Standard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. 1 -4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) SI Unit (Abbreviations) (Abbreviations) 1 mil (=0.001 in) 25.4 micrometer (jam) 1 inch (in) 25.4 millimeter (mm) (in).1 foot (ft) 0.3048 meter (m) 1 yard (yd) 0.9144 meter (m) 1 mile (mi) „ 1.6093 kilometer (km) 1 square foot (ft) 0.0929 square meter (rrd 1 square yard /yd ) 0.8361 square meter (m ) 1 cubic foot (ft3L 0.0283 cubic meter (rrQ1 cubic yard (yd3) 0.7646 cubic meter (rrT) 1 acre 0.4047 hectare (ha) 1 U.S. gallon (gal) 3.7854 Liter (L) 1 fluid ounce (fl. oz.) 29.5735 millileter (mL) 1 pound mass (Ib) (avoirdupois) 0.4536 kilogram (kg) 1 ounce mass (oz) 0.02835 kilogram (kg) 1 Ton (=2000 Ib avoirdupois) 0.9072 Tonne (= 907 kg) 1 Poise 0.1 pascal second (Pa s) 1 centistoke (cs) 1 square millimeters per second (mm /s) 1 pound force (Ibf) 4.4482 Newton (N) 1 pounds per square inch (psi) 6.8948 Kilopascal (kPa) 1 pound force per foot (Ibf/ft) 1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf) 1.3558 Joules (J) 1 foot-pound| force per second ([ft-lbf]/s) 1.3558 Watt (W) 1 part per million (ppm) 1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit (°F): Degree Celsius (°C): °F = (1.8 x °C) + 32 °C = (°F - 32)/1.8 SI Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (Im) 1 second (s) Revised 01/20/09 Contract No. 5510 Page 51 of 98 Common Metric Prefixes kilo(k) 103 centi (c) 10~2 milli(m) 10 micro (n) 10~® nano(n) 10 pico(p) 10'12 1-5 SYMBOLS A Delta, the central angle or angle between tangents Z Angle % Percent Feet or minutes Inches or seconds1 Number / per or (between words) Degree PL Property line CL Centerline SL Survey line or station line •K Revised 01/20/09 Contract No. 5510 Page 52 of 98 SECTION 2 - SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as provided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the Board, except that the Contractor may assign money due or which will accrue to it under the Contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by the Agency for completion of the Work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: "(a) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the con- struction of the work or improvements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater." "(b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid." If the Contractor fails to specify a Subcontractor, or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor's total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as otherwise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by procedures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 4110 provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the Contractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. Revised 01/20/09 Contract No. 5510 Page 53 of 98 Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract, and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcontracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. 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 Revised 01/20/09 Contract No. 5510 Page 54 of 98 bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiving notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifications, to which the Engineer shall have access at all times. The specifications for the work include the General Provisions, project technical specifications, Carlsbad Engineering Standards (CES), Standard Specifications for Public Works Construction, (SSPWC), and the latest supplements thereto, current edition at the time of bid opening as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter designated "SSPWC", as amended. The construction plans consist of 9 sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Engineering Standards and Carlsbad Standard Drawings, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES and CSD, respectively. Copies of some of the pertinent standard drawings are enclosed as an appendix to these General Provisions. The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the Specifications and not shown on the Plans, or shown on the Plans and not specified in the Specifications, shall be as though shown on or specified in both. The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. "K Revised 01/20/09 Contract No. 5510 Page 55 of 98 The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) Change orders, whichever occurs last. 3) Technical Specifications 4) Contract addenda, whichever occurs last. 5) Contract 6) Carlsbad General Provisions , and Supplemental Provisions. 7) Plans. 8) Standards plans. a) City of Carlsbad Standard Drawings. b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) State of California Department of Transportation Standard Plans. 9) Standard Specifications for Public Works Construction, as amended. 10) Reference Specifications. 11) Manufacturer's Installation Recommendations Detail drawings shall take precedence over general drawings. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 9) above. Detailed plans and plan views shaii have precedence over general plans. 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor's expense, as required in 2-5.3.2, 2- 5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engineer. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required by performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. Revised 01/20/09 Contract No. 5510 Page 56 of 98 The Contractor shall allow a minimum of 20 working days for review of submittals unless otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label '4-C' would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of Transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." By: Title: Date: Company Name: 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. Working drawings are required in the following sections: TABLE 2-5.3.2 (A) Item Section Number Title Subject 1 2 3 4 5 6 7 8 7-10.4.1 207-2.5 207-8.4 207-10.2.1 300-3.2 303-1.6.1 303-1.7.1 303-3.1 Safety Orders Joints Joints General Cofferdams General General General Trench Shoring Reinforced Concrete Pipe Vitrified Clay Pipe Fabricated Steel Pipe Structure Excavation & Backfill Falsework Placing Reinforcement Prestressed Concrete Construction Revised 01/20/09 Contract No. 5510 Page 57 of 98 9 10 11 12 13 14 15 16 17 304-1.1,1 304-1.1.2 304-2.1 306-2.1 306-3.1 306-3.4 306-6 306-8 307-4.3 Shop Drawings Falsework Plans General General General Tunnel Supports Remodeling Existing Sewer Facilities Microtunneling Controller Cabinet Wiring Diagrams Structural Steel Structural Steel Metal Hand Railings Jacking Operations Tunneling Operations Tunneling Operations Polyethylene Liner Installation Microtunneling Operations Traffic Signal Construction Working drawings listed above as Items 5, 6, 8, 9, 10, 12, 13,14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special Provisions. 2-5.3.4 Supporting Information. Supporting information is information required by the Specifications for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Six copies of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the Special Provisions or directed by the Engineer. Supporting information for systems shall be bound together and include all manufactured items for the system. If resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the following and is required unless otherwise specified in the Special Provisions: 1) List of Subcontractors per 2-3.2. 2) List of Materials per 4-1.4. 3) Certifications per 4-1.5. 4) Construction Schedule per 6-1. 5) Confined Space Entry Program per 7-10.4.4. 6) Concrete mix designs per 201-1.1. 7) Asphalt concrete mix designs per 203-6.1. 8) Data, including, but not limited to, catalog sheets, manufacturer's brochures, technical bulletins, specifications, diagrams, product samples, and other information necessary to describe a system, product or item. This information is required for irrigation systems, street lighting systems, and traffic signals, and may also be required for any product, manufactured item, or system. 2-5.4 RECORD DRAWINGS. The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by Section 2-5.4 shall be included in the various bid items and no additional payment will be made therefore. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equipment, tools, labor, and incidentals necessary to complete the Work. Revised 01/20/09 Contract No. 5510 Page 58 of 98 2-7 SUBSURFACE DATA. All soil and test hole data, water table elevations, and soil analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are available for inspection at the office of the Engineer. Any additional subsurface exploration shall be done by Bidders or the Contractor at their own expense. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor's responsibility to determine and allow for the elevation of groundwater at the date of project construction. A difference in elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for extra work. 2-8 RIGHT-OF-WAY. Rights-of-way, easements, or rights-of-entry for the Work will be provided by the Agency. Unless otherwise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and disposing of additional work areas and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers. The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by §§ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.2 Survey Service. The Contractor shall hire and pay for the services of a Surveyor, hereinafter Surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. 2-9.2.1 Submittal of Surveying Data, All surveying data submittals shall conform to the requirements of Section 2-5.3.3, "Submittals", herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (81/2" by 11") paper. The field notes, calculations and supporting data shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from earlier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and calculations will be labeled with name of the Surveyor, the party chief, the field crewmembers and the author of the field notes or calculations. They shall be Revised 01/20/09 Contract No. 5510 Page 59 of 98 annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or documentation for any computer program. The field notes shall be prepared in conformance with the CALTRANS "Surveys Manual". The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §§ 8700 - 8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such map is required under §§ 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-10 type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer's review and approval before submittal to the County Surveyor and before submittal to the County Recorder. 2-9.2.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer at no greater intervals than specified in TABLE 2-9.2.2(A) as measured along the project stationing. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal locations where the curb is not being built as a part of this contract. Staking and marking shall be completed by the Surveyor and inspected and approved by the Engineer before the start of construction in the area marked. Centerline monument shall have the disk stamped with the date the monument was set and the registration number of the Surveyor. Habitat mitigation sites and other areas to be preserved that are shown on the plans shall be staked and flagged prior to the start of any other activities within the limits of the work. When curb and gutter does not exist and is not being installed as a part of the project the location of adjacent facilities being constructed as a part of the contract the Contractor shall place stakes defining the horizontal and vertical location of such adjacent utility vaults, poles or other facilities that are being installed as parts of, or adjunct to, the project either by the Contractor and/or those noted on the plans as to be installed by others. TABLE 2-9.2.2(A) Survey Requirements for Construction Staking Feature Staked Street Centerline Clearing Slope Fence Rough Grade Cuts or Fills > 10m (33') Final Grade (includes top of: Stake Description © SDRS M-10 Monument Lath in soil, painted line on PCC & AC surfaces RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake, Blue- Centerline or Parallel to Centerline Spacing®, <£> <1000', Street Intersections, Begin and end of curves, only when shown on the plans lath - Intervisible, < 50' on tangents & < 25' on curves, Painted line - continuous Intervisible and < 50' < 200' on tangents, < 50' on curves when R> 1000' & 25' on curves when R< 1000' <50' < 50' on tangents & curves when R> 1000' & < 25' on curves when R < 1000' Lateral Spacing 3>, © on street Centerline at clearing line Grade Breaks &<25' N/A ( constant offset) N/A <22' Setting Tolerance (Within) 0.02' Horizontal, also see Section 2-9.2.1 herein 1 ' Horizontal 0.1 'Verticals Horizontal 0.1' Horizontal 0.1 'Verticals Horizontal V Horizontal & V Vertical 3 Revised 01/20/09 Contract No. 5510 Page 60 of 98 Feature Staked Basement soil, subbase and base) Asphalt Pavement Finish Course Drainage Structures, Pipes & similar Facilities®, © Curb Traffic Signal © Signal Poles & Controller © Junction Box © Conduit © Minor Structure © Abutment Fill Wall® Major Structure © Footings, Bents, Abutments & Wingwalls Superstructures Miscellaneous © Contour Grading © Utilities ©, © Channels, Dikes & Ditches © Signs © Subsurface Drains © Stake Description ® top in grading area RP, paint on previous course RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake + Line Stake RP + Marker Stake + Line Stake RP + Marker Stake + Line Point +Guard Stake RP + Marker Stake + Line Point +Guard Stake RP RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake + Line Point +Guard Stake RP + Marker Stake Centerline or Parallel to Centerline Spacing®, © < 25' or as per the intersection grid points shown on the plan whichever provides the denser information intervisible & < 25', beginning and end, BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities (except plumbing), Skewed cut-off lines < 25', BC & EC, at %A, ViA & y'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 < 50' on tangents & curves when R> 1000' & < 25' on curves when R < 1000' or where grade < 0.30% for catch basins: at centerline of box, ends of box & wings & at each end of the local depression © < 50' & along end slopes & conic transitions < 50' and at beginning & end of: each wall, BC & EC, layout line angle points, changes in footing dimensions &/or elevation & wall height 10' to 33' as required by the Engineer, BC & EC, transition points & at beginning & end. Elevation points on footings at bottom of columns 10' to 33' sufficient to use string lines, BC & EC, transition points & at beginning & end. Elevation points on footings at bottom of columns <50' < 50' on tangents & curves when R> 1000' & < 25' on curves when R < 1000' or where grade < 0.30% intervisible & < 100', BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities At sign location intervisible & < 50', BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Lateral Spacing ®, ® edge of pavement, paving pass width, crown line & grade breaks as appropriate ( constant offset) as appropriate as appropriate as appropriate as appropriate as appropriate as appropriate as appropriate as appropriate along contour line as appropriate as appropriate Line point as appropriate Setting Tolerance (Within) J/8" Horizontal & V Vertical •V Horizontal & V Vertical •V Horizontal & V Vertical V Horizontal & V Vertical V Horizontal & V Vertical J/s" Horizontal & when depth cannot be measured from existing pavement V4" Vertical V Horizontal & V Vertical (when vertical data needed) 0.1 'Verticals Horizontal 74" Horizontal & 74" Vertical %" Horizontal & '/4" Vertical %" Horizontal & 74" Vertical 0.1' Verticals Horizontal •V8" Horizontal & V4" Vertical 0.1 'Horizontals V4" Vertical 0.1' Verticals Horizontal 0.1 ' Horizontal &. 74" Vertical Revised 01/20/09 Contract No. 5510 Page 61 of 98 Feature Staked Overside Drains ® Markers © Railings & Barriers ® AC Dikes ® Box Culverts Pavement Markers® Stake Description ® RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP Centerline or Parallel to Centerline Spacing®, © Inlets & similar facilities, Risers & similar facilities longitudinal location for asphalt street surfacing < 50' on tangents & curves when R> 1000' & < 25' on curves when R< 1000'. At beginning & end and < 50' on tangents & curves when R > 1 000' & < 25' on curves when R< 1000' At beginning & end 10' to 33' as required by the Engineer, BC & EC, transition points & at beginning & end. Elevation points on footings & at invert 200' on tangents, 50' on curves when R > 1000' & 25' on curves when R < 1000'. For PCC surfaced streets lane cold joints will suffice Lateral Spacing ®, ® At beginning & end At marker location(s) at railing & barrier location(s) as appropriate as appropriate at pavement marker location(s) Setting Tolerance (Within) 0.1' Horizontal & V Vertical 74" Horizontal V Horizontal & Vertical 0.1' Horizontal & Vertical •V Horizontal & 74" Vertical 'At" Horizontal ® Staking for feature may be omitted when adjacent marker stakes reference the offset and elevation of those features and the accuracy requirements of the RP meet the requirements for the feature © Reference points shall be sufficiently durable and set securely enough to survive with accuracy intact throughout the installation & inspection of the features or adjacent facilities for which they provide control. RP means reference point for the purposes of this table ® Perpendicular to centerline. ® Some features are not necessarily parallel to centerline but are referenced thereto © Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the feature © > means greater than, or equal to, the number following the symbol. < means less than, or equal to, the number fol- lowing the symbol. ® The cut datum for storm drainage & sanitary sewer pipes & similar structures shall be their invert. The cut datum for all other utilities shall be the top of their pipe or conduit. All guard stakes, line stakes and lath shall be flagged. Unless otherwise approved by the Engineer flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(8) TABLE 2-9.2.2(B) Survey Stake Color Code for Construction Staking Type of Stake Horizontal Control Vertical Control Clearing Grading Structure Drainage, Sewer, Curb Right-of-Way Miscellaneous Description Coordinated control points, control lines, control reference points, centerline, alignments, etc. Bench marks Limits of clearing Slope, intermediate slope, abutment fill, rough grade, contour grading, final grade, etc. Bridges, sound and retaining walls, box culverts, etc. Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, storm drains, slope protection, curbs, gutters, etc. Fences, R/ W lines, easements, property monuments, etc. Signs, railings, barriers, lighting, etc. Color* White/Red White/Orange Yellow/Black Yellow White Blue White/Yellow Orange * Flagging and marking cards, if used. 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2- 9.1 through 2-9.2.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made. Payment for the replacement of disturbed monuments and the filing of records of survey and/or corner records, including filing fees, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made. Revised 01/20/09 Contract No. 5510 Page 62 of 98 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the quality and practice required by the Engineer. 2-9.4 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the finished work. Grades for underground conduits will be set at the surface of the ground. The Contractor shall transfer them to the bottom of the trench. 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all matters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce compliance with the Plans and Specifications. The Contractor shall promptly comply with instructions from the Engineer or an authorized representative. The decision of the Engineer is final and binding on all questions relating to: quantities; acceptability of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless otherwise ordered by the Board. 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. 2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor's staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor's ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Contractor shall notify the Engineer before noon of the working day before inspection is required. Work shall be done only in the presence of the Engineer, unless otherwise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized representatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and workmanship are in accordance with these specifications. Inspection of the Work shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract. Revised 01/20/09 Contract No. 5510 Page 63 of 98 SECTION 3 - CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the interests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as granting a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitation, the change shall be by written Supplemental Agreement between the Contractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are involved, shall provide for the Contractor's signature indicating acceptance. 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 50 percent, payment will be made per Section 3-2.2.2 or 3-2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 150 percent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested Revised 01/20/09 Contract No. 5510 Page 64 of 98 in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipulated Unit Prices may be used for the adjustment of Contract changes when so specified in the Special Provisions. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement can not be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise specified in Sections 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construction, Contractor shall provide a schedule of values for all lump sum bid items that shall be used for the purpose of progress payments. The prices shall be valid for the purpose of change orders to the project. 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notification in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material can not be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for handling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Section 3-3. 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as "extra work" when the Engineer determines that it is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. 3-3.2.2 Basis for Establishing Costs. (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for •K Revised 01/20/09 Contract No. 5510 Page 65 of 98 equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Section 3-3.2.3 (a). (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all incidentals. Necessary loading and transportation costs for equipment used on the extra work shall be included. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Contractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer's ratings and approved modifications shall be used to classify equipment and it shall be powered by a unit of at least the minimum rating recommended by the manufacturer. The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work, and be of a type not ordinarily available from the Contractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. (e) Invoices. Vendors' invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. Revised 01/20/09 Contract No. 5510 Page 66 of 98 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor 20 2) Materials 15 3) Equipment Rental 15 4) Other Items and Expenditures ..15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the following Work site conditions (hereinafter called changed conditions), in writing, upon their discovery and before they are disturbed: 1. Subsurface or latent physical conditions differing materially from those represented in the Contract; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required Revised 01/20/09 Contract No. 5510 Page 67 of 98 to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engineer determines that conditions are changed conditions and they will materially affect performance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor's failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. "The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City's proposed final estimate in order for it to be further considered." By: Title: Date: Company Name: The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. Revised 01/20/09 Contract No. 5510 Page 68 of 98 3-5 DISPUTED WORK. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. •K Revised 01/20/09 Contract No. 5510 Page 69 of 98 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) untii the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived'by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Revised 01/20/09 Contract No. 5510 Page 70 of 98 Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer's approval. Materials and work quality not conforming to the requirements of the Specifications shall be considered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Specifications. 4-1.2 Protection of Work and Materials.. The Contractor shall provide and maintain storage facilities and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Contractor shall also adequately protect new and existing work and all items of equipment for the duration of the Contract. Revised 01/20/09 Contract No. 5510 Page 71 of 98 The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrication, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 1 8 inches and vitrified clay and cast iron pipe in all sizes are acceptable upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed electrical panel boards, large pumps, sewage plant equipment, etc., are subject to inspection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for testing to the place and at the time designated by the Engineer. Unless otherwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. Revised 01/20/09 Contract No. 5510 Page 72 of 98 The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection, or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor's responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifications and accept the manufacturer's written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words or equal. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any material, process, or equipment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the contract documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer's findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer. •K Revised 01/20/09 Contract No. 5510 Page 73 of 98 If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for proportioning materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator's platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1 .5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain- measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials' tests, as defined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The investigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional information in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the cooperative investigation concluded. Whenever the cooperative investigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other Revised 01/20/09 Contract No. 5510 Page 74 of 98 requesting the implementation of a resolution process by committee. The continuance of the investigation shall be contingent upon recipient's agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notification. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the cooperative investigation and will re-consider all available information and if necessary gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the materials) using standard engineering principles and practices and to ensure public value, the committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or 3. At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, the Contractor shall bear and maintain a record for all the investigative costs until resolution. Should the investigation discover assignable causes for the contradiction, the assignable party, the Agency or the Contractor, shall bear all costs associated with the investigation. Should assignable causes for the contradiction extended to both parties, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assignable cause, the investiga- tion will assign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradiction, the initiator of the investigation shall bear all investigative costs. All claim notification requirements of the contract pertaining to the contradiction shall be suspended until the investigation is concluded. 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in Section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency's boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for •K Revised 01/20/09 Contract No. 5510 Page 75 of 98 the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. SECTION 5 - UTILITIES 5-1 LOCATION. The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, telephone, or cable television are shown on the Plans, the Contractor shall assume that every property parcel will be served by a service connection for each type of utility. As provided in Section 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Underground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installations. The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its operations. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accordance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1 . When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or Revised 01/20/09 Contract No. 5510 Page 76 of 98 2. Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor's operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as "abandoned" or "to be abandoned in place". Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements before commencement of work by the Contractor. When the Plans or Specifications indicate that a utility installation is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade as provided in the Standard Specifications for Public Works Construction. Utilities which are relocated in order to avoid interference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements, When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and property line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3-3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering service connections. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to Revised 01/20/09 Contract No. 5510 Page 77 of 98 temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor's convenience and no additional compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time available for protection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Section 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or alterations not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor's actual loss as was unavoidable and the Contractor may be granted an extension of time. 5-6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within 2 calendar days after receipt of the "Notice to Proceed". 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor's Bid. Should the Contractor fail to take the necessary steps to Revised 01/20/09 Contract No. 5510 Page 78 of 98 fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all excavations and restore to usefulness all improvements existing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project Meetings. The Contractor's Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under Section 7-6, "The Contractor's Representative". No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise specified in Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of archaeological or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equipment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency's interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board's opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board's consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have m¥ Revised 01/20/09 Contract No. 5510 Page 79 of 98 waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for that part, and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the premises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such methods. In any event, the cost of completing the Work shall be charged against the Contractor and its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency within 5 days after the completion, all costs in excess of the sums due. The provisions of this section shall be in addition to all other rights and remedies available to the Agency under law. 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. No extension of time will be granted for a delay caused by the Contractor's inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof, the proof must be provided in a timely manner in accordance with the sequence of the Contractor's operations and the approved construction schedule. If delays beyond the Contractor's control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interests of the Agency. The Contractor will not be entitled to damages or additional payment due to such delays, except as provided in Section 6-6.3. If delays beyond the Contractor's control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. Revised 01/20/09 Contract No. 5510 Page 80 of 98 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Contract for such portion. The time of completion of the Contract shall be expressed in calendar days. The Contractor shall diligently prosecute the work to completion within 90 calendar days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1. any day designated as a holiday by the Agency, 2. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor association, 3. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 4. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Unless otherwise approved in writing by the Engineer, the hours of work shall be between 7 a.m. to 7 p.m. on Mondays through Fridays, and 8 a.m. to 6 p.m. on weekends if needed. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. Contractor is hereby advised that the Engineer may require after hours and night work on an interim basis to minimize impacts to public. All night work shall be approved by the Engineer. Revised 01/20/09 Contract No. 5510 Page 81 of 98 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each working day to be charged against the Contract time. These determinations will be discussed and the Contractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indicate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the Engineer for acceptance upon receipt of the Contractor's written assertion that the Work has been completed. The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor's sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of Fifteen Hundred Dollars ($1,500.00). Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that Fifteen Hundred Dollars ($1,500.00) per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negligence. The Contractor will not be required to reclean such portions of the improvement before field acceptance, except for cleanup made necessary by its operations. Nothing Revised 01/20/09 Contract No. 5510 Page 82 of 98 in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any completed facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or otherwise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with applicable provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimina- tion because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. In accordance with the Labor Code, the Board has on file and will publish a schedule of prevailing wage rates for the types of work to be done under the Contract. The Contractor shall not pay less than these rates. Each worker shall be paid subsistence and travel as required by the collective bargaining agreement on file with the State of California Department of Industrial Relations. The Contractor's attention is directed to Section 1776 of the Labor Code which imposes responsibility upon the Contractor for the maintenance, certification, and availability for inspection of such records for all persons employed by the Contractor or Subcontractor in connection with the project. The Contractor shall agree through the Contract to comply with this Section and the remaining provisions of the Labor Code. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 10 of the Public Works Contract. The cost of this insurance shall be included in the Contractor's Bid. 7-4 WORKERS' COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: Revised 01/20/09 Contract No. 551 0 Page 83 of 98 "1 am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compen- sation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers' Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this paragraph. All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain all permits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-6 THE CONTRACTOR'S REPRESENTATIVE. Before starting work, the Contractor shall designate in writing a representative who shall have complete authority to act for it. An alternative representative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. In order to communicate with the Agency, the Contractor's representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. The Revised 01/20/09 Contract No. 5510 Page 84 of 98 Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others, the Contractor will not be entitled to additional compensation from the Agency for damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. When required by the Plans or Specifications, the Contractor shall furnish and operate a self-loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is incomplete. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor's Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. Failure of the Contractor to comply with the Engineer's cleanup orders may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. 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 Revised 01/20/09 Contract No. 5510 Page 85 of 98 control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time, and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of employees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condition. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sewage shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution, it shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall comply with the California State Water Resources Control Board (SWRCB) Order Number 99-08-DWQ, National Pollutant Discharge Elimination System (NPDES) General Permit Number CAS000002, Waste Discharge Requirements (WDR's) for Discharges of Stormwater Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. The Notice of Intent (NOI) will not be filed for the project. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic Revised 01/20/09 Contract No. 5510 Page 86 of 98 concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installations, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a portion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. Maintenance of street and traffic signal systems that are damaged, temporarily removed or relocated shall be done in conformance with 307-1.5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor's operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor's operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Unless otherwise authorized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. Safe and adequate pedestrian and vehicular access shall be provided and maintained to: fire hydrants; commercial and industrial establishments; churches, schools and parking lots; service stations and motels; hospitals; police and fire stations; and establishments of similar nature. Access to these facilities shall be continuous and unobstructed unless otherwise approved by the Engineer. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian crossings of the Work at intervals not exceeding 90 m (300 feet), shall be maintained unless otherwise approved by the Engineer. Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. If backfill has been completed to the extent that safe access may be provided, and the street is opened to local traffic, the Contractor shall immediately clear the street and driveways and provide and maintain access. •K Revised 01/20/09 Contract No. 5510 Page 87 of 98 The Contractor shall cooperate with the various parties involved in the delivery of mail and the collection and removal of trash and garbage to maintain existing schedules for these services, Grading operations, roadway excavation and fill construction shall be conducted by the Contractor in a manner to provide a reasonably satisfactory surface for traffic. When rough grading is completed, the roadbed surface shall be brought to a smooth, even condition satisfactory for traffic. Unless otherwise authorized, work shall be performed in only one-half the roadway at one time. One half shall be kept open and unobstructed until the opposite side is ready for use. If one-half a street only is being improved, the other half shall be conditioned and maintained as a detour. The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City's contracted waste disposal company, Coast Waste Management at 929-9417. During overlay operations, the Contractors schedule for overlay application shall be designated to provide residents and business owners whose streets are to be overlaid sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24-hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 Ib. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix "A". In addition to the notifications, the contractor shall post no parking signs 72 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the no parking signs 72 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 72 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional compensation for printing and distributing these notices. The contractor shall replace all street markings and striping damaged by construction activities. Revised 01/20/09 Contract No. 551 0 Page 88 of 98 The Contractor shall include in its Bid all costs for the above requirements. 7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall not be stored in streets, roads, or highways for more than 5 days after unloading. All materials or equipment not installed or used in construction within 5 days after unloading shall be stored elsewhere by the Contractor at its expense unless authorized additional storage time. Construction equipment shall not be stored at the Work site before its actual use on the Work nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of equipment may be authorized by the Engineer. Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless otherwise permitted. After placing backfill, all excess material shall be removed immediately from the site. 7-10.3 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State, County, and City requirements for closure of streets. The Contractor shall provide barriers, guards, lights, signs, temporary bridges, flagpersons, and watchpersons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Contractor shall furnish and install signs and warning devices and promptly remove them upon completion of the Work. The Contractor shall secure approval, in advance, from authorities concerned for the use of any bridges proposed by it for public use. Temporary bridges shall be clearly posted as to load limit, with signs and posting conforming to current requirements covering "signs" as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and these provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of Section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of Section 214-5. Let seq. All temporary reflective channelizers shall conform to the provisions of Section 214- 5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of Section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to Section 210-1.6 for materials and Section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Revised 01/20/09 Contract No. 5510 Page 89 of 98 Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during /<*^ such periods that their message does not pertain to existing conditions. Care shall be used in >»»*•'' performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in Section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS "Standard Specifications", except the sleeves shall be 7" long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any Section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 6' of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 25' intervals to a point not less than 25' past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20-1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and provisions under "Maintaining Traffic" elsewhere in these Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. 7-10.3.4 Traffic Cpntrol for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) published by CALTRANS. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Revised 01/20/09 Contract No. 5510 Page 90 of 98 Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the traveled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer's review in conformance with the requirements of Section 2-5.3, et seq. and obtain the Engineer's approval of the TCP prior to implementing them. The minimum 20-day review period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer's review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) as published by CALTRANS. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such modifications, supplements, and/or new designs to the TCP when, in the Engineer's sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. 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. The Contractor shall prepare and implement traffic control plans and shall furnish all labor and materials to perform, install, maintain, replace and remove all traffic control as incidentals to the work with which they are associated and no other compensation will be allowed therefore. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. Revised 01/20/09 Contract No. 5510 Page 91 of 98 Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers' protection from the hazard of caving ground during the excavation of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start until the Engineer has accepted the plan and the Contractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are provided, or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engineer, or as otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Engineer's approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Section 5194 of the California Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Material Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe conditions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, administering and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and contain procedures for safe entry into confined spaces, including, but not limited to the following: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potential isolation and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space 7. Special hazards consideration 8. Personal protective equipment 9. Rescue plan provisions •K Revised 01/20/09 Contract No. 5510 Page 92 of 98 The Contractor's submittal shall include the names of its personnel, including subcontractor personnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit- required confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit-required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Worksite. (c) Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall indemnify and hold the Agency harmless from any legal action that may be brought for infringement of patents. 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer's approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and National laws and County and Municipal ordinances and regulations which in any manner affect those employed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: "In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of •K Revised 01/20/09 Contract No. 5510 Page 93 of 98 goods, services, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties." SECTION 8 - FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. All facilities provided for Agency personnel shall be at suitable locations approved by the Engineer. Such facilities must be in a room, building, or trailer provided for this purpose with acceptable means for locking. Offices and laboratories at plants may be used concurrently by inspection personnel of other agencies provided such use does not seriously conflict with Agency use. When facilities are shared in this manner, at least one locker provided with a hasp for a padlock must be available for the exclusive use of Agency inspectors. Otherwise any facilities furnished are for the exclusive use of Agency personnel. All facilities shall conform to the applicable codes, ordinances, and regulations of the local jurisdiction and of the State of California, and shall conform to current practice. The interior shall be paneled or suitably lined to provide a facility of good appearance. The Contractor shall provide janitorial and other maintenance services in all types of facilities provided. Such services shall include the supply of the appropriate paper products and dispensers. Trash receptacles shall be provided and emptied by the Contractor at weekly intervals or sooner as required. The trash shall be removed from the project site. All costs to furnish, maintain, service, and remove the specified facilities at the project site shall be included in the price bid for such facilities. If no bid item is provided in the proposal, costs shall be included in other items for which bids are entered. The first progress payment will not be approved until all facilities are in place and fully comply with the Specifications. 8-2 FIELD OFFICE FACILITIES. No facilities for Agency use are required for this contract. SECTION 9 - MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from measurements or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sections involved. Revised 01/20/09 Contract No. 5510 Page 94 of 98 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with duplicate licensed weighmaster's certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Standard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated "Lump Sum", "L.S.", or "Job", shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accordance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor's request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precautions which are the Contractor's responsibility have not been taken and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or Revised 01/20/09 Contract No. 5510 Page 95 of 98 structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6-10. Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion." If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor's failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as prescribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency's payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall rnake payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. From each progress estimate, 10 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from remaining progress estimates and from the final estimate may be limited to $500 or 10 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. • As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. Revised 01/20/09 Contract No. 5510 Page 96 of 98 After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written statement required in Section 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in Section 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Section 3-5, Disputed Work, for those claims remaining in dispute. 9-3.3 Delivered Materials. When provided for in the Specifications, and subject to the limitation and conditions therein, the cost of materials and equipment delivered but not incorporated into the Work will be included in the progress estimate. 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. •K Revised 01/20/09 Contract No. 5510 Page 97 of 98 9-3.4 Mobilization. When a bid item is included in the Proposal form for mobilization and subject to the conditions and limitations in the Specifications, the costs of work in advance of construction operations and not directly attributable to any specific bid item will be included in the progress estimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be included in the various items of work and no other payment will be made. Revised 01/20/09 Contract No. 5510 Page 98 of 98 TECHNICAL SPECIFICATIONS SECTION 01300 SUBMITTALS PART 1 - GENERAL 1.1 SUBMITTALS A. The Engineer's approval of submittals shall not relieve the Contractor of the entire responsibility for the correctness of the work covered by the submittal. The Contractor shall assume all responsibility for misfits and deficient work due to errors in the submittals. 1.2 DEFINITIONS A. Or-Equal—Whenever material or equipment is indicated in these specifications by stating names of proprietary items or of particular suppliers, the naming of the item is intended to establish the type, function, and quality required. The Contractor may select any of these named items for use on the project. When the name is followed by the words "or-equal," it indicates that a substitution may be submitted for approval. An "or- equal" item serves the same function; has the same dimensions, appearance, quality, terms of warranty, durability, reliability, cost in service and maintenance; and complies with the same codes and standards as the named item. Further, its substitution will have no effect on project details, cost, and program. B. Substitution—The use of an "or equal" item of material or equipment that meets contract requirements. C. Change or Deviation—The use of an alternative item of material or equipment that does not meet the contract requirements. In this section, the same procedure shall be followed to obtain approval as for substitutions. On the letter of transmittal, substitutions, changes, and deviations are noted as variations. 1.3 REQUIREMENTS FOR SUBMITTALS AND SUBMITTAL PACKAGES A. Submittals will be required for all fabricated articles. B. Submittals required by the specifications sections shall be in accordance with this section unless otherwise specified. Submittals not in accordance with this section and with the section requiring the submittal will be returned to the Contractor as unsatisfactory. C. Prior to transmission to the Engineer, the Contractor shall carefully review each submittal to confirm that it is complete and to verify whether or not the proposed items or work conform to contract requirements. Each submittal shall be dated, signed, and certified by the Contractor as being correct and in conformance with the drawings and the specifications. The Engineer will not review any items which have not been certified by the Contractor. All non-certified submittals will be returned to the Contractor without action taken by the Engineer, and any delays caused thereby shall be the responsibility of the Contractor. 11/1/09 Contract No. 5510 SUBMITTALS TAMARACK SEWER REPLACEMENT 01300-1 D. Items that are not in accordance with the contract requirements shall be conspicuously noted as such. The Contractor shall identify each proposed deviation on the corresponding letter of transmittal and include a written explanation of the necessity for each deviation with the letter of transmittal. Deviations that are not conspicuously marked on both the letter of transmittal and the corresponding drawing or data will be deemed to have been disapproved by the Engineer or not reviewed by the Engineer. E. Number of Copies Required 1. Each Submittal: Unless otherwise specified, The Contractor shall furnish 6 copies of each submittal. Each copy of the submittal shall have the letter of transmittal attached to it. 2. Drawings: Three half-size, direct prints of each original drawing shall be submitted for approval before manufacture or fabrication of the respective articles. 3. Reinforcing Steel Data: Three half-size direct prints of each original reinforcing steel bending diagram, placing list, and placing drawing shall be submitted for review. 4. Catalog sheets, brochures, and other printed sheets: Six copies shall be submitted. 5. Other Data: When the specifications require the submission of certifications, mill test reports, or purchase orders, a minimum of 3 copies shall be submitted to the Engineer, unless otherwise specified. F. Transmittal Format 1. A separate letter of transmittal, in a form acceptable to the Engineer, shall be used to transmit submittals for each specific item or class of material or equipment. An example of an acceptable letter of transmittal is included at the end of this section. a. Submittal of multiple items using a single letter of transmittal will be permitted only when the items taken together constitute a manufacturer's package or are so functionally related that expediency indicates review of the group or package as a whole. If multiple submittal items are transmitted under 1 transmittal letter, then the Contractor shall tab each individual submittal item in the package and provide a table of contents at the beginning of the submittal package. 2. The letter of transmittal for each submittal shall show the transmittal number, date of transmittal, project title, construction contract number, specifications section or drawing number to which the submittal pertains, brief description of the material or equipment submitted, and the company name or the originator of the submittal. Material descriptions shall include the following: type, size, trade name, manufacturer's/supplier's name, and other appropriate summarizing information. Submittal letters for shop drawing descriptions shall include the 11/1/09 Contract No. 5510 SUBMITTALS TAMARACK SEWER REPLACEMENT 01300-2 complete list of drawings/sheet numbers that are included in the submittal package. Each letter of transmittal shall be clearly marked to indicate the cases when the material is being submitted as a variation. 3. The transmittal number shall be indicated on every page of each copy of each submittal, and shall correspond to the number given in the letter of transmittal. Only the first sheet of a bound set of originally published or printed brochures or catalogs shall be numbered. a. Submittals shall be consecutively numbered beginning with the number 1. b. Multiple-page submittals (more than 25 pages) shall be collated into sets, and each set shall be put in a folder or bound before transmittal to the Engineer. c. When material or equipment is resubmitted for any reason, a new letter of transmittal shall have the original submittal number followed by a decimal and a number corresponding to the number of resubmittal. An example is 50.2, where 50 is the submittal number and 2 is the number of times submittal 50 has been resubmitted. The letter of transmittal shall indicate that it is a resubmittal. 1.4 SUBSTITUTIONS A. Submittals of substitutions, changes, and deviations shall be in accordance with this section and may be permitted subject to the following requirements: 1. The proposed substitution, change, or deviation is conspicuously marked on the drawings or data. 2. The corresponding line item on the letter of transmittal is conspicuously marked as a variation. 3. Proof shall be provided of the comparative quality and suitability of alternative equipment or materials for proposed substitutions. Description, information, performance data, and other information as may be required by the Engineer shall be submitted showing the equality of the materials or equipment offered to those specified. 4. A written explanation of the necessity for the proposed change or deviation shall be indicated in the Letter of Transmittal. 5. The Engineer will be the sole judge as to the comparative quality and suitability of alternative equipment or materials, and his decision will be final. B. Prequalified Products: If the specifications state that a specified product has been prequalified by the City, the following applies to that product. 1. A change in the formulation or quality control tolerances of an approved product will necessitate its requalification. 11/1/09 Contract No. 5510 SUBMITTALS TAMARACK SEWER REPLACEMENT 01300-3 2. Only those products that have been approved at the time of opening bids will be acceptable for use in the work; except, products may be approved after the bid opening date when there is sufficient time within the contract period to permit testing and qualification. Criteria pertaining to the qualification of products may be obtained from the Engineer. 3. No extension of time will be granted for the purpose of testing and qualifying proposed products. 1.5 ACTIONS BY THE ENGINEER AND SUBSEQUENT CONTRACTOR ACTIONS AND RESPONSIBILITIES A. The Engineer will reject incomplete submittals as not complying with the contract requirements. B. After receipt of a complete submittal and within the time limits described below, the Engineer will transmit the submittal back to the Contractor marked with the review status. 1. Product data, drawings, and other items submitted to the Engineer for approval will be returned marked: a. Approved b. Approved as Revised c. Returned for Revision 2. Reinforcing steel drawings and bending diagrams will be reviewed by the Engineer for rebar size, rebar spacing, and lap-splice location. Upon completion of the review, the Engineer will return the drawings marked: a. Reviewed - No corrections noted b. Reviewed - Corrections noted - No resubmittal required c. Reviewed - Resubmittal required 3. Certifications, structural calculations, shoring plans, manuals, test reports, and other plans and procedures submitted to the Engineer for review will be returned marked: a. Reviewed - No corrections noted b. Reviewed - Corrections noted - No resubmittal required c. Reviewed - Resubmittal required 11/1/09 Contract No. 5510 SUBMITTALS TAMARACK SEWER REPLACEMENT 01300-4 o C. For items marked Approved as Revised, the revisions will be marked on the appropriate product data sheets or drawings or will be described in the comment sheet or letter responding to the submittal. These product data sheets or drawings will be considered approved. D. Drawings marked Approved as Revised shall be revised, and new reproducible transparencies and prints shall be submitted within 30 working days. E. In the event the drawings or other data are found unsatisfactory, 1 copy of the submittal will be transmitted to the Contractor with a statement of the deficiencies. The Contractor shall at once revise the drawings or data and resubmit them to the Engineer. F. After approval of submittals, the Contractor shall not deviate from the design, details, or dimensions shown on the approved submittal without the written consent of the Engineer. Fabrication, installation, or other production work performed in advance of the receipt of approval of submittals shall be entirely at the Contractor's risk. 1.6 REVIEW SCHEDULE A. The sequencing and scheduling of submittals shall be in accordance with the priority established in the approved construction schedule. Submittals that affect the critical path and near-critical path work items and large equipment submittals shall be scheduled to provide the greatest amount of float possible. 1. Submittals shall be made far enough in advance of scheduled dates of installation to provide the time for reviews, for securing necessary approvals, for possible revision and resubmittal, and for placing orders and securing delivery. 2. When delay is caused by the need for resubmission of submittals, the Contractor will not be entitled to damages or extension of time on account of the delay. B. In its schedule, the Contractor shall show those submittals on the critical path leading up to the shutdowns. 1.7 SUBMITTAL LOG A. The Contractor shall prepare and maintain an accurate submittal log for the duration of the project. The log shall contain a listing of submittals and shall include the following information for each listed item: 1. Specification section reference 2. Projected submission date 3. Actual submission date 4. Projected need date for approval of the submittal 5. Actual return date from the Engineer 11/1/09 Contract No. 5510 SUBMITTALS TAMARACK SEWER REPLACEMENT 01300-5 6. Notation of the Engineer's response 7. Notation if resubmittal or record copy is required 1.8 RECORD COPIES A. Within 30 working days after approval of shop, assembly, or layout drawings, 1 half-size direct copy shall be forwarded to the Engineer. 1. Record copies of approved drawings shall be clean, legible without the use of magnification, and capable of producing copies that are comparable in quality to the original. Drawings which do not meet these criteria will not be accepted by the City. Any record drawing not accepted by the City must be revised and resubmitted until it is acceptable to the City. 1.9 SUBMITTAL FORMAT REQUIREMENTS A. Product Data: Product data shall be annotated or highlighted to show the particular items and options that are proposed for use in the work. B. Drawings 1. Drawings shall be submitted in complete sets together with required data so that sufficient information will be available for a thorough evaluation. 2. Each Contractor's drawing shall include as minimum identification for checking: a. Contractor's name b. Project name c. Applicable subcontractor's name, if any d. Preparer's name e. Submittal number f. Drawing number and date g. The contract and specification number h. Reference contract drawing number i. Drawing title and appropriate subtitles 3. Drawings shall have sufficient blank spaces for making corrections and for the Engineer's review stamp. The minimum blank space for stamping shall be a 3- inch square located at the lower right corner above the title block. Drawings submitted without sufficient information or sufficient spaces for making corrections and stamping will be returned without approval. 11/1/09 Contract No. 5510 SUBMITTALS TAMARACK SEWER REPLACEMENT 01300-6 4. Printed material such as catalog sheets, brochures, or other printed sheets may be submitted in place of drawings, provided that the printed material fully describes the manufactured articles to be installed. If in the opinion of the Engineer the printed material does not adequately describe the item, the printed material will be rejected and a shop drawing shall be submitted. 5. Substitution of tabular computer printouts for layout drawings will not be acceptable; however, the Contractor may submit computer printouts along with the mandatory drawings. CAD drawings are acceptable for submittal. C. Samples 1. Samples of fabricated items shall conform to the specified requirements for tolerance and finish for the work they represent. 2. Samples of materials shall be physically identical to the size, type, color, pattern, and texture of the materials proposed for incorporation in the work. 3. When selection from a range of choices is specified, samples for selection of color, pattern, texture, or other characteristic shall include a full set of the standard range of choices for the material or product. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) 11/1/09 Contract No. 5510 SUBMITTALS TAMARACK SEWER REPLACEMENT 01300-7 LETTER OF TRANSMITTAL FOR SUBMITTAL NO. CONTRACTOR: ADDRESS: PHONE: FAX: TO: Construction Management & Inspection City of Carlsbad 5950 El Camino Real Carlsbad, CA 92008 DATE: CONTRACT NO: NO: PROJECT: SPEC. WE ARE SUBMITTING THE ENCLOSED: D SHOP DRAWINGS D EQUIPMENT DATA D MATERIAL DATA D SAMPLES D CERTIFICATES OF COMPLIANCE D OTHER FOR YOUR: D APPROVAL D INFORMATION PLEASE RETURN COPIES FOR OUR RECORDS ITEM NO. DESCRIPTION OF ITEM NO. OF COPIES CONTRACT REFERENCE SPEC. SECTION OR DRAWING SHEET NO.VARIATION REMARKS: All deviations from the construction contract shall be explained in detail. I certify that the above submitted items have been reviewed in detail and are correct and in strict conformance with the contract drawings and specifications except as otherwise stated. NAME/SIGNATURE OF CONTRACTOR DISPOSITION: D APPROVED D REVIEWED—NO CORRECTIONS NOTED D APPROVED AS REVISED D REVIEWED—CORRECTIONS NOTED—NO RESUBMITTAL REQUIRED D RETURNED FOR REVISION D REVIEWED—RESUBMITTAL REQUIRED SEE ATTACHED SHEET FOR COMMENTS SIGNATURE AND TITLE OF APPROVING AUTHORITY DATE 3 11/1/09 TAMARACK SEWER REPLACEMENT Contract No. 5510 SUBMITTALS 01300-8 SECTION 02050 DEMOLITION PART 1 - GENERAL 1.1 THE REQUIREMENT A. THE CONTRACTOR shall furnish materials, equipment, and labor necessary to perform and complete demolition work called for in the Contract Documents. B. Manufactured articles, materials, equipment, and accessories shall be demolished as shown and in accordance with the manufacturer's specifications and recommendations, and industry standards, unless otherwise shown or specified. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section [02110] Clearing, Grubbing, and Stripping. B. Section [02200] Earthwork. C. PROTECTION OF PERSONS AND PROPERTY AND RESTORATION OF EXISTING IMPROVEMENTS of the GENERAL PROVISIONS. D. ENVIRONMENTAL CONTROLS of the GENERAL PROVISIONS. 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the applicable reference specifications as specified in the GENERAL PROVISIONS. B. Comply with the Carlsbad City Building Code. 1.4 CONTRACTOR SUBMITTALS A. General: Submittals shall be made in accordance with the GENERAL PROVISIONS. B. Demolition Schedule: The CONTRACTOR shall submit a complete coordination schedule for demolition work, including shut-off and continuation of utility services, with the ENGINEER'S approval prior to start of the work. The schedule shall indicate proposed methods and operations of facility demolition, and provide a detailed sequence of demolition and removal work to ensure uninterrupted operation of occupied areas. 11/01/09 DEMOLITION TAMARACK SEWER REPLACEMENT 02050-1 1.5 QUALITY ASSURANCE A. Comply with the applicable reference specifications as specified in the GENERAL PROVISIONS. 1.6 JOB CONDITIONS A. Condition of Facilities: AGENCY assumes no responsibility for actual condition of facilities to be demolished. The CONTRACTOR shall visit the site and inspect the existing facilities. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 OCCUPANCY AND POLLUTION CONTROL A. Water sprinkling, temporary enclosures, chutes, and other suitable methods shall be used to limit dust and dirt rising and scattering in the air. Comply with AGENCY regulations pertaining to environmental protection. B. Water shall not be used when it creates hazardous or objectionable conditions such as ice, flooding, or pollution. C. Water contaminated with sediment or hazardous or toxic materials shall not be allowed to run off into the public storm drain system (including street gutters). Such runoff shall be intercepted, collected and disposed of according to existing environmental regulations. 3.2 PROTECTION A. Safe passage of persons around area of demolition shall be ensured. Operations shall be conducted to prevent damage to adjacent buildings, structures, other facilities, and people. B. Interior and exterior shoring, bracing, or supports shall be provided to prevent movement, settlement or collapse of structures to be demolished, and to adjacent facilities to remain. C. Existing landscaping materials, structures, and appurtenances, which are not to be demolished shall be protected and maintained as necessary and in accordance with Section 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS of the GENERAL PROVISIONS. D. The CONTRACTOR shall protect and maintain conduits, drains, sewers, pipes, and wires that are to remain on the property. 11/01/09 DEMOLITION TAMARACK SEWER REPLACEMENT 02050-2 3.3 STRUCTURE DEMOLITION A. Building structures and appurtenances shall be demolished as shown and required to complete work within limitations of governing regulations. B. Small structures may be removed intact when acceptable to the ENGINEER and approved by authorities having jurisdiction. C. Demolition shall proceed in a systematic manner, in accordance with permits and approved submittals. D. Concrete and masonry shall be demolished in sections. Use bracing and shoring to prevent collapse. E. Demolition equipment shall be dispersed throughout structure and demolished materials removed to prevent excessive loads on supporting walls, floors, or framing. 3.4 BELOW-GRADE DEMOLITION A. Footings, foundation walls, below-grade construction and concrete slabs on grade shall be demolished and removed. B. Below-grade areas and voids resulting from demolition of structures shall be completely filled. C. All fill and compaction shall be in accordance with Section [02200], "Earthwork". D. After fill and compaction, surfaces shall be graded to meet adjacent contours and to provide flow to surface drainage structures, or as shown. 3.5 DISPOSAL OF DEMOLISHED MATERIALS A. Demolition and removal of debris shall be conducted to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities which shall not be closed or obstructed without permission from the CITY. Alternate routes shall be provided around closed or obstructed traffic ways. B. Site debris, rubbish, hazardous materials identified in Part 1.1-B herein and other materials resulting from demolition operations shall be removed at the CONTRACTOR'S expense. Burning of removed materials from demolished structures shall not be permitted on site. C. The CONTRACTOR shall request from the ENGINEER an EPA Generator ID Number. The ENGINEER will provide the number to the CONTRACTOR. This number will be used on all Hazardous Waste Manifests or Shipping Papers used to transport hazardous waste. Copies of all manifests and shipping papers will be provided to the ENGINEER at the time of transport for any Hazardous Waste and completed copies signed by the TSDF will be returned to the ENGINEER within the time frames specified by state and federal regulations. 11/01/09 DEMOLITION TAMARACK SEWER REPLACEMENT 02050-3 3.6 PATCHING AND REPAIRING A. The CONTRACTOR shall provide patching, replacing, repairing, and refinishing of damaged areas involved in demolition as necessary to match the existing adjacent surfaces whether shown or not shown, with materials and procedures approved by the ENGINEER. B. The CONTRACTOR shall repair all damages caused to adjacent facilities by demolition as directed by the ENGINEER at no cost to the CITY. C. The CONTRACTOR shall make a detailed inspection after patching and repairing has been completed, and shall carefully remove splattering of mortar from adjoining work (particularly, but not limited to, plumbing fixtures, trim, tile, and finish metal surfaces), and make good any damage caused by such cleaning operations. 3.7 CLEANING A. During and upon completion of work, the CONTRACTOR shall promptly remove unused tools and equipment, surplus materials, rubbish, debris, and dust and shall leave areas affected by work in a clean, approved condition in accordance with the GENERAL PROVISIONS. B. Clean adjacent structures and facilities of dust, dirt, and debris caused by demolition, as directed by the ENGINEER or the INSPECTOR, and return adjacent areas to condition existing prior to start of work. C. The CONTRACTOR shall remove and legally dispose of demolished materials and debris from the site. D. The CONTRACTOR shall clean and sweep the street and road daily unless otherwise approved by the Engineer. 11/01/09 DEMOLITION TAMARACK SEWER REPLACEMENT 02050-4 SECTION 02110 CLEARING, GRUBBING, AND STRIPPING PART 1 - GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work associated with removal of all natural and artificial objectionable material from the designated areas of work as indicated in the Contract Documents. B. This section shall also include the protection from injury and preservation of existing improvements, adjacent property, utility vegetation and existing objects designated to remain. C. Prior to commencing the work, obtain acceptance from the ENGINEER regarding methods to be used and disposal of removed materials. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section [02200] Earthwork. B. Section [02050] Demolition. 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the applicable reference specifications of the GENERAL PROVISIONS. 1.4 CONTRACTOR SUBMITTALS A. Submit schedule of clearing, grubbing, and erosion control measures to be put in place for all work scheduled during the rainy season (October - April). 1.5 QUALITY ASSURANCE A. Comply with the applicable Reference Specifications of the GENERAL PROVISIONS. 11/1/09 CLEARING, GRUBBING, AND STRIPPING TAMARACK SEWER REPLACEMENT 02110-1 PART 2 - PRODUCTS 2.1 GENERAL A. Clearing shall consist of removing all vegetable growth such as trees, roots, stumps, shrubs, brush, limbs, and other vegetative growth. Remove all evidence of their presence from the growth surface. Clearing shall also include the removal and disposal of trash piles, rubbish, and fencing. 2.2 PRESERVATION OF TREES, SHRUBS, AND OTHER VEGETATION A. Protect trees, shrubbery, and other vegetation not designated for removal from damage resulting from the work. Cut and remove tree branches only where, in the opinion of the ENGINEER, such cutting is necessary to effect construction. Scars resulting from the removal of branches shall be treated with an approved tree sealant. 2.3 GRUBBING A. Grubbing shall consist of the removal and disposal of wood, stumps or root matter 36 inches below the ground or subgrade surface, whichever is deeper, unless otherwise shown on the Drawings. Clearing shall include stumps, logs, roots, or root systems greater than 1.5 inches in diameter or thickness. 2.4 CLEARING AND GRUBBING FOR TRENCHING A. The CONTRACTOR shall obtain ENGINEER'S approval before beginning excavation. The CONTRACTOR shall complete clearing and grubbing prior to the start of trenching. The CONTRACTOR shall not permit excavated materials to cover vegetation prior to disposal. 2.5 REMOVAL AND DISPOSAL OF CLEARING AND GRUBBING DEBRIS A. General: All materials removed shall be disposed of outside of the right-of-way. No accumulation of flammable material shall remain on or adjacent to the right-of-way. The roadway and adjacent areas shall be left with a neat and finished appearance. B. Bituminous Pavement: Bituminous pavement removal shall be in conformance with SSPWC Section 300-1.3.2. C. Concrete Pavement: Concrete pavement removal shall be in conformance with SSPWC Section 300-1.3.2. D. Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections: Concrete removal shall be in conformance with SSPWC Section 300-1.3.2. 2.6 STRIPPING A. Stripping shall include the removal and disposal of all organic sod, topsoil, grass and grass roots, and other objectionable material remaining after clearing and grubbing from the areas designated to be stripped. The depth of stripping shall be as shown on the Drawings and specified herein. B. Topsoil from the strippings shall be stockpiled and used for the finished site grading. Excess topsoil will be placed in the waste disposal areas designated by the ENGINEER. 11/1/09 CLEARING, GRUBBING, AND STRIPPING TAMARACK SEWER REPLACEMENT 02110-2 o PART 3 - EXECUTION 3.1 CLEARING AND GRUBBING A. Clearing and grubbing shall be in conformance with the SSPWC Section 300-1, except 300-1.4. 3.2 STRIPPING A. Prior to beginning any excavation or fill, strip the topsoil to a depth sufficient to remove all organic material. In general, topsoil shall be removed where structures are to be built, trenches dug, and roads, parking lots, walks, and similar improvements constructed within the areas presently covered with topsoil. Topsoil shall be stored clear of the construction area. Take reasonable care to prevent the topsoil from becoming mixed with subsoil. 11/1/09 CLEARING, GRUBBING, AND STRIPPING TAMARACK SEWER REPLACEMENT 02110-3 SECTION 02140 DEWATERING PART 1 - GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall dewater trench and structure excavations, in accordance with the Contract Documents. The CONTRACTOR shall secure all necessary permits to complete the requirements of this Section of the Specifications. B. Ground water will likely be encountered during the construction of the pile foundations for the overhead sign structure. 1.2 CONTRACTOR SUBMITTALS A. Prior to commencement of excavation, the CONTRACTOR shall submit a detailed plan and operation schedule for dewatering of excavations. The CONTRACTOR may be required to demonstrate the system proposed and to verify that adequate equipment, personnel, and materials are provided to dewater the excavations at all locations and times. The CONTRACTOR'S dewatering plan shall have a layout plan of the dewatering system and provide an approved water disposal system. The CONTRACTOR'S dewatering plan shall be reviewed by the Engineer. 1.3 QUALITY CONTROL A. It shall be the sole responsibility of the CONTRACTOR to control the rate and effect of the dewatering in such a manner as to avoid all objectionable settlement and subsidence. B. All dewatering operations shall be adequate to assure the integrity of the finished project and shall be the responsibility of the CONTRACTOR. C. Where critical structures or facilities exist immediately adjacent to areas of proposed dewatering, reference points shall be established and observed at frequent intervals to detect any settlement which may develop. The responsibility for conducting the dewatering operation in a manner which will protect adjacent structures and facilities rests solely with the CONTRACTOR. The cost of repairing any damage to adjacent structures and restoration of facilities shall be the responsibility of the CONTRACTOR. PART 2 - PRODUCTS 2.1 EQUIPMENT A. Dewatering, where required, may include the use of well points, sump pumps, temporary pipelines for water disposal, rock or gravel placement, and other means. Standby pumping equipment shall be maintained on the jobsite. 11/1/09 Contract No. 5510 DEWATERING TAMARACK SEWER REPLACEMENT 02140-1 PART 3 - EXECUTION 3.1 GENERAL REQUIREMENTS A. The CONTRACTOR shall provide all equipment necessary for dewatering. It shall have on hand, at all times, sufficient pumping equipment and machinery in good working condition and shall have available, at all times, competent workmen for the operation of the pumping equipment. Adequate standby equipment shall be kept available at all times to ensure efficient dewatering and maintenance of dewatering operation during power failure. B. Dewatering for structures and pipelines shall commence when groundwater is first encountered, and shall be continuous until such times as water can be allowed to rise in accordance with the provisions of this Section or other requirements. C. At all times, site grading shall promote drainage. Surface runoff shall be diverted from excavations. Water entering the excavation from surface runoff shall be collected in shallow ditches around the perimeter of the excavation, drained to sumps, and be pumped or drained by gravity from the excavation to maintain a bottom free from standing water. D. Dewatering shall at all times be conducted in such a manner as to preserve the undisturbed bearing capacity of the subgrade soils at proposed bottom of excavation. E. If foundation soils are disturbed or loosened by the upward seepage of water or an uncontrolled flow of water, the affected areas shall be excavated and replaced with drain rock. F. The CONTRACTOR shall maintain the water level below the bottom of excavation in all work areas where groundwater occurs during excavation construction, backfilling, and up to acceptance. G. Flotation shall be prevented by the CONTRACTOR by maintaining a positive and continuous removal of water. The CONTRACTOR shall be fully responsible and liable for all damages which may result from failure to adequately keep excavations dewatered. H. If well points or wells are used, they shall be adequately spaced to provide the necessary dewatering and shall be sandpacked and/or other means used to prevent pumping of fine sands or silts from the subsurface. A continual check by the CONTRACTOR shall be maintained to ensure that the subsurface soil is not being removed by the dewatering operation. I. The CONTRACTOR shall dispose of water from the WORK in a suitable manner without damage to adjacent property. CONTRACTOR shall be responsible for obtaining any permits that may be necessary to dispose of water. No water shall be drained into work built or under construction without prior consent of the ENGINEER. Water shall be filtered using an approved method to remove sand and fine-sized soil particles before disposal into any drainage system. 3 11/1/09 Contract No. 5510 DEWATERING TAMARACK SEWER REPLACEMENT 02140-2 J. The release of groundwater to its static level shall be performed in such a manner as to maintain the undisturbed state of the natural foundation soils, prevent disturbance of compacted backfill and prevent flotation or movement of structures, pipelines, and sewers. K. Dewatering of trenches and other excavations shall be considered as incidental to the construction of the WORK and all costs thereof shall be included in the various contract prices in the Bid Forms, unless a separate bid item has been established for dewatering. 11/1/09 Contract No. 5510 DEWATERING TAMARACK SEWER REPLACEMENT 02140-3 SECTION 02200 EARTHWORK PART 1 - GENERAL 1.1 THE REQUIREMENT A. The work of this Section includes all earthwork required for construction of the WORK. Such earthwork shall include, but not be limited to, the loosening, removing, loading, transporting, depositing, and compacting in its final location of all materials wet and dry, as required for the purposes of completing the work specified in the Contract Documents, which shall include, but not be limited to, the furnishing, placing, and removing of sheeting and bracing necessary to safely support the sides of all excavation; all pumping, ditching, draining, dewatering, and other required measures for the removal or exclusion of water from the excavation; 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; borrow of materials to make up deficiencies for fills; and all other incidental earthwork, all in accordance with the requirements of the Contract Documents. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Division [02] FACILITIES SITEWORK, as applicable. B. Division [15] MECHANICAL, Piping, General. 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the applicable reference specifications as specified in the GENERAL PROVISIONS. B. Comply with the current provisions of the following Codes and Standards: 1. Commercial Standards: ASTM C 136 Test Method for Sieve Analysis of Fine and Coarse Aggregates. ASTM D 422 Test Method for Particle-Size Analysis of Soils. ASTM D 1556 Test Method for Density of Soil in Place by the Sand-Cone Method. ASTM D 1557 Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 10-lb (4.54-kg) Rammer and 18-in (457-mm) Drop. ASTM D 1633 Test Method for Compressive Strength of Molded Soil-Cement Cylinders. ASTM D 2166 Test Method for Unconfined Compressive Strength of Soils. 11/1/09 EARTHWORK TAMARACK SEWER REPLACEMENT 02200-1 ASTM D2419 Test Method for Sand Equivalent Value of Soils and Fine Aggregate. ASTM D 2435 Test Method for One-Dimensional Consolidation Properties of Soils. ASTM D 2487 Classification of Soils for Engineering Purposes. ASTM D 2901 Test Method for Cement Content of Freshly-Mixed Soil-Cement. ASTM D 2922 Test Methods for Density of Soil and Soil- Aggregate in Place by Nuclear Methods (Shallow Depth). ASTM D 3017 Test Methods for Moisture Content of Soil & Rock in Place by Nuclear Methods (Shallow Depth). UBC No. 29-2 Test Method for Expansion Index of Soils. 2. Standard Specifications: SSPWC Sections 203-1, 203-2, 203-3 - Bituminous Materials SSPWC Section 211 - Soil and Aggregate Tests SSPWC Section 300 - Earthwork SSPWC Section 306-1 - Open Trench Operations 3. Uniform Building Code: 4. California Labor Code. 11/1/09 EARTHWORK TAMARACK SEWER REPLACEMENT 02200-2 1.4 CONTRACTOR SUBMITTALS A. Submittals, including samples of materials, shall be in accordance with the GENERAL PROVISIONS. B. The CONTRACTOR'S attention is directed to the provisions for "Shoring and Bracing Drawings" in Section 6705 of the California Labor Code, and SSPWC Section 306-1.1. The CONTRACTOR, prior to beginning any trench or structure excavation 5 feet deep or over shall submit to the ENGINEER and shall be in receipt of the ENGINEER written acceptance of the CONTRACTOR'S detailed plan showing design of all shoring, bracing, sloping of the sides of excavation, and other provisions for worker protection against the hazard of caving ground during the excavation of such trenches or structure excavation. The plans shall be prepared by a qualified civil or structural engineer licensed in the State of California and employed by an independent engineering firm insured against errors and omissions to the extent required by the ENGINEER. The submittal(s) shall include a site location map referencing existing features; detailed plans; elevations, and various sections indicating all excavation slopes, shoring components and connections and showing all structures and utilities potentially influenced by the performance of shoring, trenching or structure excavation along with supporting calculations; notes including sequence of construction, materials, and other clarification as required by the California Labor Code, SSPWC, and the contract documents. 1.5 QUALITY ASSURANCE A. General: All soils testing will be done by a testing laboratory of the ENGINEER'S choice at the AGENCY'S expense except as specified in Paragraph 1.5C below. B. Where soil material is required to be compacted to a percentage of maximum dry density, the maximum dry density at optimum moisture content will be determined in accordance with the latest version of ASTM D 1557. In-place field density tests will be performed in accordance with ASTM D 1556, (sand cone) and/or ASTM D 2922 and ASTM D 3017 (nuclear gauge). The number and location of field density tests will be determined by the ENGINEER. At least one sand-cone test (ASTM D 1556) will be taken for every [four] nuclear tests (ASTM D 2922 and 3017). C. In case the tests of the fill or backfill show non-compliance with the required density, the CONTRACTOR shall accomplish such remedy as may be required to ensure compliance. Subsequent testing to show compliance shall be by a testing laboratory selected by the ENGINEER and shall be at the CONTRACTOR'S expense. All imported fill material not specified in the contract shall be tested at the CONTRACTOR'S expense and approved by the ENGINEER. D. Where imported fill material is required to possess certain gradation, strength, and settlement properties, the grain size distribution of soils will be determined using ASTM D 422, the gradation of concrete aggregate and base materials will be determined using ASTM C 136, the sand equivalent of soils will be determined using ASTM D 2419, the consolidation of soils will be determined using ASTM D 2435, the unconfined compressive strength of soils will be determined using ASTM D 2166, and the expansion index of soils will be determined using UBC No. 29-2. 11/1/09 EARTHWORK TAMARACK SEWER REPLACEMENT 02200-3 2.1 SUITABLE FILL AND BACKFILL MATERIAL REQUIREMENT A. General: Fill, backfill, and embankment materials shall be suitable selected or processed clean, fine earth, rock, or sand, and free from grass, roots, brush, or other vegetation; contamination; or deleterious material. B. Suitable materials may be obtained from onsite excavations, may be processed onsite materials, or may be imported provided these materials meet all the requirements in the contract documents. If imported materials are required to meet the requirements of this Section or to meet the quantity requirements of the project, the CONTRACTOR shall provide the imported fill materials and the required reports of test results at no additional expense to the AGENCY, unless a unit price item is included for imported materials in the bidding schedule. Unclassified fill shall consist of all fill unless separately designated. Unclassified fill shall conform to the requirements of SSPWC Section 300-4 and the requirements stated in the recommendations of the Geotechnical Report. The following types of suitable materials are designated and defined as follows: 1. Crushed Aggregate Base (CAB) shall conform to the requirements of SSPWC Section 200-2.2. 2. Crushed Miscellaneous Base SSPWC Section 200-2.4. (CMB) shall conform to the requirements of Drainrock shall be crushed rock or gravel, durable and free from slaking or decomposition under the action of alternate wetting or drying. The material shall be uniformly graded and shall meet the following gradation requirements: Sieve Size 1-inch 3/4-inch 3/8-inch No. 4 No. 8 No. 30 No. 50 No. 200 Percentage Passing 100 90-100 40-100 25-40 18-33 5-15 0-7 0-3 The drainrock shall have a sand equivalent value not less than 75. The finish graded surface of the drainrock immediately beneath hydraulic structures shall be stabilized to provide a firm, smooth surface upon which to construct reinforced concrete floor slabs. The CONTRACTOR shall use, at its option, one of the asphalt types listed below, conforming to SSPWC Section 203-2 or SSPWC Section 203-3. Designation Spray Temperature (°F) Coverage (gal/sq yd) Type 1 SC-70 135-175 0.50 Type 2 SC-250 165-200 0.50 TypeS RS-1 70-120 0.50 If the surface remains tacky, sufficient sand shall be applied to absorb the excess asphalt. 11/1/09 TAMARACK SEWER REPLACEMENT EARTHWORK 02200-4 Primary Structural Fill shall conform to the requirements stated in the recommendations of the Geotechnical Report. Structure Backfill material shall conform to the requirements of SSPWC Section 300-3.5.1 and the requirements stated in the recommendations of the Geotechnical Report. Previous Backfill material shall conform to the requirements of SSPWC Section 300-3.5.2 and the requirements in the recommendations stated in the recommendations of the Geotechnical Report. Type A Bedding material shall conform to the requirements for 3/4-inch Crushed Roek, 1/2-inch Crushed Rock, No. 3 Concrete Aggregate, No. 4 Concrete Aggregate, or Portland Cement Concrete Sand in SSPWC Section 200-1 for pipes larger than 24 inches in diameter. Type A Bedding material shall conform to the requirements for Type B Bedding material or the requirements for Portland Cement Concrete Sand in SSPWC Section 200-1 for pipes 24 inches or smaller in diameter. Type B Bedding material shall conform to the requirements for 1/2-inch Crushed Rock or No. 4 Concrete Aggregate in SSPWC Section 200-1. Concrete Pipe Bedding material shall conform to the requirements of SSPWC Section 201-1. Sand-Cement Slurry material shall conform to the requirements of SSPWC Section 201- 1 for Trench Backfill Slurry. Soil Cement material shall conform to the requirements of SSPWC Section 301-3.1. Topsoil material shall conform to the requirements of SSPWC Section 212-1.1. USE OF FILL, BACKFILL, AND EMBANKMENT MATERIAL TYPES C. The CONTRACTOR shall use the types of materials as designated herein for all required fill, backfill, and embankment construction hereunder. D. Where these Specifications conflict with the requirements of any local agency having jurisdiction, or with the requirements of a material manufacturer, the ENGINEER shall be immediately notified. In case of conflict therewith, the CONTRACTOR shall use the most stringent requirement, as determined by the ENGINEER. E. Fill and backfill types shall be used in accordance with the following provisions: 1. Embankment fills shall be constructed of 2. Pipe zone backfill, as defined under "Pipe and Utility Trench Backfill" herein, shall consist of the following materials for each pipe material listed below. Where pipelines are installed on grades exceeding 4 percent, and where backfill materials are graded such that there is less than 10 percent passing a Number 4 sieve, soil cement trench plugs shall be provided at minimum intervals of 200 feet. 11/1/09 EARTHWORK TAMARACK SEWER REPLACEMENT 02200-5 a. Mortar coated pipe, concrete pipe, and uncoated ductile iron pipe shall be provided Type A Bedding, Type B Bedding, or Concrete Pipe Bedding materials as defined herein for pipe zone backfill material. b. Coal tar enamel coated pipe, polyethylene encased pipe, tape wrapped pipe, and other non-mortar coated pipe shall be backfilled with Portland Cement Concrete sand conforming to SSPWC Section 200-1 or Concrete Pipe Bedding material as defined herein for pipe zone backfill material. c. Plastic pipe and vitrified clay pipe shall be backfilled with 3/4-inch Crushed Rock conforming to SSPWC Section 200-1 or Concrete Pipe Bedding material as defined herein for pipe zone backfill material. 3. Trench zone backfill for pipelines as defined under "Pipe and Utility Trench Backfill" shall be Unclassified Fill material as defined herein unless conditions require the use of a designated material as indicated in the Contract Documents. 4. Final backfill material for pipelines under paved areas, as defined under "Pipe and Utility Trench Backfill" shall be Crushed Aggregate Base (CAB) material as defined herein. 5. Trench backfill and final backfill for pipelines under structures shall be the same material as used in the pipe zone, except where concrete encasement is required by the Contract Documents. 6. Aggregate base materials under pavements shall be Crushed Aggregate Base (CAB) material constructed to the thickness shown or specified. 7. Backfill around or behind structures shall consist of Structure Backfill as defined herein unless indicated otherwise in the Contract Documents. 8. Fill materials beneath structures shall be as follows: a. Fill beneath hydraulic structures or other water retaining structures with underdrain systems shall be drainrock material, as defined herein, constructed to the limits and thicknesses shown or specified. b. FiN beneath structures without underdrain systems shall be Primary Structural Fill as defined herein. c. Fill beneath structures where groundwater must be removed to allow placement of concrete shall be Primary Structural Fill as defined herein. 9. Backfill used to replace pipeline trench over-excavation shall consist of Type B Bedding material as defined herein. 10. The top 6 inches of fill on concrete reservoir roofs, embankment fills around hydraulic structures, and all other embankment fills shall consist of Topsoil as defined herein. 11/1/09 TAMARACK SEWER REPLACEMENT EARTHWORK 02200-6 PART 3 - EXECUTION 3.1 CLEARING, GRUBBING, AND STRIPPING A. Clearing and grubbing shall be performed in accordance with SSPWC Section 300-1. B. Stripping shall include the removal and disposal of all organic sod, topsoil, grass and grass roots, and other objectionable material remaining after clearing and grubbing from the areas designated to be stripped. The depth of stripping shall be as shown on the Drawings and specified herein. C. Topsoil from the strippings shall be stockpiled and may be used for the finished site grading, subject to the approval of the ENGINEER. Excess topsoil will be placed in the waste disposal areas designated by the ENGINEER. D. Prior to beginning any excavation or fill, strip the topsoil to a depth sufficient to remove all organic material. In general, topsoil shall be removed where structures are to be built, trenches dug, and roads, parking lots, walks, and similar improvements constructed within the areas presently covered with topsoil. Topsoil shall be stored clear of the construction area. Take reasonable care to prevent the topsoil from becoming mixed with subsoil. 3.2 STRUCTURE, ROADWAY, AND EMBANKMENT EXCAVATION A. General: Except when specifically provided to the contrary, excavation shall include the removal of all materials of whatever nature encountered, including all obstructions of any nature that would interfere with the proper execution and completion of the work. The removal of said materials shall conform to the lines and grades shown or ordered. Unless otherwise provided, the entire construction site shall be stripped of all vegetation, debris, and all deleterious materials, and such materials shall be removed from the site prior to performing any excavation or placing any fill. The CONTRACTOR shall furnish, place, and maintain all supports and shoring that may be required for the sides of the excavations, and all pumping, ditching, or other measures for the removal or exclusion of water, including taking care of storm water, groundwater (dewatering if required), and wastewater reaching the site of the work from any source so as to prevent damage to the work or adjoining property. Excavations shall be sloped or otherwise supported in a safe manner in accordance with applicable Uniform Building Code requirements, State safety requirements, and the requirements of OSHA Safety and Health Standards for Construction (29CFR1926), and the Contract Documents. B. Shoring of Excavations: The CONTRACTOR shall be fully responsible for providing and constructing shoring and bracing to prevent slides or cave-ins and to protect all existing improvements in the vicinity from damage as required. The CONTRACTOR shall submit to the ENGINEER, for approval, shop drawings showing the limits, design criteria, shoring details, sequence of placement and removal, dewatering plans, and other data deemed pertinent by the Engineer to shore the excavation in accordance with the GENERAL PROVISIONS. These shop drawings shall be prepared, signed, and sealed by a qualified Civil or Structural Engineer registered in the State of California. 1. All piling required for shoring shall be installed by drilling. Driven piles of any types will not be allowed without the approval of the ENGINEER. 2. The CONTRACTOR shall not begin excavation operations until the shoring drawings have been reviewed by the ENGINEER. Review of the CONTRACTOR 11/1/09 EARTHWORK TAMARACK SEWER REPLACEMENT 02200-7 shoring plans shall not be constructed to invalidate other provisions of the GENERAL PROVISIONS (or these Specifications) or relieve the CONTRACTOR of the responsibilities inherent in the pursuance of the work. The CONTRACTOR shall, at its cost and for all its shoring work, obtain permits from the Engineering Department. 3. The CONTRACTOR shall furnish all labor, equipment, and materials to construct, install, and remove the entire shoring system including removal of lagging, soldier beams, and bracing and detensioning of tiebacks. Full compensation for the shoring and its removal shall be considered as included in the Contract Price and no additional compensation will be allowed. 4. Design of shoring shall be in accordance with the applicable requirements of the Uniform Building Code, and the Safety Orders of the Division of Industrial Safety, State of California. The CONTRACTOR shall be responsible for providing more extensive shoring or bracing systems than those required by the Construction Safety Orders when necessitated by conditions indicated on the drawings, specified, or otherwise required by the Work. 5. The shoring and bracing shall be designed in accordance with the data provided in the Geotechnical Investigation Report and shall consider all surcharge loads imposed. 6. Where the shoring support system is within 10 feet of a street, it shall be designed to withstand a minimum surcharge load equivalent to 2 feet in height of earth added to the active earth pressure in the upper 10 feet of shoring. Shoring support systems adjacent to other structures shall be designed to withstand all loads applied to the shoring system from adjacent structures. 7. Where shoring will support adjacent structures or facilities and excessive deflection can lead to structure settlement, braced or tieback shoring shall be utilized. Braced or tieback shoring supporting adjacent nearby facilities shall be designed and constructed to limit the maximum horizontal deflection of the shoring to 1/2-inch or less as directed by the ENGINEER. Deflection of the shoring system shall be monitored on a weekly basis by a licensed surveyor employed by the CONTRACTOR. Monitoring of the shoring shall be performed in the presence of the ENGINEER, with a written report to be submitted to the ENGINEER within 24 hours. 8. Any delay and/or expense incurred due to excess shoring deflection shall be at the CONTRACTOR'S expense. 9. Where tieback anchors are used in shoring excavations, the installation and testing of tieback anchors shall comply as specified herein. o 11/1/09 EARTHWORK TAMARACK SEWER REPLACEMENT 02200-8 10. The CONTRACTOR shall provide all equipment and instrumentation necessary for verification of the adequacy of the tiebacks. a. A dial gauge capable of measuring displacements to 0.001 inch precision and having 6 inches of travel shall be used to measure tieback movement. b. A hydraulic jack and pump shall .be used to apply the test load. The pressure gauge shall be graduated in 100 psi increments or less. The load shall be applied incrementally. The load shall be raised or lowered from one increment to another as determined by the ENGINEER. c. The stressing equipment shall be placed over the anchor tendon in such a manner that the jack, bearing plate, and streesing anchorage are axially aligned with the tendon and the tendon is centered within the equipment. 11. For temporary tieback anchor installation, the number of anchors tested to the 200 percent design load shall be determined by the ENGINEER; however, a minimum of 2 percent of the anchors at each level shall be tested to the 200 percent load and held at a constant tension for a period of time not less than 24 hours. Once the loading for 200 percent of the design load is reached, the axial extension of the anchor assembly shall not exceed 1/2-inch. An axial extension exceeding 1 inch is considered as failure, while axial extensions ranging from 1/2-inch to 1 inch may be assigned partial capacity ratings subject to approval of the structural engineer responsible for the design of the shoring system and the ENGINEER. The total axial anchor extension, measured from the time of initial load application to the termination of the 200 percent load shall not exceed 4 inches. If the total axial extension of the anchor exceeds 4 inches, the ENGINEER may down rate or reject the anchor as unacceptable. 12. All remaining tieback anchors shall be proof tested to at least 150 percent of the design load, any proof-tested anchor with axial extension exceeding 0.1 inch after 15 minutes under 150 percent of design load or a total axial extension exceeding 4 inches from initial application of load to termination of the test may be down rated or rejected by the ENGINEER. 13. The CONTRACTOR shall submit anchor-testing procedures to the ENGINEER for approval prior to installation of any temporary tieback anchors. 14. Grouted anchors that depend on the maintenance of high grout pressures for their design capacity shall not be permitted. 11/1/09 EARTHWORK TAMARACK SEWER REPLACEMENT 02200-9 C. Excavation Beneath Structures and Embankments: Except where otherwise specified for ^H^ a particular structure or ordered by the ENGINEER, excavation shall be carried to the grade of the bottom of the footing or slab. Where shown or ordered, areas beneath ""***** structures or fills shall be over-excavated. The subgrade areas beneath embankments shall be excavated to remove not less than the top [8 inches] of native material and where such subgrade is sloped, the native material shall be benched. When such over-excavation is shown, both over-excavation and subsequent backfill to the required grade shall be performed by the CONTRACTOR. When such over-excavation is not shown on the plan and not specified but is ordered by the ENGINEER, such over-excavation and any resulting backfill will be paid for under a separate unit price bid item if such bid item has been established and approved by the ENGINEER prior to commencing the work; otherwise payment will be made in accordance with a negotiated price. After the required excavation or over-excavation has been completed, the exposed surface shall be scarified to a depth of 8 inches, brought to optimum moisture content, and rolled with heavy compaction equipment to obtain the required relative compaction. D. Excavation Beneath Concrete Reservoir: Excavation under the reservoir shall extend to the bottom of the drainrock layer. After such excavation has been completed, the exposed surface shall be rolled with heavy compaction equipment to [90] [95] percent of maximum dry density and then graded to provide a reasonably smooth surface for placement of the drainrock. Areas under the reservoir upon which fill is to be placed shall be scarified to a depth of 8 inches, brought to optimum moisture content, and compacted to obtain 95 percent of maximum dry density. E. Excavation Beneath Paved Areas: Excavation under areas to be paved shall extend to the bottom of the aggregate base, if such base is called for; otherwise it shall extend to the paving thickness. After the required excavation has been completed, the exposed surface shall be scarified to a depth of at least 12 inches, brought to optimum moisture content, and rolled with heavy compaction equipment to obtain 95 percent of maximum dry density. F. Excavation Subgrade and Below Subgrade: 1. Excavate and shape subgrade to line, grade, and cross-section shown on Drawings. Following receipt of written acceptance for the subgrade by the ENGINEER, compact the subgrade with approved equipment until the top 6-inches is compacted to [90] [95] percent of maximum dry density at optimum moisture content as determined by ASTM D 1557. Remove all soft, loose, or otherwise unsuitable material and replace with suitable sandy material. The finished subgrade shall be firm, hard and unyielding. The subgrade shall be considered to extend over the full width of the base course. Compaction shall extend 18 inches beyond the edge of paving, curb, or form. 2. Where the ENGINEER deems subgrade material to be unsatisfactory, excavation below subgrade will be required to such depths as necessary to remove the unsatisfactory material. Excavation below grade shall be of the same classification as that above it provided it is removed in the same operation as the normal excavation. Special equipment or hand excavation may be required because of the presence of shallow utilities or other unforeseen conditions. G. Notification of ENGINEER; The CONTRACTOR shall notify the ENGINEER at least 2 working days in advance of completion of any structure excavation and shall allow the ENGINEER a review period of at least one day before the exposed foundation is scarified and compacted or is covered with backfill or with any construction materials. /*•% 11/1/09 EARTHWORK TAMARACK SEWER REPLACEMENT 02200-10 3.3 PIPELINE AND UTILITY TRENCH EXCAVATION A. General: Unless otherwise shown or ordered, excavation for pipelines and utilities shall be open-cut trenches conforming to SSPWC Section 306-1.1. Trench widths shall be kept as narrow as is practical for the method of pipe zone densification selected by the CONTRACTOR, but shall have a minimum width at the bottom of the trench equal to the outside diameter of the pipe plus 18 inches. The maximum width at the top of the pipe shall be in accordance with Table A of Standard Plan S-251. If the maximum trench width is exceeded, the Contractor shall provide substitute installation in accordance with Table B of Standard Plan S-251. B. Trench Bottom: Except when pipe bedding is required, the bottom of the trench shall be excavated uniformly to the grade of the bottom of the pipe. The trench bottom shall be given a final trim, using a string line for establishing grade, such that each pipe section when first laid will be continually in contact with the ground along the extreme bottom of the pipe. Rounding out the trench to form a cradle for the pipe will not be allowed. C. Open Trench: the maximum amount of open trench permitted in any one location shall be 500 feet, or the length necessary to accommodate the amount of pipe installed in a single day, whichever is greater. All trenches shall be fully backfilled at the end of each day or, in lieu thereof, shall be covered by heavy steel plates adequately braced and capable of supporting vehicular traffic in those locations where it is impractical to backfill at the end of each day. The above requirements for backfilling or use of steel plate will be waived in cases where the trench is located further than 100 feet from any traveled roadway or occupied structure. In such cases, however, barricades and warning lights meeting OSHA requirements shall be provided and maintained. D. Trench Over-Excavation: Where the Drawings indicate that trenches shall be over-excavated, they shall be excavated to the depth shown, and then backfilled to the grade of the bottom of the pipe. E. Over-Excavation: When ordered by the ENGINEER, whether indicated on the Drawings or not, trenches shall be over-excavated beyond the depth shown. Such over-excavation shall be to the depth ordered. The trench shall then be backfilled to the grade of the bottom of the pipe. All work specified in this Section shall be performed by the CONTRACTOR when the over-excavation ordered by the ENGINEER is less than 6 inches below the limits shown. When the over-excavation ordered by the ENGINEER is over 6 inches below the limits shown, additional payment will be made to the CONTRACTOR for that portion of the work which is located below said 6 inch distance. Said additional payment will be made under separate unit price bid items for over-excavation and bedding if such bid items have been established; otherwise payment will be made in accordance with a negotiated price. F. Where pipelines are to be installed in embankment or structure fills, the fill shall be constructed to a level at least one foot above the top of the pipe before the trench is excavated. F. Obtain ENGINEER'S approval before beginning excavation. Complete clearing and grubbing prior to the start of trenching. Do not permit excavated materials to cover brush or trees prior to disposal. 11/1/09 EARTHWORK TAMARACK SEWER REPLACEMENT 02200-11 3.4 OVER-EXCAVATION NOT ORDERED, SPECIFIED, OR SHOWN A. Any over-excavation carried below the grade ordered, specified, or shown, shall be backfilled to the required grade with the specified material and compaction. Such work shall be performed by the CONTRACTOR at its own expense. 3.5 EXCAVATION IN LAWN AREAS o A. Where excavation occurs in lawn areas, the sod shall be carefully removed and stockpiled to preserve it for replacement. Excavated material may be placed on the lawn; provided, that a drop cloth or other suitable method is employed to protect the lawn from damage. The lawn shall not remain covered for more than 72 hours. Immediately after completion of backfilling and testing of the pipeline, the sod shall be replaced in a manner so as to restore the lawn as near as possible to its original condition and to the satisfaction of the ENGINEER. CONTRACTOR shall provide new sod if stockpiled sod has remained so for more than 72 hours within the scope of the contract. 3.6 EXCAVATION IN VICINITY OF TREES A. Except where trees are shown to be removed, trees shall be protected from injury during construction operations. No tree roots over 2 inches in diameter shall be cut without express permission of the ENGINEER. Trees shall be supported during excavation by any means previously reviewed by the ENGINEER. 3.9 PROTECTION OF SUBGRADE A. After preparing the subgrade as specified, all traffic on the subgrade shall be avoided. Should it be necessary to haul over the prepared subgrade, the CONTRACTOR shall drag and roll the traveled way as frequently as may be necessary to remove ruts, cuts, and breaks in the surface. All cuts, ruts, and breaks in the surface of the subgrade that are not removed by the above operations shall be raked and hand tamped. All equipment used for transporting materials over the prepared subgrade shall be equipped with pneumatic tires. B. Continued use of sections of prepared subgrade for hauling, so as to cut up or deform it from the true cross-section, will not be permitted. The CONTRACTOR shall protect the prepared subgrade from all traffic. C. The CONTRACTOR will be required to plank the subgrade before hauling materials or equipment over it. D. The subgrade shall be maintained in the finished condition until the first succeeding course or steel or concrete is placed. E. The ENGINEER has the right to test the reworked subgrade and approve or disapprove the subgrade depending on its condition. O 11/1/09 TAMARACK SEWER REPLACEMENT EARTHWORK 02200-12 3.10 BACKFILL - GENERAL A. Backfill shall not be dropped directly upon any structure or pipe. Backfill shall not be placed around or upon any structure until the concrete has attained specified strength to withstand the loads imposed. Backfill around water retaining structures shall not be placed until the structures have been tested, and the structures shall be full of water while backfill is being placed. B. Except for drainrock materials being placed in over-excavated areas or trenches, backfill shall be placed after all water is removed from the excavation. 3.11 PLACING AND SPREADING OF BACKFILL MATERIALS A. Backfill materials shall be placed and spread evenly in layers. When compaction is achieved using mechanical equipment, the layers shall be evenly spread in loose lifts not exceeding 8 inches in thickness so that when compacted each layer shall not exceed 6 inches in thickness. B. During spreading, each layer shall be thoroughly mixed as necessary to promote uniformity of material in each layer. Pipe zone backfill materials shall be manually spread around the pipe so that when compacted, the pipe zone backfill will provide uniform bearing and side support. C. Where the backfill material moisture content is below the optimum moisture content, water shall be added before or during spreading until the proper moisture content is achieved. D. Where the backfill material moisture content is too high to permit the specified degree of compaction, the material shall be dried until the moisture content is satisfactory, at or slightly above optimum moisture content. 3.12 COMPACTION OF FILL, BACKFILL, AND EMBANKMENT MATERIALS A. Each layer or fill shall be mechanically compacted using proper compaction equipment (not rubber tire or wheel rolling) to the specified percentage of maximum dry density. Equipment that is consistently capable of achieving the required degree of compaction shall be used and each layer shall be compacted over its entire area while the material is at the required moisture content. B. Fill on reservoir and structure roofs shall be deposited at least 30 days after the concrete roof slab has been placed. Equipment weighing more than 10,000 pounds when loaded shall not be used on a roof. A roller weighing not more than 8,000 pounds shall be used to compact fill on a roof. C. Flooding, ponding, or jetting shall not be used to densify and fill materials. D. Equipment weighing more than 10,000 pounds shall not be used closer to walls than a horizontal distance equal to the depth of the fill at that time, but not less than 5 feet. Hand operated power compaction equipment shall be used where use of heavier equipment is impractical or restricted due to weight limitations. 11/1/09 EARTHWORK TAMARACK SEWER REPLACEMENT 02200-13 Compaction Requirements: The following compaction test requirements shall be in accordance with ASTM D 1557. Where agency or utility company requirements govern, the highest compaction standards shall apply. Location or Use of Fill Pipe zone backfill portion above bedding for flexible pipe. Pipe zone backfill bedding and over-excavated zones under bedding/pipe for flexible pipe. Pipe zone backfill portion above bedding for rigid pipe. Pipe zone backfill bedding and over-excavated zones under bedding/pipe for rigid pipe. Final backfill, beneath paved areas or structures. Final backfill, not beneath paved areas or structures. Trench zone backfill. Embankments. Embankments, beneath paved areas or structures. Backfill beneath structures, hydraulic structures. Backfill around structures, on reservoir or structure roof. Topsoil Aggregate base Percentage of Maximum Density [95] [95] [95] [95] [95] [95] [95] [95] [95] [95] [95] 85 95 F. Trench Backfill Requirements: The pipe has been structurally designed based upon the trench configuration specified herein. G. The CONTRACTOR shall maintain the indicated trench cross section up to a horizontal plane lying 6 inches above the top of the pipe. H. If, at any location under said horizontal plane, the CONTRACTOR slopes the trench walls or exceeds the maximum trench widths indicated in the Contract Documents, the pipe zone backfill shall be "improved" or the pipe class increased as specified herein, at no additional cost to the AGENCY. "Improved" backfill shall mean sand-cement backfill containing at least 188 pounds of cement per cubic yard or equal materials acceptable to the ENGINEER. I. If the allowable vertical deflection specified for flexible pipe is exceeded, the CONTRACTOR shall expose and re-round or replace the pipe, repair all damaged lining and coating, and reinstall the pipe zone material and trench backfill as specified at no additional expense to the AGENCY. 3.13 PIPE AND UTILITY TRENCH BACKFILL A. Pipe Zone Backfill: The pipe zone is defined as that portion of the vertical trench cross-section lying between a plane 6 inches below the bottom surface of the pipe, i.e., the trench subgrade, and a plane at a point 6 inches above the top surface of the pipe. The bedding for flexible pipe is defined as that portion of pipe zone backfill material between the trench subgrade and the bottom of the pipe. The bedding for rigid pipe is defined as that portion of the pipe zone backfill material between the trench subgrade and a level line which varies from the bottom of the pipe to the spring line as shown. 11/1/09 TAMARACK SEWER REPLACEMENT EARTHWORK 02200-14 "'•awns*' B. Bedding shall be provided for all sewers, drainage pipelines, and other gravity flow pipelines. Unless otherwise specified or shown, for other pipelines the bedding may be omitted if all the following conditions exist. 1. The pipe bears on firm, undisturbed native soil which contains only particles that will pass a one-inch sieve. 2. The trench excavation is not through rock or stones. 3. The trench subgrade soils are classified as suitable fill and backfill materials [per Paragraph 2.1]. 4. The trench subgrade soils have, as a maximum, a moisture content that allows compaction. C. Where bedding is required, after compacting the bedding the CONTRACTOR shall perform a final trim using a string line for establishing grade, such that each pipe section when first laid will be continually in contact with the bedding along the extreme bottom of the pipe. D. The pipe zone shall be backfilled with the specified backfill material. The CONTRACTOR shall exercise care to prevent damage to the pipeline coating, cathodic bonds, or the pipe itself during the installation and backfill operations. E. Trench Zone Backfill: After the pipe zone backfill has been placed as specified above, and after all excess water has completely drained from the trench, backfilling of the trench zone may proceed. The trench zone is defined as that portion of the vertical trench cross-section lying between a plane 6 inches above the top surface of the pipe and a plane at a point 18 inches below the finished surface grade, or if the trench is under pavement, 18 inches below the roadway subgrade. If concrete or sand-cement slurry backfill are used, the pipe shall be filled with water to prevent flotation. 3.14 EMBANKMENT CONSTRUCTION A. The area where an embankment is to be constructed shall be cleared of all vegetation, roots and deleterious materials. Following this, the surface shall be moistened, scarified to a depth of 6 inches, and rolled or otherwise mechanically compacted. Embankment fill material shall be placed and spread evenly in horizontal layers. Each layer shall be moistened or aerated, as necessary. Each layer shall not exceed 6 inches of compacted thickness. The embankment fill and the scarified layer of underlying ground shall be compacted to [95] percent of maximum dry density per the requirements of the recommendations in the Geotechnical Report. B. When an embankment fill is to be made and compacted against hillsides or fill slopes steeper than 4:1, the slopes of hillsides or fills shall be horizontally benched to key the embankment fill to the underlying ground. A minimum of 12 inches normal to the slope of the hillside or fill shall be removed and recompacted as the embankment fill is brought up in layers. Material thus cut shall be recompacted along with the new fill material at the CONTRACTOR'S expense. Hillside or fill slopes 4:1 or flatter shall be prepared in accordance with Paragraph A, above. 11/1/09 EARTHWORK TAMARACK SEWER REPLACEMENT 02200-15 C. Where embankment or structure fills are constructed over pipelines, the first 4 feet of fill over the pipe shall be constructed using light placement and compaction equipment that does not damage the pipe. 11/1/09 TAMARACK SEWER REPLACEMENT EARTHWORK 02200-16 SECTION 02223 TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING PART 1 GENERAL 1.1 DESCRIPTION This section includes materials, testing, and installation for trench excavation, backfill, and compaction of piping, conduit, manholes, and vaults. 1.2 REFERENCE STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. ASTM C 131 - Test Method for Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C 150 - Portland Cement ASTM D 75 - Practice for Sampling Aggregates ASTM 1556 - Test Method for Density and Unit Weight of Soil in Place by the Sand-Cone method ASTM D 1557 - Test Method for Moisture-Density Relations of Soils Using a Modified Effort ASTM D 2419 - Test Method for Sand Equivalent Values of Soil and Fine Aggregate ASTM D 3017 - Test Method for Water Content of Soil and Rock in Place by Nuclear Methods ASTM D 3776 - Test Method for Mass Per Unit Area (Weight) of Woven Fabric ASTM D 4253 - Test Methods for Maximum Index Density and Unit Weight of Soils Using a Vibratory Plate ASTM D 4254 - Test Methods for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density ASTM D 4632 - Test Method for Grab Breaking Load and Elongation of Geotextiles ASTM D 4751 - Test Method for Determining the Apparent Opening Size of a Geotextile CAL-OSHA - Title 8 General Industry Safety Orders 1.3 RELATED WORK SPECIFIED ELSEWHERE Standard Specifications 15000, 15043, 15044, 15056, 15061, 15063, 15064, and 15066 1.4 GEOTECHNICAL TESTING The Developer or Contractor shall engage the services of a geotechnical engineering firm or individual licensed in the State of California to monitor soil conditions during earthwork, trenching, bedding, backfill, and compaction operations. Sampling and testing procedures shall be performed in accordance with the Reference Standards and as follows: A. The soils technician shall be present at the site during all backfill and compaction operations. Failure to have the soils technician present will subject such operations to rejection. B. Density and optimum moisture content of soil shall be determined by the use of the sand cone method, ASTM D 1556, or nuclear density gauge method, ASTM D 2922 & D 3017. Since the composition of the pipe and the walls of the trench have an effect on the nuclear density gauge output, a minimum of 25% of the density and optimum moisture tests shall be made using the sand cone method. JUNE 2008 Page 1 of 9 SECTION 02223 Trenching, Excavation, Backfilling, and Compacting C. Determine laboratory moisture-density relations of existing soil by ASTM D 1557, Method C and/or D. /*"s •"tit™- ••• D. Determine the relative density of cohesion less soils by ASTM D 1557, Method C and/or D. E. Sample backfill material by ASTM D 75. F. Express "relative compaction" as a percentage of the ratio of the in-place dry density to the laboratory maximum dry density. A report of all soils tests performed shall be stamped and signed by the soils firm or individual and shall be submitted by the Contractor prior to the filling of the Notice of Completion by the City. The report shall document the sampling and testing of materials, the location and results of all tests performed, and shall certify that materials and work are in compliance with this specification. 1.5 PIPE ZONE The pipe zone includes the full-width of the trench from 6-inches below the bottom of the pipe to 12-inches above the top of the pipe and extends into manhole or vault excavations to the point of connection to or penetration of such structure. 1.6 TRENCH ZONE The trench zone includes the portion of the trench from the top of the pipe zone to the bottom of ^"^ the pavement zone in paved areas, or to the existing surface in unpaved areas, and extends "**"r into manhole or vault excavations above the pipe zone. 1.7 PAVEMENT ZONE The pavement zone includes the concrete or asphalt concrete pavement and aggregate base section placed over the trench zone and extends into manhole or vault excavations above the trench zone. 1.8 PROTECTION OF EXISTING UTILITIES AND FACILITIES The Contractor shall be responsible for the care and protection of all existing utilities, facilities, and structures that may be encountered in or near the area of the work. 1.9 PROTECTION OF EXISTING LANDSCAPING The Contractor shall be responsible for the protection of all the trees, shrubs, fences, and other landscape items adjacent to or within the work area. 1.10 ACCESS The Contractor shall provide continuous, unobstructed access to all driveways, water valves, hydrants, or other property or facilities within or adjacent to the work areas.3 JUNE 2008 Page 2 of 9 SECTION 02223 Trenching, Excavation, Backfilling, and Compacting 1.11 SAFETY A. Protection of workers within trenches shall be as required by the California Labor Code. B. All excavations shall be performed in a safe manner and shall be protected and supported in accordance with CAL-OSHA regulations. C. Barriers and traffic delineators shall be placed in accordance with the requirements of the agency having jurisdiction. 1.12 BLASTING Blasting for excavation shall not be performed without the written permission of the City Procedures and methods of blasting shall conform to all Federal, State, and local laws and ordinances. 1.13 PIPE JACKING Pipe jacking may be permitted in accordance with Section 15125. City approval is required in advance of such operations. 1.14 EXCESS EXCAVATED MATERIAL A. The Contractor shall remove and legally dispose of all excess excavated material and demolition debris. B. It is the intent of these specifications that all surplus material shall be legally disposed of by the Contractor. Before acceptance of the work by City, the Contractor shall provide the City with written releases signed by all property owners with whom the Contractor has entered into agreements for disposing of excess excavated material, absolving the City from any liability connected therewith. 1.15 CHANGES IN LINE AND GRADE In the event obstructions not shown on the plans are encountered during the progress of the work, and which will require alterations to the plans, the Engineer shall have the authority to change the plans and order the necessary deviation from the line and grade. The Contractor shall not deviate from the specified line and grade without prior written approval by the City. 1.16 HYDROSTATIC TESTING Pre-testing of the piping system may be performed for the Contractor's convenience at any time. However, the final hydrostatic pressure test, as described in Sections 15043 and 15044, shall be performed following the completion of all backfilling and trench zone compaction with a minimum of 2.5-feet of material over the pipe. JUNE 2008 Page 3 of 9 SECTION 02223 Trenching, Excavation, Backfilling, and Compacting PART 2 MATERIALS 2.1 GENERAL The Contractor shall furnish backfill material as specified below. All materials used in and above the pipe zone shall be capable of attaining the required relative density. 2.2 IMPORTED SAND - PIPE ZONE Imported sand shall be used within the Pipe Zone for installations of PVC Pressure Pipe, Ductile-Iron Pipe, Cement-Mortar Coated Steel Pipe, Tape-Wrapped Steel Pipe, and Paint- Coated Pipe. A. Imported sand shall be free from clay balls, organic matter, and other deleterious substances and shall have a coefficient of permeability greater than 0.014 measured in accordance with ASTM D2434 or a sand equivalent of greater than 30 per ASTM D2419. B. Resistivity for imported sand shall be not less than 2,000 ohm-cm when maximum chloride concentration of 200 mg/l when measured in accordance with California Test Method 422 and a maximum sulfate concentration of 500mg/l when measures in accordance with California Test Method 417. C. Imported Sand shall conform to the following gradation: Sieve Size Vz inch No. 4 No. 16 No. 50 No. 200 Percent Passing by Weight 100 75-100 35-75 10-40 0-10 2.3 CRUSHED ROCK-PIPE ZONE Crushed Rock shall be used in the Pipe Zone on PVC Gravity Sewer Pipe. Crushed rock shall be clean, crushed stone free of organic matter. Crushed rock shall be certified to contain less than 1% asbestos by weight or volume and shall conform to the following gradation and requirements: U.S. Standard Sieve Size 1-Inch 3/4-Inch 1/2-Inch 3/8-Inch No. 4 No. 8 ASTM C 131 Testing Grade Percent Passing by Weight 100 90-100 30-60 0-20 0-5 — B Test Percentage Wear 100 Revolutions 500 Revolutions Test Method ASTM C 131— — Requirement • — 15 Maximum 52 Maximum JUNE 2008 Page 4 of 9 SECTION 02223 Trenching, Excavation, Backfilling, and Compacting 2.4 TRENCH PLUGS Trench plugs consisting of compacted Imported Granular Material or sand cement slurry shall be installed on piping systems that are backfilled with crushed rock. 2. 5 EARTH BACKFILL MATERIAL - TRENCH ZONE A. Earth backfill is defined as materials removed from the required excavations and used as backfill of earth fill. Earth backfill that meets the requirements specified herein may be used for all backfill or fill, except where imported materials are shown on the Plans or specified herein. Do not use stockpiled topsoil for backfill or fill. B. Earth backfill shall be excavated materials that is free from organic matter, roots, debris, and rocks larger then 4 inches in the greatest dimension. C. Earth backfill used in the trench zone shall be native granular materials free from roots, debris, and organic matter with less than 50 percent passing the No. 200 sieve and more than 40 percent passing the No. 4 sieve and rock particles with a maximum dimension no greater than 4 inches. D. Where the onsite materials are determined by the Engineer to be unsuitable, imported fill shall be provide by the Contractor. 2.6 SAND-CEMENT SLURRY Sand-cement slurry shall consist of two sacks, 188 pounds, of Portland cement per cubic yard of sand and sufficient moisture for workability. City approval is required for use of slurry as a backfill material. 2.7 FILTER FABRIC Filter fabric shall be manufactured from polyester, nylon, or polypropylene. Material shall be of non-woven construction and shall meet the following requirements: Grab tensile strength (ASTM D 4632): 100 Ibs. minimum for a 1-inch raveled strip Weight (ASTM D 3776): 4.5 oz./yd2) Apparent opening size (ASTM D 4751): 0.006-inch PART 3 EXECUTION 3.1 CLEARING AND GRUBBING A. Areas where work is to be performed shall be cleared of all trees, shrubs, rubbish, and other objectionable material of any kind, which, if left in place, would interfere with the proper performance or completion of the completed work, would impair its subsequent use, or would form obstructions therein. B. Organic material from clearing and grubbing operations will not be incorporated in the trench backfill and shall be removed from the project site or retained and incorporated into the topsoil. JUNE 2008 Page 5 of 9 SECTION 02223 Trenching, Excavation, Backfilling, and Compacting 3.2 PAVEMENT, CURB, AND SIDEWALK REMOVAL Bituminous or concrete pavements, curbs, and sidewalks shall be removed and replaced in accordance with the requirements of the agency having jurisdiction. 3.3 DEWATERING A. The Contractor shall provide and maintain at all times during construction ample means and devices to promptly remove and dispose of all water from any source entering excavations or other parts of the work. Dewatering shall be performed by methods that will ensure a dry excavation and preservation of the final lines and grades of the bottoms of excavations. Dewatering methods may include well points, sump points, suitable rock or gravel placed as pipe bedding for drainage and pumping, temporary pipelines, or other means, all subject to the approval of the City. The cost of all dewatering activities shall be borne by the Developer or Contractor. B. Sewer systems shall not be used as drains for dewatering trenches or excavations, nor for disposal of collected or accumulated groundcover, without the approval of the agency of jurisdiction. C. Concrete shall not be poured in water, nor shall water be allowed to rise around concrete or mortar until it has set at least four hours. D. The Contractor is responsible for meeting all Federal, State, and local laws, rules, and regulations regarding the treatment and disposal of water from dewatering operations at the construction site. 3.4 SHORING AND SHIELDING A. The Contractor's design and installation of shoring shall be consistent with the rules, orders, and regulations of CAL-OSHA. B. Excavations shall be shored, sheeted, and supported such that the walls of the excavation will not slide or settle and all existing improvements of any kind, either on public or private property, will be fully protected from damage. C. The sheeting and shoring shall be arranged so as not to place any stress on portions of the completed work until the general construction has proceeded far enough to provide ample strength. D. Care shall be exercised in the moving or removal of trench shields, sheeting, and shoring to prevent the caving or collapse of the excavation faces being supported. 3.5 CORRECTION OF OVEREXCAVATION Over-excavations shall be corrected by backfilling with approved imported granular material or crushed rock, compacted to 90% relative compaction, as directed by the City. 3 JUNE 2008 Page 6 of 9 SECTION 02223 Trenching, Excavation, Backfilling, and Compacting 3.6 FOUNDATION STABILIZATION A. When unsuitable soil materials are encountered, the unsuitable material shall be removed to the depth determined necessary in the field by the Soils Technician, and as acceptable to the City. The sub-grade shall be restored with compacted Imported Granular Material or crushed rock as recommended by the Soils Technician. Place the appropriate bedding or base material on this restored foundation. B. When rock encroachment is encountered, the rock shall be removed to a point below the intended trench or excavation sub-grade as determined necessary in the field by the Soils Technician, and as acceptable to the City. The sub-grade shall be restored with compacted Imported Granular Material as recommended by the Soils Technician. Place the appropriate bedding or base material on this restored foundation. C. When excessively wet, soft, spongy, or similarly unstable material is encountered at the surface upon which the bedding or base material is to be placed, the unsuitable material shall be removed to the depth determined necessary in the field by the Soils Technician, and as acceptable to the City. Restore the trench with crushed rock enclosed in filter fabric as directed by the Engineer. Larger size rocks, up to 3-inches, with appropriate gradation, may be used if recommended by the Soils Technician. Place the appropriate bedding or base material on this restored foundation. 3.7 TRENCH EXCAVATION AND PLACEMENT OF BEDDING A. Excavate the trench to the lines and grades shown on the drawings with allowance for 6-inches of pipe bedding material. The trench section shall be as shown on the Standard Drawings. B. The maximum length of open trench shall be 500-feet except by permission of the City, City, or County. The distance is the collective length at any location, including open excavation and pipe laying, which has not been backfilled to the elevation of the surrounding gate. C. Trench walls shall be sloped or shored per the requirements of CAL-OSHA. D. The trench bottom shall be graded to provide a smooth, firm, and stable foundation that is free from rocks and other obstructions. E. Place the specified thickness of bedding material over the full width of the trench. Grade the top of the pipe base ahead of the pipe laying to provide a firm, uniform support along the full length of pipe. F. Excavate bell holes at each joint to permit proper assembly and inspection of the entire joint. G. Trenches for main pipelines and all appurtenances shall be backfilled with the materials and methods as specified for the Pipe Zone, Trench Zone, and Pavement Zone. H. Trench widths shall be in accordance with the Standard Drawings. JUNE 2008 Page 7 of 9 SECTION 02223 Trenching, Excavation, Backfilling, and Compacting Trench depth shall be as required to install pipelines in accordance with the Approved Plans and these Standard Specifications. Unless shown otherwise in the Approved Plans, the minimum cover for pipelines shall be as follows: Pipeline Application Potable Water Recycled Water Sewer Minimum Cover Required 36-inches 48-inches 60-inches 3.8 MANHOLE AND VAULTS A. The Contractor shall prepare an excavation large enough to accommodate the structure and permit grouting of openings and backfilling operations. The walls of the excavation shall be sloped or shored per the requirements of CAL-OSHA. B. Manholes and vaults shall be placed at the location and elevation shown on the plans, on undisturbed soil with 6-inches of compacted crushed rock base. C. Manhole and vault excavations shall be backfilled with the materials and methods as specified for the Pipe Zone, Trench Zone, and Pavement Zone. 3.9 COMPACTION REQUIREMENTS A. Compaction shall be accomplished by mechanical means. Consolidation by water settling methods such as jetting or flooding is prohibited. B. If the backfill fails to meet the specified relative compaction requirements, the backfill shall be reworked until the requirements are met. All necessary excavations for density tests shall be made as directed by the Soils Technician, and as acceptable to the Engineer. The requirements of the Agency having jurisdiction shall prevail on all public roads. C. Compaction tests shall be performed at random depths, and at random intervals not to exceed 150-feet, as directed by the Soils Technician or City. D. Relative compaction shall be determined by the impact or field compaction test made in accordance with ASTM D 1557 Procedure C, E. Unless otherwise shown on the plans, standard drawings or otherwise described in the specifications for the particular type of pipe installed, relative compaction in pipe trenches shall be as follows: 1. Pipe zone - 90% relative compaction. 2. Trench zone - 90% relative compaction. 3. Structural section in paved areas - per agency requirements, 95% minimum. 4. Imported Granular Material for over excavation or foundation stabilization - 90% relative density. F. All excavations are subject to compaction tests. JUNE 2008 Page 8 of 9 SECTION 02223 Trenching, Excavation, Backfilling, and Compacting 3.10 TRENCH PLUGS Trench plugs shall be installed at 200-foot intervals along the entire length of piping systems. Trench plugs shall be 10-feet in length and shall encompass the entire pipe zone. Additional trench plugs may be required as directed by the Engineer. 3.11 PIPE ZONE BACKFILL A. Care shall be taken in placing the imported granular backfill material simultaneously around the main pipeline and appurtenance pipes so that the pipe barrel is completely supported and that no voids or uncompacted areas are left beneath the pipe or on the sides of the pipe. Care shall be taken to place material simultaneously on both sides of the pipe to prevent lateral movement. This area shall be mechanically compacted to attain 90% relative density. Care shall be taken when compacting appurtenance laterals 2-inches and smaller to prevent the crushing or denting of the copper lateral. Additional lifts of 12-inches or less thickness may be required on 16-inch or larger diameter pipe to attain complete support of the haunch area. Soils tests may be taken on this layer or backfill. B. After the spring line backfill has been approved by the Soils Technician, backfill of the remainder of the Pipe Zone may proceed. Do not drop sharp, heavy pieces of material directly onto the pipe or the tamped material around the pipe. C. Place and compact the imported granular material at a maximum of 12-inch lifts. Compact all material placed in the Pipe Zone by mechanical methods. Sand cone tests shall be taken on this layer of backfill. D. The use of a backhoe mounted compaction wheel is prohibited within the pipe zone to 12-inches above the top of the pipe. E. Under no circumstances shall consolidation by water settling or water-setting methods (i.e., jetting, diking, etc.) be permitted. 3.12 TRENCH ZONE BACKFILL A. After the Pipe Zone material has been placed, compacted, approved by the Soil Technician, and accepted by the City, backfill in the Trench Zone may proceed. B. Compaction using vibratory equipment, tamping rollers, pneumatic tire rollers, or other mechanical tampers shall be performed with the type and size of equipment necessary to accomplish the work. The backfill shall be placed in horizontal layers of such depths as are considered proper for the type of compacting equipment being used in relation to the backfill material being placed. Each layer shall be evenly spread, properly moistened, and compacted to the specified relative density. The Contractor shall repair or replace any pipe, fitting, manhole, or structure damaged by the installation operations as directed by the City. 3.13 PAVEMENT ZONE BACKFILL AND RESTORATION A. After the Trench Zone material has been placed, compacted, approved by the Soil Technician, and accepted by the City, backfill in the Pavement Zone may proceed as necessary in accordance with the requirements of the agency having jurisdiction. B. Replace bituminous and concrete pavement, curbs, and sidewalks removed or damaged during construction in accordance with the requirements of the agency having jurisdiction. END OF SECTION JUNE 2008 Page 9 of 9 SECTION 02223 Trenching, Excavation, Backfilling, and Compacting SECTION 02232 PREPARATION OF PAVEMENT SUBGRADE PART 1 - GENERAL 1.1 THE REQUIREMENT A. THE CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work of preparation of subgrade requirements as indicated on the Drawings and specified herein. B. The subgrade will be considered as those areas and surfaces, new or existing, upon which subbase or base material, pavement, curbs and gutters, driveways, or sidewalks are to be placed. C. All underground work in the area of the subgrade shall be completed and properly backfilled and compacted in compliance with Section 02200 "Earthwork" before subgrade work is started. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section [02050] Demolition. B. Section [02110] Clearing, Grubbing, and Stripping. C. Section [02200] Earthwork. D. Section [02550] Asphalt Concrete Pavement and Base. E. Section [02527] Concrete Driveway, Sidewalk, Curb and Gutter. 1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Comply with the applicable reference specifications of the GENERAL PROVISIONS. B. Comply with SSPWC Section 301 - 1.4. 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL PROVISIONS. 1.5 QUALITY ASSURANCE A. Quality assurance shall be as specified in Section 02200 "Earthwork". PART 2 - PRODUCTS 2.1 EXCAVATION AND EMBANKMENT 11/1/09 PREPARATION OF PAVEMENT SUBGRADE CARLSBAD MASTER SPECIFICATIONS 02232-1 A. The excavation is unclassified and shall include removal of materials which are ^J encountered in excavating to the required grades, including existing pavement and curbs "^""^ designated to be removed, or other deleterious materials as required to accomplish the construction. B. Unsuitable material below the processing depth for subgrade shall be excavated and disposed of as directed by the ENGINEER. PART 3 - EXECUTION 3.1 SUBGRADE A. Excavate and shape subgrade to line, grade, and cross-section shown on Drawings. Scarify and compact the top 12 (twelve) inches of subgrade to at least 95 percent of the maximum dry density attainable as determined by ASTM D 1557 except clay soils with a Liquid Limit greater than or equal to 50 percent and a plasticity index greater than or equal to 20 shall be prepared according to the recommendation of the ENGINEER. Remove all soft or otherwise unsuitable material and replace with suitable material as specified in Section 02200 "Earthwork". In sandy soils the moisture content shall be kept at, or slightly above, the optimum moisture content. However, in Clayey and Silty soils, the moisture content shall be kept at about 2% above the optimum moisture content. The finished subgrade shall be firm, hard and unyielding. The subgrade shall be considered to extend over the full-width of the base course. Compaction shall extend at least 18 inches beyond the edge of paving, curb, or form. __3B. Subgrade tolerances for roadway structures, sidewalk, curb and gutter and driveways ^^ shall be in conformance with SSPWC Section 301 -1 .4. 3.2 EXCAVATION BELOW SUBGRADE A. Where the ENGINEER determines the subgrade material to be unsuitable, excavation below subgrade will be required to such depths as necessary to remove the unsuitable material. Excavation below grade shall be of the same classification as that above it provided it is removed in the same operation as the normal excavation. Special equipment may be required because of the presence of shallow utilities or other unforeseen conditions. B. The over-excavated unsuitable subgrade shall be replaced with suitable material per Section 02200 "Earthwork". 3.3 PROTECTION OF SUBGRADE A. After preparation the subgrade as specified, all traffic on the subgrade shall be avoided. Should it be necessary to haul over the prepared subgrade, the CONTRACTOR shall drag and roll the traveled way as frequently as may be necessary to remove ruts, cuts, and breaks in the surface. All cuts, ruts, and breaks in the surface of the subgrade that are not removed by the above operations shall be raked and hand tamped. All equipment used for transporting materials over the prepared subgrade shall be equipped with pneumatic tires. 1 1/1/09 PREPARATION OF PAVEMENT SUBGRADE CARLSBAD MASTER SPECIFICATIONS 02232-2 B. Continued use of sections of prepared subgrade for hauling, so as to cut up or deform it from the true cross-section, will not be permitted. The CONTRACTOR shall protect the preparation subgrade from all traffic. C. The CONTRACTOR will be required to plank the subgrade before hauling materials or equipment over it. D. The subgrade shall be maintained in the finished condition as required by Section 3.1 A, until the first succeeding course is placed. 11/1/09 PREPARATION OF PAVEMENT SUBGRADE CARLSBAD MASTER SPECIFICATIONS 02232-3 SECTION 02240 SOIL STABILIZATION PART 1 - GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the WORK as indicated in the Drawings as specified herein. B. This Section covers soil stabilization utilizing chemical grout. The intent of this Section is to permit open-cut excavation and the application of air-placed concrete to the face of the excavation without shoring, as indicated on the Drawings and specified under other sections. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section [02110] Clearing, Grubbing, and Stripping. B. Section [02200] Earthwork. C. Section [02232] Preparation of Pavement Subgrade. 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the applicable reference specifications as specified in the GENERAL PROVISIONS. 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL PROVISIONS. B. The CONTRACTOR shall submit, for acceptance by the ENGINEER, detailed sketches of his intended injection techniques and patterns and shall submit, for acceptance by the ENGINEER, necessary data to prove that the chemicals contemplated will meet in all respects the requirements as to properties and qualities required by these specifications. Any test data furnished by the CONTRACTOR substantiating the adequacy of the grout shall be from a CITY certified testing lab. 1.5 QUALITY ASSURANCE (NOT USED) 1.6 QUALIFICATIONS A. Work required under this Section shall be performed by a contractor having at least 5 years experience in the field of chemical grout soil stabilization and underpinning and having successfully completed at least 5 projects of a similar nature. B. The CONTRACTOR shall submit satisfactory documentation that project personnel have the appropriate qualifications. 1.7 WORK COORDINATION 11/1/09 SOIL STABILIZATION TAMARACK SEWER REPLACEMENT 02240-1 A. The CONTRACTOR shall fully coordinate the work operations of this Section with that of other trades involved and with the ENGINEER to ensure proper sequence of work, limitation, methods, and time of work so as to minimize or avoid interferences as well as performance of work by other trades. PART 2 -- PRODUCTS 2.1 MATERIALS A. "Chemical Grout", as referred to herein, shall be a relatively nonviscous solution, not a slurry, that may be injected into a permeable soil mass, undergo chemical reactions that lead to metathetical precipitation or polymerization, and result in solidification of that injected soil by binding together the soil grains for the purpose of increasing the load bearing capacity of the soil. The solidified soil shall have an unconfined compressive strength of 50 psi at 28 days. B. The CONTRACTOR shall be responsible for formulation of the grout. Chemicals used shall be sodium silicate based with catalyst that will provide the required chemical grout. Water used shall be compatible with the chemical system to be used. C. Considering the chemistry of the gel and the conditions known at the site, the chemical system used shall produce a stable gel. The chemical system used shall stabilize soil to permit open-cut excavation and the application of air-placed concrete to the face of the excavation without use of any shoring, and shall have a proven record of stability. D. The chemicals used shall be so proportioned and mixed as to produce a chemical grout that contains no solids in suspension, may be pumped without difficulty, will penetrate and fill the voids in the soil mass, and will form a gel of the required strength and stability. E. Chemicals mixed into primary solutions before final batching may be held only in accordance with the manufacturer's recommendations and must not be injected if limiting factors imposed by the manufacturer are exceeded. Any solutions not to be used for injection shall be immediately disposed of to the satisfaction of the ENGINEER. The chemical system shall not be detrimental to the environment. The injected solution and its components shall be nontoxic. 11/1/09 TAMARACK SEWER REPLACEMENT SOIL STABILIZATION 02240-2 2.2 SITE PREPARATION A. See Geotechnical Report B. The site clearing, grubbing, and removal shall be in accordance with Section [02110] "Clearing, Grubbing, and Stripping." After site preparation work is complete, the CONTRACTOR shall commence soil stabilization. 2.3 MIXING A. All materials shall be accurately measured by weight or volume for mixing. If a variable proportioning pump system is used, positive controls shall be incorporated to ensure accurate proportioning. Care shall be taken not to contaminate mixing vessels with reactive chemical by spillage, splash, etc. B. A fast check reaction shall be made with each new primary chemical batch. A test sample shall be made of every injection batch. The CONTRACTOR shall keep records to establish the point of injection for each sample. This data shall be submitted to the ENGINEER on a daily basis. C. If any sample fails to show the proper gelation, the potential area of failure shall be reinjected. The CONTRACTOR shall propose method of correction. PART 3 - EXECUTION 3.1 APPLICATION A. The CONTRACTOR shall determine the extent of the soil stabilization required, subject to acceptance by the ENGINEER. B. Care shall be taken in the placing of injection points to secure accurate injection and the proper overlapping of injection cylinders. C. Injection rates and pressures shall be closely controlled to prevent blowout, localized "quick" conditions, and to ensure the proper filling of voids to attain the desired stabilized section. D. Quantities of chemical grout injected at each point shall be governed by calculated volume, back pressure, or a combination of these two factors. If it appears, at any point, that a large void exists, proper steps shall be taken to ensure permeation of the desired soil section as directed by the ENGINEER. 3.2 CLEANUP A. Upon completion of soil stabilization and work specified herein, the CONTRACTOR shall dispose of all excess materials off the jobsite and the jobsite shall be left in a clean and orderly condition ready for subsequent work operations. 11/1/09 SOIL STABILIZATION TAMARACK SEWER REPLACEMENT 02240-3 SECTION 02270 EROSION CONTROL (VEGETATIVE) PART 1 - GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall provide erosion protection including fertilizing, seeding, and mulching for all [disturbed areas that are not to be paved or otherwise treated] [areas as indicated] in accordance with the Contract Documents. PART 2 - PRODUCTS 2.1 MATERIALS A. Fertilizer: Fertilizer shall be a commercial, chemical type, uniform in composition, free-flowing, conforming to state and federal laws and suitable for application with equipment designed for that purpose. Fertilizer shall have a guaranteed analysis showing not less than 11 percent nitrogen, 8 percent available phosphoric acid, and 4 percent water soluble potash. B. Seed: Seed shall be delivered in original unopened packages bearing an analysis of the contents. Seed shall be guaranteed 95 percent pure with a minimum germination rate of 80 percent. Seed mix shall be equal parts by weight of native grasses, fescue and barley. C. Mulch: Mulch shall be a fibrous, wood cellulose product produced for this purpose. It shall be dyed green and shall contain no growth or germination inhibiting substances, . and shall be manufactured so that when thoroughly mixed with seed, fertilizer, and water, in the proportions specified it will form a homogenous slurry which is capable of being sprayed. The mulch shall be Silva Fiber as manufactured by Weyerhaeuser Company; Conwood Fiber as manufactured by Consolidated Wood Conversion Corp.; or equal. D. Erosion Control Fabric: 1. Anchorage Devices: Nine-inch, 2-legged staples from the Manufacturer or staples of the proper length as recommended by the Manufacturer for specific soil condition. E. Manufacturers, or Equal: 1. North American Green; 2. Bon Terra America. '**«!«•>' 11/1/09 TAMARACK SEWER REPLACEMENT EROSION CONTROL (VEGETATIVE) 02270-1 PART 3 - EXECUTION A. Weather Conditions: Fertilizing, seeding, or mulching operations will not be permitted when wind velocities exceed 15 miles per hour or when the ground is frozen, unduly wet, or otherwise not in a tillable condition. B. Soil Preparation: The ground to be seeded shall be graded in conformance with the Drawings and shall be loose and reasonably free of large rocks, roots, and other material which will interfere with the work. C. Method of Application: Fertilizer, seed, and mulch may be applied separately (Dry Method), or they may be mixed together with water and the homogenous slurry applied by spraying (Hydraulic Method), except that all slopes steeper than 3 units horizontal to 1 unit vertical shall be stabilized by the hydraulic method. 3.2 DRY METHOD A. Fertilizing: The fertilizer shall be spread uniformly at the rate of 800 Ibs per acre (approximately 1 Ib per 55 square feet). The fertilizer shall be raked in and thoroughly mixed with the soil to a depth of approximately two inches prior to the application of seed or mulch. B. Seeding: The seed shall be broadcast uniformly at the rate of 60 Ibs/acre (approximately 1 Ib per 730 sq ft). After the seed has been distributed, it shall be incorporated into the soil by raking or by other approved methods. C. Mulch Application: Mulch shall be applied at the rate of 1,500 Ib (air dried weight) per acre (approximately 1 Ib per 30 sq ft). 3.3 HYDRAULIC METHOD A. The hydraulic method consists of the uniform application by spraying of a homogeneous mixture of water, seed, fertilizer, and mulch. The slurry shall be prepared by mixing the ingredients in the same proportions as specified above. The slurry shall have the proper consistency to adhere to the earth slopes without lumping or running. Mixing time of materials shall not exceed 45 minutes from the time the seeds come into contact with the water in the mixer to the complete discharge of the slurry onto the slopes, otherwise the batch shall be recharged with seed. The mixture shall be applied using equipment containing a tank having a built-in, continuous agitation and recirculation system, and a discharge system which will allow application of the slurry to the slopes at a continuous and uniform rate. The application rates of the ingredients shall be the same as those specified for the Dry Method. The nozzle shall produce a spray that does not concentrate the slurry nor erode the soil. 11/1/09 TAMARACK SEWER REPLACEMENT EROSION CONTROL (VEGETATIVE) 02270-2 3.4 EROSION CONTROL BLANKET A. Placement: 1. Biodegradable erosion control blanket shall be used on all slopes 4H:IV and steeper. 2. The erosion control shall be spread only on prepared, fertilized and seeded surfaces. 3. On all slopes, the erosion control blanket shall be laid up-and-down the slope in the direction of water flow. 4. Waste of erosion control material shall be minimized by limiting overlaps as specified and by utilizing the full length of the netting at roll ends. B. Anchorage: 1. Ends and sides of adjoining pieces of material shall be overlapped 6-inches and 4-inches respectively and stapled. Six anchors shall be installed across ends. A common row of staples shall be used at side joints. Staple through both blankets, placing staples approximately 6-inches apart. 2. The top edge of the erosion control blanket shall be anchored in a 6-inch deep by 6-inch wide trench. Backfill and compact trench after stapling. 3. Anchorage shall be by means of 9-inch long, two-legged staples driven vertically and full-length into the ground. The legs shall be spread 3 inches to 4 inches apart at the ground to improve resistance to pull-out. In loose soils, the use of 18-inch metal/washer pins may be required to properly anchor the blankets. 4. All slopes which are 3:1 or greater shall be stapled with 2 staples per square yard in a triangular pattern. Staples shall be installed per the manufacturer's recommended staple pattern guide. 5. The erosion control blanket shall not be stretched, but should be laid loosely over the ground to avoid the blanket being pulled downslope. 6. The erosion control blanket shall not be rolled out onto ground containing frost within the 9-inch penetration zone of the anchorage staples. Further, no stapling shall be undertaken while any frost exists within the staple penetration zone. 3.5 WATERING A. Upon completion of the erosion control seeding, the entire area shall be soaked to saturation by a fine spray. The new planting shall be kept watered by a sprinkling system on the site during dry weather or whenever necessary for proper establishment of the planting until final project acceptance. At no time shall the planting be allowed to dry out. Care shall be taken to avoid excessive washing or puddling on the surface and any such damage caused thereby shall be repaired by the CONTRACTOR. 11/1/09 TAMARACK SEWER REPLACEMENT EROSION CONTROL (VEGETATIVE) 02270-3 3.6 MAINTENANCE PRIOR TO FINAL ACCEPTANCE A. The CONTRACTOR shall maintain the planted areas in a satisfactory condition until final acceptance of the project. Such maintenance shall include the filling, leveling, and repairing of any washed or eroded areas, as may be necessary, and sufficient watering to maintain the plant materials in a healthy condition. The ENGINEER may require replanting of any areas in which the establishment of the vegetative ground cover does not appear to be developing satisfactorily. 3.7 MAINTENANCE AFTER FINAL ACCEPTANCE A. The CONTRACTOR shall water the permanently planted areas sufficiently to maintain the plant materials in a healthy condition for ninety (90) days following final acceptance. 11/1/09 EROSION CONTROL (VEGETATIVE) TAMARACK SEWER REPLACEMENT 02270-4 SECTION 02517 PORTLAND CEMENT CONCRETE PAVING PART 1 - GENERAL 1.1 SUMMARY A. Furnish and install Portland cement concrete paving as shown on the drawings, including curbs, gutters, walkways, and pavement, and other site concrete. B. Material selection: 1. Select materials that have the highest possible recycled content while still meeting performance criteria. 2. Select materials from local manufacturers wherever possible. 1.2 SUBMITTALS A. Provide samples, manufacturer's product data, test reports, and materials' certifications as required in referenced sections for concrete and joint fillers and sealers. B. Mix design: 1. Include the highest percentage of fly ash in concrete mix that will meet the specified performance criteria 2. Provide manufacturer name and location data for the following materials: a. Concrete: Assembly b. Concrete: Mix Design Report 1) Provide a copy of the plant batch mix report for each different mix design used and batch plant used. 1.3 QUALITY ASSURANCE A. Unless otherwise specified, all materials and work shall be in accordance with "The Standard Specifications for Public Works Construction" (the Standard Specifications), latest edition. B. Base material for concrete shall be CMB per 200-2.4 and shall be placed and compacted per the Standard Specifications. C. Placed concrete shall be class 520-C-2500, maximum 4-inch slump. Pumped concrete shall be class 560-E-2500, maximum 6-inch slump. A complete delivery receipt shall be required for each truckload of concrete delivered. The receipt shall be given to the Contract Administration Inspector. D. Portland Cement Concrete shall be Type II, (201-1.2). 11/1/09 PORTLAND CEMENT CONCRETE PAVING TAMARACK SEWER REPLACEMENT 02517-1 PART 2 - PRODUCTS 2.1 MATERIALS A. Forms: Steel, wood, or other suitable material of size and strength to resist movement during concrete placement and to retain horizontal and vertical alignment until removal. Use straight forms, free of distortion and defects. 1. Use flexible spring steel forms or laminated boards to form radius bends as required. B. Coat forms with a nonstaining form release agent that will not discolor or deface surface of concrete. C. Welded Wire Mesh: Welded plain cold-drawn steel wire fabric, ASTM A185, in flat sheets, not rolls. D. Reinforcing Bars: Deformed steel bars, ASTM A 615, Grade 60. E. Joint Dowel Bars: Plain steel bars, ASTM A 615, Grade 60. Cut bars true to length with ends square and free of burrs. F. Concrete Materials: Comply with requirements of applicable Division 3 sections for concrete materials, admixtures, bonding materials, curing materials, and others as required. G. Use high-range water-reducing admixture (HRWR) in pumped concrete, concrete for parking structure slabs, and concrete with water/cement ratios below 0.50. High-Range water-reducing admixture (Super Plasticizer) shall conform to ASTM C 494, Type F or Type G, and be one of the following products: 1. "Super P," Anti-Hydro Co., Inc. 2. "Eucon 37," Euclid Chemical Co. 3. "WRDA 19" or "Daracem," W.R. Grace & Co. 4. "Rheobuild," Master Builders, Inc. 5. Sikament 300," Sika Corp. H. Expansion Joint Sealers: Comply with requirements of applicable Division 7 sections for joint sealers. I. Bituminous Fiber Joint Filler: Preformed strips of asphalt saturated fiberboard, complying with ASTM D 1751. 11/1/09 TAMARACK SEWER REPLACEMENT PORTLAND CEMENT CONCRETE PAVING 02517-2 J. Provide a packaged, integral color, consisting of Portland cement, coloring pigments, and plasticizing admixtures. Use coloring pigments that are nonfading mineral oxides, interground with cement. Color as selected by Architect from manufacturers' standards. Subject to compliance with specified requirements, products that may be incorporated in the work include those of the following manufacturers'. 1. Davis Color, Inc. 2. A. C. Horn, Inc. 3. L & M Construction Chemicals, Inc. 4. Master Builders, Inc. 5. L. M. Scofield Co. 6. Or Equal K. Liquid-Membrane Forming and Sealing Curing Compound: Comply with ASTM C 309, Type I, Class A unless other type acceptable to Architect. Moisture loss no more than 0.055 gr./sq. cm. when applied at 200 sq. ft./gal, as follows: 1. "Clear Seal"; A. C. Horn. 2. "AR-30" W. R. Meadows. 3. "Kure-N-Seal"; Sonneborn-Contech. 2.2 CONCRETE MIX, DESIGN, AND TESTING A. Comply with requirements of applicable Division 3 sections for concrete mix design, sampling and testing, and quality control and as herein specified. B. Design mix to produce normal-weight concrete consisting of Portland cement, aggregate, water-reducing or high-range water-reducing admixture (superplasticizer), air-entraining admixture, and water to produce the following properties: 1. Compressive Strength: As indicated on the drawings, or if not so indicated, compressive strength shall be 3000 psi, minimum at 28 days. 2. Slump Limit: 8 inches minimum for concrete containing high-range water-reducing admixture (superplasticizer); 3 inches for other concrete. 3. Air Content: 5 to 8 percent. PART 3 - EXECUTION 3.1 FORM CONSTRUCTION A. Set forms to required grades and lines, braced and secured. Install forms to allow continuous progress of work and so that forms can remain in place at least 24 hours after placement. B. Check completed formwork for grade and alignment to following tolerances: 1. Top of forms not more than 1/8 inch in 10 feet. 2. Vertical face on longitudinal axis, not more than 1/4 inch in 10 feet. 11/1/09 PORTLAND CEMENT CONCRETE PAVING TAMARACK SEWER REPLACEMENT 02517-3 C. Clean forms after each use and coat with form release agent as required to ensure separation from concrete without damage. D. Slope step treads at 1/4-inch per foot to drain. 3.2 STEEL REINFORCEMENT A. Locate, place, and support reinforcement as specified in Division 3 sections, unless otherwise indicated. 3.3 CONCRETE PLACEMENT A. General: Comply with requirements of Division 3 sections for mixing and placing concrete, and as herein specified. B. Do not place concrete until subbase and forms have been checked for line and grade. Moisten subbase if required to provide a uniform dampened condition at time concrete is placed. Do not place concrete around manholes or other structures until they are at required finish elevation and alignment. C. Place concrete by methods that prevent segregation of mix. Consolidate concrete along face of forms and adjacent to transverse joints with internal vibrator. Keep vibrator away from joint assemblies, reinforcement, or side forms. Use only square-faced shovels for hand-spreading. Consolidate with care to prevent dislocation of reinforcing, dowels, and joint devices. D. Use bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. E. Deposit and spread concrete in a continuous operation between transverse joints as far as possible. If interrupted for more than 1/2 hour, place a construction joint. F. Curbs and Gutters: Automatic machine may be used for curb and gutter placement at Contractor's option. If machine placement is to be used, submit revised mix design and laboratory test results that meet or exceed minimums specified. Machine placement must produce curbs and gutters to required cross-section, lines, grades, finish, and jointing as specified for formed concrete. If results are not acceptable, remove and replace with formed concrete as specified. 3.4 JOINTS A. General: Construct expansion, weakened-plane (contraction), and construction joints true to line with face perpendicular to surface of concrete. Construct transverse joints at right angles to the centerline, unless otherwise indicated. B. When joining existing structures, place transverse joints to align with previously placed joints, unless otherwise indicated. 1 1/1/09 TAMARACK SEWER REPLACEMENT PORTLAND CEMENT CONCRETE PAVING 0251 7-4 C. Weakened-Plane (Contraction) Joints: Provide weakened-plane (contraction) joints, sectioning concrete into areas as shown on drawings. Construct weakened-plane joints for a depth equal to at least 1/4 concrete thickness, as follows: 1. Tooled Joints: Form weakened-plane joints in fresh concrete by grooving top portion with a recommended cutting tool and finished edges with a jointer. D. Construction Joints: Use standard metal keyways. Place construction joints at end of placements and at locations where placement operations are stopped for more than 1/2 hour, except where such placements terminate at expansion joints. E. Expansion Joints: Provide premolded joint filler for expansion joints abutting concrete curbs, catch basins, inlets, structures, walks, and other fixed objects. F. Extend joint fillers full width and depth of joint, not less than 1/2-inch or more than 1-inch below finished surface where joint sealer is indicated. If no joint sealer, place top of joint filler flush with finished concrete surface. G. Fillers and Sealants: Comply with requirements of applicable Division 7 sections for preparation of joints, materials, installation, and performance. 3.5 GENERAL CONCRETE FINISHING A. After striking-off and consolidating concrete, smooth surface by screeding and floating. Apply a float finish as a first phase preceeding all other finishes. Use hand methods only where mechanical floating is not possible. Adjust floating to compact surface and produce uniform texture. B. After floating, test surface for trueness with a 10-ft. straightedge. Distribute concrete as required to remove surface irregularities, and refloat repaired areas to provide a continuous smooth finish. C. Work edges of slabs, gutters, back top edge of curb, and formed joints with an edging tool, and round to 1/2-inch radius. D. After floating and when excess moisture or surface sheen has disappeared, complete troweling and finish surface as follows: 1. On level surfaces, broom finish by drawing a fine-hair broom across concrete surface perpendicular to line of traffic. 2. On inclined slab surfaces, provide a coarse, non-slip finish by scoring surface with a stiff-bristled broom, perpendicular to line of traffic. E. Do not remove forms for 24 hours after concrete has been placed. After form removal, clean ends of joints and point-up any minor honeycombed areas. Remove and replace areas or sections with major defects, as directed by Architect. 11/1/09 PORTLAND CEMENT CONCRETE PAVING TAMARACK SEWER REPLACEMENT 02517-5 3.6 WOOD FLOAT FINISH A. Also provide as second stage for other finishes, unless otherwise specified. B. Using approved floating machines or hardwood trowels, float surfaces to required planes and shapes, working just sufficiently to bring surfaces to uniform condition. C. Work no more than necessary to achieve uniform texture free from irregularities and screed marks; except where receiving fills or mortar beds, leave surfaces in roughened, granular condition for good mechanical bond. D. Cut and fill surfaces as necessary to true up. E. When followed by other finishes, floating shall leave small amount of mortar on surfaces without excess of water. F. Do not proceed with subsequent finishes until surface water has absorbed or dried off and concrete has set sufficiently to prevent fines or water from being worked to the surface. G. Finish texture shall be fine-grained and granular to provide good slip-resistance, and shall be reasonably free from directional trowel marks. H. Provide for exterior and interior surfaces of buildings, unless otherwise indicated. 3.7 STEEL TROWEL FINISH A. Using finishing machines or steel trowels, trowel surfaces to produce a dense, hard, smooth steel trowel finish. Commence troweling in 1 pass sufficiently to flatten floated surface. B. Wait until concrete has set sufficiently; then resume steel troweling; continue and repeat as required to obtain a hard steel trowel finish, free of blemishes, ripples, and trowel marks. C. Do Not: 1. Use cement or sand dusting to absorb or otherwise remove surface water. 2. Commence troweling too soon on freshly placed concrete. 3. Overwork surfaces by excessive troweling in an area in one pass. D. Work out lips, uneven levels, and other irregularities prior to final troweling. E. Neatly tool exposed edges, expansion joints, curbs, arises, and other details. F. Surface across joints shall be level and free from offsets. G. Provide for interior surface not otherwise indicated or specified. 11/1/09 PORTLAND CEMENT CONCRETE PAVING TAMARACK SEWER REPLACEMENT 02517-6 3.8 BROOM FINISH A. For exterior flatwork and where indicated. B. Draw a soft-bristled push broom over an initially trowel-finished surface. C. When coarser surfaces are desired, use a stiffer-bristled broom. D. Broom finish shall provide a non-slip surface, even if exposed to rain. 3.9 CURING A. Protect and cure finished concrete paving in compliance with applicable requirements of Division 3 membrane-forming curing and sealing compound. 3.10 REPAIRS AND PROTECTIONS A. Repair or replace broken or defective concrete, as directed by Architect. B. Protect concrete from damage until acceptance of work. Exclude traffic from pavement for at least 14 days after placement. When construction traffic is permitted, maintain pavement as clean as possible by removing surface stains and spillage of materials as they occur. C. Sweep concrete pavement and wash free of stains, discolorations, dirt, and other foreign material just before final inspection. 11/1/09 PORTLAND CEMENT CONCRETE PAVING TAMARACK SEWER REPLACEMENT 02517-7 SECTION 02527 CONCRETE DRIVEWAY, SIDEWALKS, CURB AND GUTTER PART 1 - GENERAL 1.1 THE REQUIREMENT A. THE CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work as indicated in the Contract Documents and specified herein. B. This section covers the work necessary to construct the following concrete driveways, sidewalks, and curb and gutters, complete, in place in accordance with the requirements of the Contract Documents. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section [02200] Earthwork. B. Section [02232] Preparation of Pavement Subgrade C. Section [03100] Concrete Formwork D. Section [03290] Joints in Concrete E. Section [03300] Cast-ln-Place Concrete F. Section [03370] Concrete Curing 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the applicable reference specifications as specified in the GENERAL PROVISIONS. B. Work of this section shall be performed in accordance with the Standard Specifications for Public Works Construction (SSPWC), unless otherwise specified herein. 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL PROVISIONS. 1.5 QUALITY ASSURANCE A. Comply with the applicable Reference Specifications of the GENERAL PROVISIONS. 11/1/09 CONCRETE DRIVEWAY, SIDEWALKS, CURB AND GUTTER TAMARACK SEWER REPLACEMENT 02527-1 PART 2 - PRODUCTS 2.1 FORMS A. Form material shall be in conformance with SSPWC Section 303-5.2. CRUSHED AGGREGATE BASE2.2 A. 2.3 A. A. 2.6 A. Crushed Aggregate Base shall conform to 200-2.2 of the Standard Specification for Public Works Construction. EXPANSION JOINT FILLER Expansion joint filler shall be 1/4-inch thick, preformed asphalt-impregnated, expansion joint material conforming to ASTM D 994. 2.4 CONCRETE A. Refer to Section [03300] "Cast-ln-Place Concrete". 2.5 CURING COMPOUND Refer to Section [03370] "Concrete Curing". -) ACCEPTANCE OF MATERIALS All materials shall be subject to testing, inspection, and acceptance by the ENGINEER and the INSPECTOR at any time prior to or during the work as applicable. 2.7 EXCAVATION AND BACKFILL A. Refer to Section [02200] "Earthwork". ^^^^f 11/1/09 TAMARACK SEWER REPLACEMENT CONCRETE DRIVEWAY, SIDEWALKS, CURB AND GUTTER 02527-2 PART 3 - EXECUTION 3.1 EXCAVATION AND BACKFILL A. Excavation and backfill shall be in conformance with Section [02200] "Earthwork". 3.2 PREPARATION OF SUBGRADE A. Preparation of subgrade shall be in conformance with Section [02232] "Preparation of Pavement Subgrade". 3.3 PLACING CRUSHED AGGREGATE BASE A. Crushed Aggregate Base shall be in conformance with the SSPWC Section 301-2.2. B. Crushed Aggregate Base shall be compacted in conformance with SSPWC Section 301-2.3. 3.4 SETTING FORMS A. Setting forms shall be in conformance with SSPWC Section 303-5.2.1. 3.5 SLIP FORMING A. Slip-form equipment shall be in conformance with SSPWC Section 303-5.2.2. 3.6 EXPANSION JOINTS A. Expansion joints shall be constructed in conformance with SSPWC Section 303-5.4.2. 3.7 WEAKENED PLANE JOINTS A. Weakened plane joints shall be placed in conformance with SSPWC Section 303-5.4.3. 3.8 PLACING CONCRETE A. Concrete shall be placed in conformance with SSPWC Section 303-5.3. 3.9 FINISHING A. General: Finishing shall be completed as specified herein for the type work being performed. B. Curb: The stripping of front forms and finishing of curb shall be in conformance with SSPWC Section 303-5.5.2. 11/1/09 CONCRETE DRIVEWAY, SIDEWALKS, CURB AND GUTTER TAMARACK SEWER REPLACEMENT 02527-3 C. Walk: The finished surface of the walk shall be in conformance with SSPWC Section 303-5.5.3. D. Gutter: The gutter shall be finished in conformance with SSPWC Section 303-5.5.4. E. Access Ramps and Driveways: The Access Ramps and Driveways shall be finished in conformance with SSPWC Section 303-5.5.5. 3.10 CURING A. Refer to Section [03370] Concrete Curing. 11/1/09 CONCRETE DRIVEWAY, SIDEWALKS, CURB AND GUTTER TAMARACK SEWER REPLACEMENT 02527-4 SECTION 02530 PAVEMENT MARKING AND SIGNS PART 1 - GENERAL 1.1 SUMMARY A. Extent of painted pavement surface striping is shown on the plans. B. Prepare surface for painting. C. Layout and obtain approval of the proposed striping before starting work. D. Provide templates for stenciled lettering and legend painting. E. Paint surface striping 4" wide, unless otherwise indicated. F. Clean up. G. Furnish and install all traffic control signs, posts, and delineators. 1.2 RELATED DOCUMENTS A. The latest adopted edition of the Standard Specifications for Public Works Construction applies to the work of this section. B. The latest revision to the Caltrans Traffic Manual applies to the work of this section. Applicable plans are stipulated on drawings. C. The latest adopted edition of the Caltrans Specifications, Manuals and Standard Plans apply to the work of this section. 1.3 QUALITY ASSURANCE A. All painted surface striping shall conform to Section 310-5.6 Painting, Traffic Striping, Pavement Markings and Curb Markings of the Standard Specifications for Public Works Construction, latest edition. Where specific items are not addressed in the Standard Specifications, or are required by conditions of a construction permit comply with the State of California Standard Specifications, latest edition, and Caltrans Traffic Manual, latest edition. B. Submit material list and specifications to engineer and City representative for approval. 11/1/09 TAMARACK SEWER REPLACEMENT PAVEMENT MARKING AND SIGNS 02530-1 PART 2 - PRODUCTS 2.1 MATERIALS A. Paint for traffic striping, pavement marking and curb marking shall conform to Section 210.16 of the Standard Specifications for Public Works Construction. Paint shall be vinyl-epoxy emulsion based, water thinned, without glass beads; Dunn Edwards "Vin-L-Stripe Traffic Paint W-801", Sinclair Paint "162 Vinyl Traffic Marking Paint", or equal. Accessibility symbol color shall be Federal Standard 595A "Blue #15090". B. Paint shall comply with local environmental regulations. C. Signs: Provide roadside signs complete with posts and braces and sign panel fastening hardware in accordance with the APWA Standard Plans for Public Works Construction, and as shown on the drawings. Provide vandal proof connections. Posts shall be Quik Punch or equal. D. Custom Parking Lot Signs: Signs shall be constructed of reflective aluminum. Locate signs as indicated on the plans. Size and vandal proof mounting hardware shall be in accordance with Caltrans Standard Plans. Provide Western Highway signs or equal. PART 3 - EXECUTION A. Painted traffic striping, pavement markings and curb markings shall comply with Section 301.5.6 of the Standard Specifications for Public Works Construction. 1. Preparation of Surfaces: All surfaces to be painted shall be dry and thoroughly free from oil, grease, and loose material. 2. At no cost to City, any painted traffic striping which is unacceptable (i.e., tire prints, etc.) shall be removed by wet-type sandblasting and repainting. 3. Application rate shall be in accordance with manufacturers' printed recommendations, but not over 400 sq. ft. per gallon. 4. Protection: Protect the painted surfaces from traffic until thoroughly dry, one day minimum. B. Traffic sign installation procedures shall comply with Section 56 of the Caltrans Traffic Manual. C. Cleanup: Remove all splash discoloration, over spray, and other blemishes from adjacent surfaces by wet type sandblasting. Remove excess material, debris, cartons, and containers from premises immediately upon completion of work. o 11/1/09 TAMARACK SEWER REPLACEMENT PAVEMENT MARKING AND SIGNS 02530-2 SECTION 02550 ASPHALT CONCRETE PAVEMENT AND BASE PART 1 - GENERAL 1.1 THE REQUIREMENT A. THE CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work as indicated in the Contract Documents and specified herein. B. This section covers the work necessary to construct the following street, access road, and parking area, complete, in place, in accordance with the requirements of the Contract Documents. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section [02200] Earthwork. 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the applicable reference specifications as specified in the GENERAL PROVISIONS. B. Work of this section shall be performed in accordance with the Standard Specifications for Public Works Construction (SSPWC), unless otherwise specified herein. 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL PROVISIONS, and the requirements of this section. B. Samples: Prior to the delivery of specified aggregate to the site, the CONTRACTOR shall submit samples of the material for the INSPECTOR'S acceptance in accordance with SSPWC Section 4-1.4. Samples shall be typical of materials to be furnished from the proposed source and in conformance with the specified requirements. C. The CONTRACTOR shall formulate a job-mix formula using the Marshall Method in accordance with SSPWC Section 203-6.2 and submit it to the ENGINEER for approval. The resultant mixture shall have Marshall properties conforming to SSPWC Section 203-6.2. D. Certificates: 1. Twenty days prior to the delivery of aggregates, asphalt materials, and paving mixes to the project site, the CONTRACTOR shall submit to the ENGINEER certificates and test results of compliance of such materials with these Specifications. 11/1/09 TAMARACK SEWER REPLACEMENT ASPHALT CONCRETE PAVEMENT 02550-1 2. Where laboratory testing is specified herein, the CONTRACTOR shall employ an independent testing laboratory to conduct such tests and submit certificates of the test results. 1.5 QUALITY ASSURANCE A. Quality assurance will be provided.by the INSPECTOR. The AGENCY will provide inspection at the asphalt plant and laboratory services within 50 miles of the geographical limits of the CITY OF CARLSBAD. B. The CONTRACTOR shall be responsible for quality control. PART 2 - PRODUCTS 2.1 GENERAL A. The CONTRACTOR shall make all tests necessary to locate a source of materials that meet the Specifications. Final approval of the aggregate material will be based on tests of material taken by the CONTRACTOR from the compacted base course. 2.2 BASE COURSE A. Crushed aggregate for the base course shall consist of crushed rock and rock dust and shall conform to the requirements of SSPWC Section 200-2 UNTREATED BASE MATERIALS, as modified herein. Crushed slag base will not be allowed. B. The following are modifications to Section 200-2: 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Add the following: Aggregate base shall be Class 2 Aggregate Base per Caltrans Standard Specification, July 1999, Section 26: Aggregate Bases, Subsection 26-1.02A Class 2 Aggregate Base and as specified herein. Add the following section: 200-2.7 Class 2 Aggregate Base. Aggregate for Class 2 aggregate base shall be free from organic matter and other deleterious substances, and shall be of such nature that it can be compacted readily under watering and rolling to form a firm, stable base. Aggregate may include material processed from reclaimed asphalt concrete, portland cement concrete, lean concrete base, cement treated base or a combination of any of these materials. Aggregate shall conform to the grading and quality requirements shown in the following tables. At the option of the Contractor, the grading for either the 11/2-inch maximum or 3/4 inch maximum shall be used, except that once a grading is selected it shall not be changed without the Engineer's written approval. 11/1/09 TAMARACK SEWER REPLACEMENT ASPHALT CONCRETE PAVEMENT 02550-2 AGGREGATE GRADING REQUIREMENTS Percentage Passing 11/2" Maximum 3/4" Maximum Sieve Sizes 2" 11/2" 1" 3/4" No. 4 No. 30 No. 200 Operating Range 100 90-100 50-85 25-45 10-25 2-9 Operating Range 100 90-100 35-60 10-30 2-9 QUALITY REQUIREMENTS Tests Resistance (R-value) Sand Equivalent Durability Index Operating Range 78 Min. 25 Min. 35 Min. The aggregate shall not be treated with lime, cement or other chemical material before the Durability Index test is performed. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Operating Range" but meet the "Contract Compliance" requirements, placement of the aggregate base may be continued for the remainder of that day. However, another day's work may not be started until tests, or other information, indicate to the satisfaction of the Engineer that the next material to be used in the work will comply with the requirements specified for "Operating Range." If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Contract Compliance," the aggregate base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the Engineer, the aggregate base may remain in place and the Contractor shall pay to the City $2.25 per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. If both the aggregate grading and Sand Equivalent do not conform to the "Contract Compliance" requirements, only one adjustment shall apply. No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day's production, whichever is smaller. 2.3 ASPHALT CEMENT A. Asphalt cement for binder shall be [PG 64-10] [PG 70-10] paving asphalt and shall conform to the requirements of SSPWC Section 203-1 PAVING ASPHALT, as modified herein. B. The following are modifications to Section 203-1: 203-1 PAVING ASPHALT DELETE section 203-1.2 and ADD the following: 203-1.2 Testing Requirements. Asphalt shall be specified by performance grade and shall conform to the requirements in Table 203.1.2 (A). TABLE 203-1.2 (A) 11/1/09 TAMARACK SEWER REPLACEMENT ASPHALT CONCRETE PAVEMENT 02550-3 „ . AASHTOGrade Test PG58-22 PG64-10 PG64-16 PG64-28 PG70-10 Original Binder Flash Point, °C, minimum Solubility, %, minimum Viscosity, 135°C, Pa-s, maximum8 Dynamic Shear Test Temperature, °C Dynamic Shear, 10 rad/s, G*/Sin6, kPa, minimum T48 T44 T316 T315 T315 230 99.0 3.0 58 1.00 230 99.0 3.0 64 1.00 230 99.0 3.0 64 1.00 230 99.0 3.0 64 1.00 230 99.0 3.0 70 1.00 RTFO Aged Binder Mass Loss, %, maximum Dynamic Shear Test Temperature, °C Dynamic Shear, 10 rad/s, G*/Sin5, kPa, minimum Ductility, 25°C, 5 cm/min, cm, minimum T240 T315 T315 T51 1.00 58 2.20 75 1.00 64 2.20 75 1.00 64 2.20 75 1.00 64 2.20 75 1.00 70 2.20 75 RTFO and PAV Aged Binder PAV Aging Temperature, °C Dynamic Shear Test Temperature, °C Dynamic Shear, 10 rad/s, G*-Sin6, kPa, maximum Bending Beam Test Temperature, °C Creep Stiffness, MPa, maximum m-value, minimum R28 T315 T315 T313 T313 T313 100 22b 5000 -12 300 0.300 100 31b 5000 0 300 0.300 100 28b 5000 -6 300 0.300 100 22b 5000 -18 300 0.300 110 34b 5000 0 300 0.300 Notes: aThis requirement may be waived at the discretion of the specifying agency if the supplier warrants that the asphalt binder can be adequately pumped and mixed at temperatures that meet all applicable safety standards blf the PAV aged binder exceeds 5000 kPa at the designated test temperature, it will be deemed acceptable if it is less than 5000 kPa when tested at a 3°C higher test temperature 203-1.3 Test Reports and Certifications. First paragraph, last sentence modify as follows: The certified test reports and the testing required in connection with the reports shall be submitted at no cost to the Agency in accordance with 2-5.3.4. Add the following: Asphalt shall be supplied by a California Department of Transportation approved vendors or as specified in the Special Provisions. 203-1.4 Temperature. Delete table 203-1.4 (A) and replace with the following: 11/1/09 TAMARACK SEWER REPLACEMENT ASPHALT CONCRETE PAVEMENT 02550-4 TABLE 203-1.4 (A) ASPHALT GRADE PG 70-10 PG 64-28 PG64-16 PG 64-10 PG 58-22 PLANT MIXING TEMPERATURE °C ( °F) Minimum 150 (300) 135 (275) 135 (275) 135 (275) 135 (275) Maximum 175 (350) 160 (325) 160 (325) 160 (325) 160(325) DISTRIBUTION APPLICATION TEMPERATURE °C ( °F) Minimum 140 (285) 140 (285) 140 (285) 140 (285) 140 (285) Maximum 175 (350) 175 (350) 175 (350) 175 (350) 175 (350) 203-1.6 Measurement and Payment. Delete Table 203-1.6 (A) and replace with the following: TABLE 203-1. 6 (A) Grade of Material PG 70-10 PG 64-28 PG64-16 PG 64-10 PG 58-22 Liters Per Tonne at 15°C (Gallons Per Ton at 60°F) 981 (235) 981 (235) 981 (235) 981 (235) 981 (235) Grams per Liter At 15°C (Lbs. Per Gallon at 60°F) 1020(8.51) 1020(8.51) 1020(8:51) 1020(8.51) 1020(8.51) 2.4 PRIME COAT A. Asphalt to be used for a prime coat shall be liquid asphalt SC-250 and shall conform to the requirements of SSPWC Section 203-2 LIQUID ASPHALT. 2.5 TACK COAT A. Asphalt emulsion shall be CSS-1 or CSS-1h and shall conform to the requirements of SSPWC Section 203-3 EMULSIFIED ASPHALT. 2-6 ASPHALT CONCRETE A. Asphalt concrete for paving the designated area shall be Performance Grade PG-64-10 C2-PG 64-1ORAP hot-plant mix. The design mix report shall indicate results of all testing requirements identified in Section 203-1.2 and 203-6 of the SSPWC, as modified herein. B. The following are modifications to Section 203-6: 203-6 ASPHALT CONCRETE. 203-6.1 General. Second paragraph, first sentence modify as follows: delete "C2-AR-4000" and replace with "C2-PG 64-10". Second paragraph, second sentence delete "C2-AR4000- RAP" and replace with "C2-PG 64-10 RAP". 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. 11/1/09 TAMARACK SEWER REPLACEMENT ASPHALT CONCRETE PAVEMENT 02550-5 DELETE sections 203-6.2 and 203-6.3.2 and ADD the following: 203-6.2 Materials. Add the following: Asphalt concrete shall be class C2-PG 64-10 for surface course, and B-PG 64-10 for base course. Asphalt concrete shall be class D2-PG 70-10 for dikes and class E-PG 70-10 for ditches. 203-6.3.2 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be determined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant inspection that confirms the production of a particular mix design and verifies using samples of aggregate taken before the addition of asphalt and mineral filler (Bin). All samples shall be taken in accordance with Calif. Test 125. When Wet Mix or Core samples of asphalt concrete are to be used for evaluation, sufficient size samples shall be taken to ensure representative and adequate quantity of material for: 1. Asphalt Content and Gradation of Extraction using Calif. Test 382 or ASTM 2172, and Calif. Test 202. 2. Stability1 using: a. Stabilometer Value2 using Calif. Test 366 and shall be the average of three individual Stabilometer Values And/or b. Marshall Stability in accordance with the Asphalt Institute's MS-2 fabricated and tested for traffic volume and shall be the average of three specimens. Stability will be waived provided the extracted asphalt concrete is within +I-.5 of mix design and the extracted gradation complies with Table 203-6.3.2 (A). 2Use Marshall Stability when the deviation between individual Stabilometer Values are greater than +/-4. When using core sample analysis, the samples must be properly prepared to safeguard against influx of outside contaminates and so that the cut surfaces do not influence the test results. The amount of asphalt binder used in asphalt concrete placed in dikes, gutters, gutter flares, overside drains and aprons at the ends of drainage structures shall be increased one percent by mass of the aggregate over the amount of asphalt binder determined for use in asphalt concrete placed on the traveled way. 203-6.3.4 Acceptance. Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the asphalt content is within +/-.5 of the design mix and the gradation conforms to the grading as shown in Table 203-6.3.2 (A). Deviations in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Stabilometer Value per Table 203-6.3.2 (A) Marshall Stability using Asphalt Institute MS-2. Plant inspected asphalt concrete will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the grading as shown in Table 203-6.3.2 (A). 11/1/09 TAMARACK SEWER REPLACEMENT ASPHALT CONCRETE PAVEMENT 02550-6 203-6.7.1 General. Second paragraph, add after D 2172: "method A or B." 203-6.7.2, Batch Plant Method. Modify as follows: Third paragraph, last sentence, delete "and from the Engineer's field laboratory". 203-6.8 Asphalt Concrete Storage. Add the following: Open graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 18 hours, shall not be used in the work. 203-6.7.1 General. Second paragraph, add after D 2172: "method A or B." 203-6.7.2, Batch Plant Method. Modify as follows: Third paragraph, last sentence, delete "and from the Engineer's field laboratory". 203-6.8 Asphalt Concrete Storage. Add the following: Open graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 18 hours, shall not be used in the work. 2.7 Recycled Asphalt Concrete Hot Mix. A. Recycled asphalt concrete hot mix shall conform to the requirements of SSPWC Section 203-7, as modified herein. B. The following are modifications to Section 203-7: 203-7.1 General. Second paragraph, delete C2-AR-4000-RAC and replace with C2- PG 64- 10-RAC. 203-7.2.2 Reclaimed Asphalt Pavement. Second paragraph, delete "asphalt viscosity" and replace with "performance grade." 203-7.2.3 RAC Bituminous Material. Delete last paragraph and replace with the following: The test results for RAC binder shall meet the RTFO and PAV test requirements in 203-1.2 (A) for the PG grade specified. 2-8 Latex Modified Asphalt Concrete. A. Latex modified asphalt concrete shall conform to the requirements of SSPWC Section 203-10, as modified herein. B. The following are modifications to Section 203-10: 203-10.2.1 Asphalt. Delete "Viscosity Grade AR-4000" and replace with "Performance Grade PG 64-10." 203-10.2.4 Composition and Grading. Delete "IM-C3-AR4000" and replace with "III-C3-PG 64-10." 2-9 Asphalt Rubber Hot Mix (ARHM) Wet Process. A. Asphalt rubber hot mix (ARHM) wet process shall conform to SSPWC Section 203-11, as modified herein. 11/1/09 TAMARACK SEWER REPLACEMENT ASPHALT CONCRETE PAVEMENT 02550-7 B. The following are modifications to Section 203-11: 203-11 ASPHALT RUBBER HOT MIX (ARHM) WET PROCESS DELETE section 203-11.2.1 and ADD the following: 203-11.2.1 Paving Asphalt. The asphalt used for asphalt-rubber shall be PG 64-16 conforming to 203-1 and shall be modified with an asphalt modifier. Performance Grade asphalts other than PG 64-16 may be used upon approval of the Engineer. 203-11.3 Composition and Grading. class ARHM-GG-C PG 64-16. Add the following: Asphalt Rubber Hot Mix shall be 2-10 Asphalt Pavement Crack Sealants. A. 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 2-10(A): TABLE 2-10(A) ELASTOMERIC SEALANT CHARACTERISTICS Property Hardness (indentation) Tensile Strength Elongation Flex at -40°C Weathering Resistance Salt-Spray Resistance Dielectric Constant Measuring Standard (ASTM Designation) ASTM D 2240 Rex. Type A, Model 1700 ASTM D 41 2 Die C, ASTM D 41 2 Die C, 0.6 mm (25 mil) Free Film Bend (180°) ASTM D 822 Weatherometer 350 h ASTM B 117 28 days at 38°C ASTM D 150 Results 65-85 3.45 MPa, minimum 400%, minimum No cracks Slight chalking 3.45 MPa, minimum tensile; 400% minimum Elongation Less than 25% change Conditions 25°C @ 50% relative humidity pulled at 508 mm (20") per minute pulled at 508 mm (20") per minute over 13 mm (V2") Mandrel Cured 7 days at 25°C @ 50% relative humidity 5% NaCI, Die C, pulled at 508 mm (20") per minute over a temperature range of -30^C to 50^C B. 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).o 11/1/09 TAMARACK SEWER REPLACEMENT ASPHALT CONCRETE PAVEMENT 02550-8 C. 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 2-10(C): TABLE 2-10(C) CURED HOT-MELT RUBBERIZED ASPHALT Property Cone Penetration Flow, 60°C Resilience Softening Point, Ductility, Flash Point, COC, °C Viscosity, Brookfield Thermosel, Measuring Standard (ASTM Designation) ASTM D 3407, Sec. 5 ASTM D 3407, Sec. 6 ,ASTM D 3407, Sec. 8 ASTM D 36 ASTM D 113 ASTM D 92 ASTM D 4402 Results 3.5 mm, max. 5 mm, max. 25%, min. 82 °C, min. 300 mm, min. 288 °C, min. 2.5-3.5 Pa-s Conditions 25°C, 150g, 5s 25°C 25°C, 50 mm/min No. 27 Spindle, 20 rpm, 190°C, PART 3 - EXECUTION 3.1 EXCAVATION AND BACKFILL A. Excavation and backfill are specified in Section [02200] "Earthwork". 3.2 PREPARATION OF SUBGRADE A. Shape subgrade to the grades shown on the Drawings and roll with a three-wheeled power roller weighing approximately 10 tons. Compression under the rear wheels shall be at least 325 pounds per inch of wheel width. Other rollers may be used subject to prior acceptance by the ENGINEER. As the rolling of the subgrade proceeds, dig out all soft or spongy areas and fill the resulting holes with suitable material satisfactory to the INSPECTOR. Dispose of excess materials resulting from the grading. Do not use rollers adjacent to structures where such use may cause damage. Where the base course abuts structures and compaction with a roller is not practicable, compact the area with pneumatic tampers or other approved equipment. B. Use of the prepared subgrade for hauling will not be permitted. The CONTRACTOR shall protect the prepared subgrade from all traffic. C. The subgrade shall be maintained in the finished condition until the first succeeding course is placed. 3.3 BASE COURSE A. Place crushed aggregate base in a uniform layer over the entire area to receive base course, without segregation of size, to such loose depth that when compacted with the power roller, the course shall have the required thickness shown on the Drawings. Compact over the full-width until a density of 95 percent as determined by AASHTO T 180 is obtained. Blade the base with a grader and roll, while damp, with the power 11/1/09 TAMARACK SEWER REPLACEMENT ASPHALT CONCRETE PAVEMENT 02550-9 roller specified above until the course is thoroughly and uniformly compacted and its surface is smooth and conforms to the grade requirements specified. Maintain the surface in its finished condition until the succeeding layer is placed. 3.4 PRIME COAT A. A prime coat shall be applied in conformance with SSPWC Section 302-5.3. 3.5 CONSTRUCTION OF ASPHALT CONCRETE PAVEMENT A. Lay asphalt concrete over the aggregate base in accordance with the SSPWC Section 302-5.5, as modified herein. The method of proportioning, mixing, transporting, laying, processing, rolling the material, and the standards of workmanship shall conform to the applicable requirements of SSPWC Section 302-5 ASPHALT CONCRETE PAVEMENT, as modified herein. At no time shall the course aggregate that has segregated from the mix be scattered across the paved mat. B. A tack coat of emulsified asphalt shall be applied to the first lift of the pavement prior to placing the second lift. Application shall be in conformance with SSPWC Section 302-5.4, as modified herein. C. The INSPECTOR will examine the base before the paving has begun. The CONTRACTOR will correct any deficiencies before the paving is started. Roll each lift of the asphalt concrete and compact to 95 percent of the density obtained with the California Kneading Contractor per California Test 304. The grade, line, and cross section of the finished surface shall conform to the Drawings. D. The following are modifications to Section 302-5: 302-5 ASPHALT CONCRETE PAVEMENT. 302-5.1 General, add the following: The Contractor shall treat all vegetation within the limits of the paved area to receive asphalt concrete paving with a post emergent herbicide. Herbicide shall be applied at least 2 (two) working days prior to paving the area. Allowance for the two day period shall be shown in the schedule required per section 6-1. 302-5.2.2 Equipment, add the following: The machine shall be capable of grinding Asphalt Concrete so that the finished surface shall not vary from true plane enough to permit a .01 foot thick shim .25 feet wide to pass under a 12 foot long straight edge when the straight edge is laid on the finished surface parallel to the centerline. The transverse slope of the finished surface shall be uniform to a degree such that a .02 foot shim .25 feet wide will not pass under 12 foot long straight edge when the straight edge is laid on the finished surface in a direction transverse to the centerline and extending from edge to edge of a traffic lane. 302-5.2.5 Pavement Transitions, add the following: The Contractor shall ramp the approaches and termini to all structures and vertical joints in the cold-milled area which are transverse to through traffic with temporary asphalt concrete pavement as specified in section 306-1.5.1. Ramps shall be constructed the same day as cold milling and removed the same day as permanent paving. Ramp dimensions and compaction shall be as approved by the Engineer. 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 11/1/09 TAMARACK SEWER REPLACEMENT ASPHALT CONCRETE PAVEMENT 02550-10 engineer, the Contractor has failed to maintain or prepare each existing or previously laid course of asphalt receiving the subsequent course of asphalt in a sufficiently clean state and the asphalt receiving the new pavement course is dirty enough to impair bonding between the next lift of asphalt. 302-5.5 Distribution and Spreading, modify as follows: After second sentence of sixth paragraph, add: The Contractor shall provide the spreading and finishing machine used to construct the asphalt concrete surface course with an automatic screed control for surface course paving. The automatic screed control shall be 9 m (30') minimum length. The paving machine shall be operated by an operator and two full-time screed men during all paving. Delete the second sentence of paragraph 7 and the subsequent subsections A. thru E. which reference windrow operations. Add the following sentence in place of the deleted sentence and subsequent subsections: The use of windrow operations shall not be allowed. 302-5.6.1 General, modify as follows: Second paragraph, Part (2), add: Pinched joint rolling procedures shall be required, and vibratory rollers shall be limited to breakdown, unless otherwise directed by the Engineer. modify as follows: After last paragraph, add: Unless directed otherwise by the Engineer, the initial breakdown rolling shall be followed by a pneumatic-tired roller as described in this section. 302-5.8 Manholes (and other structures), delete the first paragraph and replace with the following: When placing the ARHM overlay the Contractor shall pave over appurtenances in the roadway which includes sanitary and storm access covers, water valve boxes, air vents, sewer dead end boxes and survey monument boxes. Each appurtenance shall be treated or covered to prevent adhesion of the overlay. Each appurtenance shall be located immediately after the overlay is placed and shall be thoroughly cleaned of any and all construction debris which may have entered due to the Contractor's operation. The contractor shall adjust all CMWD water valve boxes per CMWD Standard Drawing No. W11 or CMWD Standard Drawing No. W13. All City of Carlsbad sanitary sewer access covers shall be adjusted per CMWD Drawing No. S1. All storm sewer access covers shall be adjusted per SDRSD D-10. Riser rings or extensions shall not be used for the adjustment of these appurtenances. Raising and adjusting to grade all appurtenances in the roadway shall be paid for at the contract unit price per each as shown in the Bid. Such price shall constitute full compensation for all labor, materials, and equipment necessary for completing the work as described in these specifications and plans. 302-5.9 Measurement and Payment, add the following: Payment for asphalt concrete shall be at the unit price bid per ton. No additional payment shall be made for any tack coat. 3.6 OILED ROADWAYS AND SHOULDERS A. Oiled roadways and shoulders shall conform to the requirements of SSPWC 302-1, as modified herein. B. The following are modifications to SSPWC 302-1: 302-1.1 General, add the following: The Contractor shall treat roadway or shoulder to be oiled with a post emergent herbicide applied to all vegetation within the limits of the area to be oiled. 11/1/09 TAMARACK SEWER REPLACEMENT ASPHALT CONCRETE PAVEMENT 02550-11 Herbicide shall be applied at least 2 (two) working days prior to oiling the roadway or shoulder. Allowance for the two day period shall be shown in the schedule required per section 6-1. 302-1.2. Measurement and Payment, add the following: Payment for oiled roadways and shoulders shall include post emergent herbicide treatment of the areas to be oiled. 3.7 CHIP SEAL A. Chip seal shall conform to the requirements of SSPWC Section 302-2, as modified herein. B. The following are modifications to Section 302-2: 302-2.1 General, add the following: The Contractor shall treat all vegetation within the limits of the paved area to be chip sealed with a post emergent herbicide. Herbicide shall be applied at least 2 (two) working days prior to chip sealing the street. Allowance for the two day period shall be shown in the schedule required per section 6-1. 302-2.8. Measurement and Payment, add the following: Payment for chip seal shall include post emergent herbicide treatment of the areas to be chip sealed. 3.8 ASPHALT-RUBBER CHIP SEAL OR INTERLAYER A. Asphalt-rubber chip seal or interlayer shall conform to the requirements of SSPWC Section 302-3, as modified herein. B. The following are modifications to Section 302-3: Add the following section: 302-3.1 General. The Contractor shall treat all vegetation within the limits of the paved area to receive asphalt-rubber chip seal treatment with a post emergent herbicide. Herbicide shall be applied at least 2 (two) working days prior to sealing of street. Allowance for the two day period shall be shown in the schedule required per section 6-1. Payment for asphalt-rubber chip seal treatment shall include post emergent herbicide treatment of the areas to receive asphalt-rubber chip seal treatment. 3.9 EMULSION-AGGREGATE SLURRY A. Emulsion-aggregate slurry shall conform to the requirements of SSPWC Section 302-4, as modified herein. B. The following are modifications to Section 302-4: Add the following section: 302-4.3.4 Surface Preparation. As part of surface preparation prior to application of emulsion-slurry seal the Contractor shall: 1. treat the area to receive emulsion-slurry seal with a post emergent herbicide. Herbicide shall be applied at least 2 (two) working days prior to sealing of street. Allowance for the two day period shall be shown in the schedule required per section 6-1. 2. remediate cracks, potholes, and large areas of alligator cracking. Remediation shall be accomplished by:o 11/1/09 TAMARACK SEWER REPLACEMENT ASPHALT CONCRETE PAVEMENT 02550-12 a) Removal of existing asphalt pavement, base material and soil and replacement with full depth asphalt concrete in locations designated by the Engineer b) Crack cleaning and sealing of all cracks designated by the Engineer. 302-4.4 Public Convenience and Traffic Control. Add the following: The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to, mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling Coast Waste Management at (760) 929-9400. At least two weeks prior to work, Contractor shall send, by first class mail, notification letters to all property addresses on which sealing shall occur. Obtaining the appropriate addresses shall be the contractor's responsibility. Letters shall be as shown in bold type as follows, with the appropriate information specific to the work inserted at the locations indicated in the brackets and italicized. 11/1/09 TAMARACK SEWER REPLACEMENT ASPHALT CONCRETE PAVEMENT 02550-13 (Name of Contractor) (Address of Contractor) (Contractor's License Number) (Date) As a part of the City of Carlsbad's ongoing program to maintain its streets, your street will be sealed with a mixture of asphalt and sand, beginning in two or three weeks. This process requires that your street be closed for one day starting at 7:00 a.m. and continuing until the Contractor removes the traffic control devices. You will be notified 72 hours in advance of the day your street will be closed by a brightly colored 3 14" x 8 1/2" card attached to your doorknob. You will also notice temporary no parking signs on your street with a specific no parking date written on it. A successful street maintenance program depends on your cooperation. Please do not drive, walk, play, skate or allow pets on the sealed street until it has dried. Furthermore, please do not wash your car or turn on any sprinklers while you are waiting for the seal to dry. If you don't plan to leave your home before 7:00 a.m. on the day your street will be sealed, and you need to use your vehicle later in the day, please park your car on an adjacent street in your neighborhood that is not signed as a no parking zone. When walking to and from your car, remember not to walk on the newly sealed street or you will have black residue on the bottom of your shoes. The residue will damage some surfaces, will mark all surfaces that you track it on and will be very difficult to remove. (Name of Contracted is the Contractor that will be performing the resurfacing work for the City and you may call them at (24 hour per day attended telephone number in the 76O area code) for any questions you may have about the project. Sealing of your street will not occur on the day your trash is collected. On the day your street is sealed mail delivery may be delayed until the next day. You will not know the exact date your street will be closed until you receive the 3 Va" x 8 Ya" card. If you have a moving company scheduled to come to your house within the next two weeks, please call and inform the Contractor of the date. If you have any concerns which are not addressed by the Contractor, please call the City's Engineering Inspection Department at 438-1161, extension 4323. They will assist you in resolving the concerns. The City of Carlsbad has some of the finest streets in the county due to the concern and cooperation of citizens like you. Your cooperation is greatly appreciated." 11/1/09 TAMARACK SEWER REPLACEMENT ASPHALT CONCRETE PAVEMENT 02550-14 During sealing operations, the Contractors schedule for slurry seal application shall be designed to provide residents and business owners whose streets are to be sealed sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The Contractor shall deliver the notification which shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24 hour number answered by a representative of the Contractor who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 Ib. card stock. The printing on the notice shall be no smaller than 12 point. The precut notices shall be as shown on the example provided in Appendix "A", with the day of the week circled and appropriate information specific to the work inserted at the locations indicated in the italicized font. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional compensation for printing and distributing these notices. 3-10 ASPHALT PAVEMENT REPAIRS AND REMEDIATION A. General. Asphalt pavement Repairs and Remediation shall consist of the repair and restoration of existing asphalt pavement. Repair of asphalt pavement shall consist of the saw cutting, removal and disposal of existing asphalt pavement in conformance with section 300-1.3, compaction of existing subgrade in conformance with section 301-1, grading and compaction of base material in conformance with section 301-2, application of grade SS-1h emulsified asphalt and the placement of asphalt concrete base and wearing courses as specified herein. B. Full Depth Asphalt Concrete Patch. Full depth asphalt concrete patch shall consist of removing asphalt concrete and/or aggregate base/subgrade to 300 mm (1') below existing asphalt surface and placing replacing the material so removed with asphalt concrete. The area shown on the plans or set forth in the bid item are for estimating purposes only, final quantity will be as measured in the field. The Engineer will designate and mark the final limits of the asphalt patch area by outlining the area to be patched. The Contractor shall cut such areas to straight lines in square or rectangular areas as marked. The area so cut shall have two of the sides at right angles to the direction of traffic. The excavated faces of the base/subgrade shall be straight and 11/1/09 TAMARACK SEWER REPLACEMENT ASPHALT CONCRETE PAVEMENT 02550-15 vertical. The Contractor shall compact the upper 300mm (1') of subgrade to 95% relative compaction. A tack coat of SS-1h emulsified asphalt shall be applied uniformly to all asphalt to asphalt contact surfaces at a rate of 0.25 L/m2 to 0.45 L/m2 (0.05 to O.IOgallons per square yard) in accordance with subsection 302-5.4, SSPWC. The Contractor shall fill and compact areas designated to be removed with 300 mm (1.0') full depth asphalt concrete. Asphalt concrete for full depth asphalt concrete patch shall be B-PG 64-10. The asphalt concrete so constructed shall have a finish surface and density conforming to subsection 302-5.6.2 SSPWC. C. Crack Sealing. The Contractor shall wash, blow out and thoroughly dry all cracks designated to be sealed before installing elastomeric sealant material. The Contractor shall dispose debris from crack cleaning outside the public way in accordance with Section 7-8.1, "Cleanup and Dust Control." The hot-melt rubberized asphalt shall be melted in a jacketed, double boiler type melting unit. Temperature of the heat transfer medium shall not exceed 245°C (475°F). Application of the hot-melt sealant shall be made with a pressure feed applicator or pour pot. Sealant shall be applied when the pavement surface temperature is greater than 4°C (40°F). Containers of hot-melt sealant shall be delivered to the job-site in unopened containers that are clearly marked with data showing the manufacturer's name, the product designation and the manufacturer's batch number and lot numbers. The level of the sealant shall be flush with the surface of the existing pavement. All excess sealant shall be removed from the crack with a minimum overlap onto adjacent pavement. D. Measurement and Payment. Quantities of full depth asphalt concrete patch and crack sealing set forth in the bid item are for estimating purposes only, final quantity will be as designated and measured in the field. The Engineer will designate and mark the limits of the Full depth asphalt concrete patch and crack sealant application areas. Payment for emulsion-aggregate slurry treatments shall include post emergent herbicide treatment of the areas to receive for emulsion-aggregate slurry treatment. Full compensation for conforming to the requirements of constructing full depth asphalt concrete patch shall include but not be limited to: furnishing all labor, tools, equipment, and materials necessary for doing the work including, saw cutting and removing and disposing 300 mm (I1) thick section of existing asphalt concrete, aggregate base/subbase and basement soil as designated by the engineer, placement of asphalt concrete, compaction of subbase and asphalt concrete, placement of SS-1h asphalt emulsion and all other work incidental to full depth asphalt concrete patch shall be considered as included in the contract unit price bid for full depth asphalt concrete patch and no additional compensation will be allowed therefore. Full compensation for conforming to the requirements of crack sealing shall include but not be limited to, furnishing all labor, materials, tools, equipment, and incidentals necessary to do the work. Crack cleaning, roadway clean up, application of sealant, removal of excess sealant and all other work incidental to crack sealing shall be considered as included in the contract unit price bid and no additional compensation will be allowed therefore. 3.11 CLEANUP A. Clean all debris and unused materials from the paving operation. Clean all surfaces that have been spattered or defaced as a result of the paving operation. Asphalt or asphalt stains which are noticeable upon surfaces of concrete or materials which will be exposed to view shall be promptly and completely removed. Cleaning shall be done in a manner that will not result in any discharge of contaminated materials into any catch basin. o 3 11/1/09 TAMARACK SEWER REPLACEMENT ASPHALT CONCRETE PAVEMENT 02550-16 SECTION 02730 SANITARY SEWER SYSTEM TESTING PART 1 - GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work as indicated on the Drawings and specified herein. B. This Section covers the performance of all pipeline flushing and testing, complete, for sanitary sewer system piping as specified herein and in accordance with the requirements of the Contract Documents. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section [02490] Precast Concrete Manhole and Vault Construction. 1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Comply with the applicable reference specifications as specified in the GENERAL PROVISIONS. 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL PROVISIONS. B. The CONTRACTOR shall submit in writing all proposed plans for testing, and for water conveyance, control and disposal. The CONTRACTOR shall also submit written notice 48 hours in advance of the proposed testing schedule for review and concurrence of the ENGINEER. 1.5 QUALITY ASSURANCE (NOT USED) 11/1/09 SANITARY SEWER SYSTEM TESTING TAMARACK SEWER REPLACEMENT 02730-1 PART 2 - PRODUCTS 2.1 GENERAL A. Temporary valves, plugs, bulkheads, and other air pressure testing and water control equipment and materials shall be provided by the CONTRACTOR subject to the ENGINEER'S review. No materials shall be used which will be injurious to pipeline structure and future function. Air test gages shall be laboratory-calibrated annually test gages and shall be recalibrated by a certified laboratory at the CONTRACTOR'S expense prior to the leakage test, only if required by the ENGINEER. PART 3 - EXECUTION 3.1 GENERAL A. Unless otherwise specified, water for testing will be furnished by the CONTRACTOR; and, the CONTRACTOR shall make all necessary provisions for conveying the water from the AGENCY-designated source to the points of use. B. Release of water from pipelines, after testing has been completed, shall be performed as reviewed by the ENGINEER. C. All testing operations shall be performed in the presence of the INSPECTOR. 3.2 TESTING OF PIPELINE A. General: All gravity sewer pipes and service laterals shall be tested for exfiltration and/or infiltration and deflection, as specified. All maintenance holes shall be tested for leakage, as specified. Manholes shall be tested prior to backfill placement, whereas all pipe shall be backfilled prior to testing. All leakage tests of sanitary sewer systems shall be in conformance with SSPWC Section 306-1.4.1. For pressure sewers (force main) tests, the water pressure shall be measured at the lowest point of the pipeline section being tested. B. Water Exfiltration Test shall be in conformance with SSPWC Section 306-1.4.2. C. Water Infiltration Test shall be in conformance with SSPWC Section 306-1.4.3. Unless otherwise specified, infiltration will be measured by the CONTRACTOR using measuring devices approved by the ENGINEER. D. Air Pressure Test shall be in conformance with SSPWC Section 306-1.4.4. E. At the CONTRACTOR'S option, joints may be air tested individually, joint by joint, with1 the use of specialized equipment. The CONTRACTOR shall submit its joint testing procedure for the ENGINEER'S review and approval prior to testing. Prior to each test, the pipe at the joint shall be wetted with water. The maximum test pressure shall be 3.0 psi. the minimum allowable pressure drop shall be 1.0 psi over a 30-second test period. 11/1/09 SANITARY SEWER SYSTEM TESTING TAMARACK SEWER REPLACEMENT 02730-2 F. Water Pressure Test shall be in conformance with SSPWC Section 306-1.4.5. G. Deflection Test: All flexible and semi-rigid main line pipe shall be tested in accordance with SSPWC Sections 306-1.2.12 and 306-1.2.13 for deflection, joint displacement, or any other obstruction by passing a rigid mandrel through the pipe by hand, not less than 30 days after completion of the trench backfill, but prior to permanent resurfacing. The mandrel shall be a full circle, solid cylinder, or a rigid, non-adjustable, odd-numbered leg (9 leg minimum) steel cylinder, accepted by the ENGINEER as to design and manufacture. The circular cross section of the mandrel shall have a diameter of at least 95 percent of the specified average inside diameter of the pipe and the minimum length of the circular portion of the mandrel shall be equal to the nominal diameter of the pipe. Obstructions encountered by the mandrel shall be corrected by the CONTRACTOR. 3.3 TESTING OF MANHOLES A. All sewer manholes shall be hydrostatically tested for leakage after installation, but prior to being backfilled. Prior to hydrostatic testing, all manholes shall be visually inspected for leaks. All leaks or cracks shall be repaired by the CONTRACTOR, prior to hydrostatic testing, to the satisfaction of the ENGINEER and the INSPECTOR. All pipes entering the maintenance hole shall be sealed at a point outside the maintenance hole walls so as to include testing of the pipe/maintenance hole joints. The manhole shall be filled with water to a level 2 inches below the top of the frame. Safety lines shall be secured to all plugs utilized. After a period of at least one hour to allow the water level to stabilize, the manhole shall be refilled and the water level shall be checked. The water level shall again be checked after a period of 4 hours. If the water level is reduced by more than 1/4-inch, the leakage shall be considered excessive, and the CONTRACTOR shall be required to make all necessary repairs and retest the maintenance hole. The exterior of the maintenance hole shall be inspected during this period for visible evidence of leakage. Visible moisture, sweating, or beads of water on the exterior of the manhole shall not be considered leakage, but any water running across the surface will be considered leakage and shall be repaired to the satisfaction of the ENGINEER and the INSPECTOR regardless of the volume of water lost. 11/1/09 SANITARY SEWER SYSTEM TESTING TAMARACK SEWER REPLACEMENT 02730-3 SECTION 02760 MORTAR AND EPOXY COATING MANHOLE REHABILITATION FOREWORD This specification covers work, materials and equipment required for protecting and/or rehabilitating concrete and masonry manholes and other underground vaults by monolithic spray-application of a high-build, solvent-free epoxy coating to eliminate infiltration, provide corrosion protection, repair voids and enhance structural integrity. Procedures for surface preparation, cleaning, application and testing are described herein. PART 1 - GENERAL 1.1 SECTION INCLUDES A. Requirements for surface preparation, concrete repairs and solvent-free epoxy coating application to specified surfaces, and frame and cover replacement. 1.2 RELATED SECTIONS A. 01010 Summary of Work. B. General Provisions of Contract. 1.3 REFERENCES A. ASTM D638 - Tensile Properties of Plastics. B. ASTM D790 - Flexural Properties of Unreinforced and Reinforced Plastics. C. ASTM D695 - Compressive Properties of Rigid Plastics. D. ASTM D4541 - Pull-off Strength of Coatings Using a Portable Adhesion Tester. E. ASTM D2584 - Volatile Matter Content. F. ASTM D2240 - Durometer Hardness, Type D. G. ASTM D543 - Resistance of Plastics to Chemical Reagents. H. ASTM C109 - Compressive Strength Hydraulic Cement Mortars. J. ACI 506.2-77 - Specifications for Materials, Proportioning, and Application of Shotcrete. K. ASTM C579 - Compressive Strength of Chemically Setting Silicate and Silica Chemical Resistant Mortars. 11/1/09 MORTAR AND EPOXY COATING MANHOLE REHABILITATION TAMARACK SEWER REPLACEMENT 02760-1 L. ASTM - The published standards of the American Society for Testing and Materials, West Conshohocken, PA. M. NACE - The published standards of National Association of Corrosion Engineers (NACE International), Houston, TX. N. SSPC - The published standards of the Society of Protective Coatings, Pittsburgh, PA. O. Los Angeles County Sanitation District - Evaluation of Protective Coatings for Concrete. P. SSPWC 210-2.3.3 - Chemical resistance testing published in the Standard Specifications for Public Works Construction, 1997 edition (otherwise known as "The Greenbook"). Q. City of Carlsbad Engineeing Standards, 2004 Edition. 1.4 SUBMITTALS A. The following items must be submitted consistent with General Provisions section 2.5.3: 1. Submit the following for Grout, Cementitious Reconstruction, Patching Materials, Chimney Seals, Epoxy Coating: a. Material type and manufacturer to be used, including catalog data showing manufacturer's clarifications and updates, ASTM references, matrial composition, specifications, physical properties, and chemical resistance, manufacturer's recommended mix, additives and set time. b. Manufacturer's detailed description of recommended procedures for handling and storing matria! to include use of strip recorder to monitor temperature at storage location. c. Manufacturer's detailed description of processes to execute the use of material including equipment required. O 11/1/09 MORTAR AND EPOXY COATING MANHOLE REHABILITATION TAMARACK SEWER REPLACEMENT 02760-2 d. Shipping Manifest With: 1) Date shipped 2) Origination and delivery locations 3) Shipping method and carrier 4) Shipping order number 5) Purchase order number 6) Shipped item 7) Stock number 8) Lot number 9) Shipping, storage, or safety requiements, inlcuding MSDS documents 10) Received date and by 11) Signature of receiver 4. Applicator Qualifications: a. Current letter of Manufacturer's certification dated within thirty (30) days of bid date, that Applicator has been trained and approved in the handling, mixing and application of the products to be used (provide with bid proposal). b. Current letter of Manufacturer's Certification dated within thirty (30) days of bid date, that the equipment to be used for applying the products has been manufactured or approved by the protective coating manufacturer and Applicator personnel have been trained and certified for proper use of the equipment. c. Five (5) recent references of Applicator (projects similar size and scope) indicating successful application of a high-build solvent- free epoxy coating by plural component spray application (provide with bid proposal). d. Proof of any necessary federal, state or local permits or licenses necessary for the project. e. The Contractor must hold a valid Class A State Contractor's License and have a minimum of one prior successful project of comparable size and complexity. The Contractor shall provide the name, address and telephone number of the Owner, the completion date and the location of the reference project. 5. Design details for any additional ancillary systems and equipment to be used in site and surface preparation, application and testing. 6. Manufacturer's representative contact information. 7. Letter from epoxy manufacturer acknowledging all repair materials used in the rehabilitation are compatible with the epoxy coating. 8. Wastewater bypass or flow diversions plan. 11/1/09 MORTAR AND EPOXY COATING MANHOLE REHABILITATION TAMARACK SEWER REPLACEMENT 02760-3 9. Emergency plan detailing procedures to be followed in the event of a sewer overflow, blockage or service backup. Maintain a approved copy at the work site throughout the duration of the project. 10. For each access hole rehabilitated a complete and accurate record of work completed shall be kept. Report shall include: identifying access hole number, location, quantities of rehabilitation material used, estimate of infiltration eliminated, and results of post rehabilitation inspection along with all field test reports. A final report shall be provided at the conclusion of the rehabilitation. 1.5 QUALITY ASSURANCE A. Applicator shall initiate and enforce quality control procedures consistent with applicable ASTM, NACE and SSPC standards and the protective coating manufacturer's recommendations. B. A NACE Certified Coating Inspector shall be provided by Owner. The Inspector will observe surface preparation, application and material handling procedures to ensure adherence to the specifications. C. Manufacturer/supplier shall provide an authorized representative for purposes of monitoring the initial application. D. Packaging:The Contractor shall store all products to be used in their original, unopened packaging displaying the manufacturer's name, labels, product identification and batch numbers as applicable. Damaged material must be removed from the site immediately. 1.6 DELIVERY, STORAGE, AND HANDLING A. Materials are to be kept dry, protected from weather and stored under cover. \ B. Protective coating materials are to be stored between 50 deg F and 90 deg F. Do not store near flame, heat or strong oxidants. C. Protective coating materials are to be handled according to their material safety data sheets. D. Material damaged and deemed unrepairable will be rejected, removed from project site, and replaced at Engineer's direction. 1.7 SITE CONDITIONS A. Applicator shall conform with all local, state and federal regulations including those set forth by OSHA, RCRA and the EPA and any other applicable authorities. 11/1/09 MORTAR AND EPOXY COATING MANHOLE REHABILITATION TAMARACK SEWER REPLACEMENT 02760-4 B. Method statements and design procedures are to be provided by Owner when confined space entry, flow diversion or bypass is necessary in order for Applicator to perform the specified work. 1.8 WARRANTY A. Applicator shall warrant all work against defects in materials and workmanship for a period of one (1) year, unless otherwise noted, from the date of final acceptance of the project. Applicator shall, within a reasonable time after receipt of written notice thereof, repair defects in materials or workmanship which may develop during said one (1) year period, and any damage to other work caused by such defects or the repairing of same, at his own expense and without cost to the Owner. PART 2 - PRODUCTS 2.1 EXISTING PRODUCTS A. Cementitious patching and repair materials should not be used unless their manufacturer provides information as to its suitability and procedures for topcoating with an epoxy coating. Project specific submittals should be provided including application, cure time and surface preparation procedures which permit optimum bond strength with the epoxy coating. B. Remove existing coatings prior to application of the new protective coating. Applicator is to maintain strict adherence to applicable NACE and SSPC recommendations with regard to proper surface preparation and compatibility with existing coatings. 2.2 MANUFACTURER A. RLS, Inc., Tulsa, Oklahoma 800-324-2810 or 918-615-0020 or FAX 918-615- 0140. B. Corrosion resistamt epoxy shall have achieved a total score of "3" or "4" in the "Evaluation of Protective Coatings for Concrete" testing program provided through County Sanitation Districts of Los Angeles County California. In each of the specific categories of "Acid Resistance" and "Concrete Bond", the approved product will have received a score of "1". 11/1/09 MORTAR AND EPOXY COATING MANHOLE REHABILITATION TAMARACK SEWER REPLACEMENT 02760-5 2.3 REPAIR MATERIALS A. Repair materials shall be used to fill voids, structurally reinforce and/or rebuild surfaces, etc. as determined necessary by the engineer and protective coating applicator. Repair materials must be compatible with the specified epoxy coating and shall be applied in accordance with the manufacturer's recommendations. B. The following products may be accepted and approved as compatible repair basecoat materials for epoxy topcoating for use within the specifications: 1. 100% solids, solvent-free epoxy grout specifically formulated for epoxy topcoating compatibility. The epoxy grout manufacturer shall provide instructions for trowel or spray application and for epoxy topcoating procedures. 2. Factory blended, rapid setting, high early strength, non-shrink repair mortar that can be trowelled or pneumatically spray applied may be approved if specifically formulated to be suitable for epoxy topcoating. Such repair mortars should not be used unless their manufacturer provides information as to its suitability for topcoating with an epoxy coating. Project specific submittals should be provided including application, cure time and surface prepration procedures which permit optimum bond strength with the epoxy coating. 3. Hydraulic wate plugs shall be Sauereisen, Insatplug F-180; IPA Systems, Inc.k Ocotplug; or approved equal. 2.4 PROTECTIVE COATING MATERIAL 3 A. Raven Lining Systems' 405 epoxy coating system - a 100% solids, solvent-free two-component epoxy resin system thixotropic in nature and filled with select fillers to minimize permeability and provide sag resistance acceptable to these specifications . twnovy f*^ Color Solids Content (vol %) Mix Ratio Compressive Strength, psi Tensile Strength, psi Tensile Elongation, %1.50 Flexural Modulus, psi Hardness, Type D Bond Strength - Concrete Chemical Resistance: Severe Municipal Sewer: Successful Pass: Amine cured epoxy Light Blue 100 3:1 18,000 7,600 600,000 88 >Tensile Strength of Concrete All types of service Sanitation District of L.A. County Coating Evaulation Study orSSPWC211-2 11/1/09 TAMARACK SEWER REPLACEMENT MORTAR AND EPOXY COATING MANHOLE REHABILITATION 02760-6 2.5 PROTECTIVE COATING APPLICATION EQUIPMENT A. Manufacturer approved heated plural component spray equipment shall be used in the application of the specified protective coating. 2.6 REPAIR MORTAR SPRAY APPLICATION EQUIPMENT (if spray applied) A. Spray applied repair mortars shall be applied with manufacturer approved equipment. 2.7 FRAME AND COVER A. For 24-inch diameter entry, use SDRSD Drawing No. Ml with "City of Carlsbad Sewer" cast into cover. Coated with black bituminous paint B. For 36-inch diameter entry, use City of Carlsbad Standard Drawing S-4 2.8 REPAIR MORTAR SPRAY APPLICATION EQUIPMENT (if spray applied) Spray applied repair mortars shall be applied with manufacturer approved equipment. PART 3 - EXECUTION 3.1 ACCEPTABLE APPLICATORS A. Repair mortar applicators shall be trained to properly apply the cementitious mortar according to manufacturer's recommendations. B. Protective coating must be applied by a Certified Applicator of the protective coating manufacturer and according to manufacturer specifications. 3.2 EXAMINATION A. All structures to be coated shall be readily accessible to Applicator. B. Appropriate actions shall be taken to comply with local, state and federal regulatory and other applicable agencies with regard to environment, health and safety. C. The channel of the manhole shall be coated during low flow conditons by bypassing sewerage to assure the coating is installed below the average daily flow depth fo the channel. Hot air may be used to accelerate the cure time. D. Installation of the protective coating shall not commence until the concrete substrate has properly cured in accordance with these specifications. E. Temperature of the surface to be coated should be maintained between 40 deg F and 120 deg F during application. Prior to and during application, care should be taken to avoid exposure of direct sunlight or other intense heat source to the structure being coated. Where varying surface temperatures do exist, care should be taken to apply the coating when the temperature is falling versus rising (ie. late afternoon into evening vs. morning into afternoon). 11/1/09 MORTAR AND EPOXY COATING MANHOLE REHABILITATION TAMARACK SEWER REPLACEMENT 02760-7 3.3 SURFACE PREPARATION A. Applicator shall inspect all surfaces specified to receive a protective coating prior to surface preparation. Applicator shall notify Owner of any noticeable disparity in the surfaces which may interfere with the proper preparation or application of the repair mortar and protective coating. B. All contaminants including: oils, grease, incompatible existing coatings, waxes, form release, curing compounds, efflorescence, sealers, salts, or other contaminants shall be removed. C. All concrete or mortar that is not sound or has been damaged by chemical exposure shall be removed to a sound concrete surface or replaced. D. Remove all ladder steps from the structure, grinding flush with structure surface. All remaining exposed metals shall be rust protected according SSPC specifications for these conditions. E. Surface preparation method(s) should be based upon the conditions of the substrate, service environment and the requirements of the epoxy protective coating to be applied. F. Surfaces to receive protective coating shall be cleaned and abraded to produce a sound surface with adequate profile and porosity to provide a strong bond between the protective coating and the substrate. Generally, this can be achieved with a high pressure water cleaning using equipment capable of 5,000 psi at 4 gpm. Other methods such as high pressure water jetting (refer to NACE Standard No. 5/SSPC-SP12), abrasive blasting, shotblasting, grinding, scarifying or acid etching may also be used. Detergent water cleaning and hot water blasting may be necessary to remove oils, grease or other hydrocarbon residues from the concrete. Whichever method(s) are used, they shall be performed in a manner that provides a uniform, sound clean neutralized surface that is not excessively damaged. G. Infiltration shall be stopped by using a material which is compatible with the specified repair mortar and is suitable for topcoating with the specified epoxy protective coating. H. The area between the manhole and the manhole ring and any other area that might exhibit movement or cracking due to expansion and contraction, shall be grouted with a flexible grout or gel. I. All surfaces should be inspected by the Inspector during and after preparation and before the repair material is applied. J. All debris removed during the preparation process and installation of the rehabilitation system shall be removed from the site and disposed of in compliance with governing agency requirements. No debris shall be released or allowed to enter the sewer system. o 11/1/09 MORTAR AND EPOXY COATING MANHOLE REHABILITATION TAMARACK SEWER REPLACEMENT 02760-8 3.4 APPLICATION OF REPAIR MATERIALS A. Areas where structural steel has been exposed or removed shall be repaired in accordance with the Project Engineer's recommendations. B. Repair materials shall meet the specifications herein. The materials shall be trowel or spray applied utilizing proper equipment on to specified surfaces. The material thickness shall be specified by the Project Engineer according to Owner's requirements and manufacturer's recommendations. C. If using approved cementitious repair materials, such shall be trowelled to provide a smooth surface with an average profile equivalent to coarse sandpaper to optimally receive the protective coating. No bugholes or honeycomb surfaces should remain after the final trowel procedure of the repair mortar. D. The repair materials shall be permitted to cure according to manufacturer recommendations. Curing compounds should not be used unless approved for compatibility with the specified protective coating. E. Application of the repair materials, if not performed by the coating certified applicator, should be inspected by the protective coating certified applicator to ensure proper finishing for suitability to receive the specified coating. F. After abrasive blast and leak repair is performed, all surfaces shall be inspected for remaining laitance prior to protective coating application. Any evidence of remaining contamination or laitance shall be removed by additional abrasive blast, shotblast or other approved method. If repair materials are used, refer to these specifications for surface preparation. Areas to be coated must also be prepared in accordance with these specifications after receiving a cementitious repair mortar and prior to application of the epoxy coating. G. Interior of access hole structure shall be returned to the approximate original interior dimensions with the installation of repair mortar. H. All surfaces shall be inspected during and after preparation and before the protective coating is applied. 11/1/09 MORTAR AND EPOXY COATING MANHOLE REHABILITATION TAMARACK SEWER REPLACEMENT 02760-9 3.5 APPLICATION OF PROTECTIVE COATING A. Application procedures shall conform to the recommendations of the protective coating manufacturer, including material handling, mixing, environmental controls during application, safety, and spray equipment. B. The spray equipment shall be specifically designed to accurately ratio and apply the specified protective coating materials and shall be regularly maintained and in proper working order. C. The protective coating material must be spray applied by a current Certified Applicator of the protective coating manufacturer. D. Specified surfaces shall be coated by spray application of a moisture tolerant, solvent-free, 100% solids, epoxy protective coating as further described herein. Spray application shall be to a minimum wet film thickness of 100 mils and an average wet film thicknesses of 125 mils. E. Airless spray application equipment approved by the coating manufacturer shall be used to apply each coat of the protective coating. Air assisted spray application equipment may be acceptable, especially for thinner coats (<10 mils), only if the air source is filtered to completely remove all oil and water. F. If necessary, subsequent topcoating or additional coats of the protective coating should occur as soon as the basecoat becomes tack free, ideally within 12 hours but no later than the recoat window for the specified products. Additional surface preparation procedures will be required if this recoat window is exceeded. G. Fiberglass woven-roving fabric may be rolled into the resin or chopped glass spray applied with the resin for added tensile and flexural strength where desired. Sloped surfaces of the floor may be made non-skid by broadcasting aluminum oxide or silica sand into the surface prior to gelation. H. Depending on flow levels and how long flow can be stopped, inverts may be lined with an approved 100% solids, fast setting epoxy coating material. 3.6 TESTING AND INSPECTION A. General. All inspection shall be done by the Contractor in the presence of and under the direction of the Engineer. Inspection procedures described as follows shall be consider as incidental to this contract and no additional payment will be made for the inspection procedures and subsequent repairs resulting from destructive tests. The City may acquire the services of tha 3rd party inspector (Special Inspector). The cost of the Special Inspector shall be paid by the City under a separate agreement. The Contractor shall provide safe access required by the Special Inspector or Engineer including all equipment and support necessary for confined space entry in compliance with all governing safety requirements. 11/1/09 MORTAR AND EPOXY COATING MANHOLE REHABILITATION TAMARACK SEWER REPLACEMENT 02760-10 B. Mill Gauge Test. During application a wet film thickness gage, such as those available through Paul N. Gardner Company, Inc. meeting ASTM D4414 - Standard Practice for Measurement of Wet Film Thickness of Organic Coatings by Notched Gages, shall be used to ensure a monolithic coating and uniform thickness during application. C. High Voltage Spark Test. After the protective coating has set hard to the touch it shall be inspected with high-voltage holiday detection equipment. Surface shall first be dried, an induced holiday shall then be made on to the coated concrete surface and shall serve to determine the minimum/maximum voltage to be used to test the coating for holidays at that particular area. The spark tester shall be initially set at 100 volts per 1 mil (25 microns) of film thickness applied but may be adjusted as necessary to detect the induced holiday (refer to NACE RPO188-99). All detected holidays shall be marked and repaired by abrading the coating surface with grit disk paper or other hand tooling method. After abrading and cleaning, additional protective coating material can be hand applied to the repair area. All touch-up/repair procedures shall follow the protective coating manufacturer's recommendations. D. Adhesion Testing. The adhesion tests shall be performed on each of the rehabilitated structures at locations directed by the Engineer. Adhesion testing shall be conducted after the liner system has cured per manufacturer instruction and in accordance with ASTM D4541 as modified herein. A minimum of one 20 mm dolly shall be affixed to the lined surface of the structure at the upper section or cone area, mid section and at the bottom, unless otherwise specified in the Special Provisions. Each testing location shall be identified by the Engineer. The adhesive used to attach the dollies to the liner shall be rapid setting with tensile strength in excess of the liner material and permitted to cure in accordance with manufacturer recommendations. The lining material and dollies shall be adequately prepared to receive the adhesive. Prior to pull test, the Contractor shall utilize a scoring device to cut through the coating until the substrate is reached. Extreme care shall be required while scoring to prevent micro cracking in the coating, since cracks may cause failures at diminished strengths. Failure due to improper dolly adhesive or scoring shall require retesting. The pull tests in each area shall meet or exceed 200 psi. and shall include subbase adhered to the back of the dolly or no visual signs of coating material in the test hole. Pull tests with results between a minimum 150 psi and 200 psi shall be acceptable if more than 50% of the subsurface is adhered to the back of the dolly. A test result can be discarded, as determined by the Engineer, if there is a valid nonstatistical reason for discarding the test results as directed by Sections 8.4 and 8.5 of ASTM D4541. If any test fails, a minimum of three additional locations in the section of the failure shall be tested, as directed by the Engineer. If any of the retests fail all loosely adhered or unadhered liner in the failed area, as determined by the Engineer, shall be removed and replaced at the Contractor's expense. E. A final visual inspection shall be made by the Inspector and manufacturer's representative. Any deficiencies in the finished coating shall be marked and repaired according to the procedures set forth herein by Applicator. 11/1/09 MORTAR AND EPOXY COATING MANHOLE REHABILITATION TAMARACK SEWER REPLACEMENT 02760-11 3.6 FRAME AND COVER INSTALLATION A. Install per City of Carlsbad Engineering Standards, 2008 Edition,(or latest edition) Standard Drawing S-1. B. Following 3.03 paragraph G of this Section. C. Repair of pavement shall comply with Section 302-5.8 of the Standard Specifications for Public Works Construction, 2006 Edition, "Greenbook". 3.7 WARRANTY INSPECTIONS A. Visual inspection to determine integrity of rehabilitation materials and water tightness will be conducted prior to the expiration of the guarantee period. B. Contractor to accompany, Manufacturer Representative and Engineer on inspections. C. Adhesions Test 25 percent of access holes rehabilitaed at locations selected by the Engineer. If any access holes fail inspection, inspect all access holes in contract with Engineer. D Contractor shall repair all rehabilitation failures to the satisfaction of the coating manufacturer and Engineer. E. Each of the manholes shall be spark tested and visually inspected. F. Contractor shall schedule and implement warranty inspection with City Engineer no earlier than 10 months prior to and but prior to 1 year of service from the Contract's Notice of Completion date. o ******** o 11/1/09 TAMARACK SEWER REPLACEMENT MORTAR AND EPOXY COATING MANHOLE REHABILITATION 02760-12 SECTION 03100 CONCRETE FORMWORK PART 1 - GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall furnish all materials for concrete formwork, bracing, shoring, and supports and shall design and construct all falsework, all in accordance with the provisions of the Contract Documents. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section [03200] Reinforcement Steel. B. Section [03290] Joints in Concrete. C. Section [03300] Cast-in-Place Concrete. D. Section [03315] Grout. E. Section [07920] Sealants and Caulking. 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the reference specifications as specified in the GENERAL PROVISIONS. B. Comply with the current provisions of the following Codes and Standards. 1. Government Standards: PS 1 U.S. Product Standard for Concrete Forms, Class I. 2. Commercial Standards: ACI 347 Recommended Practice for Concrete Formwork. 11/1/09 CONCRETE FORMWORK TAMARACK SEWER REPLACEMENT 03100-1 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL PROVISIONS. B. The following submittals and specific information shall be provided. 1. Falsework Calculations and Drawings: The CONTRACTOR'S attention is directed to all the latest applicable Sections of the Division of Industrial Safety, Construction Safety Orders, which requires that all falsework or vertical shoring installations where the height of the falsework or vertical shoring, as measured from the top of the sills to the soffit of the superstructure, exceeds 14 feet, or where individual horizontal span lengths exceed 16 feet, or provision for vehicular or railroad traffic through falsework or vertical shoring is made, Plans and Calculations shall be approved and signed by a civil engineer, registered in the State of California; provided further, that a copy of the falsework plan or shoring layout shall be available on the job site at all times. The Engineer who designed the falsework or vertical shoring shall personally inspect such work and provide a written certification that the work conforms to the design. 2. The CONTRACTOR shall, in accordance with the requirements in GENERAL PROVISIONS submit detailed plans of the falsework proposed to be used. Such plans and calculations shall be in sufficient detail to indicate the general layout, sizes of members, anticipated stresses, grade of materials to be used in the falsework, and typical soil conditions. 1.5 QUALITY ASSURANCE A. Tolerances: The variation from established grade or lines shall not exceed 1/4-inch in 10 feet and there shall be no offsets or visible waviness in the finished surface. All other tolerances shall be within the "Suggested Tolerances" specified in Section 203 of ACI 347. PART 2 - PRODUCTS 2.1 GENERAL A. Except as otherwise expressly accepted by the ENGINEER, all lumber brought on the job site for use as forms, shoring, or bracing shall be new material. All forms shall be smooth surface forms and shall be of the following materials: Walls - Steel or plywood panel Columns - Steel, plywood or fiber glass Roof and floor - Plywood, steel panels All other work - Steel panels, plywood or tongue and groove lumber 2.2 FORM AND FALSEWORK MATERIALS A. Materials for concrete forms, formwork, and falsework shall conform to the following requirements: 1. Lumber shall be Douglas Fir or Southern Pine, construction grade or better, in conformance with U.S. Product Standard PS20. 11 /1 /09 CONCRETE FORMWORK TAMARACK SEWER REPLACEMENT 03100-2 2. Plywood for concrete formwork shall be new, waterproof, synthetic resin bonded, exterior type Douglas Fir or Southern Pine plywood manufactured especially for concrete formwork and shall conform to the requirements of PS 1 for Concrete Forms, Class I, and shall be edge sealed. 3. Form materials shall be metal, wood, plywood, or other material approved by the ENGINEER that will not adversely affect the concrete and will facilitate placement of concrete to the shape, form, line, and grade shown. Metal forms shall be an approved type that will accomplish such results. Forms for exposed exterior concrete surfaces shall be American Plywood Association (APA) High Density Overlay (HDO) Plyform Class I Ext. 48" X 96" X 3/4" minimum thickness. Forms for other concrete surfaces shall be American Plywood Association (APA) Douglas Fir B-B Plyform Class I Exterior PS 1-76 3/4-inch minimum thickness. B. Unless otherwise shown, exterior corners in concrete members shall be provided with 3/4-inch chamfers. Re-entrant corners in concrete members shall not have fillets unless otherwise shown. C. Forms and falsework to support the roof and floor slabs shall be designed for the total dead load, plus a live load of 30 psf (minimum). PART 3 - EXECUTION 3.1 GENERAL A. Forms to confine the concrete and shape it to the required lines shall be used wherever necessary. The CONTRACTOR shall assume full responsibility for the adequate design of all forms, and any forms which are unsafe or inadequate in any respect shall promptly be removed from the WORK and replaced at the CONTRACTOR'S expense. A sufficient number of forms of each kind shall be provided to permit the required rate of progress to be maintained. The design and inspection of concrete forms, falsework, and shoring shall comply with applicable local, state and Federal regulations. Plumb and string lines shall be properly installed before concrete placement and shall be maintained during placement. Such lines shall be used by CONTRACTOR'S personnel and by the INSPECTOR and shall be in sufficient number and properly installed. During concrete placement, the CONTRACTOR shall continually monitor plumb and string line form positions and immediately correct deficiencies. B. Concrete forms shall conform to the shape, lines, and dimensions of members as called for on the Drawings, and shall be substantial, free from surface defects, and sufficiently tight to prevent leakage. Forms shall be properly braced or tied together to maintain their position and shape under a load of freshly-placed concrete. If adequate foundation for shores cannot be secured, trussed supports shall be provided. 11/1/09 CONCRETE FORMWORK TAMARACK SEWER REPLACEMENT 03100-3 3.2 FORM DESIGN A. All forms shall be true in every respect to the required shape and size, shall conform to the established alignment and grade, and shall be of sufficient strength and rigidity to maintain their position and shape under the loads and operations incident to placing and vibrating the concrete. Suitable and effective means shall be provided on all forms for holding adjacent edges and ends of panels and sections tightly together and in accurate alignment so as to prevent the formation of ridges, fins, offsets, or similar surface defects in the finished concrete. Plywood, 3/4-inch and greater in thickness, may be fastened directly to studding if the studs are spaced close enough to prevent visible deflection marks in the concrete. The forms shall be tight so as to prevent the loss of water, cement and fines during placing and vibrating of the concrete. Specifically, the bottom of wall forms that rest on concrete footings or slabs shall be provided with a gasket to prevent loss of fines and paste during placement and vibration of concrete. Such gasket may be a 1- to 1-1/2-inch diameter polyethylene rod held in position to the underside of the wall form. Adequate clean-out holes shall be provided at the bottom of each lift of forms. The size, number, and location of such clean-outs shall be as acceptable to the INSPECTOR. 3.3 CONSTRUCTION A. Vertical Surfaces: All vertical surfaces of concrete members shall be formed, except where placement of the concrete against the ground is shown. Not less than 1-inch of concrete shall be added to the thickness of the concrete member as shown where concrete is permitted to be placed against trimmed ground in lieu of forms. Such permission will be granted only for members of comparatively limited height and where the character of the ground is such that it can be trimmed to the required lines and will stand securely without caving or sloughing until the concrete has been placed. B. Construction Joints: Concrete construction joints will not be permitted at locations other than those shown or specified, except as may be acceptable to the ENGINEER. When a second lift is placed on hardened concrete, special precautions shall be taken in the way of the number, location, and tightening of ties at the top of the old lift and bottom of the new to prevent any unsatisfactory effect whatsoever on the concrete. Pipe stubs and anchor bolts shall be set in the forms where required. C. Form Ties: 1. Embedded Ties: Holes left by the removal of form tie cones shall be clean and rough before being filled with mortar as specified for "Finish of Concrete Surfaces" in Section [03300] [03310], "Cast-in-Place Concrete". Wire ties for holding forms will not be permitted. No form-tying device or part thereof, other than metal, shall be left embedded in the concrete. Ties shall not be removed in such manner as to leave a hole extending through the interior of the concrete members. The use of snap-ties which cause spalling of the concrete upon form stripping or tie removal will not be permitted. If steel panel forms are used, rubber grommets shall be provided where the ties pass through the form in order to prevent loss of cement paste. Where metal rods extending through the concrete are used to support or to strength forms, the rods shall remain embedded and shall terminate not less than 1-inch back from the formed face or faces of the concrete. 3 3 11/1/09 TAMARACK SEWER REPLACEMENT CONCRETE FORMWORK 03100-4 2. Removable Ties: Where taper ties are approved for use in non-water bearing structures, the larger end of the taper tie shall be on the wet side of walls in water retaining structures. After the taper tie is removed, the hole shall be thoroughly cleaned and roughened for bond. A precast neoprene or polyurethane tapered plug shall be located at the wall centerline. The hole shall be completely filled with non-shrink grout for water bearing and below-grade walls. The hole shall be completely filled with non-shrink or regular cement grout for above-grade walls which are dry on both sides. Exposed faces of walls shall have the outer 2-inches of the exposed face filled with a cement grout which shall match the color and texture of the surrounding wall surface. 3.4 REUSE OF FORMS Forms may be reused only if in good condition and only if acceptable to the INSPECTOR. Light sanding between uses will be required wherever necessary to obtain uniform surface texture on all exposed concrete surfaces. Exposed concrete surfaces are defined as surfaces which are permanently exposed to view. In the case of forms for the inside wall surfaces of water retaining structures, unused tie rod holes in forms shall be covered with metal caps or shall be filled by other methods acceptable to the INSPECTOR. 3.5 REMOVAL OF FORMS Careful procedures for the removal of forms shall be strictly followed, and this work shall be done with care so as to avoid damage to the concrete. No heavy loading on green concrete will be permitted. The period of time for formwork removal shall be in accordance with ACI 318, Chapter 6 and Section 303-1.4.1 of Standard Specifications and as follows: 1. In the case of concrete members subject to bending stresses, where the member relies upon forms for vertical support, forms shall remain in place until test cylinders attain a minimum comprehensive strength of 75 percent of the 28-day strength specified in Section [03300], "Cast-in-Place Concrete", provided, that no forms shall be disturbed or removed under individual panel or unit before the concrete in the adjacent panel or unit has attained 75 percent of the specified 28-day strength and has been in place for a minimum of 7 days. 2. Forms for all vertical walls and columns shall remain in place at least 3 days after the concrete has been placed. 3. Formwork removal shall also be subject to the curing requirements of section [3300] [3370] of these specifications and as authorized by the ENGINEER. The time required to establish said strength shall be determined by the ENGINEER based on test cylinders made for this purpose from the concrete placed and in accordance with ACI 318 and the curing requirements of section [3300] [3370]. If the time so determined is more than the minimum time specified above, then that time shall be used as the minimum length of time. Forms for all parts of the WORK not specifically mentioned herein shall remain in place for periods of time as determined by the ENGINEER. 11/1/09 CONCRETE FORMWORK TAMARACK SEWER REPLACEMENT 03100-5 3.6 MAINTENANCE OF FORMS Forms shall be maintained at all times in good condition, particularly as to size, shape, strength, rigidity, tightness, and smoothness of surface. Forms, when in place, shall conform to the established alignment and grades. Before concrete is placed, the forms shall be thoroughly cleaned. The form surfaces shall be treated with a nonstaining mineral oil or other lubricant acceptable to the ENGINEER. Any excess lubricant shall be satisfactorily removed before placing the concrete. Where field oiling of forms is required, the CONTRACTOR shall perform the oiling at least two weeks in advance of their use. Care shall be exercised to keep oil off the surfaces of steel reinforcement and other metal items to be embedded in concrete. 3.7 FALSEWORK A. The CONTRACTOR shall be responsible for the design, engineering, construction, maintenance, and safety of all falsework, including staging, walkways, forms, ladders, and similar appurtenances, which shall equal or exceed the applicable requirements of the provisions of the OSHA Safety and Health Standards for Construction, the requirements of the Construction Safety Orders of the California Division of Industrial Safety, and the requirements specified herein. B. All falsework shall be designed and constructed to provide the necessary rigidity and to support the loads. Falsework for the support of a superstructure shall be designed to support the loads that would be imposed if the entire superstructure were placed at one time. C. Falsework shall be placed upon a solid footing, safe against undermining, and protected from softening. When the falsework is supported on timber piles, the maximum calculated pile loading shall not exceed 20 tons. When falsework is supported on any portion of the structure which is already constructed, the load imposed by the falsework shall be spread, distributed, and braced in such a way as to avoid any possibility of damage to the structure. 3.8 BACKFILL AGAINST WALLS A. Backfill against walls shall not be placed until concrete has attained compressive strength equal to specified 28-day comprehensive strength. B. Place backfill simultaneously on both sides of wall to prevent differential pressures. o 11/1/09 TAMARACK SEWER REPLACEMENT CONCRETE FORMWORK 03100-6 SECTION 03200 REINFORCEMENT STEEL PART 1 - GENERAL 1.1 THE REQUIREMENT A. The 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. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section [03100] Concrete Formwork. B. Section [03300] Cast-in-Place Concrete. C. Section [04230] Reinforced Hollow Concrete Block Unit Masonry. 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the reference specifications of the GENERAL PROVISIONS. B. Comply with the current provisions of the following Codes and Standards. 1. Commercial Standards: ACI 315 Details and Detailing of Concrete Reinforcement. ACI318 Building Code Requirements for Reinforced Concrete. ACI 350 Recommended Practice for Sanitary Structure. WRI Manual of Standard Practice for Welded Wire Fabric. AWS D1.4 Structural Welding Code - Reinforcing Steel. ASTMA82 Specification for Steel Wire, Plain, for Concrete Reinforcement. ASTMA185 Specification for Welded Steel Wire Fabric for Concrete Reinforcement. ASTMA615 Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL PROVISIONS. 11/1/09 REINFORCEMENT STEEL TAMARACK SEWER REPLACEMENT 03200-1 B. The following submittals and specific information shall be provided. 1. The CONTRACTOR shall furnish shop bending diagrams, placing lists, and drawings of all reinforcement steel prior to fabrication in accordance with the GENERAL PROVISIONS. 2. Details of the concrete reinforcement steel and concrete inserts shall be submitted by the CONTRACTOR at the earliest possible date after receipt by the CONTRACTOR of the Notice to Proceed. Said details of reinforcement steel for fabrication and erection shall conform to ACI 315 and the requirements specified and shown. The 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. The shop drawings shall include bar placement diagrams which clearly indicate the dimensions of each bar splice. 3. Where mechanical couplers are required or permitted to splice reinforcement steel, the CONTRACTOR shall submit for approval the 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 it is to be installed in the formwork. 4. If reinforcement steel is spliced by welding at any location, the 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. The 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. 1.5 QUALITY ASSURANCE A. The CONTRACTOR shall make provisions for sampling reinforcing steel delivered to the job site. Two sampling bars, cut from different bars and 3 feet in length for bar sizes # 3 through # 5 and 5 feet in length for bars sizes #6 and larger, shall be taken from each 25 tons or fraction thereof, of each size and heat number delivered to the job site. When the name of the manufacturer, heat identification number, or chemical analysis is not known, the sampling interval shall be each 5 tons or fraction thereof, of each bar size and heat number. Costs of initial tests will be paid by the AGENCY. 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, the 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. The 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 INSPECTOR, radiographic testing of direct butt welded splices will be performed. The CONTRACTOR shall provide assistance necessary to facilitate testing. The CONTRACTOR shall repair any weld which fails to meet the requirements of AWS D1.4. The costs of testing will be paid by the CITY; except, the costs of all tests which fail to meet specified requirements shall be paid by the CONTRACTOR. D. The CONTRACTOR shall provide to the INSPECTOR written identification of reinforcement steel by manufacturer's heat number and mil certification, and the 11/1/09 REINFORCEMENT STEEL TAMARACK SEWER REPLACEMENT 03200-2 fabricator's release number and type from the point of fabrication to the place of final incorporation of the rebar into the work. PART 2 - PRODUCTS 2.1 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 615 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 ASTM A 185 and the details shown; provided, that welded wire fabric with longitudinal wire of W9.5 size wire shall be either furnished in flat sheets 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. 4. All reinforcements shall be shop fabricated. Bending of reinforcing in the field will not be allowed. 5. Epoxy coated reinforcing steel shall be used where indicated on the drawing. 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. 2. 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. 11/1/09 REINFORCEMENT STEEL TAMARACK SEWER REPLACEMENT 03200-3 2.2 MECHANICAL COUPLERS ^ ^JA. Mechanical couplers shall be approved by the Department of Building and Safety. Location of the Mechanical Couplers shall be 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, couplers intended for future connections shall be plugged and sealed to prevent any contact with water or other corrosive materials. Threaded couplers shall be plugged with plastic plugs which have an O-ring seal. E. Hot-forged sleeve-type couplers shall not be used. 2.3 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. /<*% B. All materials required to conform the welded splices to the requirements of AWS D1.4 shall be provided. PART 3 -- EXECUTION 3.1 GENERAL A. 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. 3.2 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 1-1/2-inch for No. 3 bars, 3-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 bar diameter, 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. The CONTRACTOR shall fabricate reinforcement bars for structures in accordance with bending diagrams, placing lists, and placing drawings. Said drawings, diagrams, and lists shall be prepared by the CONTRACTOR as specified under GENERAL PROVISIONS. 11/1/09 REINFORCEMENT STEEL TAMARACK SEWER REPLACEMENT 03200-4 C. Fabricating Tolerances: Bars used for concrete reinforcement shall meet the following requirements for fabricating tolerances: 1. Sheared length: ± 1 inch 2. Depth of truss bars: + 0, -1/2 inch 3. Stirrups, ties, and spirals: ± 1/2 inch 4. All other bends: ± 1 inch 3.3 PLACING A. Placing: 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, spacers or metal hangers which are strong and rigid enough to prevent any displacement of the reinforcement steel. Where concrete is to be placed on the ground, supporting concrete blocks (or dobies) 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, the CONTRACTOR shall furnish concrete, metal, plastic, or other acceptable bar chairs and spacers. B. 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. C. Tie wires shall be bent away from the forms in order to provide the specified concrete coverage. D. 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. E. Placing 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. F. 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. G. 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. H. 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. The construction practice of placing welded wire fabric on the ground and hooking into place in the freshly placed concrete shall not be used. 3.4 SPACING OF BARS 11/1/09 REINFORCEMENT STEEL TAMARACK SEWER REPLACEMENT 03200-5 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 one 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 one inch. C. In columns, the clear distance between longitudinal bars shall be not less than 1-1/2 times the bar diameter, nor 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. 3.5 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 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 1-1/2 turns. E. Bending or Straightening: 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. o CLEANING AND PROTECTION 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. 11/1/09 TAMARACK SEWER REPLACEMENT REINFORCEMENT STEEL 03200-6 SECTION 03290 JOINTS IN CONCRETE PART 1-GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall construct all joints in concrete at the locations shown. Joints required in concrete structures are of various types and will be permitted only where shown, unless specifically accepted by the ENGINEER. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section [03100] Concrete Formwork. B. Section [03200] Reinforcement Steel. C. Section [03300] Cast-in-Place Concrete. D. Section [07920] Sealants and Caulking. 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the reference specifications of the GENERAL PROVISIONS. B. Comply with the current provisions of the following Codes and Standards. 1. Federal Specifications: TT-S-0227E(3) Sealing Compound, elastomeric type, Multi- component for Caulking, Sealing, and Glazing Buildings and Other Structures). 2. U.S. Army Corps of Engineers Specifications: CRD-C572 [ .] 3. Commercial Standards: ASTM C 920 Specification for Elastomeric Joint Sealants. ASTM D 624 Test Method for Rubber Property - Tear Resistance. 11/1/09 JOINTS IN CONCRETE TAMARACK SEWER REPLACEMENT 03290-1 ASTM D 638 Test Method for Tensile Properties of Plastics. ASTM D 746 Test Method for Brittleness Temperature of Plastics and Elastomers by Impact. ASTM D 1752 Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction. ASTM D 2240 Test Method for Rubber Property - Durometer Hardness. 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with GENERAL PROVISIONS. B. The following submittals and specific information shall be provided. 1. Waterstops: Prior to use of the material required under this contract, qualification samples shall be submitted. Such samples shall consist of extruded or molded sections of each size or shape to be used. The material sample shall be representative of the material to be furnished under this contract. The balance of the material to be used under this contract shall not be produced until after the ENGINEER has reviewed and approved the qualification samples. 2. Joint Sealant: Prior to ordering the sealant material, the CONTRACTOR shall submit to the ENGINEER for review and approval, data to show compliance with the requirements of the Contract Documents. Certified test reports from the sealant manufacturer on the actual batch of material being supplied indicating compliance with the above requirements shall be furnished the ENGINEER before the sealant is used on the job. 3. Shipping Certification: The CONTRACTOR shall provide written certification from the manufacturer as an integral part of the shipping form, to show that all of the material shipped to this project meets or exceeds the physical property requirements of the Contract Documents. Supplier certificates are not acceptable. 4. The CONTRACTOR shall submit placement shop drawings showing the location and type of all joints for each structure. 1.5 QUALITY ASSURANCE A. Waterstop Inspection: It is required that all waterstop field joints shall be subject to inspection, and no such work shall be scheduled or started without having made prior arrangements with the INSPECTOR to provide for the required inspections. Not less than 24 hours notice shall be provided to the INSPECTOR for scheduling such inspections. B. All field joints in waterstops shall be free of misalignment, bubbles, inadequate bond, porosity, cracks, offsets, and other defects which would reduce the potential resistance of the material to water pressure at any point. All defective joints shall be replaced with material which shall pass said inspection, and all faulty material shall be removed from the site and disposed of by the CONTRACTOR at its own expense. 11/1/09 JOINTS IN CONCRETE TAMARACK SEWER REPLACEMENT 03290-2 C. The following waterstop defects represent a partial list of defects which shall be grounds for rejection: 1. Offsets at joints greater than 1/16-inch or 15 percent of material thickness, at any point, whichever is less. 2. Exterior crack at joint, due to incomplete bond, which is deeper than 1/16-inch or 15 percent of material thickness, at any point, whichever is less. 3. Any combination of offset or exterior crack which will result in a net reduction in the cross section of the waterstop in excess of 1/16-inch or 15 percent of material thickness at any point, whichever is less. 4. Misalignment of joint which result in misalignment of the waterstop in excess of 1/2-inch in 10 feet. 5. Purosity in the welded joint as evidenced by visual inspection. 6. Bubbles or inadequate bonding. D. Waterstop Samples: Prior to use of the waterstop material in the field, a sample of a fabricated metered cross and a tee constructed of each size or shape of material to be used shall be submitted to the ENGINEER for approval. These samples shall be fabricated so that the material and workmanship represent in all respects the fittings to be furnished under this contract. Field samples of fabricated fittings (crosses, tees, etc.) will be selected at random by the INSPECTOR for testing. When tested, they shall have a tensile strength across the joints equal to at least 600 psi. E. Construction Joint Sealant: The CONTRACTOR shall prepare adhesion and cohesion test specimens as specified herein, at intervals of 5 working days while sealants are being installed. F. The sealant material shall show no signs of adhesive or cohesive failure when tested in accordance with the following procedure in laboratory and field tests: 1. Sealant specimen shall be prepared between 2 concrete blocks (1-inch by 2-inch by 3-inch). Spacing between the blocks shall be 1/2-inch. Coated spacers (2-inch by 1-1/2-inch by 1/2-inch) shall be used to ensure sealant cross-sections of 1/2-inch by 2 inches with a width of 1/2-inch. 2. Sealant shall be cast and cured according to manufacturer's recommendations except that curing period shall not exceed 24 hours. 3. Following curing period, the gap between blocks shall be widened to one inch. Spacers shall be used to maintain this gap for 24 hours prior to inspection for failure. 11/1/09 JOINTS IN CONCRETE TAMARACK SEWER REPLACEMENT 03290-3 1.6 TYPES OF JOINTS A. Construction Joints: When fresh concrete is placed against a hardened concrete surface, the joint between the two pours is called a construction joint. Unless otherwise specified, all joints in water bearing members shall be provided with a waterstop and sealant groove of the shape specified and as shown on the plans. B. Contraction Joints: Contraction joints are similar to construction joints except that the fresh concrete shall not bond to the hardened surface of the first pour, which shall be coated with a bond breaker. The slab reinforcement shall be stopped 4-1/2 inches from the joint; which is provided with a sleeve-type dowel, to allow shrinkage of the concrete of the second pour. Waterstop and sealant groove shall also be provided. C. Expansion Joints: To allow the concrete to expand freely, a space is provided between the two pours, the joint shall be formed as shown on the plans. This space is obtained by placing a filler joint material against the first pour, which acts as a form for the second pour. Unless otherwise specified, all expansion joints in water bearing members shall be provided with an approved type waterstop. Premolded expansion joint material shall be installed with the edge at the indicated distance below or back from finished concrete surface, and shall have a slightly tapered, dressed, and oiled wood strip secured to or placed at the edge thereof during concrete placement, which shall later be removed to form space for sealing material. The space so formed shall be filled with a joint sealant material as specified in the Paragraph in Part 2 entitled "Joint Sealant". In order to keep the two elements in line, the joint shall be provided with a sleeve-type dowel as shown. D. Control Joints: The function of the control joint is to provide a weaker plane in the concrete, where shrinkage cracks will probably occur. A groove, of the shape and dimension as shown on the plans, is formed or saw-cut in the concrete and shall be filled with a joint sealant material as specified in the Paragraph in Part 2 entitled "Joint Sealant". 1.7 GUARANTEE A. The CONTRACTOR shall provide a 5-year written guarantee of the entire sealant installation against faulty and/or incompatible materials and workmanship, together with a statement that it agrees to repair or replace, to the satisfaction of the AGENCY, at no additional cost to the AGENCY, any such defective areas which become evident within said 5-year guarantee period. PART 2 - PRODUCTS 2.1 PVC WATERSTOPS A. General: Waterstops shall be extruded from an elastomeric polyvinyl chloride compound containing the plasticizers, resins, stabilizers, and other materials necessary to meet the requirements of these Specifications. No reclaimed or scrap material shall be used. The CONTRACTOR shall obtain from the waterstop manufacturer and shall furnish to the ENGINEER for review, current test reports and a written certification of the manufacturer that the material to be shipped to the job meets the physical requirements as outlined in the U.S. Army Corps of Engineers Specification CRD-C572 and those listed herein. 11/1/09 JOINTS IN CONCRETE TAMARACK SEWER REPLACEMENT 03290-4 B. C. D. E. Flatstrip and Center-Bulb Waterstops: Flatstrip and center-bulb waterstops shall be as detailed and as manufactured by: Kirkhill Rubber Co., Brea, California; Water Seals, Inc., Chicago, Illinois; Progress Unlimited, Inc., New York, New York; or equal provided, that at no place shall the thickness of flat strip waterstops, including the center bulb type, be less than 3/8-inch. Multi-Rib Waterstops: Multi-rib waterstops, where required, shall be as detailed and as manufactured by Water Seals, Inc., Chicago, Illinois, Progress Unlimited, Inc., New York, New York; or equal. Prefabricated joint fittings shall be used at all intersections of the ribbed-type waterstops. Other Types of Waterstops: When other types of waterstops, not listed above are required and shown, they shall be subjected to the same requirements as those listed herein. Waterstop Testing Requirements: When tested in accordance with the specified test standards, the waterstop material shall meet or exceed the following requirements: Physical Property, Sheet Material Tensile Strength-min (psi) Ultimate Elongation-min (percent) Low Temp Brittleness-max (degrees F) Stiffness in Flexure-min (psi) Accelerated Extraction (CRD-C572) Tensil Strength-min (psi) Ultimate Elongation-min (percent) Effect of Alkalies (CRD-C572) Change in Weight (percent) Change in Durometer, Shore A Finish Waterstop Tensile Strength-min (psi) Ultimate Elongation-min (percent) Value 1750 350 -35 400 1500 300 +0.25/-0.10 +5 1400 280 ASTM Std. D 6358, Type IV D 638, Type IV D746 D747 D 638, Type IV D 638, Type IV — D2240 D 638, Type IV D 638, Type IV 2.2 A. JOINT SEALANT Joint sealant shall be polyurethane polymer designed for bonding to concrete which is continuously submerged in water. 11/1/09 TAMARACK SEWER REPLACEMENT JOINTS IN CONCRETE 03290-5 B. Joint sealant material shall meet the following requirements: Work Life Time to Reach 20 Shore "A" Hardness (at 77 degrees F, 200 gr quantity) Ultimate Hardness Tensile Strength Ultimate Elongation Tear Resistance (Die C ASTM D 624) Color 45 - 90 minutes 24 hours, maximum 30 - 40 Shore "A" 250 psi, minimum 400 percent, minimum 75 pounds per inch of thickness, minimum Light Gray C. All polyurethane sealants for waterstop joints in concrete shall conform to the following requirements: 1. Sealant shall be 2-part polyurethane with the physical properties of the cured sealant conforming to or exceeding the requirements of ASTM C 920 or Federal Specification TT-S-00227 E(3) for 2-part material, as applicable. 2. For vertical joints and overhead horizontal joints, only "non-sag" compounds shall be used; all such compounds shall conform to the requirements of ASTM C 920 Class B, or Federal Specification TT-S-0027 E(3), Type II. 3. For plane horizontal joints, the self-leveling compounds which meet the requirements of ASTM C 920 Class A, or Federal Specification TT-S-0027 E(3), Type I shall be used. For joints subject to either pedestrian or vehicular traffic, a compound providing non-tracking characteristics, and having a Shore "A" hardness range of 25 to 35, shall be used. 4. Primer materials, if recommended by the sealant manufacturer, shall conform to the printed recommendations of the sealant manufacturer. D. All sealants, wherever shown, or required hereunder shall be [Rubbercalk 2101-1 or 270 as manufactured by Products Research Company; GS 102 or GS 1102 as manufactured by General Sealants Corp; or equal]. E. Sealants for non-waterstop joints in concrete shall conform to the requirements of Section [07900], "Joint Sealants". 2.3 PREFORMED JOINT FILLER A. Preformed joint filler material shall be of the preformed non-extruding type joint filler constructed of cellular neoprene sponge rubber or polyurethane of film texture. Bituminous fiber type will not be permitted. All non-extruding and resilient-type preformed expansion joint fillers shall conform to the requirements and tests set forth in ASTM D 1752 for Type I, except as otherwise specified herein. o 11/1/09 TAMARACK SEWER REPLACEMENT JOINTS IN CONCRETE 03290-6 2.4 BACKING ROD A. Backing rod shall be an extruded closed-cell, polyethylene foam rod. The material shall be compatible with the joint sealant material used and shall have a tensile strength of not less than 40 psi and a compression deflection of approximately 25 percent at 8 psi. The rod shall be 1/8-inch larger in diameter than the joint width except that a one-inch diameter rod shall be used for a 3/4-inch wide joint. 2.5 BOND BREAKER A. Bond breaker shall be Super Bond Breaker as manufactured by Burke Company, San Mateo, California; Hunt Process 225-TU as manufactured by Hunt Process Co., Santa Fe Springs, California; Select Cure CRB as manufactured by Select Products Co., Upland, California; or equal. It shall contain a fugitive dye so that areas of application will be readily distinguishable. 2.6 BENTONITE WATERSTOP A. Where called for in the Contract Documents, bentonite type waterstop, which shall expand in the presence of water to form a watertight joint seal without damaging the concrete in which it is cast, shall be provided. B. The bentonite waterstop shall be composed of 75 percent bentonite. The balance of the material shall be butyl rubber-hydrocarbon with less than 1.0 percent volatile matter. The waterstop shall contain no asbestos fibers or asphaltics. C. The manufacturer's rated application temperature range shall be from 5 to 125 degrees F. The service temperature range shall be from -40 to 212 degrees F. D. The cross sectional dimensions of the unexpanded waterstop shall be one inch by 3/4-inch. E. The waterstop shall be provided with an adhesive backing which will provide excellent adhesion to concrete surfaces. PART 3 - EXECUTION 3.1 GENERAL A. Unless otherwise shown, waterstops of the type specified herein shall be embedded in the concrete across joints as shown. All waterstops shall be fully continuous for the extent of the joint. Splices necessary to provide such continuity shall be accomplished in conformance to printed instructions of manufacturer of the waterstops. The CONTRACTOR shall take suitable precautions and means to support and protect the waterstops during the progress of the work and shall repair or replace at its own expense any waterstops damaged during the progress of the work. All waterstops shall be stored so as to permit free circulation of air around the waterstop material. B. When any waterstop is installed in the concrete on one side of a joint, while the other half or portion of the waterstop remains exposed to the atmosphere for more than 2 days, suitable precautions shall be taken to shade and protect the exposed waterstop from direct rays of the sun during the entire exposure and until the exposed portion of the waterstop is embedded in concrete. 11/1/09 JOINTS IN CONCRETE TAMARACK SEWER REPLACEMENT 03290-7 3.2 SPLICES IN WATERSTOPS ^^ A. Splices in waterstops shall be performed by heat sealing the adjacent waterstop sections ^**^ in accordance with the manufacturer's printed recommendations and the following requirements: 1. The material not be damaged by heat sealing. 2. The splices have a tensile strength of not less than 60 percent of the unspliced materials tensile strength. 3. The continuity of the waterstop ribs and of its tubular center axis be maintained. B. Butt joints of the ends of two identical waterstop sections may be made while the material is in the forms. C. All joints with waterstops involving more than 2 ends to be jointed together, and all joints which involve an angle cut, alignment change, or the joining of 2 dissimilar waterstop sections shall be prefabricated by the CONTRACTOR prior to placement in the forms, allowing not less than 24-inch long strips of waterstop material beyond the joint. Upon being inspected and approved, such prefabricated waterstop joint assemblies shall be installed in the forms and the ends of the 24-inch strips shall be butt welded to the straight run portions of waterstop in place in the forms. 3.3 JOINT CONSTRUCTION A. Setting Waterstops: ^o% '^^^^jP"1. In order to eliminate faulty installation that may result in joint leakage, particular care shall be taken of the correct positioning of the waterstops during installation. Adequate provisions must be made to support the waterstops during the progress of the WORK and to ensure proper embedment in the concrete. The symmetrical halves of the waterstops shall be equally divided between the concrete pours at the joints. The center axis of the waterstops shall be coincident with the joint openings. Maximum density and imperviousness of the concrete shall be ensured by thoroughly working it in the vicinity of all joints. 2. In placing flat-strip waterstops in the forms, means shall be provided to prevent them from being folded over by the concrete as it is placed. Unless otherwise shown, all waterstops shall be held in place with light wire ties on 12-inch centers which shall be passed through the edge of the waterstop and tied to the curtain of reinforcing steel. Horizontal waterstops, with their flat face in a vertical plane, shall be held in place with continuous supports to which the top edge of the waterstop shall be tacked. In placing concrete around horizontal waterstops, with their flat face in a horizontal plane, concrete shall be worked under the waterstops by hand so as to avoid the formation of air and rock pockets. 3. Adequate means shall be provided for anchoring the waterstop in concrete. Waterstops shall be positioned so that they are equally embedded in the concrete on each side of the joint. 11/1/09 JOINTS IN CONCRETE TAMARACK SEWER REPLACEMENT 03290-8 B. Joint Location: 1. Construction joints, and other types of joints, shall be provided where shown. When not shown, construction joints shall be provided at [25-foot] maximum spacing for all concrete construction, unless noted otherwise. Where joints are shown spaced greater than 25 feet apart, additional joints shall be provided to maintain the [25-foot] maximum spacing. The location of all joints, of any type, shall be submitted for acceptance by the ENGINEER. C. Joint Preparation: Special care shall be used in preparing concrete surfaces at joints where bonding between two sections of concrete is required. Unless otherwise shown, such bonding will be required at all horizontal joints in walls. Surfaces shall be prepared in accordance with the requirements of Section [03300], "Cast-in-Place Concrete." Except on horizontal wall construction joints, wall to slab joints or where otherwise shown or specified, at all joints where waterstops are required, the joint face of the first pour shall be coated with a bond breaker as specified herein. D. Construction Joint Sealant: 1. Construction joints in water-bearing floor slabs, and elsewhere as shown, shall be provided with tapered grooves which will be filled with construction joint sealant. The material used for forming the tapered grooves shall be left in the grooves until just before the grooves are cleaned and filled with joint sealant. After removing the forms from the grooves, all laitance and fins shall be removed, and the grooves shall be sand-blasted. The grooves shall be allowed to become thoroughly dry, after which they shall be blown out; immediately thereafter, they shall be primed and filled with the construction joint sealant. The primer used shall be supplied by the same manufacturer supplying the sealant. No sealant will be permitted to be used without a primer. Care shall be used to completely fill the sealant grooves. Areas designed to receive a sealant filler shall be thoroughly cleaned, as outlined for the tapered grooves, prior to application of the sealant. 2. Sealant application shall be in accordance with the manufacturer's printed instructions. The surfaces of the groove for the sealant shall not be coated. Concrete next to waterstops shall be placed in accordance with the requirements of Section [03300], Cast-in-Place Concrete. 3. The primer and sealant shall be placed strictly in accordance with the printed recommendations of the manufacturer, taking special care to properly mix the sealant prior to application. All sealant shall cure at least 7 days before the structure is filled with water. 4. All sealant shall be installed by a competent waterproofing specialty contractor who has a successful record of performance in similar installations. Before work is commenced, the crew doing the WORK shall be instructed as to the proper method of application by a representative of the sealant manufacturer. 11/1/09 JOINTS IN CONCRETE TAMARACK SEWER REPLACEMENT 03290-9 5. Thorough, uniform mixing of 2-part, catalyst-cured materials is essential; special care shall be taken to properly mix the sealer before its application. Before any sealer is placed, the CONTRACTOR shall arrange to have the crew doing the WORK carefully instructed as to the proper method of mixing and application by a representative of the sealant manufacturer. 6. Any joint sealant which after the manufacturer's recommended curing time for the job conditions of the WORK hereunder, fails to fully and properly cure shall be completely removed; the groove shall be thoroughly sandblasted to remove all traces of the uncured or partially cured sealant and primer, and shall be re-sealed with the specified joint sealant. All costs of such removal, joint treatment, re-sealing, and appurtenant work shall be at the expense of the CONTRACTOR. E. Bentonite Waterstop: 1. Where a bentonite waterstop is called for in the Contract Documents, it shall be installed with the manufacturer's instructions and recommendations; except, as modified herein. 2. When requested by the ENGINEER or the INSPECTOR, the CONTRACTOR shall arrange for, the manufacturer to provide technical assistance in the field. 3. The bentonite waterstop shall be located as near as possible to the center of the joint and it shall be continuous around the entire joint. 4. Where a bentonite waterstop is used in combination with PVC waterstop, the bentonite waterstop shall overlap the PVC waterstop for a minimum of 6 inches and shall be placed in contact with the PVC waterstop. 5. The bentonite waterstop shall not be placed when the temperature of the waterstop material is below 40 degrees F. The waterstop material may be warmed so that it shall remain above 40 degrees F during placement; however, means used to warm the material shall in no way harm the material or its properties. The waterstop shall not be installed where the air temperature falls outside the manufacturer's recommended range. 6. The bentonite waterstop shall be secured in place with concrete nails and washers at 12-inch maximum spacing. This shall be in addition to the adhesive backing provided with the waterstop. o 11/1/09 TAMARACK SEWER REPLACEMENT JOINTS IN CONCRETE 03290-10 SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 - GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall furnish all materials for concrete with the provisions of this Section and shall form, mix, place, cure, repair, finish, and do all other work as required to produce finished concrete, in accordance with the requirements of the Contract Documents. B. The following types of concrete shall be covered in this Section: 1. Structure Concrete: Concrete to be used in all cases except where noted otherwise in the Contract Documents. 2. Sitework Concrete: Concrete to be used for curbs, gutters, catch basins, sidewalks, pavements, fence and guard post embedment, underground duct bank encasement and all other concrete appurtenant to electrical facilities unless otherwise shown. 3. Lean Concrete: Concrete to be used for thrust blocks, pipe trench cut-off blocks and cradles, where the preceding items are detailed on the Drawings as unreinforced. Concrete to be used as protective cover for dowels intended for future connection. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section [03100] Concrete Formwork. B. Section [03200] Reinforcement Steel. C. Section [03290] Joints in Concrete. D. Section [03315] Grout. E. Section [03370] Concrete Curing. F. Section [07920] Sealants and Caulking. G. Section [16560] Traffic Signals, Lighting, and Traffic Electrical Systems. 11/1/09 CAST-IN-PLACE CONCRETE TAMARACK SEWER REPLACEMENT 03300-1 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the reference specifications of the GENERAL PROVISIONS. B. Comply with the current provisions of the following Codes and Standards. 1. Federal Specifications: 3 UU-B-790A (Int. Amd. 1) 2. Commercial Standards: ACI 214 ACI 301 ACI 315 ACI 318 ACI 347 ACI 350 ASTM C 31 ASTM C 33 ASTM C 39 ASTM C 40 ASTM C 42 ASTM C 78 ASTM C 88 ASTM C 94 ASTM C 114 ASTM C 131 Building Paper, Vegetable Fiber (Kraft, Waterproofed, Water Repellant and Fire Resistant). Recommended Practice for Evaluation of Strength Test Results of Concrete. Specifications for Structural Concrete for Buildings. Details and Detailing of Concrete Reinforcement. Building Code Requirements for Reinforced Concrete. Recommended Practice for Concrete Formwork. Recommended Practice for Sanitary Structure. Practices for Making and Curing Concrete Test Specimens in the Field. Specification for Concrete Aggregates. Test Method for Compressive Strength of Cylindrical Concrete Specimens. Test Method for Organic Impurities in Fine Aggregates for Concrete. Methods of Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. Specification for Flexural Strength. Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate. Specification for Ready-Mixed Concrete. Method for Chemical Analysis of Hydraulic Cement. Test Method for Resistance to Degradation of Small-Sized Coarse Aggregate by Abrasion. 3 11/1/09 TAMARACK SEWER REPLACEMENT CAST-IN-PLACE CONCRETE 03300-2 ASTMC 136 ASTM C 143 ASTMC 150 ASTMC 156 ASTMC 157 ASTMC 172 ASTMC 192 ASTM C 260 ASTM C 289 ASTMC 311 ASTM C 494 ASTMC 618 ASTM D 1751 ASTM E 119 Method for Sieve Analysis of Fine and Coarse Aggregate. Test Method for Slump of Portland Cement Concrete. Specification for Portland Cement. Test Method for Water Retention by Concrete Curing Materials. Test Method for Length Change of Hardened Hydraulic Cement Mortar and Concrete. Specification for Sampling Fresh Concrete. Method of Making and Curing Concrete Test Specimens in the Laboratory. Specification for Air-Entraining Admixtures for Concrete. Test Method for Potential Reactivity of Aggregates (Chemical Method). Method for Sampling and Testing Fly Ash or Natural Pozzolans for Use as a Mineral Admixture in Portland Cement Concrete. Specification for Chemical Admixtures for Concrete. Specification for Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete. Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Non-Extruding and Resilient Bituminous Types). Method for Fire Tests of Building Construction and Materials. 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with GENERAL PROVISIONS. B. The following submittals and specific information shall be provided. 1. Mix Designs: Prior to beginning the WORK, the CONTRACTOR shall submit to the ENGINEER, for review, and approval, preliminary concrete mix designs for each class and type of concrete specified herein. The mix designs shall be designed by an independent testing laboratory acceptable to the ENGINEER. All costs related to such mix design shall be borne by the CONTRACTOR. 11/1/09 TAMARACK SEWER REPLACEMENT CAST-IN-PLACE CONCRETE 03300-3 Each concrete mix submittal shall contain the following information: a) Slump on which the design is based. b) Total gallons of water per cubic yard. c) Brand, type, composition and quantity of cement. d) Brand type, composition and quantity of fly ash. e) Specific gravity and gradation of each aggregate. f) Ratio of fine to total aggregate per cubic yard. g) Weight (surface dry) of each aggregate per cubic yard. h) Brand, type, and ASTM designation, active chemical ingredients and quantity of each admixture. i) Copy of the Building and Safety Research Report Approval for each concrete admixture. j) Air content. k) Compressive strength based on 7-day and 28-day compression tests, including standard deviation calculations, corroborative data (if applicable), and required average comprehensive strength per ACI 318, Sections. I) Time of initial set. m) Certification stamp and signature by a Civil or Structural engineer registered in State of California. n) Certificate of Compliance for Cement. 2. Certified Delivery Tickets: Where ready-mix concrete is used, the CONTRACTOR shall provide certified weighmaster delivery tickets at the time of delivery of each load of concrete. Each certificate shall show the public weighmaster's signature, and the total quantities, by weight of cement, sand, each class of aggregate, admixtures, and the amounts of water in the aggregate and added at the batching plant as well as the amount of water allowed to be added at the site for the specific design mix. Each certificate shall, in addition, state the mix number, total yield in cubic yards, and the time of day, to the nearest minute, corresponding to when the batch was dispatched, when it left the plant, when it arrived at the job, the time that unloading began, and the time that unloading was finished. 3. When a water reducing admixture is to be used, the CONTRACTOR shall furnish mix designs for concrete both with and without the admixture. 11/1/09 CAST-IN-PUCE CONCRETE TAMARACK SEWER REPLACEMENT 03300-4 4. The CONTRACTOR shall furnish a Certificate of Compliance signed by the supplier identifying the type of fly ash and stating that the fly ash complies with ASTM C 618 and these Specifications, together with all supporting test data prior to the use of the fly ash the sample represents. The supporting data shall also contain test results confirming that the fly ash in combination with the cement and water to be used meets all strength requirements and is compatible with air-entraining agents and other admixtures. 5. The CONTRACTOR shall submit to the ENGINEER for review the design mix for fly ash concrete together with the design mix for portland cement (non-fly ash) concrete as specified in this Section. 1.5 QUALITY ASSURANCE A. Tests on component materials and for compressive strength and shrinkage of concrete will be performed as specified herein. Test for determining slump will be in accordance with the requirements of ASTM C 143. B. The cost of all laboratory tests on cement, aggregates, and concrete, will be borne by the CITY. However, the CONTRACTOR shall be charged for the cost of any additional tests and investigation on work performed which does not meet the specifications. C. Concrete for testing shall be supplied by the CONTRACTOR at no cost to the CITY, and the CONTRACTOR shall provide assistance and facilities to the INSPECTOR in obtaining samples, and disposal and cleanup of excess material. D. Field Compression Tests: 1. Compression test specimens will be taken during construction from the first placement of each class of concrete specified herein and at intervals thereafter as selected by the INSPECTOR to ensure continued compliance with these specifications. Each set of test specimens will be a minimum of 4 cylinders. 2. Compression test specimens for concrete shall be made in accordance with ASTM C 31. Specimens shall be 6-inch diameter by 12-inch high cylinders. 3. Compression tests shall be performed in accordance with ASTM C 39. Two test cylinders will be tested at 7 days as necessary and two at 28 days. Any remaining cylinders will be held to verify test results, if needed. E. Evaluation and acceptance of compressive strength concrete shall be based on the following criteria: 1. Drying shrinkage tests shall be provided by the CONTRACTOR for the trial batch specified in the Paragraph in Part 2 entitled "Trial Batch and Laboratory Tests," and during construction to ensure continued compliance with these Specifications. 11/1/09 CAST-IN-PLACE CONCRETE TAMARACK SEWER REPLACEMENT 03300-5 H. 2. Drying shrinkage specimens shall be 4-inch by 4-inch by 11-inch prisms with an effective gage length of 10 inches, fabricated, cured, dried and measured in accordance with ASTM C 157 modified as follows: specimens shall be removed from molds at an age of 23 ±1 hours after trial batching, shall be placed immediately in water at 70 degrees F ±3 degrees F for at least 30 minutes, and shall be measured within 30 minutes thereafter to determine original length and then submerged in saturated lime water at 73 degrees F ±3 degrees F. Measurement to determine shrinkage expressed as percentage of base length shall be made and reported separately for 7, 14, 21, and 28 days of drying after 7 days of moist curing. 3. The drying shrinkage deformation of each specimen shall be computed as the difference between the base length (at "0" days drying age) and the length after drying at each test age. The average drying shrinkage deformation of the specimens shall be computed to the nearest 0.0001 at each test age. If the drying shrinkage of any specimen departs from the average of that test age by more than 0.0004-inch, the results obtained from that specimen shall be disregarded. Results of the shrinkage test shall be reported to the nearest 0.001 percent of shrinkage. Compression test specimens shall be taken in each case from the same concrete used for preparing drying shrinkage specimens. These tests shall be considered a part of the normal compression tests for the project. Allowable shrinkage limitations shall be as specified in Part 2, herein. Construction Tolerances: The CONTRACTOR shall set and maintain concrete forms and perform finishing operations so as to ensure that the completed work is within the tolerances specified herein. Surface defects and irregularities are defined as finishes and are to be distinguished from tolerances. Tolerance is the specified 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. The following construction tolerances are hereby established and apply to finished walls and slab unless otherwise shown: Item Variation of the constructed linear outline from the established position in plan. Variation from the level or from the grades shown. Variation from the plumb Variation in the thickness of slabs and walls Variation in the locations and sizes of slabs and wall openings ;^ Tolerance In 10 feet: 1/8-inch; In 20 feet or more: 1/4-inch In 10 feet: 1/8-inch; In 20 feet or more: 1/4-inch In 10 feet: 1/8-inch; In 20 feet or more: 1/4-inch Minus 1/8-inch; Plus 1/4-inch Plus or minus 1/8-inch 11/1/09 TAMARACK SEWER REPLACEMENT CAST-IN-PLACE CONCRETE 03300-6 I. For each class of fly ash, all testing and sampling procedures shall conform with these Specifications and ASTM C 311, including the restriction that one sample weighing 4 pounds shall be taken from at least each 200 tons of fly ash supplied. J. Separate storage facilities shall be provided for fly ash. Fly ash shall be stored in such a manner as to permit ready access for the purpose of inspection and sampling and suitably protected against contamination or moisture. Should any fly ash show evidence of contamination or moisture or be otherwise unsuitable, the INSPECTOR may reject it and require that it be removed from the site. Each class of fly ash used in concrete for this project shall be from the same source. PART 2 -- PRODUCTS 2.1 CONCRETE MATERIALS A. Materials shall be delivered, stored, and handled so as to prevent damage by water or breakage. Only one brand of cement shall be used. Cement reclaimed from cleaning bags or leaking containers shall not be used. All cement shall be used in the sequence of receipt of shipments. B. 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. The term "alkalies" referred to herein is defined as the sum of the percentage of sodium oxide and 0.658 times the percentage of potassium oxide (Na20 + 0.658 K20). These oxides shall be determined in accordance with ASTM C 114. A single brand of cement shall be used throughout the work, and prior to its use, the brand shall be acceptable to the ENGINEER. The cement shall be suitably protected from exposure to moisture until used. Cement that has become lumpy shall not be used. Sacked cement shall be stored in such a manner so as to permit access for inspection and sampling. Certified mail test reports for each shipment of cement to be used shall be submitted to the INSPECTOR. Concurrent with strength design criteria, concrete shall also be proportioned to provide the requisite durability to satisfy the exposure conditions imposed by either environment and/or service. Durability, in this context, refers to the ability of the concrete to resist deterioration from the environment or service in which it is placed. Concrete proportioned in accordance with ACI 318, chapter 4, Durability Requirements, will meet this criteria. 2. Water shall be potable, clean, and free from objectionable quantities of silty organic matter, alkali, salts and other impurities. The water shall be considered potable, for the purposes of this Section only, if it meets the requirements of the local governmental agencies. 11/1/09 CAST-IN-PLACE CONCRETE TAMARACK SEWER REPLACEMENT 03300-7 3. Aggregates shall be obtained from pits acceptable to the INSPECTOR, shall be non-reactive, and shall conform to ASTM C 33. Maximum size of coarse aggregate shall be as specified herein. Lightweight sand for fine aggregate will not be permitted. a. Coarse aggregates shall consist of clean, hard, durable gravel, crushed gravel, crushed rock or a combination thereof. The coarse aggregates shall be prepared and handled in two or more size groups for combined aggregates with a maximum size greater than 3/4-inch. When the aggregates are proportioned for each batch of concrete, the two size groups shall be combined. See the Paragraph in Part 2 entitled "Trial Batch and Laboratory Tests" for the use of the size groups. b. Fine aggregates shall be natural sand or a combination of natural and manufactured sand that are hard and durable. c. Combined aggregates shall be well graded from coarse to fine sizes, and shall be uniformly graded between screen sizes to produce a concrete that has optimum workability and consolidation characteristics. Where a trial batch is required for a mix design, the final combined aggregate gradations will be established during the trial batch process. d. When tested in accordance with ASTM C 289, the ratio of silica released to reduction in alkalinity shall not exceed 1.0. e. When tested in accordance with ASTM C 40, the fine aggregate shall produce a color in the supernatant liquid no darker than the reference standard color solution. f. When tested in accordance with ASTM C 131 , the coarse aggregate shall show a loss not exceeding 42 percent after 500 revolutions, or 10.5 percent after 100 revolutions. g. When tested in accordance with ASTM C 88, the loss resulting after five cycles shall not exceed 10 percent for fine or coarse aggregate when using sodium sulfate. 4. Ready-mix concrete shall conform to the requirements of ASTM C 94. 5. Admixtures: The ENGINEER may require the use of admixtures or the CONTRACTOR may propose to use admixtures to control the set, effect water reduction, and increase workability. In either case, the addition of an admixture shall be at the CONTRACTOR'S expense. The use and continued use of an admixture shall be approved by the ENGINEER. Admixtures specified herein, other than calcium chloride, shall conform to the requirements of ASTM C 494. The required quantity of cement shall be used in the mix regardless of whether or not an admixture is used. Admixtures shall contain no free chloride ions, be non-toxic after 30 days, and shall be compatible with and made by the same manufacturer as the air entraining admixture. 11/1/09 CAST-IN-PLACE CONCRETE TAMARACK SEWER REPLACEMENT 03300-8 These admixtures shall not be used in greater doses than those recommended by the manufacturer or permitted by the ENGINEER. The permitted dosage of the admixture shall not exceed that which will result in an increase in the driving shrinkage of the concrete in excess of 20 percent when used in precast or prestressed concrete, or 10 percent when used in any other structural concrete. The strength of concrete containing the admixture in the amount of proposed shall, at the age of 48 hours and longer be not less than that of similar concrete without the admixture. The admixture shall not adversely affect the specified air content, unless permitted by the ENGINEER. a. Set controlling admixture shall be either with or without water-reducing properties. Where the air temperature at the time of placement is expected to be consistently over 80 degrees F, a set retarding admixture such as [Sika Chemical Corporation's Plastiment], [Master Builder's Pozzolith 300R], or equal shall be used. Where the air temperature at the time of placement is expected to be consistently under 40 degrees F, a set accelerating admixture such as [Sika Chemical Corporation's Plastocrete 161FL], [Master Builder's Pozzolith 50C], or equal shall be used. b. Low range water reducer shall conform to ASTM C 494, Type A. It shall be either a hydroxylated carboxylic acid type or a hydroxylated polymer type. The quantity of admixture used and the method of mixing shall be in accordance with the manufacturer's instructions and recommendations. c. High range water reducer shall be sulfonated polymer conforming to ASTM C 494, Type F or G. If the high range water reducing agent is added to the concrete at the batch plant, it shall be second generation type, [Daracem 100, as manufactured by W.R. Grace & Co.]; [Pozzolith 430R, as manufactured by Masterbuilders]; or equal. High range water reducer shall be added to the concrete after all other ingredients have been mixed and initial slump has been verified. If the high range water reducer is added to the concrete at the job site, it shall be used in conjunction with a low range water reducer and shall be [Pozzolith 400N and Pozzolith MBL82, as manufactured by Masterbuilders]; [WRDA 19 and WRDA 79, as manufactured by W.R. Grace & Co.]; or equal. Concrete shall have a slump of 3-inches ± 1/£-inch prior to adding the high range water reducing admixture at the job site. The high range water reducing admixture shall be accurately measured and pressure injected into the mixer as a single dose by an experienced technician. A standby system shall be provided and tested prior to each day's operation of the job site system. 11/1/09 CAST-IN-PLACE CONCRETE TAMARACK SEWER REPLACEMENT 03300-9 Concrete shall be mixed at mixing speed for a minimum of 30 mixer revolutions after the addition of the high range water reducer. d. Air-entraining agent meeting the requirements of ASTM C 260, shall be used. Sufficient air-entraining agent shall be used to provide a total air content of 3 to 4 percent; provided that, when the mean daily temperature in the vicinity of the worksite falls below 40 degrees F for more than one day, the total air content provided shall be 5 to 6 percent. The CITY reserves the right, at any time, to sample and test the air-entraining agent received on the job by the CONTRACTOR. The air-entraining agent shall be added to the batch in a portion of the mixing water. The solution shall be batched by means of a mechanical batcher capable of accurate measurement. 6. Calcium Chloride: Except as otherwise provided herein, calcium chloride will not be permitted to be used in concrete. 7. Fly ash/pozzolan shall conform to ASTM C 618, including the requirements of Table 1A, therein, section 2.5 D of this section and the following supplementary requirements: a. Class C fly ash • Loss on ignition, maximum 2 percent • S03 content, maximum 4 percent • Moisture content, maximum 1 percent • R = (CaO - 5%)/(Fe203), maximum 4.5 b. Class F fly ash • Loss on ignition, maximum 4 percent • S03 content, maximum 3 percent • Moisture content, maximum 1 percent • R = (CaO - 5%)/Fe203), maximum 0.75 2.2 CURING MATERIALS A. Materials for curing concrete as specified herein shall conform to the following requirements: 1 . Concrete curing compound shall conform to the requirements of ASTM C309 Type 1-D (clear or translucent with a fugitive dye), Class B (Resin Type Only), except the loss of water shall not exceed 0.15 kilograms per square meter in 24 hours nor 0.45 kilograms per square meter in 72 hours when tested in accordance with ASTM C 156. the CONTRACTOR shall provide, when requested by the ENGINEER, certified copies of vendor's test report showing compliance with ASTM C 309 and these specifications. The testing and the report shall be supplied without cost to the Agency. All compounds shall be furnished by the CONTRACTOR in sealed original containers labeled in accordance with ASTM C 309 and with the date of manufacture. 1 1/1/09 CAST-IN-PLACE CONCRETE TAMARACK SEWER REPLACEMENT 03300-1 0 2. Polyethylene sheet for use as concrete curing blanket shall be white and conform to ASTM C 171. The loss of moisture when determined in accordance with the requirements of ASTM C 156 shall not exceed 0.055 grams per square centimeter of surface. 3. Polyethylene-coated waterproof paper sheeting 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. 4. Polyethylene-coated burlap for use as concrete curing blanket shall conform to ASTM C 171. The loss of moisture, when determined in accordance with the requirements of ASTM C 156, shall not exceed 0.055 grams per square centimeter of surface. 5. Curing mats for use in Curing Method 6 as specified herein, shall be heavy shag rugs or carpets or cotton mats quilted at 4-inches on center. Curing mats shall weigh a minimum of 12 ounces per square yard when dry. 6. Evaporation retardant shall be a material such as [Confilm as manufactured by Masterbuilders, Cleveland, OH]; or equal. 2.3 NON-WATERSTOP JOINT MATERIALS A. Materials for non-waterstop joints in concrete shall conform to the following requirements: 1. Preformed joint filler shall be a non-extruding, resilient, bituminous type conforming to the requirements of ASTM D 1751. 2. Elastomeric joint sealer shall conform to the requirements of Section [07900], "Joint Sealants". 3. Mastic joint sealer shall be a material that does not contain evaporating solvents; that will tenaciously adhere to concrete surfaces; that will remain permanently resilient and pliable; that will not be affected by continuous presence of water and will not in any way contaminate potable water; and that will effectively seal the joints against moisture infiltration even when the joints are subject to movement due to expansion and contraction. The sealer shall be composed of special asphalts or similar materials blended with lubricating and plasticizing agents to form a tough, durable mastic substance containing no volatile oils or lubricants and shall be capable of meeting the test requirements set forth hereinafter, if testing is required by the ENGINEER. 11/1/09 CAST-IN-PLACE CONCRETE TAMARACK SEWER REPLACEMENT 03300-11 2.4 MISCELLANEOUS MATERIALS A. Floor sealer/hardener shall be a colorless, aqueous solution of zinc and/or magnesium fluosilicate or of sodium silicate, and shall be as manufactured by [Masterbuilders Company], [W.R. Grace Co.], or equal. The solution shall be delivered ready for use in the manufacturer's original sealed containers. Each gallon of the fluosilicate solution shall contain not less than 2 pounds of crystals. B. Dampproofing agent shall be an asphalt emulsion, such as [Sonneborn Hydrocide 660], [Flintkote C-13-E Foundation Coating], or equal. C. Epoxy adhesives shall be the following products for the applications specified: 1. For bonding freshly-mixed, plastic concrete to hardened concrete, [Sikadur Hi-Mod Epoxy Adhesive, as manufactured by Sika Chemical Corporation]; [Concresive 1001-LPL, as manufactured by Adhesive Engineering Company]; or equal. 2. For bonding hardened concrete or masonry to steel, [Colma-Dur Gel], [Sikadur Hi-Mod Gel], or equal. 2.5 CONCRETE DESIGN REQUIREMENTS A. General: Concrete shall be composed of cement, admixtures, aggregates and water. These materials shall be of the qualities specified. The exact proportions in which these materials are to be used for different parts of the work will be determined during the trial batch. In general, the mix shall be designed to produce a concrete capable of being deposited so as to obtain maximum density and minimum shrinkage and, where deposited in forms, to have good consolidation properties and maximum smoothness of surface. Mix designs with more than 41 percent of sand of the total weight of fine and coarse aggregate shall not be used. The aggregate gradations shall be formulated to provide fresh concrete that will not promote rock pockets around reinforcing steel or embedded items. The proportions shall be changed whenever necessary or desirable to meet the required results at no additional cost to the CITY. All changes shall be subject to review by the ENGINEER. B. Water-Cement Ratio and Compressive Strength: The minimum compressive strength and cement content of concrete shall be not less than that specified in the following tabulation. -. . •:;.,*,, t»i ,%.•:; ^-vS^SwKirfi-t^f-.i.j-V-, ••'• Type of Work Structural concrete Sitework concrete Lean concrete Min^28-Day Compr. - » Strength-^ S(pSj) 4,000 2,500 2,000 Max Size ^Aggregate - (in) v 1-1/2 1 1 Cement --* per cu yd^: (sacks). 7.0 5.5 4.0 '! MaxW/C •*'• Ratio ',;; '• (by weight) 0.45 0.50 0.60 Note: One sack of cement equals 94 Ib. 11/1/09 TAMARACK SEWER REPLACEMENT CAST-IN-PLACE CONCRETE 03300-12 C. Adjustments to Mix Design: The mixes used shall be changed whenever such change is necessary or desirable to secure the required strength, density, workability, and surface finish and the CONTRACTOR shall be entitled to no additional compensation because of such changes. D. Fly ash/pozzolan may be used when approved by the ENGINEER as a partial cement replacement in concrete as follows: 1. Fly ash shall replace not more than 10 percent by weight of the Portland cement in the design mix. The design mix shall contain a minimum of 7 sacks of cement per cubic yard before the replacement is made. 2. Fly ash for hydraulic/liquid containing structures shall be Class F fly ash only. Fly ash for all other structures shall be Class C or F fly ash. 2.6 CONSISTENCY The quantity of water entering into a batch of concrete shall be just sufficient, with a normal mixing period, to produce a concrete which can be worked properly into place without segregation, and which can be compacted by the vibratory methods herein specified to give the desired density, impermeability and smoothness of surface. The quantity of water shall be changed as necessary, with variations in the nature or moisture content of the aggregates, to maintain uniform production of a desired consistency. The consistency of the concrete in successive batches shall be determined by slump tests in accordance with ASTM C 143. The slumps shall be as follows: Part of Work Footings and slabs Other work With high range water reducer added Slump (in) 3-inches + 1 /2-inch, -1-inch 3-inches ± 1-inch 8-inches max 2.7 TRIAL BATCH AND LABORATORY TESTS A. Before placing any concrete, a Department of Building and Safety testing laboratory approved by the ENGINEER shall prepare, within 30 calendar days after the date of the Notice to Proceed, a trial batch of each class of concrete having a 28-day strength of 4,000 psi or higher, based on the preliminary concrete mixes submitted by the CONTRACTOR. During the trial batch the aggregate proportions may be adjusted by the testing laboratory using the two coarse aggregate size ranges to obtain the required properties. If one size range produces an acceptable mix, a second size range need not be used. Such adjustments shall be considered refinements to the mix design and shall not be the basis for extra compensation to the CONTRACTOR. All concrete shall conform to the requirements of this Section, whether the aggregate proportions are from the CONTRACTOR'S preliminary mix design, or whether the proportions have been adjusted during the trial batch process. The trial batch shall be prepared using the aggregates, cement and admixture proposed for the project. The trial batch materials shall be of a quantity such that the testing laboratory can obtain 3 drying shrinkage, and 10 compression test specimens from each batch. The cost of not more than 3 laboratory trial batch tests for each specified concrete strength shall be borne by the CONTRACTOR. Any additional trial batch testing required shall be performed at the expense of the CONTRACTOR. 11/1/09 CAST-IN-PLACE CONCRETE TAMARACK SEWER REPLACEMENT 03300-13 B. The determination of compressive strength will be made by testing 6-inch diameter by ^^ 12-inch high cylinders; made, cured and tested in accordance with ASTM C 192 and '^^ ASTM C 39. 5 compression test cylinders shall be tested at 7 days and 5 at 28 days. N**f The average compressive strength for the 5 cylinders tested at 28 days for any given trial batch shall not be less than the appropriate sections of ACI 318 of the specified compressive strength. C. A sieve analysis of the combined aggregate for each trial batch shall be performed according to the requirements of ASTM C 136. Values shall be given for percent passing each sieve. 2.8 SHRINKAGE LIMITATION A. The maximum concrete shrinkage for specimens cast in the laboratory from the trial batch, as measured at 21-day drying age or at 28-day drying age shall be 0.036 percent or 0.042 percent, respectively. The CONTRACTOR shall only use a mix design for construction that has first met the trial batch shrinkage requirements. B. The maximum concrete shrinkage for specimens cast in the field shall not exceed the trial batch maximum shrinkage requirement by more than 25 percent. C. If the required shrinkage limitation is not met during construction, the CONTRACTOR shall take any or all of the following actions, at no additional cost to the CITY, for securing the specified shrinkage requirements. These actions may include changing the source or aggregates, cement and/or admixtures; reducing water content; washing of aggregate to reduce fines; increasing the number of construction joints; modifying the "^i curing requirements; or other actions designed to minimize shrinkage or the effects of ^"^ shrinkage. 2.9 MEASUREMENT OF CEMENT AND AGGREGATE The amount of cement and of each separate size of aggregate entering into each batch of concrete shall be determined by direct weighing equipment furnished by the CONTRACTOR and acceptable to the ENGINEER; provided that, where batches are so proportioned as to contain an integral number of conventional sacks of cement, and the cement is delivered at the mixer in the original unbroken sacks, the weight of the cement contained in each sack may be taken without weighing as 94 pounds. 2.10 MEASUREMENT OF WATER The quantity of water entering the mixer shall be measured by a suitable water meter or other measuring device of a type acceptable to the ENGINEER and capable of measuring the water in variable amounts within a tolerance of one percent. The water feed control mechanism shall be capable of being locked in position so as to deliver constantly any specified amount of water to each batch of concrete, and the meter shall include a set-back register with a readily visible vertical face and double hands indicating in cubic feet and decimals thereof. A positive quick-acting valve shall be used for a cut- off in the water line to the mixer. The operating mechanism must be such that leakage will not occur when the valves are closed.o 11/1/09 CAST-IN-PLACE CONCRETE TAMARACK SEWER REPLACEMENT 03300-14 2.11 READY-MIXED CONCRETE A. At the CONTRACTOR'S option, ready-mixed concrete may be used meeting the requirements as to materials, batching, mixing, transporting, and placing as specified herein and in accordance with ASTM C 94, including the following supplementary requirements. B. Ready-mixed concrete shall be delivered to the site of the work, and discharge shall be completed within 90 minutes after the addition of the cement to the aggregates or before the drum has been revolved 300 revolutions, whichever is first. In hot weather, or under conditions contributing to quick stiffening of the concrete, or when the temperature of the concrete shall not exceed 90 degrees F. C. Truck mixers shall be equipped with electrically-actuated counters by which the number of revolutions of the drum or blades may be readily verified. The counter shall be of the resettable, recording type, and shall be mounted in the driver's cab. The counters shall be actuated at the time of starting mixers at mixing speeds. D. Each batch of concrete shall be mixed in a truck mixer for not less than 70 revolutions of the drum or blades at the rate of rotation designated by the manufacturer of equipment. Additional mixing, if any, shall be at the speed designated by the manufacturer of the equipment as agitating speed. All materials including mixing water shall be in the mixer drum before actuating the revolution counter for determining the number of revolution of mixing. E. Truck mixers and their operation shall be such that the concrete throughout the mixed batch as discharged is within acceptable limits of uniformity with respect to consistency, mix, and grading. If slump tests taken at approximately the 1/4 and 3/4 points of the load during discharge give slumps differing by more than one inch when the specified slump is 3-inches or less, or if they differ by more than 2-inches when the specified slump is more than 3-inches, the mixer shall not be used on the work unless the causing condition is corrected and satisfactory performance is verified by additional slump tests. All mechanical details of the mixer, such as water measuring and discharge apparatus, condition of the blades, speed of rotation, general mechanical condition of the unit, and clearance of the drum, shall be checked before a further attempt to use the unit will be permitted. F. Each batch of ready-mixed concrete delivered at the job site shall be accompanied by a certified weighmaster delivery ticket furnished to the INSPECTOR in accordance with the Paragraph in Part 1 entitled "Certified Delivery Tickets". * G. The use of non-agitating equipment for transporting ready-mixed concrete will not be permitted. Combination truck and trailer equipment for transporting ready-mixed concrete will not be permitted. The quality and quantity of materials used in ready-mixed concrete and in batch aggregates shall be subject to continuous inspection at the batching plant by the INSPECTOR. 11/1/09 CAST-IN-PLACE CONCRETE TAMARACK SEWER REPLACEMENT 03300-15 PART 3 - EXECUTION 3.1 PROPORTIONING AND MIXING A. Proportioning: Proportioning of the concrete mix shall conform to the requirements of Chapter 3 "Proportioning" of ACI 301; provided, that the maximum slump for any concrete shall not exceed 4-inches except when the use of high range water reducer is permitted which increases the maximum slump to 8-inches. B. Mixing: Mixing of concrete shall conform to the requirements of Chapter 7 of said ACI 301 Specifications. C. Slump: Maximum slumps shall be as specified herein in Section 2.6. D. Retempering: Retempering of concrete or mortar which has partially hardened will not be permitted. 3.2 PREPARATION OF SURFACES FOR CONCRETING A. General: Earth surfaces shall be thoroughly wetted by sprinkling, prior to the placing of any concrete, and these surfaces shall be kept moist by frequent sprinkling up to the time of placing concrete thereon. The surface shall be free from standing water, mud, and debris at the time of placing concrete. B. Joints in Concrete: Concrete surfaces upon or against which concrete is to be placed, where the placement of the old concrete has been stopped or interrupted so that, as determined by the ENGINEER, the new concrete cannot be incorporated integrally with that previously placed, are defined as construction joints. The surfaces of horizontal joints shall be given a compacted, roughened surface for good bond. Except where the Drawings call for joint surfaces to be coated, the joint surfaces shall be cleaned of all laitance, loose or defective concrete, and foreign material. Such cleaning shall be accomplished by sandblasting followed by thorough washing. All pools of water shall be removed from the surface of construction joints before the new concrete is placed. C. After the surfaces have been prepared, all approximately horizontal construction joints shall be covered with a layer of mortar approximately two-inch thick. The mortar shall have the same proportions of cement and sand as the regular concrete mixture. The water-cement ratio of the mortar in place shall not exceed that of the concrete to be placed upon it, and the consistency of the mortar shall be suitable for placing and working in the manner hereinafter specified. The mortar shall.be spread uniformly and shall be worked thoroughly into all irregularities of the surface. Wire brooms shall be used where possible to scrub the mortar into the surface. Concrete shall be placed immediately upon the fresh mortar. When casting deep walls (more than 6 feet high) over slabs or footings, in lieu of the two-inch thick mortar, a 6-inch lift of a rich pea gravel mix with the same water-cement ratio as the wall concrete shall be placed and spread uniformly. Wall concrete shall follow immediately and shall be placed upon the fresh pea gravel mix. 11/1/09 CAST-IN-PLACE CONCRETE TAMARACK SEWER REPLACEMENT 03300-16 D. Embedded Items: No concrete shall be placed until all formwork, installation of parts to be embedded, reinforcement steel, and preparation of surfaces involved in the placing have been completed and ACCEPTED by the INSPECTOR at least 24 hours before placement of concrete. All surfaces of forms and embedded items that have become encrusted with dried grout from concrete previously placed shall be cleaned of all such grout before the surrounding or adjacent concrete is placed. E. All inserts or other embedded items shall conform to the requirements herein. F. All reinforcement, anchor bolts, sleeves, inserts, and similar items shall be set and secured in the forms where shown or by shop drawings and shall be acceptable to the INSPECTOR before any concrete is placed. Accuracy of placement is the responsibility of the CONTRACTOR. G. Where concrete is to be cast against old concrete, (greater than 60 days of age), the surface of the old concrete shall be thoroughly cleaned and roughened by sand-blasting, exposing the aggregate. In concrete shear-walls, suspended slabs and roof slabs, the interface surface at construction joints shall be roughened to a full amplitude of one quarter inch. The hardened surface shall be cleaned of all latent foreign material and washed clean, prior to the application of an epoxy bonding agent. H. No concrete shall be placed in any structure until all water entering the space to be filled with concrete has been properly cut off or has been diverted by pipes, or other means, and carried out of the forms, clear of the work. No concrete shall be deposited underwater nor shall the CONTRACTOR allow still water to rise on any concrete in such manner and at such velocity as will injure the surface finish of the concrete. Pumping or other necessary dewatering operations for removing ground water, if required, will be subject to the review of the ENGINEER. I. Corrosion Protection: Pipe, conduit, dowels, and other ferrous items required to be embedded in concrete construction shall be so positioned and supported prior to placement of concrete that there will be a minimum of 2-inches clearance between said items and any part of the concrete reinforcement. Securing such items in position by wiring or welding them to the reinforcement will not be permitted. J. Openings for pipes, inserts for pipe hangers and brackets, and the setting of anchors shall, where practicable, be provided for during the placing of concrete. K. Anchor bolts shall be accurately set, and shall be maintained in position by templates while being embedded in concrete. L. Cleaning: The surfaces of all metalwork to be in contact with concrete shall be thoroughly cleaned of all dirt, grease, loose scale and rust, grout, mortar, and other foreign substances immediately before the concrete is placed. 11/1/09 CAST-IN-PLACE CONCRETE TAMARACK SEWER REPLACEMENT 03300-17 3.3 HANDLING, TRANSPORTING, AND PLACING ^ 3 A. General: Placing of concrete shall conform to the applicable requirements of ACI 301 "***l'/ and the requirements of this Section. B. Non-Conforming Work or Materials: Concrete which upon or before placing is found not to conform to the requirements specified herein shall be rejected and immediately removed from the work. Concrete which is not placed in accordance with these Specifications, or which is of inferior quality, shall be removed and replaced by and at the expense of the CONTRACTOR. C. No concrete shall be placed except in the presence of duly authorized representative of the INSPECTOR. The CONTRACTOR shall notify the INSPECTOR in writing at least 48 hours in advance of placement of any concrete. D. Placement in Wall Forms: Concrete shall not be dropped through reinforcement steel or into any deep form, whether reinforcement is present or not, causing separation of the coarse aggregate from the mortar on account of repeatedly hitting rods or the sides of the form as it falls, nor shall concrete be placed in any form in such a manner as to leave accumulation of mortar on the form surfaces above the placed concrete. In such cases, some means such as the use of hoppers and, if necessary, vertical ducts of canvas, rubber, or metal shall be used for placing concrete in the forms in a manner that it may reach the place of final deposit without separation. In no case shall the free fall of concrete exceed 4 feet below the ends of ducts, chutes, or buggies. Concrete shall be uniformly distributed during the process of depositing and in no case after depositing ^^^ shall any portion be displaced in the forms more than 6 feet in horizontal direction. ^j Concrete in forms shall be deposited in uniform horizontal layers not deeper than 2 feet; '^"^ and care shall be taken to avoid inclined layers or inclined construction joints except where such are required for sloping members. Each layer shall be placed while the previous layer is still soft. The rate of placing concrete in forms shall not exceed 5 feet of vertical rise per hour. E. Casting New Concrete Against Old: An approved epoxy adhesive bonding agent shall be applied to the old surfaces according to the manufacturer's written recommendations. This provision shall not apply to joints where waterstop is installed, see Section [03290], "Joints in Concrete". F. Conveyor Belts and Chutes: All ends of chutes, hopper gates, and all other points of concrete discharge throughout the CONTRACTOR'S conveying, hoisting and placing system shall be so designed and arranged that concrete passing from them will not fall separated into whatever receptacle immediately receives it. Conveyor belts, if used, shall be of a type acceptable to the ENGINEER. Chutes longer than 50 feet will not be permitted. Minimum slopes of chutes shall be such that concrete of the specified consistency will readily flow in them. If a conveyor belt is used, it shall be wiped clean by a device operated in such a manner that none of the mortar adhering to the belt will be wasted. All conveyor belts and chutes shall be covered. Sufficient illumination shall be provided in the interior of all forms so that the concrete at the places of deposit is visible from the deck or runway. 1 1 /1 /09 CAST-I N-PLACE CONCRETE TAMARACK SEWER REPLACEMENT 03300-18 G. 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 pour. As the work progresses, the concrete shall be vibrated and carefully worked around the slab reinforcement, and the surface of the slab shall be screeded in an up-slope direction. H. Temperature of Concrete: The temperature of concrete when it is being placed shall be not more than 90 degrees F nor less than 40 degrees F in moderate weather, and not less than 50 degrees F in weather during which the mean daily temperature drops below 40 degrees F. Concrete ingredients shall not be heated to a temperature higher than that necessary to keep the temperature of the mixed concrete, as placed, from falling below the specified minimum temperature. If concrete is placed when the weather is such that the temperature of the concrete would exceed 90 degrees F, the CONTRACTOR shall employ effective means, such as preceding of aggregates and mixing water using ice or placing at night, as necessary to maintain the temperature of the concrete, as it is placed, below 90 degrees F. The CONTRACTOR shall be entitled to no additional compensation on account of the foregoing requirements. I. Cold Weather Placement: Earth foundations shall be free from frost or ice when concrete is placed upon or against them. Fly ash concrete shall not be placed when the air temperature falls below 50 degrees F. 3.4 PUMPING OF CONCRETE A. General: If the pumped concrete does not produce satisfactory end results, the CONTRACTOR shall discontinue the pumping operation and proceed with the placing of concrete using conventional methods. B. Pumping Equipment: The pumping equipment must have 2 cylinders and be designed to operate with one cylinder only in case the other one is not functioning. In lieu of this requirement, the CONTRACTOR may have a standby pump on the site during pumping. C. The minimum diameter of the hose (conduits) shall be 4-inches. D. Pumping equipment and hoses (conduits) that are not functioning properly, shall be replaced. E. Aluminum conduits for conveying the concrete will not be permitted. F. Proportioning: Minimum compressive strength, cement content, and maximum size of aggregates shall be as specified herein. G. Gradation of coarse aggregates shall conform to ASTM C 33 and shall be as close to the middle range as possible. H. Gradation of fine aggregate shall conform to ASTM C 33, with 15 to 30 percent passing the number 50 screen and 5 to 10 percent passing the number 100 screen. The fineness modulus of sand used shall not be over 3.00. I. Water and slump requirements shall conform to the requirements of this Section. J. Cement and admixtures shall conform to the requirements of this Section. K. Field Control: Concrete samples for slump per ASTM C 143 and test cylinders per ASTM C 31 and C 39. 11/1/09 CAST-IN-PLACE CONCRETE TAMARACK SEWER REPLACEMENT 03300-19 3.5 ORDER OF PLACING CONCRETE A. The order of placing concrete in all parts of the work shall be acceptable to the ENGINEER. In order to minimize the effects of shrinkage, the concrete shall be placed in units as bounded by construction joints shown. The placing of units shall be done by placing alternate units in a manner such that each unit placed shall have cured at least 7 days before the contiguous unit or units are placed, except that the corner sections of vertical walls shall not be placed until the 2 adjacent wall panels have cured at least 14 days. B. The surface of the concrete shall be level whenever a run of concrete is stopped. To ensure a level, straight joint on the exposed surface of walls, a wood strip at least 3/4-inch thick shall be tacked to the forms on these surfaces. The concrete shall be carried about 1/2-inch above the underside of the strip. About one hour after the concrete is placed, the strip shall be removed and any irregularities in the edge formed by the strip shall be leveled with a trowel and all laitance shall be removed. 3.6 TAMPING AND VIBRATING A. As concrete is placed in the forms or in excavations, it shall be thoroughly settled and compacted, throughout the entire depth of the layer which is being consolidated, into a dense, homogeneous mass, filling all corners and angles, thoroughly embedding the reinforcement, eliminating rock pockets, and bringing only a slight excess of water to the exposed surface of concrete during placement. Vibrators shall be high speed power vibrators (8,000 to 10,000 rpm) of an immersion type in sufficient number and with (at least one) standby units as required. B. Care shall be used in placing concrete around waterstops. The concrete shall be carefully worked by rodding and vibrating to make sure that all air and rock pockets have been eliminated. Where flat-strip type waterstops are placed horizontally, the concrete shall be worked under the waterstops by hand, making sure that all air and rock pockets have been eliminated. Concrete surrounding the waterstops shall be given additional vibration, over and above that used for adjacent concrete placement to assure complete embedment of the waterstops in the concrete. C. Concrete in walls shall be internally vibrated and at the same time rammed, stirred, or worked with suitable appliances, tamping bars, shovels, or forked tools until it completely fills the forms or excavations and closes snugly against all surfaces. Subsequent layers of concrete shall not be placed until the layers previously placed have been worked thoroughly as specified. Vibrators shall be provided in sufficient numbers, with standby units as required, to accomplish the results herein specified within 15 minutes after concrete of the prescribed consistency is placed in the forms. The vibrating head shall be kept from contact with the surfaces of the forms. Care shall be taken not to vibrate concrete excessively or to work it in Bny manner that causes segregation of its constituents. 11/1/09 CAST-IN-PLACE CONCRETE TAMARACK SEWER REPLACEMENT 03300-20 3.7 FINISHING CONCRETE SURFACES A. General: Surfaces shall be free from fins, bulges, ridges, offsets, honeycombing, or roughness of any kind, and shall present a finished, smooth, continuous hard surface. Allowable deviations from plumb or level and from the alignment, profiles, and dimensions shown are defined as tolerances and are specified in Part 1, herein. These tolerances are to be distinguished from irregularities in finish as described herein. Aluminum finishing tools shall not be used. B. Formed Surfaces: No treatment is required after form removal except for curing, repair of defective concrete, and treatment of surface defects. Where architectural finish is required, it shall be as specified or as shown. C. Uniformed Surfaces: After proper and adequate vibration and tamping, all uniformed top surfaces of slabs, floors, walls, and curbs shall be brought to a uniform surface with suitable tools. The classes of finish specified for unformed concrete surfaces are designated and defined as follows: 1. Finish U1 - Sufficient leveling and screeding to produce an even, uniform surface with surface irregularities not to exceed 3/8-inch. No further special finish is required. 2. Finish U2 - After sufficient stiffening of the screeded concrete, surfaces shall be float finished with wood or metal floats or with a finishing machine using float blades. Excessive floating of surfaces while the concrete is plastic and dusting of dry cement and sand on the concrete surface to absorb excess moisture will not be permitted. Floating shall be the minimum necessary to produce a surface that is free from screed marks and is uniform in texture. Surface irregularities shall not exceed 1/4-inch. Joints and edges shall be tooled where shown or as determined by the ENGINEER. 3. Finish U3 - After the floated surface (as specified for Finish U2) has hardened sufficiently to prevent excess of fine material from being drawn to the surface, steel troweling shall be performed with firm pressure such as will flatten the sandy texture of the floated surface and produce a dense, uniform surface free from blemishes, ripples, and trowel marks. The finish shall be smooth and free of all irregularities. 4. Finish U4 - Steel trowel finish (as specified for Finish U3) without local depressions or high points. In addition, the surface shall be given a light hairbroom finish with brooming perpendicular to drainage unless otherwise shown. The resulting surface shall be rough enough to provide a nonskid finish. 11/1/09 CAST-IN-PLACE CONCRETE TAMARACK SEWER REPLACEMENT 03300-21 D.Uniformed surfaces shall be finished according to the following schedule: UNIFORM SURFACE FINISH SCHEDULE • -'•-> ! Area "•• - Grade slabs and foundations to be covered with concrete or fill material Floors to be covered with grouted tile or topping grout Slabs which are water bearing with slopes 10 percent and less Sloping slabs which are water bearing with slopes greater than 10 percent Slabs not water bearing Slabs to be covered with built-up roofing Interior slabs and floors to receive architectural finish Finish U1 U2 U3 U4 U4 U2 U2 E. Floor Sealer Hardener (Surface Applied): 1. Floors to receive hardener shall be cured, cleaned, and dry with all work above them completed. Apply zinc and/or magnesium fluosilicate evenly, using 3 coats, allowing 24 hours between coats. 2. The first coat shall be 1/3 strength, second coat 1/2 strength, and third coat 2/3 strength. Each coat shall be applied so as to remain wet on the concrete surface for 15 minutes. If sodium silicate is used, it shall be applied evenly, using 3 coats, allowing 24 hours between coats, and the material shall be applied full strength at the rate of one gallon per 300 square feet. Approved proprietary hardeners shall be applied in conformance with the manufacturer's instruction. After the final coat is completed and dry, surplus hardener shall be removed from the surface by scrubbing and mopping with water. 3. Floor hardener shall be applied where shown. 3.8 ARCHITECTURAL FINISH A. Smooth Concrete Finish: Immediately after the forms have been stripped, the concrete surface shall be inspected and all poor joints, voids, rock pockets, or other defective areas shall be repaired and all form-tie fastener holes filled as specified herein. B. After the concrete has cured at least 10 days, the surface shall be wetted, and a grout shall be applied with a brush. The grout shall be made by mixing one part Portland cement and one part of fine sand that will pass a No. 16 sieve with sufficient water to give it the consistency of thick paint. The cement used in said grout shall be 1/2 gray and 1/2 white portland cement, as determined by the ENGINEER. White portland cement shall be [Atlas white], or equal, furnished by the CONTRACTOR. Calcium chloride in the amount of 5 percent by volume of the cement shall be used in the brush coat. The freshly applied grout shall be vigorously rubbed into the concrete surface with a wood float filling all small air holes. After all the surface grout has been removed with a steel trowel, the surface shall be allowed to dry and, when dry, shall be vigorously rubbed with burlap to remove completely all surface grout so that there is no visible paint-like film of grout on the concrete. The entire cleaning operation for any area shall be completed the day it is started, and no grout shall be left on the surface overnight. 11/1/09 TAMARACK SEWER REPLACEMENT CAST-IN-PLACE CONCRETE 03300-22 C. Surface Overnight: Cleaning operations for any given day shall be terminated at panel joints. It is essential that the various operations to carefully tinned to secure the desired effect which is a light-colored concrete surface of uniform color and texture without any appearance of a paint or grout film. D. Before beginning any of the final treatment on exposed surfaces, the CONTRACTOR shall treat in a satisfactory manner a trial area of at least 200 square feet in some inconspicuous place selected by the ENGINEER and shall preserve said trial area undisturbed until the completion of the job. E. All architecturally-treated concrete surfaces shall conform to the accepted sample in texture, color, and quality. It shall be the CONTRACTOR'S responsibility to maintain and protect the concrete finish. F. Sandblasted Concrete Finish: Sandblasting shall be done in a safe manner acceptable to local authorities, SCAQMD and per OSHA requirements. The sandblasting shall be a light sandblast to remove laitance and to produce a uniform fine aggregate surface texture with approximately 1/32- to 1/16-inch of surface sandblasted off. Corners, patches, form panel joints, and soft spots shall be sandblasted with care. The sandblasting work shall not proceed until after treatment of surface defects as specified herein, are completed. G. A 3-sq ft sample panel of the sandblasting finish shall be provided by the CONTRACTOR for acceptance by the ENGINEER prior to starting the sandblasting work. The sample panel shall include a corner, plugs, and joints and shall be marked after approval. All other sandblasting shall be equal in finish to the sample panel. H. Protection against sandblasting shall be provided on all surfaces and materials not requiring sandblasting but within or adjacent to areas being sandblasted. After sandblasting, the concrete surfaces shall be washed with clean water and excess sand removed. 3.9 CURING AND DAMPPROOFING General: All concrete shall be cured for not less than 10 days after placing, in accordance with the methods specified herein for the different parts of the work, and described in detail in the following paragraphs: Surface to be Cured or Dampproofed Unstripped forms Wall sections with forms removed Construction joints between footings and walls, and between floor slab and columns Encasement concrete and thrust blocks All concrete surfaces not specifically provided for elsewhere in this paragraph Floor slabs on grade Roof and slabs not on grade Exterior buried surfaces of roof slabs [and basement walls] All liquid and water retaining structures Method 1 6 2 3 4 5 6 7 2 11/1/09 TAMARACK SEWER REPLACEMENT CAST-IN-PLACE CONCRETE 03300-23 Method 1: Wooden forms shall be wetted immediately after concrete has been placed and shall be kept wet with water until removed. If steel forms are used, the exposed concrete surfaces shall be kept continuously wet until the forms are removed. If forms are removed within 10 days of placing the concrete, curing shall be continued in accordance with Method 6, herein. Method 2: The surface shall be covered with burlap mats which shall be kept wet with water for the duration of the curing period, until the concrete in the walls has been placed. No curing compound shall be applied to surfaces cured under Method 2. Method 3: The surface shall be covered with moist earth not less than 4 hours, nor more than 24 hours, after the concrete is placed. Earthwork operations that may damage the concrete shall not begin until at least 7 days after placement of concrete. Method 4: The surface shall be sprayed with a liquid curing compound. 1. Curing compound shall be applied in 2 coats according to the manufacturer's printed instructions. The direction of application of the second coat shall be perpendicular to the first. The second coat shall be applied when the first coat is dry to touch, but not to exceed 4 hours. Each coat shall be applied at a rate not more than 200 square feet per gallon and in such a manner as to cover the surface with a uniform film which will seal thoroughly. 2. Where the curing compound method is used, care shall be exercised to avoid damage to the seal during the curing period. The CONTRACTOR shall maintain and monitor the curing compound membrane for a minimum of 10 days. Should the seal be damaged or broken before the expiration of this curing period, the break shall be repaired immediately by the application of additional curing compound over the damaged portion. 3. Wherever curing compound may have been applied by mistake to surfaces against which concrete subsequently is to be placed and to which it is to adhere, said compound shall be entirely removed by wet sandblasting just prior to the placing of new concrete. 4. Application of the curing compound to the concrete shall commence as soon as the finished surface of the concrete reaches a uniformly damp appearance with no free water on the surface. Curing compound shall also be applied no later than 2 hours after removal of forms from contact with formed surfaces or after the placement of concrete on the subgrade. At any point, the application rate shall be within 50 square feet per gallon of the nominal rate and the average application rate shall be within 25 square feet per gallon of the nominal rate specified when tested in accordance with California Test 535. 5. Repairs required to be made to formed surfaces shall be made within the said 2-hour period; provided, however, that any such repairs which cannot be made within the said 2-hour period shall be delayed until after the curing compound has been applied. When repairs are to be made to an area on which curing compound has been applied, the area involved shall first be wet-sandblasted to remove the curing compound, following which repairs shall be made as specified herein. 11/1/09 CAST-IN-PLACE CONCRETE TAMARACK SEWER REPLACEMENT 03300-24 6. At the time of use, pigmented curing compounds shall be maintained in a thoroughly mixed condition. Containers of curing compound shall remain air-tight when not in use. 7. The CONTRACTOR shall apply curing compound in the presence of the INSPECTOR. Curing compound shall be applied to form a continuous and uniform membrane. Method 5: Immediately after the concrete has been screeded, it shall be treated with a liquid evaporation retardant. The retardant shall be used again after each work operation as necessary to prevent drying shrinkage cracks. 1. Immediately after each square foot of the concrete has been finished, it shall be given a coat of curing compound in accordance with Method 4, herein. Not less than one hour nor more than 4 hours after the coat of curing compound has been applied, the surface shall be wetted with water delivered through a fog nozzle, and concrete-curing blankets shall be placed on the slabs. The curing blankets shall be polyethylene sheet, polyethylene-coated waterproof paper sheeting or polyethylene-coated burlap. The blankets shall be laid with the edges butted together and with the joints between strips sealed with 2-inch wide strips of sealing tape or with edges lapped not less than 3-inches and fastened together with a waterproof cement to form a continuous watertight joints. 2. The curing blankets shall be left in place during the 10-day curing period and shall not be removed until after concrete for adjacent work has been placed. Should the curing blankets become torn or otherwise ineffective, the CONTRACTOR shall replace damaged sections. During the first 3 days of the curing period, no traffic of any nature and no depositing, temporary or otherwise, of any materials shall be permitted on the curing blankets. During the remainder of the curing period, foot traffic and temporary depositing of materials that impose light pressure will be permitted only on top of plywood sheets 5/8-inch minimum thickness, laid over the curing blanket. The CONTRACTOR shall add water under the curing blanket as often as necessary to maintain damp concrete surfaces at all times. Method 6: Concrete slabs shall be treated with an evaporation retardant as specified in Method 5. The concrete shall be kept continuously wet by the application of water for a minimum period of at least 10 consecutive days beginning immediately after the concrete has been placed or forms removed. Heavy curing mats shall be used as a curing medium to retain the moisture during the curing period. The curing medium shall be weighted or otherwise held in place to prevent being dislodged by wind or any other causes. Until the concrete surface is covered with the curing medium, the entire surface shall be kept damp by applying water using nozzles that atomize the flow so that the surface is not marred or washed. The curing blankets and concrete shall be kept continuously wet by the use of sprinklers or other means both during and after normal working hours. Immediately after the application of water has terminated at the end of the curing period, the curing medium shall be removed and curing compound immediately applied in accordance with Method 4, herein. The CONTRACTOR shall dispose of excess water from the curing operation to avoid damage to the work. 11/1/09 CAST-IN-PLACE CONCRETE TAMARACK SEWER REPLACEMENT 03300-25 Method 7: 1. Method 6 shall be used for curing. 2. Immediately after completion of curing, the surface shall be sprayed with a dampproofing agent consisting of an asphalt emulsion. Application shall be in 2 coats. The first coat shall be diluted to 1/2 strength by the addition of water and shall be sprayed on so as to provide a maximum coverage rate of 100 square feet per gallon of dilute solution. The second coat shall consist of an application of the specified material, undiluted, and shall be sprayed on so as to provide a maximum coverage rate of 100 square feet per gallon. Dampproofing material shall be as specified herein. 3. As soon as the asphalt emulsion, applied as specified herein, has taken an initial set, the entire area thus coated shall be coated with whitewash. Any formula for mixing the whitewash may be used which produces a uniformly coated white surface and which so remains until placing of the backfill. Should the whitewash fail to remain on the surface until the backfill is placed, the CONTRACTOR shall apply additional whitewash. 3.10 PROTECTION The CONTRACTOR shall protect all concrete against injury until final acceptance by the CITY. Fresh concrete shall be protected from damage due to rain, hail, sleet, or snow. The CONTRACTOR shall provide such protection while the concrete is still plastic and whenever such precipitation is imminent or occurring. Immediately following the first frost in the fall, the CONTRACTOR shall be prepared to protect all concrete against freezing. After the first frost, and until the mean daily temperature in the vicinity of the worksite falls below 40 degrees F for more than one day, the concrete shall be maintained at a temperature not lower than 50 degrees F for at least 72 hours after it is placed. 3.11 CURING IN COLD WEATHER A. Water curing of concrete may be reduced to 6 days during periods when the mean daily temperature in the vicinity of the worksite is less than 40 degrees F; provided that, during the prescribed period of water curing, when temperatures are such that concrete surfaces may freeze, water curing shall be temporarily discontinued. B. Concrete cured by an application of curing compound will require no additional protection from freezing if the protection at 50 degrees F for 72 hours is obtained by means of approved insulation in contact with the forms or concrete surfaces; otherwise, the concrete shall be protected against freezing temperatures for 72 hours immediately following 72 hours protection at 50 degrees F. Concrete cured by water curing shall be protected against freezing temperatures for 3 days immediately following the 72 hours of protection at 50 degrees F. 3 11/1/09 CAST-IN-PLACE CONCRETE TAMARACK SEWER REPLACEMENT 03300-26 C. Discontinuance of protection against freezing temperatures shall be such that the drop in temperature of any portion of the concrete will be gradual and will not exceed 40 degrees F in 24 hours. In the spring, when the mean daily temperatures rises above 40 degrees F for more than 3 successive days, the specified 72-hour protection at a temperature not lower than 50 degrees F may be discontinued for as long as the mean daily temperature remains above 40 degrees F; provided, that the concrete shall be protected against freezing temperatures for not less than 48 hours after placement. D. Where artificial heat is employed, special care shall be taken to prevent the concrete from drying. Use of unvented heaters will be permitted only when unformed surfaces of concrete adjacent to the heaters are protected for the first 24 hours from an excessive carbon dioxide atmosphere by application of curing compound; provided, that the use of curing compound for such surfaces is otherwise permitted by these Specifications. 3.12 TREATMENT OF SURFACE DEFECTS A. As soon as forms are removed, all exposed surfaces shall be carefully examined and any irregularities shall be immediately rubbed or ground in a satisfactory manner in order to secure a smooth, uniform, and continuous surface. Plastering or coating of surfaces to be smoothed will not be permitted. No repairs shall be made until after inspection by the ENGINEER. In no case will extensive patching of honeycombed concrete be permitted. Concrete containing minor voids, holes, honeycombing, or similar depression defects shall have them repaired as specified herein. Concrete containing extensive voids, holes, honeycombing, or similar depression defects, shall be completely removed and replaced. All repairs and replacements herein specified shall be promptly executed by the CONTRACTOR at its own expense. B. Defective surfaces to be repaired shall be cut back from trueline a minimum depth of 1/2-inch over the entire area. Feathered edges will not be permitted. Where chipping or cutting tools are not required in order to deepen the area properly, the surface shall be prepared for bonding by the removal of all laitance or soft material, and not less than 1/32-inch depth of the surface film from all hard portions, by means of an efficient sandblast. After cutting and sandblasting, the surface shall be wetted sufficiently in advance of shooting with shotcrete or with cement mortar so that while the repair material is being applied, the surfaces under repair will remain moist, but not so wet as to overcome the suction upon which a good bond depends. The material used for repair purposes shall consist of a mixture of one sack of cement to 3 cubic feet of sand. For exposed walls, the cement shall contain such a proportion of Atlas white portland cement as is required to make the color of the patch match the color of the surrounding concrete. C. Holes left by tie-rod cones shall be reamed so as to leave the surfaces of the holes clean and rough. These holes then shall be repaired in an approved manner with non-shrink grout. Holes left by form-tying devices having a rectangular cross-section, and other imperfections having a depth greater than their least surface dimension, shall not be reamed but shall be repaired in an approved manner with non-shrink grout. 11/1/09 CAST-IN-PLACE CONCRETE TAMARACK SEWER REPLACEMENT 03300-27 D. All repairs shall be built up and shaped in such a manner that the completed work will conform to the requirements of this Section, as applicable, using approved methods which will not disturb the bond, cause sagging, or cause horizontal fractures. Surfaces of said repairs shall receive the same kind and amount of curing treatment as required for the concrete in the repaired section. E. Prior to filling any structure with water, all cracks that may have developed shall be repaired to the satisfaction of the ENGINEER. This repair method shall be done on the water bearing face of the members. Prior to backfilling, faces of members in contact with fill, which are not covered with a waterproofing membrane, shall also have cracks repaired as specified herein. 3.13 CARE AND REPAIR OF CONCRETE General: The CONTRACTOR shall protect all concrete against injury or damage from excessive heat, lack of moisture, overstress, or any other cause until final acceptance by the CITY. Particular care shall be taken to prevent the drying of concrete and to avoid roughening or otherwise damaging the surface. Any concrete found to be damaged, or which may have been originally defective, or which becomes defective at any time prior to the final acceptance of the completed work, or which departs from the established line or grade, or which, for any other reason, does not conform to the requirements of the Contract Documents, shall be satisfactorily repaired or removed and replaced with acceptable concrete at the CONTRACTOR'S expense. 11/1/09 CAST-IN-PLACE CONCRETE TAMARACK SEWER REPLACEMENT 03300-28 SECTION 03370 CONCRETE CURING PART 1 - GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work as indicated on the Drawings and specified herein. B. This section covers the work necessary for the concrete curing requirements. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section [03300] [03310] Cast-ln-Place Concrete B. Section [03360] Pneumatically-Placed Concrete C. Section [03400] Precast Concrete 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the reference specifications of the GENERAL REQUIREMENTS. B. The work of this section shall be performed in accordance with Standard Specifications for Public Works Construction Section 303-1.10. 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL PROVISIONS. 1.5 QUALITY ASSURANCE A. Quality Control Data: 1. Curing Compound: Manufacturer's Certification of Compliance, to include statement that product meets ASTM C 309, additional permeability requirement, and coverage. 2. Retardant for Exposed Aggregate Finish on Formed Surface: Manufacturer's Certification of Compliance including statement that product is suitable for and will meet job requirements. 3. Curing method, procedures and method of application to be used shall be in compliance with the requirements as specified herein. PART 2 - MATERIALS 11/1/09 CONCRETE CURING TAMARACK SEWER REPLACEMENT 03370-1 2.1 CURING COMPOUND A. Curing compound shall consist of a liquid which, when applied to fresh concrete by *•»»**' means of a spray gun, will form an impervious membrane over the exposed surfaces of the concrete. B. The membrane may be either asphaltic or paraffin derivatives to which other waterproofing materials may have been added. Concrete curing compounds shall be designated by type as follows: Type 1 - Clear or translucent with red fugitive dye Type 2 - White pigmented Type 3 - Light gray pigmented Type 4 - Black pigmented C. All curing compounds shall be furnished by the Contractor and shall be delivered ready- mixed in sealed original containers bearing the manufacturer's name and product identification. D. Provide curing compound meeting requirements of ASTM C 309, with additional requirement that permeability not exceed 0.039 gm/square cm/72 hours. E. Provide evaporation retardant where required to prevent rapid evaporation of water from ^*% fresh exposed concrete. ^n*" F. When pigmented curing compounds are used, at the time of use, the compound shall be thoroughly mixed, with the pigment uniformly dispensed throughout the mixture. G. Unless otherwise specified, Type 1 curing compound shall be used. 11/1/09 CONCRETE CURING TAMARACK SEWER REPLACEMENT 03370-2 2.2 FLOOR HARDENER (SURFACE-APPLIED) A. Floor hardener shall be a colorless, aqueous solution of zinc and/or magnesium fluosilicate. B. Each gallon of fluosilicate solution shall contain minimum of 2 pounds of crystals. C. All hardeners shall be furnished by the CONTRACTOR and shall be delivered ready mixed in sealed original containers bearing the manufacturer's name and product identification. PART 3 - EXECUTION 3.1 CURING OF CONCRETE A. As soon after the completion of the specified finishing operations as the condition of the concrete will permit without danger of consequent damage thereto, all exposed surface shall either be sprinkled with water, covered with plastic sheet, or covered with earth, sand or burlap, or when not required to be painted, sprayed with Type 1 curing compound conforming with Article 1.1, Curing Compound of this section. B. Concrete that is water cured must be kept continuously wet for at least 10 days after being placed; preferably being covered, if possible, with at least two layers of not lighter than 7-ounce burlap. Handrail, base rail, railing posts, tops of walls, and similar parts of the structure, if water cured, must be covered with burlap as prescribed above, immediately following the finishing treatment specified therefore, and such covering shall not be removed in less than 4 days. Roadway areas, floors, slabs, curbs, walks, and the like, that are water cured may be covered with sand to a depth of at least 2 inches in lieu of the burlap as prescribed above, as soon as the condition of the concrete will permit, and such covering shall remain wet and in place for at least 10 days, unless otherwise directed by the Engineer or prescribed by the Specifications. C. When an impervious membrane (curing compound) is used, it shall be applied under pressure through a spray nozzle in such manner and quantity as to entirely cover and seal all exposed surfaces of the concrete with a uniform film. The membrane shall not be applied to any surface until all of the finishing operations have been completed; such surfaces being kept damp, until the membrane is applied. All surfaces on which a bond is required, such as construction joint, shear planes, reinforcing steel, and the like, shall be adequately covered and protected before starting the application of the curing compound in order to prevent any of the compound from being deposited thereon; and any such surface with which the compound may have come in contact shall immediately thereafter be cleaned. Care shall be exercised to prevent any damage to the membrane seal during the curing period. Should the seal be damaged before the expiration of 10 days after the placing of the concrete, additional impervious membrane shall be immediately applied over the damaged area. 11/1/09 CONCRETE CURING TAMARACK SEWER REPLACEMENT 03370-3 D. The top surface of highway bridge decks shall be cured by both the curing compound method, and by the water method except that the curing compound shall be either Pigmented Curing Compound-Chlorinated Rubber Base Type (State Specification 8030- 71D-04), or Pigmented Curing Compound Chlorinated Rubber Base white or Tinted (State Specification 8030-71 D-05). The curing compound shall be applied progressively during the deck finished operations immediately after finishing operations are completed on each individual portion of the deck. The water cure shall be applied not later than 4 hours after completion of deck finishing or, for portions of the decks on which finishing is completed after normal working hours, the water cure shall be applied not later than the following morning. E. Should any forms be removed sooner than 10 days after the placing of the concrete, the surface so exposed shall either be immediately sprayed with a coating of the curing compound, or kept continuously wet by the use of burlap or other suitable means until such concrete has cured for at least 10 days. • F. When tops of walls are cured by the curing compound method, the side forms, except for metal forms, must be kept continuously wet for the 10 days following the placing of the concrete. G. If there is any likelihood of the fresh concrete checking or cracking prior to the commencement of the curing operations (due to weather conditions, materials used, or for any other reason), it shall be kept damp, but not wet, by means of an indirect fine spray of water until it is not likely that checking or cracking will occur, or until the curing operations are started in the area affected. 3.2 CURING METHODS . A. Walls: 1. General: Where walls are to receive coatings, painting, cementitious material, or other similar finishes, do not use curing compounds. Use only water curing procedures. 2. Method 1: Leave concrete forms in place and keep sufficiently damp at all times to prevent opening of joints and drying of concrete. 3. Method 2: Apply specified curing compound, where allowed, immediately after removal of forms. 4. Method 3: Continuously sprinkle exposed surfaces. B. Slabs, Curb, and Roadway Areas: 1 . Method 1 : Protect surface by ponding. 2. Method 2: Cover with two layers of burlap or cotton mats and keep continuously wet. 11/1/09 CONCRETE CURING TAMARACK SEWER REPLACEMENT 03370-4 3. Method 3: Cover with 2-rinch layer of wet sand, earth, or sawdust, and keep continuously wet. 4. Method 4: Continuously sprinkle exposed surface. 5. Other agreed upon method that will provide moisture to be present and uniform at all times on entire surface of slab. C. The Engineer will determine the permissible rate of coverage of a curing compound. 3.3 EVAPORATION RETARDANT APPLICATION A. Spray onto surface of fresh concrete immediately after screeding to react with surface moisture. B. Reapply after smoothing surface with a bull float to ensure continuous, compacted monomolecular layer until final finishing is completed. C. After finishing, apply water curing as specified. 3.4 CURING AND PROTECTION IN COLD WEATHER A. Concrete shall not be placed during cold weather where conditions would require procedures as specified in ACI 306. B. The Engineer, at his option, may allow cold weather placement of concrete if an extended period of cold weather is anticipated. 3.5 CLEAR HARDENER APPLICATION (SURFACE APPLIED) A. Before application, thoroughly cure floors to receive hardener for minimum 28 days, keep clean, unpainted, free from membrane curing compounds, and dry with all work above them completed. B. Do not use curing compounds where floor hardeners are specified. Use water curing only. C. Apply hardener evenly, using three coats, allowing 24 hours between coats as follows: 1. First Coat: 1/3 strength, second coat 1/2 strength, and third coat 2/3 strength, mix with water. 2. Apply each coat so as to remain wet on surface for 15 minutes. 3. Apply approved hardeners in accordance with manufacturer's instructions. 4. After final coat is completed and dry, remove surplus hardener from surface by scrubbing and mopping with water. 11/1/09 CONCRETE CURING TAMARACK SEWER REPLACEMENT 03370-5 SECTION 03460 PRECAST CONCRETE SEWER MANHOLES PART 1 GENERAL 1.1 DESCRIPTION A. The CONTRACTOR shall provide precast concrete sewer manholes, also referred to as access holes, complete and in place, in accordance with the Contract Documents. 1.2 REFERENCE STANDARDS A. Commercial Standards: ASTM A 48 Gray Iron Castings ASTM C 478 Precast Reinforced Concrete Manhole Sections ASTM C 923 Resilient Connectors between Reinforced Concrete Manhole Structures, Pipes, and Laterals 1.3 RELATED WORK ELSEWHERE The CONTRACTOR shall refer to the following specification section(s) for additional requirements: A. Trenching, Excavation, Backfilling and Compacting: 02223 B. Cast-ln-Place Concrete: 03000 C. Polyvinyl Chloride (PVC) Gravity Sewer Pipe: 15063 1.4 CONTRACTOR SUBMITTALS A. General: Furnish submittals in accordance with GENERAL PROVISIONS. B. Shop Drawings: 1. Show dimensions, locations, lifting inserts, reinforcement, and joints. 2. Structural design calculations. 1.5 QUALITY ASSURANCE A. Inspection: After installation, the CONTRACTOR shall demonstrate that manholes have been properly installed, level, with tight joints, at the correct elevations and orientations, and that the backfilling has been carried out in accordance with the Contract Documents. SECTION 03460 JUNE 2008 1of7 Precast Concrete Sewer Manholes PART 2 MATERIALS 2.1 MANHOLES A. The CONTRACTOR shall provide precast manhole sections and conical sections conforming to ASTM C^478 and the requirements of this Section. Adjusting rings shall be standard items from the manufacturer of the manhole sections. Minimum wall thickness of rings shall be 1/8 of the internal diameter of the riser or largest cone diameter. B. Axial length of sections shall be selected to provide the correct total height with the fewest joints. C. Conical sections shall be designed to support cast iron frames and covers under an H-20 loading, unless indicated otherwise. D. Sewer manhole sections shall be cast without ladder rungs. E. Design Criteria: Manhole walls, transitions, conical sections, and base shall be designed per ASTM C 478 for the depths indicated and the following: 1. AASHTO H-20 loading applied to the cover. 2. Unit weight of soil of 120 pcf located above all portions of the manhole. 3. Lateral soil pressure based on saturated soil producing 100 pcf acting on an empty manhole. 4. Internal fluid pressure based on weight of 63 pcf with manhole filled from invert to cover with no balancing external soil pressure. 5. Dead load of manhole sections fully supported by the base and transition. 6. The minimum allowable steel shall be hoops of No. 4 wire. Add reinforcing steel in walls to transfer stresses at openings. 7. The minimum clear distance between the edges of any 2 wall penetrations shall be 12-inches or one-half of the diameter of the smaller penetration, whichever is greater. 8. All manholes on sewer pipelines 15-inches in diameter or larger, all drop manholes, regardless of size and all forcemain terminal manholes shall be T-lock PVC lined including the bench. 9. All manholes with incoming pipe slopes of 7% or greater shall be "T-lock" PVC lined. 10. Where there is a slope change from steep to flat of 5% or greater, the manhole at the grade change and the next manhole upstream shall be PVC lined. o o SECTION 03460 JUNE 2008 2 of 7 Precast Concrete Sewer Manholes F. Joint sealing compound shall be a mastic-type material in a flexible rope or rolled form with removable wrapper sized to fit into the key manhole sections. G. Concrete for base and channel formation shall be concrete conforming to Section 03000 - Cast-ln-Place Concrete. H. Barrel section to sewer pipe connections shall be sealed with resilient connectors complying with ASTM C 923. Mechanical devices shall be stainless steel. I. Drop manholes, if approved by the City Engineer, shall conform to the applicable provisions for precast manholes as specified herein. J. Manhole Manufacturers, or Equal 1. B&W Precast 2. Mar-Con Products 3. Ameron 2.2 MANHOLE FRAMES AND COVERS A. Manhole frames shall be 36" in diameter with two concentric covers, made of cast-iron in accordance with ASTM A 48 Class 30 and the Standard Drawings. Covers shall incorporate a "pic-hole" for lifting purposes. 1. Locking frames and covers may be required in areas located outside the public right of way, in remote areas or when determined by the City Engineer. B. Frames and covers shall be designed for H-20 highway wheel loading. C. Covers shall be cast with the words "CITY OF CARLSBAD" and "SEWER". No other lettering will be permitted on the top portion of the cover. D. Casting shall be smooth, clean, and free from blisters, blowholes, and shrinkage. Mating surfaces of the frame and cover shall be machined to prevent movement of the lid. Frames and covers shall be match marked in sets before shipping to the site. E. All castings shall be dipped twice in a preparation of asphalt or coal tar and oil applied at a temperature of not less than 290 degrees F nor more than 310 degrees F and in such a manner as to form a firm and tenacious coating. F. Castings Manufacturers, or Equal 1. Alhambra Foundry 2. South Bay Foundry 2.3 PVC LINER A. Where a PVC lined manhole is shown, specified or required, the entire interior of the manhole shall be covered with white PVC liner as shown on Carlsbad Standard Drawing (CSD) S-1A. SECTION 03460 JUNE 2008 3 of 7 Precast Concrete Sewer Manholes B. Precast shaft sections, cone sections, and grade rings shall utilize PVC liner sheet with integrally cast PVC T-shaped extensions. C. The channel of the cast-in-place base shall be formed and shall utilize PVC liner sheet with integrally cast PVC T-shaped extensions. The bottom 90-degrees of the channel shall remain unlined as shown on CSD S-1A. D. T-shaped PVC liner sheets shall be a minimum of 0.065-inch in thickness. Locking extensions (T-shaped) of the same materials as that of the liner shall be integrally extruded with the sheet. The locking extensions shall be approximately 2.5-inches apart and shall be at least 0.375-inches high. E. T-shaped liner sheets shall be placed with the "T"s run vertical. F. The shelf of the manhole base shall be covered with PVC liner using one of the following two methods: 1 . Place PVC T-shaped liner sheets where the base is cast-in-place. 2. Place a PVC liner sheet after the base has cured utilizing the Arrow-Lock Lining system in accordance with the manufacturer's recommendations (Ameron protection Linings Division). G. PVC Liner Manufacturers, or Equal 1. Amer-Plate T-Lock Liner, Ameron Protective Linings Division PART 3 EXECUTION 3.1 GENERAL A. Pre-cast concrete sections shall be transported and handled with care in accordance with the manufacturer's written recommendations. Where lifting devices are provided in pre-cast sections, such lifting devices shall be used as intended. Where no lifting devices are provided, the CONTRACTOR shali follow the manufacturer's recommendations for lifting procedures to provide proper support during lifting. B. The manhole base shall be poured in place against a minimum of 6-inches of 3/4" crushed rock base situated on undisturbed soil. The manhole stubs and sewer main shall be set before the concrete is placed and shall be rechecked for alignment and grade before the concrete has set. The various sized inlets and outlets to the manhole shall be located as indicated on the Approved Plans. The manhole base shall extend 9- inches below the bottom of the lowest pipe. Invert elevations of connecting sewers may vary depending upon sizes. When intercepting flows from smaller pipelines in manholes, set invert of the smaller mains at % of the depth of the larger main. The invert of the manhole base shall be hard worked so as to provide channels conforming in size and shape to the lower portions of the inlets and outlets. The channel shall vary uniformly in size and shape from inlet to outlet and be constructed higher than pipe as indicated on the Approved Plans. The manhole invert channels shall be smooth and accurately shaped. Channels may be formed directly in the concrete base. All transitions shall be smooth and of the proper radius to give an uninterrupted transition of flow. The concrete base shall be shaped with a wood float and shall receive a hard-steel trowel finish prior to the concrete setting. SECTION 03460 JUNE 2008 4 of 7 Precast Concrete Sewer Manholes In the event additional mortar is required after initial set has taken place, the surface to receive the mortar shall be primed and the mortar mixed with "Willhold Concrete Adhesive" in the amounts and proportions recommended. The bases shall set a minimum of 24 hours before the manhole construction is continued. C. Straight through channels in manholes with no tributaries may have SDR 35 PVC pipe installed though the manhole. The top section of pipe shall be removed flush with top of shelf. All cuts shall be neat and dressed minimizing burrs and rough edges. D. Each manhole section shall be sealed with butyl rubber sealant rope (See Detail on Std Dwg S-1A) to make a watertight joint, shall be neatly banded on the inside and outside and shall be set plumb. All manholes shall be vacuum tested in accordance with the procedures specified herein in paragraph 3.3 and shown on Carlsbad Standard Drawing S-1A. Sections of various height grade rings shall be used in order to bring the top of the manhole ring and cover to the elevation on the Approved Plans, but limited to a maximum of 18 inches of grade ring. The precast concrete manhole rings shall be jointed with a minimum thickness of Vz inch of Portland cement mortar along with butyl rubber sealant rope. Mortar shall be composed of one part Portland cement to two parts clean well-graded sand of such size that all pass a No. 8 sieve. Preformed, cold applied ready-to-use plastic joint sealing compound may be substituted for mortar between units and shall be used when ground water is encountered. The finished elevations at which the manhole frames and covers are to be set shall conform to the requirements set forth in the Approved Plans. Where the frame and cover are in existing pavement or in the traveled way of the existing road shoulder, it is to be placed flush with the existing surface. When the structure is outside the limits of the traveled shoulder but not in the roadside ditch, it should be placed 1/10-foot above the existing ground surface. Where the manhole cover falls in the existing roadside ditch or easement right-of-way "offsite", it is to be placed approximately 6-inches above the existing ground surface. Manhole frames shall be set at the required grade and shall be securely attached to the top precast manhole shaft unit with a cement-mortar bed and fillet. After the frames are securely set in place, covers shall be installed and all necessary cleaning and scraping of foreign materials from the frames and covers shall be accomplished to ensure a satisfactory fit. E. Damp-proof material shall be applied, when ground water is present or anticipated and at the discretion of the City Engineer, to the exterior surfaces of man-holes in accordance with the manufactures recommendations. The material shall be applied to all exterior surfaces below a point one foot above the water table or indications of seepage or moisture as directed by the Engineer. Use water-proofing material for exterior surface when below ground water, per Std Dwg S-1A or as required by Engineer. F. Selected clean backfill material shall be used around all man-holes. It shall be compacted by pneumatic tampers as shown on Standard Drawing No. S-5, unless shown otherwise on the approved plans. G. A concrete ring shall be cast around manhole frames to within 3" of finished grade and capped with asphalt, as shown on the Approved Plans. The ring shall be placed after the final grading or paving together with the final cleanup. SECTION 03460 JUNE 2008 5 of 7 Precast Concrete Sewer Manholes 3.2 WATER-TIGHTNESS OF MANHOLES A. It is the intent that all man-holes and appurtenances be water tight and free from infiltration. All man-hole joints shall use butyl rubber sealant material to provide a water tight seal and shall comply with the vacuum test requirements specified herein in paragraph 3.3 of this Section. Where manholes are to be given a protective lining or coating, they shall be free of any seeping or surface moisture. Sections of manholes below ground water levels or anticipated ground water levels shall have sealant material installed on the external surface per Std Dwg S-1A. 3.3 VACUUM TESTING OF MANHOLES A. All sewer manholes shall be vacuum tested in accordance with the requirements specified herein. B. Vacuum testing equipment shall be as manufactured by P.A. Glazier, Inc. or approved equal. C. Manholes shall be tested after assembly and prior to mortaring the joints or backfilling. In case of manholes incorporating a PVC liner, the testing is to take place prior to mortaring the joints, welding the liner seams between sections, and backfilling. D. All lift holes shall be plugged with an approved grout prior to testing. All pipes entering the manhole shall be plugged and bracing installed to prevent the plug from being drawn into the manhole. The test head shall be placed inside the top of the cone section and the seal inflated in accordance with the manufacture's recommendations. A vacuum of 10 inches of mercury shall be drawn. The time shall be measured for the vacuum to drop 9-inches. The manhole shall pass the test if the time taken for the drop is greater than 60 seconds. If the manhole fails the test, necessary repairs shall be made and the test repeated until acceptable results are obtained. The leak(s) shall be located and repaired, according to the type of leak, with material-in-kind. 3.4 PULL-TESTING OF PVC-LINED MANHOLES At the Engineers request, PVC-lined manholes shall have field-welded joints pull tested. Field welds shall withstand a pull test of at least 100 pounds per linear inch applied perpendicularly to the concrete surface for a period of one-minute without evidence of cracks or separation. This test shall be conducted at a temperature of 70°F to 80°F, inclusive. 3.5 HOLIDAY TESTING OF PVC-LINED MANHOLES PVC-lined surfaces shall be holiday tested with an electrical holiday detector as manufactured by Tinker and Rasor (model No. AP-W with power pack) with the instrument set at 20,000 volts and used as directed by the Engineer. All imperfections identified on the PVC lining shall be repaired and the test shall be repeated until no holidays are evident. SECTION 03460 JUNE 2008 6 of 7 Precast Concrete Sewer Manholes 3.6 MANHOLE ABANDONMENT Sewer manholes shall have the cover and frame, concrete ring, grade rings and cone section removed. Inlet and outlet piping shall be plugged with concrete, manhole void shall be filled with sand, and a 12" thick, reinforced concrete slab shall be poured over the top of remaining manhole. The Contractor shall backfill the hole to ground surface with compacted select fill. END OF SECTION SECTION 03460 JUNE 2008 7 of 7 Precast Concrete Sewer Manholes SECTION 03740 CONCRETE REPAIR PART 1 - GENERAL 1.1 THE REQUIREMENT This section covers the work, including materials, testing, and workmanship necessary to structurally repair cracks and damaged surface areas in the existing concrete of the structures stated herein. Cracks shall be repaired by the injection of an epoxy resin adhesive. Surface areas shall be repaired using an epoxy grout as specified. Cracks and surface areas requiring repair will be field located and identified by the AGENCY prior to the start of the work in that area. Some cracks regardless of size may not be designated by the AGENCY for repair. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section [03315] Grout. 1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Comply with the reference specifications of the GENERAL PROVISIONS. B. Commercial Standards: ASTM D 696 Test Method for Coefficient of Linear Thermal Expansion of Plastics 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL PROVISIONS. B. The CONTRACTOR shall submit certified test results verifying the compressive strength, shrinkage, and expansion requirements specified herein; and manufacturer's literature containing instructions and recommendations on the mixing, handling, placement and appropriate uses for each type of non-shrink and epoxy grout used in the work. 1. Previous Experience Information 2. Certificates, Test Reports 3. Qualifications of Applicators 4. Epoxy Manufacturer's Certification and Approval of Applicator 5. Technical Data on Adhesives, Grouts, and Related Items Including Manufacturer Application Recommendations or Requirements 1.5 QUALITY ASSURANCE A. The following quality control test and certificate is required for every lot of adhesive supplied under this Specification: 11/1/09 CONCRETE REPAIR TAMARACK SEWER REPLACEMENT 03740-1 1. Test Requirements: Compression tests and fabrication of specimens for epoxy grout will be performed as specified in ASTM C 579, Method B, at intervals during construction as selected by the ENGINEER. A set of three specimens will be made for testing at 7 days, and each earlier time period as appropriate. 2. Certification and Test Report: Manufacturer shall certify that every batch of material supplied meets the Specifications and shall furnish copies of actual test reports on each batch. 1.6 PACKAGING, LABELING, STORAGE A. Packaging: The adhesive material shall be packaged in new, sealed containers. Each container will be clearly labeled. B. Label Information: The label shall include, in a clear and distinct manner, the following information: 1. Manufacturer name. 2. Product name and lot number. 3. ANSI Hazard Classification and appropriate recommended ANSI precautions for handling. 4. Mix ratio by volume. C. Storage: The adhesive shall be stored at ambient temperatures between 32 and 120 degrees F. If stored at temperatures outside these limits, the adhesive material shall be tested at the CONTRACTOR'S expense prior to use to determine if the adhesive material meets the requirements of this Specification. PART 2 - PRODUCTS 2.1 GENERAL A. The use of a manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired only. Products of other manufacturers will be considered in accordance with the Genera! Provisions. B. Like items of materials provided hereunder shall be the end products of one manufacturer in order to achieve structural compatibility, singular responsibility, and standardization for appearance, maintenance, and replacement. C. Epoxy products shall be as manufactured by [Sika Corp., Lyndhurst, NJ]; or equal, meeting the requirements specified hereinafter. 2.2 CRACK WIDTH A. Large cracks are defined as being wider than 0.015 inch. Small cracks are defined as cracks with width equal to 0.015 inch or less. 2.3 ADHESIVE FOR INJECTION A. The epoxy adhesive used for injection shall comply with the following material specification: 11/1/09 CONCRETE REPAIR TAMARACK SEWER REPLACEMENT 03740-2 This Specification defines a two-component structural epoxy adhesive to be processed through continuous positive displacement in-line metering and in-line mixing equipment for injection into cracks or other voids in concrete structures for bonding or grouting. Batch mix pumps shall not be allowed. Properties of the Two-Adhesive Components: a. Part A shall be a blend of modified epoxy resins: .><•;>'.' - ''< Color Viscosity @ 40 ±3 deg F, cps Viscosity @ 77 ±3 deg F, cps Epoxide Equivalent Weight Ash Content, % :• ,;-•.; .r--v-*-Y.' -•'•"• , Test Method" Visual Brookfield RVT Spindle No. 4 @ 20 rpm Brookfield RVT Spindle No. 4 @ 20 rpm ASTMD 1652* See Appendix C ASTM D 482 • ----'Spec Rea Large Cracks Clear Amber Liquid 6,000-8,000 400-700 160-176 1 max. uirements Small Cracks** Light Amber Liquid 375 cps max. @ 50 rpm * Method modified to use perchloric acid in acetic acid. ** The specified requirements for the epoxy blend for small cracks shall meet the requirements for large cracks except as shown. b. Part B shall be a modified amine curing agent: Color Viscosity @ 40 ±3 deg F, cps Viscosity @ 77 ±3 deg F, cps Amine Value, mg KOH/g Ash Content, % Test Method Visual Brookfield RVT Spindle No. 4 @ 20 rpm Brookfield RVT Spindle No. 2 @ 20 rpm ASTM D 664* ASTM D 482 Spec Rea Large Cracks Black Liquid 700-1,400 105-240 490-560 1 max. [uirements Small Cracks** Dark Amber Liquid 150 cps max. Using Spindle No. 1 @ 50 rpm 3. * Method modified to use perchloric acid in acetic acid. ** The specified requirements for the epoxy blend for small cracks shall meet the requirements for large cracks except as shown. Properties of the Uncured Adhesive: When mixed in the mix ratio specified on the label on the adhesive, containers shall be: Pot Life (60-gram mass) @ 77±4 deg F minimum Pot Life (60-gram Mass) @ 100±3 deg F Viscosity @ 40, Test Method (As hereinafter specified) (As hereinafter specified) Brookfield RVT Spindle No. 4 @ 20 rpm Spec Req Large Cracks 13-25 minutes 5 minutes 4,400 cps uirements Small Cracks** 15-30 minutes Minimum N/A Minimum 600 cps 11/1/09 TAMARACK SEWER REPLACEMENT CONCRETE REPAIR 03740-3 4. ±3 cleg F Viscosity @ 75-77 deg F Brookfield RVT Spindle No. 2 @ 20 rpm 375-350 cps 175-1 40 cps Properties of the Adhesive: When cured for 7 days at 77 ± 3 degrees F and conditioned at test temperature 12 hours prior to test, unless otherwise specified, shall be: • •' 4i<' '-.' '1-'."-.-" ' '-;• . •'" -1 Ultimate Tensile Strength, psi Tensile Elongation @ Break, % Flexural Strength, Psi Flexural Modulus, Psi Compressive Yield Strength, psi Compressive Modulus 2 x 105 min. psi Heat Deflection Temperature Slant Shear Strength (5,000 psi Compressive Strength Cone.) Cured 3 days @ 40 40 deg F - Wet Concrete Cured 1 day @ 77 Deg F - Dry Cone. Cured 3 days @ 77 deg ±3 deg F Test Method ASTM D 638 ASTM D 638 ASTM D 790 ASTM D 790 ASTM D 695* ASTM D 648* Spec Req Large Cracks 8,000 min. 4.2 max. 10,000 min. 5. 5 x 10s min. 15,000 min. ASTM D 695* 127 deg F min. AASHTO T 237** 3,500 psi min. 5,000 psi min. uirements Small Cracks** 5, 000 min. 3.0 max. 10,000 min. 4.5x10° min. 12,000 min. 4. Ox 103min. 140 deg F min. 5,000 psi min. * Test specimens must be cured in a manner such that the peak exothermic temperature of the adhesive does not exceed 100 degrees F. ** See referenced specifications for method of preparation of test specimens. 2.4 POT LIFE TEST A. Condition both A and B Components to required temperature. B. Measure components in ratio of Component B as stated on the manufacturer's label into a 2 ounce (fluid) paper cup. C. Start stopwatch immediately and mix the components for 60 seconds using a wooden tongue depressor and taking care to scrape the sides and bottom of cup periodically. D. Probe the mixture once with the tongue depressor every 30 seconds, starting 2 minutes prior to the minimum specified pot life. E. The time at which a soft stringy mass forms in the center of the cup is the pot life. 11/1/09 TAMARACK SEWER REPLACEMENT CONCRETE REPAIR 03740-4 2.5 FABRICATION OF SLANT SHEAR SPECIMENS FOR TESTING BOND OF INJECTABLE ADHESIVES TO WET CONCRETE AT 40 DEGREES F A. Scope: This method of test is intended for the preparation of diagonal concrete mortar blocks used in determining the slant shear strength of low viscosity injectable adhesives according to AASHTO T 237 when the concrete is wet. B. Materials: 1. Diagonal concrete mortar blocks prepared in accordance with AASHTO Test Method T 237 and cured to produce a mortar with compressive strength of 5,000 psi or greater. 2. Paraffin wax. 3. Masking Tape: 3/4-inch wide. 4. Suitable 2-mil thick shim stock. C. Preparation: 1. Place a 2-mil shim between the diagonal faces of two blocks and align them so that the ends and sides are square. Bind the block in this position with masking tape covering the gap between the blocks. Leave only enough of the gap between the blocks on one face uncovered for the removal of the shim and the application of the adhesive. Paint melted paraffin wax over the masking tape. A shallow dam may be built up around the opening using paraffin wax or modeling clay to help retain the adhesive. 2. Apply a suitable capping compound to each end of the specimen to produce smooth surfaces perpendicular to the longitudinal axis of the block. 3. Remove the shim stock from the gap opening. Soak the specimen in water at 40 degrees, ±3 degrees F for at least 24 hours. 4. After soaking, remove the specimen and shake the water from the surface and out of the crack. 5. Prepare the liquid adhesive. Within 5 minutes after removing specimen from water, start to flow adhesive into the crack so that no air bubbles are entrapped. Place specimen in 40 ± 3 degrees F ambient for curing within 15 minutes after it has been removed from water for bonding. At no time during the 15 minutes should the specimen be exposed to an environment above 77 degrees F. 6. Cure the specimen for 72 ± 4 hours at 40 ± 3 degrees F. 2.6 SURFACE SEAL Physical Properties: The material used as a surface seal must have adequate strength and adhesion to confine the injection adhesive in the crack being repaired until the injected adhesive has cured. The surface seal material shall have adequate strength to hold the injection fittings firmly in place and to resist injection pressures adequately to prevent leakage during injection. 11/1/09 CONCRETE REPAIR TAMARACK SEWER REPLACEMENT 03740-5 1. Appearance: After the injection adhesive has cured, the surface seal must be capable of being removed. 2.7 EQUIPMENT FOR METERING, MIXING, AND INJECTING A. Type: The equipment used to meter and mix the two injection adhesive components and to inject the mixed adhesive into the crack shall be portable, positive displacement type pumps with in-line metering. The equipment used shall be manufactured by the epoxy manufacturer and/or approved in writing by the epoxy manufacturer. Pumps shall have interlocks to provide positive ratio control of exact proportions of the two components at the nozzle. The pumps shall be electric or air powered. B. Discharge Pressure: The injection equipment shall have automatic pressure controls and the capability of discharging the mixed adhesive at pressures up to 200 psi, ±5 percent, and maintaining that pressure. C. Automatic Shutoff Control: 1. The injection equipment shall be equipped with sensors on both the Component A and B reservoirs that will automatically stop the machine when only one component is being pumped to the mixing head. 2. CONTRACTOR shall provide a standby injection pump of the same ratio, setting forth each primary injection pump used on the project. Each material of different mix ratio shall have its own primary injection pump as well as standby backup pump. 3. All pumps of dual resin system epoxy resins shall be manufactured by the epoxy resin suppliers or shall be approved in writing by the epoxy resin manufacturer so as to immediately compensate for any changes in resins. D. Pressure Check Test: 1. Method: The mixing head of the injection equipment shall be disconnected and the two adhesive component delivery lines shall be attached to the pressure check device. The pressure check device shall consist of two independent valved nozzles capable of controlling flow rate and pressure by opening or closing the valve. There shall be a pressure gauge capable of sensing the pressure buildup behind each valve. The valves on the pressure check device shall be closed and the equipment operated until the gauge pressure on each line reads 160 psi. The pumps shall be stopped and the gauge pressure shall not drop below 150 psi within 3 minutes. 2. Frequency of Pressure Check Test: The pressure check test shall be run for each injection equipment unit, as a minimum, at the beginning and at the end of every day that the unit is used in the work of crack repair to verify. A pressure test shall also be run at the start of any injection work when the equipment has been out of use for more than 45 minutes at any time during the day. 2.8 EPOXY GROUT REPAIR A. The manufacturer shall certify, in writing, its applicability in bonding to damp concrete surfaces and to the uses intended in this project. 11/1/09 CONCRETE REPAIR TAMARACK SEWER REPLACEMENT 03740-6 B. The mixed two-component epoxy binder shall be gray in color. The cure temperature, pot life, and workability shall be compatible for intended use. The minimum density of the mortar shall be 130 pounds per cubic foot. C. The aggregate used shall be: Sand #1E-1 #2 Clayton Q Designation #16 #720 Source (Martin Marietta, Emmett, Idaho Plant) (Martin Marietta, Clayton Plant, Garnavillo, Iowa) D. The mortar mix design shall be [Concresive 1470 mortar, Adhesive Ownering Co., San Carlos, CA]; [ ] or equal. The actual mix design shall be submitted by the manufacturer using the specified resin, Sand #1 and Sand #2, or a pre-engineered sand blended especially for sated products by the manufacturer. E. The finished repair shall have a color which matches the surrounding concrete's color as best as possible. F. Submit technical data (physical and chemical properties) available on the repair agent for review. Also submit data (client name, location, and description of work) on at least two similar jobs that the applicator has used the surface repair agent in the last years. PART 3 - EXECUTION 3.1 QUALIFICATIONS OF ADHESIVE APPLICATORS A. All adhesive injection shall be performed by an applicator who has demonstrated the capability to inject concrete cracks, repairing them to the quality specified. B. All applicators shall submit evidence of experience in injecting concrete cracks with epoxy resin. C. Evidence of experience shall include a complete list of adhesive injection work accomplished in the last 3 years for at least 10,000 lineal feet of crack injection experience including the following information: 1. Name of Owner. 2. Name of person to contact and telephone number. 3. Address of completed work. 4. Lineal footage of crack injection repair. 5. Type of structure. 6. Description of work including materials and equipment used. D. Epoxy injection shall be performed by a licensed certified applicator of the manufacturer of the epoxy meeting these Specifications and the applicator shall be approved by the epoxy manufacturer. 11/1/09 CONCRETE REPAIR TAMARACK SEWER REPLACEMENT 03740-7 E. The applicator shall submit to the ENGINEER a statement in addition to applicator's previous experience in performing comparable work, business and technical organization and plant available to be used in performing work; along with proposed technique, material, and equipment for review prior to startup. 3.2 WORKMAN'S QUALIFICATION A. The applicator's foreman engaged in the epoxy injection process shall have satisfactorily completed a program of instruction in the methods of restoring concrete structures utilizing the specific epoxy injection process indicated. The curriculum shall include theory on the nature and causes of cracking in concrete, methods for permanently repairing damaged concrete structures, the technical aspects of correct material selection and use, and the operation, maintenance, and troubleshooting of equipment. Foreman must prove certification and approval of the manufacturer. B. Superintendent shall have at least 3 year's experience in injection work consisting of a minimum of 5,000 LF of crack injection in the last 3 years. C. Any technician operating the injection pump shall have at least 1 year's experience consisting of a minimum of 3,000 LF of crack injection. D. Equipment, material, and training must originate from same source. E. Qualification of an applicator may be denied, and will be based upon the aforementioned evidence of experience along with any additional investigational information acquired by the ENGINEER. 3.3 PROPORTIONING THE ADHESIVE COMPONENTS A. Ratio Tolerance: The equipment shall have the capability of maintaining the mix ratio for the injection adhesive prescribed by the manufacturer of the adhesive within a tolerance of ±5 percent by volume at any discharge pressure up to 160 psi. B. Tests for Proper Ratio: 1. Method: a. The mixing head of the injection equipment shall be disconnected and the two adhesive components shall be pumped simultaneously through the ratio check device. The ratio check device shall consist of two independent valved nozzles capable of controlling flow rate and back pressure by opening or closing the valve to restrict material flow. There shall be a pressure gauge capable of sensing the back pressure behind each valve. The discharge pressure shall be adjusted to 160 psi for both adhesive components. Both adhesive components shall be simultaneously discharged into the calibrated containers simultaneously during the same time period shall be compared to determine the mix ratio. b. After the test has been completed at a 160 psi discharge pressure, the procedure shall be repeated for 0 psi discharge pressure. 11/1/09 CONCRETE REPAIR TAMARACK SEWER REPLACEMENT 03740-8 2. Frequency of Test for Proper Ratio: The ratio test shall be run for each injection unit at the beginning of every day, and at the beginning of every work period wherever an hour break has occurred, and at the end of every day that unit is used in the work of crack repair. 3.4 PROOF OF RATIO AND PRESSURE CHECK A. At all times during the course of the work, the CONTRACTOR must keep complete and accurate records available to the ENGINEER of the ratio check tests. B. In addition, the ENGINEER at any time without prior notification of the CONTRACTOR, may request the CONTRACTOR to conduct the tests described in the presence of the ENGINEER or the INSPECTOR. 3.5 REPAIR PROCEDURE A. Initial Condition: Each water-holding structure to be repaired will be drained by the plant staff on a schedule to allow the work to proceed in that one structure and at the same time to keep the remainder of the plant in operation. All cleaning and the amount of cleaning shall be the responsibility of the CONTRACTOR. B. Repair Procedures: Cracks 0.002 inch or wider that are designated by the AGENCY to be injected shall be cleaned and pressure injected with epoxy as specified. All spalled areas or areas with damaged surface, after being designated by the ENGINEER to be repaired, shall be repaired with epoxy grout as specified herein. Some cracks and damaged areas may be excluded from repair by the ENGINEER. Repair only those specifically identified by the ENGINEER. C. Crack Preparation: 1. The licensed applicator shall be responsible for crack preparation. All cracks must be free from loose matter such as dirt or laitance and free from oil, grease, salt, or any other contaminants. Cracks shall be cleaned in accordance with the instructions of the injection adhesive manufacturer. The manufacturer's written instructions shall govern. 2. Surfaces adjacent to cracks or other areas of application shall be cleaned of dirt, dust, grease, oil, efflorescence, or other foreign matter detrimental to bond of epoxy injection surface seal system. Acids and corrosives shall not be permitted for cleaning, unless neutralized. If necessary, cracks shall receive three-step acid flushing technique. D. Crack Sealing: A surface seal adhesive as specified shall be applied to the face of the crack to be repaired prior to adhesive injection. The surface seal shall seal the crack and not allow injection adhesive to escape. The seal shall be applied in accordance with the instructions of the surface seal manufacturer. E. Backfilled Walls: At locations where walls have backfill on one side and where it will not be possible to excavate and seal both crack surfaces, and where cracks extend entirely through the wall, entry ports as specified below shall be spaced closer together in 11/1/09 CONCRETE REPAIR TAMARACK SEWER REPLACEMENT 03740-9 addition to adjusting injecting pressure so that only a minimum amount of injection adhesive is lost to the soil. F. Entry Ports: Openings in the surface seal shall be established along the crack for the purpose of adhesive entry. The distance between entry ports shall be determined by the adhesive applicator and, in general, shall be spaced approximately equal to the thickness of the concrete member. Special consideration to entry port location must be given when cracks occur in a backfilled wall to ensure minimum adhesive is lost to the soil. G. Injection: The injection of the adhesive into each crack shall begin at the entry port at the lowest elevation. Injection shall continue at the first port until the injection adhesive begins to flow out of the port at the next highest elevation. The first port shall be plugged and injection started at the second port until the adhesive flows from the next port. The entire crack shall be injected with the same sequence. H. Finishing: 1. After the injection adhesive has cured, the surface seal shall be removed. The face of the crack shall be finished flush with the adjacent concrete. There shall be no indentations or protrusions caused by placement of entry ports. 2. When cracks are completely filled, epoxy adhesive shall be cured for sufficient time to allow removal of surface seal without any draining or runback of epoxy material from cracks. 3. Surface seal material and injection adhesive runs or spills shall be removed from concrete surfaces. 3.6 TESTING OF INJECTION REPAIR A. Initial Cores: The CONTRACTOR shall obtain three 4-inch diameter initial core samples in the first 100 lineal feet of crack repaired and one core for each 500 lineal feet thereafter. The cores shall be for full crack depth and taken from locations as selected by the ENGINEER. Additionally, the CONTRACTOR shall provide, at no additional expense to the CITY the following labor, materials, and services required for core sampling and testing as directed by the ENGINEER including, but not limited to: 1. Preparation, handling, storage, and transportation of epoxy injection concrete core test specimens as directed by the ENGINEER. 2. Providing suitable containers for the storage, curing, and transportation of test specimens. 3. Providing suitable storage for supply of test equipment and other items required for sampling and testing. B. Initial cores will be tested to determine degree of epoxy penetration and bond strength. C. Testing of initial core samples will be performed by the ENGINEER at the AGENCY'S expense. 11 /1 /09 CONCRETE REPAIR TAMARACK SEWER REPLACEMENT 03740-10 D. Additional cores, called verification cores, required as indicated in G. Evaluation and Acceptance of Tests, specified hereinafter, will be tested by the AGENCY. E. Methods of Testing Initial and Verifying Cores: 1. Penetration: Visual examination. 2. Bond Strength/Compression Test: Concrete failure prior to adhesive failure. F. Test Requirements: 1. Penetration: A minimum of 90 percent of the crack shall be fully of epoxy adhesive. 2. Bond Strength: Concrete failure before adhesive failure, or 6,500 psi with no failure of either concrete or adhesive. G. Evaluation and Acceptance of Tests: 1. If the initial cores pass tests as specified above, epoxy adhesive injection work at the area represented by the cores will be accepted. 2. If initial cores fail either by lack of penetration or bond strength, the work shall not proceed further until the area represented by the cores are reinjected and retested for acceptance. 3. After rework of areas represented by failed initial cores is complete, the CONTRACTOR shall obtain verifying cores, the number and location to be determined by the ENGINEER. Verifying cores shall be tested in accordance with Paragraphs E and F for compliance. H. Correction of Work as Result of Testing: Upon notification from the ENGINEER, refill initial and verifying core holes in accordance with requirements specified hereinafter. I. Repair of Core Holes: The CONTRACTOR shall fill the core holes with an epoxy grout tamped and rodded in place to form a dense fill, and finish the surface to blend with the adjacent concrete. The epoxy grout and placement techniques shall be accepted by the ENGINEER and as specified herein. 3.7 DAMAGE SURFACE REPAIR A. The following types of areas are known to require repair: 1. Spalled Wall Surfaces designated by the ENGINEER. 2. Spalled Slab Surfaces designated by the ENGINEER. 11/1/09 CONCRETE REPAIR TAMARACK SEWER REPLACEMENT 03740-11 B. Surface Preparation: The CONTRACTOR shall be responsible for preparing the surfaces of damaged concrete in accordance with the repair adhesive manufacturer's recommendations. The area shall be chipped to remove all loose materials and materials that would prevent bond. C. Application: All surface repair adhesive shall be applied in strict conformance with manufacturer's instructions. D. Color and Finish: The finished surface repair shall have a color that matches best as possible the surrounding concrete. Repaired surface finish shall be roughened to a degree to match surrounding concrete. o 11/1/09 TAMARACK SEWER REPLACEMENT CONCRETE REPAIR 03740-12 SECTION 06100 ROUGH CARPENTRY PART 1 - GENERAL 1.1 THE REQUIREMENT A. THE CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work as indicated on the Drawings and specified herein. B. The work shall include, but not be limited to, completion of the following principal items: 1. Wood framing, including plates, studding, joists, rafters, purlins, and similar framing elements. 2. Wood blocking, furring, stripping, backing, and nailers, as shown, specified, or otherwise required for securing work, except for such items as are specified to be furnished by other trades. 3. Plywood sheathing, board sheathing, sidings, and starter boards. 4. All rough hardware appurtenant to the work of this Section, as defined in Article 2.5 Rough Hardware of Part 2. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section [03300] [03310] Cast-ln-Place Concrete B. Section [05500] Miscellaneous Metalwork. 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the reference specifications of the GENERAL PROVISIONS. B. Comply with the current provisions of the following Codes and Standards. 1. Federal Specifications FF-B-561C Bolts, (Screw), Lag. FF-B-575C Bolts, Hexagon and Square. FF-B-584E(1) Bolts, Finned Neck; Key Head; Machine; Ribbed Neck; Square Neck; Tee Head. FF-N-105B(3) Nails, Brads, Staples and Spikes; Wire, Cut, Int. Amd. 4 and Wrought. FF-N-836D(1) Nut: Square, Hexagon, Cap, Slotted, Castle, Knurled, Welding and Single Ball Seat. FF-S-111D Screw, Wood. FF-S-1362 Stud, Plain, General Purpose. 11/1/09 ROUGH CARPENTRY TAMARACK SEWER REPLACEMENT 06100-1 U.S. Commercial Std. CS-35 U.S. Commercial Std. CS-253 U.S. Product Std. PS-1 U.S. Product Std. PS-58 2. Commercial Standards: AITC 104 AITC 105 ASTM D 226 AWPA C1 FPL Bulletin 1069 RIS SPIB UBC Std. 25-10 UBC Std. 25-12 WCLIB WWPA Pine Plywood Structural, Glue-Laminated, Timber. Softwood Plywood. Hardboard. Timber Construction Construction Details. Manual, Timber Timber Construction Manual, Recommended Practice for the Erection of Structural Timber Framing. Specification for Asphalt-Saturated Practice, Standard for Preservative Treatment by Pressure Process—All Timber Products. AWPA Manual of Recommended Practice, Standard for Preservative Treatment by Pressure Process—All Timber Products. Forestry Products Laboratory Bulletin [ ]. Standard Specifications for Grades of California Redwood Lumber by the Redwood Inspection Service. Grading Rules for Southern Pipe Lumber of the Southern Pine Inspection Bureau. Structural Glued-Laminated Timber. Preservative Treatment for Pressure Processes and Quality Control Standards. Standard Grading and Dressing Rules No. 16 of the West Coast Lumber Inspection Bureau. Standard Grading Rules for Western Lumber, Western Wood Products Association. 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL PROVISIONS. B. The following submittals and specific information shall be provided. 1. Manufacturer' catalog showing rough hardware conforming to or equivalent to hardware shown. o o 11/1/09 TAMARACK SEWER REPLACEMENT ROUGH CARPENTRY 06100-2 2. Engineering calculations for design for all glue-laminated beams and wood trusses or joist, signed by a registered professional engineer. 3. Fabrication and erection drawings for the glue-laminated beams and wood trusses or joist. 4. Certificates of compliance. 5. Certificate of Conformance indicating conformance with Commercial Standard, CS 253 entitled "Structural Glued Laminated Timber" and grade compliance. 1.5 QUALITY ASSURANCE (NOT USED) PART 2 - PRODUCTS 2.1 UNTREATED LUMBER A. Grading: Lumber shall be graded in accordance with the rules of one of the following associations: "Standard Grading and Dressing Rules No. 16" of the West Coast Lumber Inspection Bureau (WCLIB); or "Grading Rules for Western Lumber" published by Western Wood Products Association. B. Grade Marking: Each piece of lumber shall bear the official grade mark of one of the above-mentioned grading rules. The Association standards for grading and grade marking of the lumber shall be acceptable to the ENGINEER. C. Size Dressing: All lumber, except as otherwise specified or shown, shall be dressed to size in accordance with the standards of the association under which the lumber is graded. All lumber shall be S4S unless otherwise specified. D. Drying: All lumber incorporated in the work, except where otherwise specified, shall be air or kiln dried to a moisture content of not more than [19] percent and not less than one percent. E. Framing Lumber Grades: Grading of framing lumber for various uses shall conform to the following: Use Rafter, joist, studding 2x6 and larger, miscellaneous framing, ledgers, etc. Studding and plates 2 x 4 to 4 x 4 Beams and Stringers Post and Timber [WCLIB] Grade [No. 1] [Const.] [Select] [Struct.] [No. 1] [Struct.] Grading Rule [Para. 123-b] [Para. 112-b] [Para. 130-a] [Para. 131-b] Stress Fb 2050 psi rep. 1200 psi rep. 1600 psi 1350 psi 11/1/09 TAMARACK SEWER REPLACEMENT ROUGH CARPENTRY 06100-3 2.2 REDWOOD A. Redwood shall conform to applicable requirements of the "Standard Specifications for Grades of California Redwood Lumber" of the Redwood Inspection Service (RIS). Redwood lumber used for foundation plates or in contact with concrete shall be Foundation Grade, S4S, redwood. 2.3 TREATED LUMBER A. Marking: Each piece of treated lumber shall bear the approval mark of an approved testing agency. B. Kiln Drying: Kiln-dried lumber shall be treated with a water-borne preservative and shall have a maximum moisture content of 15 percent after treatment. C. Pressure-Treated Lumber: All wood nailing blocks, sills, and plates resting on or embedded in concrete or masonry within 18-inches of grade shall be pressure-treated in accordance with the California Building Code. Creosote shall not be used. D. Preservative: Two thorough coats of preservative, Zehrung "Pentaseal"; Sherwin Williams, "Kemwood Penta," or equal, shall be applied at least 2 hours before installation, to all surfaces which come in contact with, or are set close to concrete and plaster, except lumber specified to be pressure-treated. Tank dipping or pressure-treating may be used. E. Cuts: Wherever necessary to cut, notch, tap, drill, or frame treated lumber, newly cut or bored surfaces shall be treated with 2 heavy coats of the same preservative used in the original treatment. The minimum penetration depth shall be 1/4-inch. F. Fire-Retardant Treated Lumber: Where required, fire-retardant treatment for lumber shall conform to the requirements of the California Building Code. 2.4 PLYWOOD AND HARDBOARD A. Plywood: Plywood shall conform to the requirements of U.S. Product Standard PS-1 as specified herein. All plywood panels shall be marked with grade mark of the American Plywood Association. The mark shall identify the plywood as to species, glue type, and grade in compliance with the applicable commercial standard. Except as otherwise specified or shown, plywood shall be [Douglas Fir, Exterior, C-D, S1S,]. Plywood for other specific applications shall be as follows: 1. Plywood for use in concrete forms shall conform to the requirements of Section [03100], "Concrete Formwork", or Section [03300] [03310], "Cast-ln-Place Concrete". 2. Plywood for back-up boards behind telephone equipment, electrical equipment, or communication equipment shall be Douglas Fir, A-C INT grade for interior locations and A-C-EXT for exterior locations. 3. Plywood tool boards and protective wall paneling shall be Douglas Fir N-D-INT grade. 11/1/09 ROUGH CARPENTRY TAMARACK SEWER REPLACEMENT 06100-4 4. Plywood siding shall be exterior type, [303 Siding] [T-111] [ ] Ext. Grade, of [ ]-inch thickness, with [ ] veneer and [ ] face texture or [ grooves]. B. Hardboard: Hardboard shall be temper-treated panels manufactured from interfered lingo-cellulose fibers consolidated under heat and pressure in a hot press to produce a smooth, hard-surfaced material which is resistant to water and stains. Hardboard shall conform to the requirements of U.S. Product Std. PS-58. C. Used Lumber: For concealed, non-load-bearing applications, used form lumber (except plywood) which is undamaged and complies with requirements specified herein may be reused if permitted by the ENGINEER. [Form plywood shall not be reused.] [If permitted by the ENGINEER, form plywood which is undamaged may be re-used in non-exposed locations where allowed by code if it otherwise meets all requirements for the particular use.] 2.5 ROUGH HARDWARE A. General: The term "rough hardware" shall include nails, screws, lag screws, bolts, nuts, washers, plates, metal fasteners, and framing anchors; anchor bolts which are to be embedded into concrete, concrete masonry, or brick masonry; and similar items employed in erection and construction of the rough carpentry work. Rough hardware shall be of standard manufacture, approved by a recognized agency for the intended applications and shall be provided with laboratory test results on capabilities when requested by the ENGINEER. All hardware items shall be steel unless otherwise specified or shown. Specially fabricated rough hardware shall be hot-dip galvanized after fabrication. B. Anchors and Fasteners: Anchors and fasteners for securing wood items, unless otherwise shown, shall be as follows: 1. Bolts, nuts, and studs shall conform to the requirements of [Federal Specifications FF-B-584E(1), FF-N-836D(1), FF-S-1362, and FF-B-575C,] as applicable and as specified in [Section 05500, "Miscellaneous Metalwork"]. 2. Nails and staples shall conform to Federal Specification FF-N-105B(3) Int. Amd. 4, and shall be the type and size best suited for the intended application. Nails shall be galvanized steel, aluminum, or stainless steel, as appropriate, where exposed to weather. Nails used for fastening plywood to nailers on steel beams shall be wire gage noted for common nails, but of proper length. Nails used for exterior (exposed to view) plywood siding, siding, or trim shall be stainless steel. 3. Wood screws shall conform to the requirements of Federal Specification FF-S-111D for the style and material as shown or best suited for the purpose. Wood screws shall be [galvanized steel] [stainless steel] where exposed to view or to weather. 4. Lag screws or lag bolts shall conform to the requirements of Federal Specification FF-B-561C for the type and grade best suited for the purpose. Lag screws or lag bolts shall be galvanized where exposed to view or weather. 11 /1 /09 ROUGH CARPENTRY TAMARACK SEWER REPLACEMENT 06100-5 5. Toggle bolts shall conform to the requirements of Federal Specification FF-B588C(1 ) for the type and grade best suited for the purpose. 6. Expanding-type anchors shall be steel expansion type Phillips Drill Company "Red Head" anchors; McCullock Industries "Kwick-Bolt;" or equal. Lead caulking anchors will not be permitted. Size shall be as shown. Expansion type anchors which are to be embedded in grout may be steel. Non-embedded buried or submerged anchors shall be stainless steel. 7. Power-driven pins for installation in concrete or steel shall be heat-treated steel alloy. If the pins are not inherently sufficiently corrosion-resistant for the conditions to which they are to be exposed, they shall be protected in an acceptable manner. Pins shall have capped or threaded heads capable of transmitting the loads the shanks are required to support. Pins that are connected to steel shall have longitudinal serrations around the circumference of the shank. C. Metal Framing Devices: Metal framing devices shall be specially-designed joist hangers, header hangers, framing anchors, post anchors, and structural framing connectors fabricated from steel and hot-dip galvanized after fabrication. They shall be designed to conform to code requirements. Documentation of load tests by an independent testing laboratory shall be submitted to the ENGINEER. The framing devices shall be as manufactured by Silver Metal Products, Inc.; Easy Ardes Rib, Simpson Co.; Heckmanor Building Products; Harlen Metal Products, Inc.; or equal. The framing devices shall be equal or superior to those shown as per design, friction, and loading. The framing device shall be provided complete with the proper sized nails, bolts, lag bolts, or other required fasteners called for in the design calculations for the framing devices. D. Plyclips: Plyclips shall be extruded aluminum clips, manufactured from 6063-T6 aluminum alloy, and designed for intended use. Size shall be as required for plywood or shall be as shown. 2.6 MISCELLANEOUS PRODUCTS A. Building Paper: Building paper or felt shall be non-perforated, asphalt-saturated organic felt conforming to ASTM D 226, 15 lb/100 sq ft. B. Termite Shields: Termite shields shall be not less than 26-gage, zinc-coated steel or 30-gage, terne steel coated with 40 Ib of coating material per 100 square feet. 2.7 GLUE-LAMINATED MEMBERS A. Glue-Lam Timbers: All glue-laminated wood timbers shall be designed to meet the requirements of California Building Code, and shall conform to the American Institute of Timber Construction (AITC) requirements. B. Glue-Lam Beams: Glue-lam beams shall conform to the following requirements: 1. All glue-laminated wood beams shall be AITC ["Industrial Appearance Grade"] ["Architectural Appearance Grade"] ["Premium Grade"], [S4S.] [S3S.] and shall bear the quality mark of the American Institute of Timber Construction (AITC). 1 1/1/09 TAMARACK SEWER REPLACEMENT ROUGH CARPENTRY 06100-6 2. All glue-laminated beams shall be continuous unless otherwise shown and shall be provided with arches and/or curves as necessary or required, where shown. 3. All lumber for glue-laminated wood beams shall be Coast Region Douglas Fir meeting the requirements of U.S. Commercial Std. CS-253 and the California Building Code. Thicknesses of lumber for laminations shall be in accordance with standard practice of the approved manufacturer. 4. Adhesives shall conform to U.S. Commercial Std. CS-253 requirements for wet use beams. 5. All beams shall receive one coat of an approved sealer and shall be [load] [individual] wrapped for shipment to the project site. PART 3 - EXECUTION 3.1 GENERAL A. Preliminaries: Rough carpentry shall be as specified, shown, and as necessary for complete work. The CONTRACTOR shall verify drawing dimensions with actual field conditions and shall inspect related work and adjacent surfaces, and shall report to the ENGINEER all conditions which could prevent proper execution of this work. B. Work Coordination and Performance: The CONTRACTOR shall coordinate all the work and cooperate with the subcontractors and the trades doing related work. All work of construction shall be carefully planned and laid out. All work shall be performed under the direction of a capable, experienced supervisor. C. Rough Hardware: All rough hardware not otherwise specified and which is necessary for the satisfactory execution of framing, including nails, spikes, dowels, fasteners, and similar incidentals shall be provided and installed by the CONTRACTOR. Rough hardware shall be coordinated, furnished, installed, and embedded as shown and as required for a complete work. D. Framing: Framing members and assemblies shall be closely fitted, accurately set, and rigidly secured to required lines, levels, and arrangements shown. Framing shall be accurately and neatly cut and shall be securely nailed, spiked, or otherwise fastened in place in a workmanlike manner. Timber connectors and installation thereof shall conform to applicable requirements of AITC 104 and AITC 105. E. Power-Drive Pins: Power-driven pins shall be installed by a craftsman who is certified by the manufacturer as being qualified to install the manufacturer's pins. Pins shall be driven in one initial movement by an instantaneous force that has been carefully selected to attain the required penetration. Drive pins shall conform to the following requirements where "D" = pin's shank diameter. 11/1/09 ROUGH CARPENTRY TAMARACK SEWER REPLACEMENT 06100-7 Material Penetrated by Pin Concrete Steel Material's Minimum Thickness 16D 1/4-inch Pin's Shank Penetration in Supporting Material 6D minimum Steel thickness Minimum Space from Pin's CL to Edge of Penetrated Material 14D 4D Minimum Pin Spacing 20D 7D 3.3 FRAMING A. Strength Considerations: Structural wood framing members shall not be spliced between bearing points or supports. Approval shall be secured from the ENGINEER before cutting of any wood members that may weaken structure. Due care shall be exercised in placing framing so that structural and other important members do not require cutting for openings, pipes, vents, conduits, or ducts. Bearing surfaces on which wood structural members are to rest shall be finished to give full, true, and even support. Wedges or shims shall not be used to correct faulty work. Wood members which have been split or otherwise damaged to such an extent as to impair their strength shall be removed and replaced at no additional cost to the CITY. B. Cutting and Notching: Only skilled workmen shall be used for all cutting and framing of wood members required to accommodate structural members, routing of piping, conduit, ducts, and the installation of mechanical, electrical, or other apparatus or equipment. Members shall not be cut, notched, nor bored more than 1/4 of their depth without adequate and approved reinforcing. C. Plate/Sill Material: Plates and sills shall be foundation grade redwood or Douglas fir, pressure-treated with a water-borne preservative meeting the requirements of AWPA Standard P5. Only pressure processes described in AWPA C1 shall be used. D. Plate and Sill Installation: Bottom plates and sill plates which are secured to concrete shall be located as shown. The anchor bolts shall be located as shown or as required by Referenced Standard if shown. [The plates and sills shall be leveled with shims.] Washers shall be placed and nuts shall be tightened to level bearing, [after which the space (1/2-inch minimum) between the sill and concrete shall be dry-packed with concrete.] E. Wall Framing: Studs shall be installed at a spacing of 16-inches on centers unless otherwise shown. A single plate shall be provided at the bottom, and a double plate at the top of all wall framing unless otherwise shown. Joints in upper and lower members of the top plate shall be staggered not less than 4-feet. All stud walls and partitions shall have a continuous row of blocking or firestopping which shall form a complete and effective separation for the entire width of the wall or partition. Blocking shall be located so that there will be no concealed air spaces greater than 7-feet in horizontal or vertical dimension. Defective materials, including crooked, warped, or bowed materials shall be replaced by the CONTRACTOR at no cost to the CITY. F. Blocking and Backing: All blocking and backing in walls and ceilings shall be nominal 2-inch thick material of a depth as needed and shall be accurately located around light fixtures, ceiling registers, grilles, and other required mechanical and electrical items. The blocking shall fit snugly and shall be spiked into the supporting framing members. 11/1/09 TAMARACK SEWER REPLACEMENT ROUGH CARPENTRY 06100-8 Wood blocking (backing) to receive sheathing, siding, metal lath, and gypsum board shall be provided wherever necessary for securing the facing materials. G. Backing for Specialties and Accessories: Backing shall be accurately located and installed for all building specialties, toilet accessories, and finish hardware items as required. H. Concrete-Embedded Blocks: Where required and approved, nominal 2-inch thick nailing blocks (dovetail type) shall be provided in concrete to receive superimposed wood stripping, grounds, and backing. Applied grounds or stripping shall be securely nailed into wood nailing blocks, using nails of approved length. I. Furring: Furring shall be 2-inch by 3-inch wood studs spaced at 16-inches on center, laid flat to the wall. Light metal framing may be substituted at non-thermal wall conditions as specified in Section [05400] "Cold Formed (Light) Metal Framing." Other sizes and spacing of furring or stripping shall be as specified or shown in the Contract Documents. J. Rafters and Joists: Rafters and joists shall be placed crown up and supported firmly on the framing below. Care shall be used in selection and placing of members. Positive and secure attachment shall be provided. The CONTRACTOR shall provide double joists and double headers to receive trimmers at both sides of the openings which cut or interrupt normal rafter spacing. K. Roofs: Roofs shall be erected level or shall be sloped as shown or approved. L. Plywood Siding: Plywood siding shall be applied in accordance with the manufacturer's published recommendations and the American Plywood Association standards. Exposed nails used for exterior plywood siding shall be of stainless steel. M. Plywood Sheathing: Plywood sheathing shall be installed with face grain across supports and end joints shall be over joists and shall be staggered. Blocking shall be provided at all unsupported edges. N. Fire Stops: Fire stops shall be not less than 2-inch nominal thickness and of the same width as the studs. Strips of full-thickness fiber glass or rock wool shall be installed around pipes, ducts, conduits, and other penetrations through fire stops. O. Sleepers: All sleepers for mechanical equipment and curb openings shall be provided and coordinated with appropriated trades for locations and sizes. Sleepers shall be ripped to conform to roof slope if necessary. P. Sand Blasting: Members required to be sandblasted shall be lightly sand blasted. Field sandblasting shall conform to requirements of governing authorities. Adjacent surfaces shall be covered or otherwise protected during sandblasting. 3.4 CLEANUP A. Upon completion of the rough carpentry work, clean up all waste materials and debris resulting from this operation and dispose of such waste material and debris of the site. 11 /1 /09 ROUGH CARPENTRY TAMARACK SEWER REPLACEMENT 06100-9 SECTION 07920 SEALANTS AND CAULKING PART 1 - GENERAL 1.1 A. 1.2 A. B. C. THE REQUIREMENT THE CONTRACTOR shall provide caulking, sealing, and appurtenant WORK, complete and in place, in accordance with the Contract Documents. REFERENCE STANDARDS General: Portions of the following standards are incorporated into this Section by references below. The standards are listed here for convenience. Federal Specifications TT-S-001543A SS-S-200D TT-S-00227E TT-S-00230C Commercial Standards ASTM C 557 ASTM C 834 ASTM C 919 ASTM C 920 ASTM D 1056 ASTM D 1752 ASTM E 84 Sealing Compound, Silicone Rubber Base, (For Caulking, Sealing and Glazing in Buildings and Other Structures) Sealants, Joint, Two Compound, Jet Blast Resistant, Cold Applied for Portland Cement Concrete Pavement. Sealing Compound, Elastomeric Type, Multi- Component, (For Caulking, Sealing, and Glazing in Buildings and Other Structures) Sealing Compound, Elastomeric Type, Single Component, (For Caulking, Sealing, and Glazing in Buildings and Other Structures) Adhesives for Fastening Gypsum Wallboard to Wood Framing in Acoustical Latex Sealing Compounds Practice for Use of Sealants Applications Elastomeric Joint Sealants Flexible Cellular Material-Sponge or Expanded Rubber Performed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction Surface Burning Characteristics of Building Materials 11/1/09 CARLSBAD MASTER SPECIFICATIONS SEALANTS AND CAULKING 07920-1 1.3 CONTRACTOR SUBMITTALS A. General: Submittals shall be in accordance with General Provisions Section 2-5.3 - Submittals. B. Technical Data: A complete materials list along with the manufacturer's technical data and literature, specifications, joint width and depth tables, and installation instructions. C. Samples: Samples (including color samples) of all the caulking and sealant materials and other materials proposed for use on the WORK. The samples shall be clearly marked with the manufacturer's name and product identification. D. Certificates: If requested by the ENGINEER, certificates from an independent testing laboratory approved by the ENGINEER, certifying that the submitted materials meet all the requirements of the ASTM and Federal Specifications cited. E. Warranty: A copy of the manufacturer's warranty covering all sealants, caulking materials, and other materials against defects in materials. PART 2 - PRODUCTS 2.1 SEALANTS AND CAULKING MATERIALS A. General 1. Manufacturer's Standards: In addition to the standards listed below, the sealants and caulking products and application shall be in accordance with the manufacturer's published recommendations and specifications. 2. Wherever manufacturer's names and products are listed in this Section, "or equal" products will be considered in accordance with General Provisions Section 2-5.3 - Submittals. B. Materials shall conform to the following requirements: 1. Significant Movement Sealants (plus or minus 25 percent movement capability) a. For expansion wall joints; masonry and metal curtainwall joints; precast concrete joints and concrete panels; perimeter sealing (windows, doors, and panels); control joints; interior and non-traffic horizontal joints. 1) Two component, non-sag, polyurethane or polysulfide sealant conforming to Federal Specification TT-S-227E, Class A, Type II, and ASTM C 920, Type M, Class 25, Grade NS. Products Research & Chemical Corp. "RC-2" Progress Unlimited "Iso-Flex 2000" 2) One component, non-sag, low modulus, polyurethane or polysulfide sealant conforming to Federal Specification TT-S230C, Class A, Type II, and ASTM C 920, Type S, Class 25, Grade NS. Products Research & Chemical Corp. "RC-1" Tremco "Dymonic" 11/1/09 SEALANTS AND CAULKING CARLSBAD MASTER SPECIFICATIONS 07920-2 3) One component, non-sag, medium modulus, neutral cure, silicone sealant conforming to Federal Specification TT-S-1543A, Class A, and ASTM C 920, Type S, Class 25, Grade NS. Products Research & Chemical Corp. "PRC-4000" Dow Corning "795" b. For horizontal joints exposed to fuel spillage. 1) Two component, self-leveling, fuel resistant, polyurethane or polysulfide sealant conforming to Federal Specification SS-S-200D, Type H, and ASTM C 920, Type M, Class 25, Grade P. Products Research & Chemical Corp. "3105-S" c. For horizontal joints not exposed to fuel spillage. 1) Two component, self-leveling, polyurethane or polysulfide sealant conforming to Federal Specification TT-S-227E, Class A, Type I, and ASTM C 920, Type M, Class 25, Grade P. Products Research & Chemical Corp. "RC-2SL" Bostic "Chem-Calk 550" 2) One component, self-leveling, polyurethane or polysulfide sealant conforming to Federal Specification TT-S-230C, Class A, Type I, and ASTM C 920, Type S, Class 25, Grade P. Products Research & Chemical Corp. "6006" Mameco "Vulkem 45" 2. Interior Sealant and Caulking a. For general applications: 1) One component, acrylic latex caulking conforming to ASTM C 834 Pecora Corp. "AC-20" Bostic "Chem-Calk 600" 3. Acoustic Sheet Caulking: For use on all outlet boxes including intercoms, telephone or other services that require penetrations in the walls, acoustic sheet caulking shall be resilient synthetic polymer, self-adhesive, 1/8-inch thick, 6-inch x 8-inch, sheet acoustic sealer. Pads shall be Lowry's Electrical Box Pads as manufactured by Harry A. Lowry & Associates, Inc., 11176 Penrose Street, Sun Valley, CA 91352; or equal. 4. Preformed Sealants: Preformed sealant shall be polybutylene or isoprene-burylene based pressure sensitive weather resistant tape or bead sealant capable of sealing out moisture, air, and dust when installed as recommended by the manufacturer. At temperatures from minus 30 to plus 160 degrees F, the sealant shall be non-bleeding and shall have no loss of adhesion. 11/1/09 SEALANTS AND CAULKING CARLSBAD MASTER SPECIFICATIONS 07920-3 5. Tape Sealant: Dimensions shall be as required for application conditions. Tape sealants shall be type recommended by tape manufacturer for connecting and bonding to surfaces. 6. Filler material shall be resilient, closed-cell polyethylene foam conforming to ASTM D 1752, Type II or III, and/or bond breakers of proper size for joint widths. Filler shall be compatible with sealant manufacturer's product and shall not stain the sealant nor the materials to which applied. 7. Primer: Primers shall be as recommended in the manufacturer's printed instructions for caulking and sealants, and shall not stain the sealant nor the materials to which applied. Manufacturer shall be consulted for all surfaces not specifically covered in submittal application instructions. Primer shall be used in accordance with manufacturer's instructions with all primers being applied prior to the installation of any backer rod or bond breaker tape. 8. Cleaning and cleanup solvents, agents, and accessory materials shall be as recommended in the manufacturer's printed instructions for cleaning up. 2.2 COLOR OF SEALANTS A. Color of sealants that are visible after installation shall match adjacent building finish. If in doubt of color match, obtain color approval from ENGINEER. PART 3 - EXECUTION 3.1 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Delivery of Materials: Manufactured materials shall be delivered in original, unbroken packages or containers bearing the manufacturer's label. Packages or containers shall be delivered to the Site with seals unbroken. B. Shelf Life: Materials whose shelf life dates have expired shall not be used in the WORK. Such materials shall be promptly removed from the Site. C. Storage: All materials shall be carefully stored in accordance with the manufacturer's instructions, in an area that is protected from deleterious elements, and in a manner that will prevent damage to the product. Materials shall be stored at temperatures between 40 and 90 degrees unless otherwise specified by the manufacturer. 3.2 INSTALLATION A. Manufacturer's Recommendations: All WORK under this Section and all testing, where applicable, shall be performed in accordance with manufacturer's printed recommendations, specifications, and installation instructions except where more stringent requirements are indicated herein, and, except where project conditions require extra precautions or provisions to assure performance of the waterproofing system. B. Authorized Installers: Caulking and sealants shall be complete systems and be installed only by installers authorized and approved by the respective manufacturers. 11/1/09 SEALANTS AND CAULKING CARLSBAD MASTER SPECIFICATIONS 07920-4 C. Surface Preparation 1. General: The surfaces of joints to be sealed shall be dry. Oil, grease, dirt, chalk, particles of mortar, dust, loose rust, loose mill scale, and other foreign substances shall be removed from surfaces of joints which will be in contact with the sealant. Ferrous metal surfaces shall be cleaned of all rust, mill scale, and other coatings by wire brush, grinding, or sandblasting. Oil and grease shall be removed by cleaning in accordance with sealant manufacturer's printed recommendations. Protective coatings shall be removed from all aluminum surfaces against which caulking or sealing compound is to be placed. Bituminous or resinous materials shall be removed from surfaces to receive caulking or sealants. 2. Concrete and Masonry Surfaces: Where surfaces have been treated with curing compounds, oil, or other such materials, the materials shall be removed by sandblasting or wire brushing. Laitance, efflorescence, and loose mortar shall be removed from the joint cavity. 3. Steel Surfaces: Steel surfaces to be in contact with sealant shall be sandblasted or, if sandblasting would not be practical or would damage adjacent finish WORK, the metal shall be scraped and wire brushed to remove loose mill scale. Protective coatings on steel surfaces shall be removed by sandblasting or by a solvent that leaves no residue. 4. Aluminum Surfaces: Aluminum surfaces to be in contact with sealants shall be cleaned of temporary protective coatings. When masking tape is used for a protective cover, the tape and any residual adhesive shall be removed just prior to applying the sealant. Solvents used to remove protective coating shall be as recommended by the manufacturer of the aluminum WORK and shall be non-staining. 5. Wood Surfaces: Wood surfaces to be in contact with sealants shall be free of splinters and sawdust or other loose particles. D. Joint Types and Sizes: Joint shapes and sizes shall be as indicated or as necessary for job conditions where not indicated. Joints to be caulked or sealed include through-bolt holes, door frames, louver and ventilator frames, joints between openings where items pass through exterior walls, concrete masonry, or combination of these surfaces, and as otherwise indicated or required for watertightness, weatherproofing, or airtightness. Use sealing compound at both exterior and interior surfaces of exterior wall penetrations. 3.3 SEALANT FILLED JOINTS A. Manufacturer's Representative: The CONTRACTOR shall furnish the on-site services of the sealant manufacturer's representative prior to sealant WORK for inspection of the joints to be sealed and for instructing the installer in the proper use of the materials if requested by the ENGINEER. 11/1/09 SEALANTS AND CAULKING CARLSBAD MASTER SPECIFICATIONS 07920-5 B. Sealant: Sealant shall be used before expiration of shelf life. Multi-component sealants shall be mixed according to manufacturer's printed instructions. Sealant in guns shall be applied with a nozzle of proper size to fit the width of joint. Sealant shall be installed to the required depth without displacing the backing. Unless otherwise indicated or recommended by the manufacturer, the installed sealant shall be tooled so that the surface is uniformly smooth and free of wrinkles and to assure full adhesion to the sides of the joint. Sealants shall be installed free of air pockets, foreign embedded matter, ridges, and sags. Sealer shall be applied over the sealant if recommended by the sealant manufacturer. C. Sealant Depth: Sealant depth in joints shall be 1/2 the width of joint, but not less than 1/8-inch deep and 1/4-inch wide nor more than 1/2-inch deep and 1-inch wide. All joints shall have rigid filler material installed to proper depth prior to application of sealant. D. Masking Tape: Masking tape shall be placed on the finish surface on one or both sides of a joint cavity to protect adjacent finish surfaces from primer or sealant smears. Masking tape shall be removed within 10 minutes after joint has been filled and tooled. E. Backing: Backing shall be installed to provide the indicated sealant depth. The installation tool shall be shaped to avoid puncturing and backing. F. Bond-Breaker: Bond-breaker shall be applied to fully cover the bottom of the joint without contaminating the sides where sealant adhesion is required. G. Primer: Primer shall be used on concrete masonry units, wood, or other porous surfaces in accordance with instructions furnished with the sealant. Primer shall be applied to the joint surfaces to be sealed. Surfaces adjacent to joints shall not be primed. H. Applications: A full bead of sealant shall be applied into the joint under sufficient pressure, with the nozzle drawn across sealant, to completely fill the void space and to ensure complete wetting of contact area to obtain uniform adhesion. During application, the tip of the nozzle shall be kept at the bottom of the joint thereby forcing the sealant to fill from the bottom to the top. Sealants shall be tooled immediately after exposure with a caulking tool or soft bristled brush moistened with solvent. The finished sealant-filled joint shall be slightly concave unless otherwise indicated. 3.4 ACOUSTIC CAULKING A. Preparation: Joints and surfaces to be sealed shall be clean, dry, and free of loose materials. B. Concealed Joints: Concealed joints in acoustic partitions including perimeters and intersections of walls and penetrations through finish WORK and at conduit ends with boxes shall be sealed with acoustic caulking compound. Backs of electrical boxes shall be sealed with acoustic sheet caulking, covering all holes and knockouts. 3.5 CLEANING A. After application of sealant and caulking materials, adjacent materials, which have been soiled, shall be cleaned and left in a neat, clean, undamaged, or unstained condition. On porous surfaces, excess sealant shall be removed per sealant or caulking manufacturer's printed instructions. 3 11/1/09 SEALANTS AND CAULKING CARLSBAD MASTER SPECIFICATIONS 07920-6 SECTION 09902 PETROLATUM WAX TAPE COATING PART 1 GENERAL 1.1 SCOPE This section covers the work necessary to furnish and install petrolatum wax tape coating on buried ferrous materials including pipe flanges, bolted fittings and couplings, valves and other buried pipeline appurtenances, complete, as shown or specified. 1.2 SUBMITTALS DURING CONSTRUCTION Submit manufacturer's technical product data, details, installation instructions and general product recommendations. 1.3 PRODUCT IDENTIFICATION The use of a manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired only. Products of other manufacturers will be considered in accordance with the Contract Documents. PART 2 MATERIALS 2.1 GENERAL Wrap all exposed surfaces of buried ferrous pipe, flanges, couplings and other pipeline appurtenances (including bolts, nuts, etc.) with petrolatum wax tape, unless another corrosion protection system (other than a factory-installed paint coating) is otherwise specified or indicated by the Contract Drawings. Exposed piping shall be wrapped only where specifically called out on the Drawings. Ductile iron pipe encased with polyethylene sheathing shall not be wrapped with this product. 2.2 PRIMER Exposed surfaces shall be prime coated with a blend of petrolatum, plasticizer, and corrosion inhibitor having a paste-like consistency. The material shall have the following properties: Pour Point 400-100° F Flash Point 350° F minimum Approximate Coverage 1 gal/100 square feet Color Brown The primer shall be Trenton Wax-Tape Primer or equivalent. JUNE 2008 1of2 SECTION 09902 Petrolatum Wax Tape Coating 2.3 WAX TAPE Two types of petrolatum wax tape shall be available from the manufacturer: one type for buried installations and another type for above-ground installations. Buried Installations: The covering material shall be a plastic-fiber felt tape, saturated with a blend of petrolatum, plasticizers, and corrosion inhibitors that is easily formable over irregular surfaces. The tape shall have the following properties: Color: Brown Saturant Pour Point 115° -125°F Thickness 70-90 mils Dielectric Strength 170 volts/mil Tape Width 6 inches Wax tape shall be Wax-Tape #1 as manufactured by The Trenton Corporation (Ann Arbor, Michigan), or approved equal. 2.4 OUTER COVERING The primed and wax-tape wrapped surface shall be wrapped with a plastic tape covering consisting of three (3) layers of 50 gauge, clear, polyvinylidene chloride, high cling membranes wound together as a single sheet. The material shall have the following properties: Width 6 inches Thickness 1.5 mils Dielectric Strength 2000 volts/mil Water Absorption Negligible Color Clear The outer covering shall be Trenton Poly-Ply or approved equal. 2.5 OTHER PETROLATUM WAX TAPE SYSTEM COMPONENTS Any components not listed above, but required for a complete petrolatum wax tape coating system as recommended for this application by the manufacturer shall be provided at no additional cost to Owner. PART 3 EXECUTION 3.1 GENERAL The petrolatum wax tape system shall be installed in conformance with the manufacturer's recommendations. END OF SECTION o JUNE 2008 2 of 2 SECTION 09902 Petrolatum Wax Tape Coating SECTION 15000 GENERAL PIPING SYSTEM AND APPURTENANCES PART 1 GENERAL 1.1 DESCRIPTION This Section describes the requirements and procedures for piping systems and appurtenances that apply to a number of other complimentary Specification Sections. The items are listed in this Section to avoid repetition in Sections elsewhere. This Section includes, but is not limited to: Temporary above ground piping (high line), wet taps, flexible pipe couplings, grooved and shouldered end couplings, joint restraint system, field touch up, bolts, nuts, polyethylene wrap, warning/identification tape, tracer wire, gate well and extension stems, meter boxes, abandonment and removal of existing facilities, and salvage. 1.2 REFERENCE STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. A. American National Standards Institute (ANSI) B. American Society for Testing and Materials (ASTM) 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings 1.4 SUBMITTALS Submit manufacturers' catalog data showing dimensions, materials of construction by ASTM reference and grade and coatings.. 1.5 LINING CONTAMINATION PREVENTION Volatile organic compounds present in the linings of items in contact with potable water or recycled water shall not exceed concentrations allowed by the latest requirements of the State Office of Drinking Water and Department of Health Services. Some products and materials may also require proof of NSF certification on the lining materials to be used. 1.6 TEMPORARY ABOVEGROUND PIPE (HIGH LINE) High line piping, where shown on the Approved Plans or required by the District Engineer, shall be furnished, installed, disinfected, connected, maintained, and removed by the Contractor. Bacteriological sampling and testing shall be performed by a State of California Certified testing laboratory. The Contractor shall provide a submittal to the District showing pipe layout, materials, sizing, flow calculations, schedule and duration of use, and disinfection for all high line piping. The submittal shall be reviewed and approved by the Engineer prior to ordering or delivery of any materials. 15000-1 1.7 PIPE TAPPING (WET TAP) All pipe tap (wet tap) connections to existing pipelines, whether for mainline extensions or service laterals, shall be performed by the Contractor under the inspection of the District. The Contractor shall provide materials and labor to excavate, pour thrust block, backfill, compact, and repair pavement as indicated in this Section. 1.8 JOINT RESTRAINT SYSTEM Joint Restraint Systems may be used for PVC or ductile-iron pipe only with prior approval of the District Engineer. Joint restraint systems shall be used in the place of, or in conjunction with, concrete thrust blocks as directed. Contractor shall submit shop drawings, calculations, and catalog data for joint restraint systems. Splined gaskets, also known as joint restraint gaskets, may be used for PVC or ductile- iron pipe located within casings, or for PVC pipe casings, only 1.9 POLYETHYLENE ENCASEMENT Polyethylene encasement shall be used for all ferrous metal materials not otherwise protectively coated. A. Polyethylene wrap shall be used for the protection of buried ductile-iron fittings and valves. B. Polyethylene sleeves shall be used for the protection of buried ductile iron pipe. C. Polyethylene wrap or sleeves may also be installed around buried PVC pipe for recycled water identification. 1.10 WARNING/IDENTIFICATION TAPE Warning/identification tape shall be used to identify location of underground utilities and to act as a warning against accidental dig-ins of buried utilities. Warning/identification tape shall be used on all underground water and recycled water mains, potable and recycled water irrigation systems, sewer mains, and all related appurtenances. Warning/identification tape shall also be used on cathodic protection wiring systems and tracer wire brought into and out of access ports. 1.11 GATE WELLS Gate Wells shall be used for buried valves 50mm (2") and larger, unless otherwise indicated on the Standard Drawings. Gate well box and lid shall be used on all gate wells. 1.12 VALVE STEM EXTENSION Valve Stem Extensions shall be installed when the valve operating nut is more than 1.5m (51) below grade. Stem extensions shall be of sufficient length to bring the operating nut to a point between 300mm (12") and 450mm (18") below the gate well lid. 15000-2 1.13 METER BOXES A. Meter boxes shall be used for 25mm (1") and 50mm (2") water meters. B. Meter boxes shall be sized for the specific meter size or size as indicated on the Standard Drawings. 1.14 RECYCLED WATER IDENTIFICATION Facilities installed for the use of recycled water shall be identified with purple color coating, identification labels, or signs. 1.15 CURB IDENTIFICATION MARK FOR SERVICES The Contractor shall mark the location of all potable water, recycled water and sewer laterals at the curb crossing by stamping the face of the curb in 50mm (2") high letters as described below: A. Potable water laterals shall be stamped with a letter "W". B. Recycled water laterals shall be stamped with a letter "RW". C. Sewer laterals be stamped with a letter "S". PART 2 MATERIALS 2.1 TEMPORARY ABOVEGROUND PIPE (HIGH LINE) High line piping layout, materials and appurtenances shall be as indicated on the approved submittal. 2.2 FLEXIBLE PIPE COUPLINGS Flexible pipe couplings shall be in accordance with the Approved Materials List and as described below: A. Steel Couplings shall have middle rings made of steel conforming to ASTM A 36/A 36M, A 53 (Type E or S), or A 512 having a minimum yield strength of 207 MPa (30,000 psi). Follower rings shall be ductile-iron per ASTM A 536, or steel per ASTM A 108, Grade 1018 or ASTM A 510, Grade 1018. Minimum middle ring length shall be 175 mm (7") for pipe sized 150 mm (6") through 600 mm (24"). B. Sleeve bolts shall be made of stainless steel per ASTM A193 and shall have a minimum yield strength of 276 MPa (40,000 psi), an ultimate yield strength of 414 MPa (60,000 psi), and shall conform to AWWA C111. 15000-3 2.3 GROOVED END OR SHOULDERED COUPLINGS FOR DUCTILE IRON OR STEEL PIPE Groove end or shouldered couplings shall be in accordance with the Approved Materials List and as described below: A. Use square-cut shouldered or grooved ends per AWWA C606. Grooved-end couplings shall be malleable iron per ASTM A 47, or ductile iron per ASTM A 536. Gaskets shall be per ASTM D 2000. B. Bolts in exposed service shall conform to ASTM A 183, 69 MPa (10,000 psi) tensile strength. 2.4 JOINT RESTRAINT SYSTEM Joint Restraint Systems shall be ductile-iron and shall consist of a split-ring restraint with machined (not cast) serrations - on the inside diameter, a back-up ring, and connecting bolts, and shall be selected from the Approved Materials List. Splined gaskets, also known as joint restraint gaskets, shall be a rubber-ring type with stainless steel locking segments vulcanized into the gasket. 2.5 FIELD TOUCH-UP APPLICATIONS All surfaces of metallic appurtenances in contact with potable water and not protected from corrosion by another system shall be shop-coated by the manufacturer. Appurtenances with damaged coatings shall be repaired or replaced as directed by the Engineer. Touch-up of damaged surfaces, when allowed by the Engineer, shall be performed in accordance with the manufacturer's recommendations. 2.6 BOLTS AND NUTS Bolts and nuts shall be as indicated below. A. Cadmium-plated or zinc-plated bolts and nuts shall be used for the installation of pipelines up to 500mm (20") diameter and shall be carbon steel conforming to ASTM A307, Grade A, unless otherwise indicated on the approved drawings. Bolts shall be standard ANSI B1.1, Class A coarse threads. Nuts shall be standard ANSI B1.1, Class 2H coarse threads. B. Stainless steel bolts and nuts shall be used for the installation of pipelines 600mm (24") diameter and larger and for submerged flanges. Bolts and nuts shall be Type 316 stainless steel conforming to ASTM A193, Grade B8M for bolts, and Grade 8M for nuts. Use lubricant for stainless steel belts and nuts. Lubricant shall be Husky Lube "O" Seal by Husk-ITT Corporation or equal C. All bolt heads and nuts shall be hexagonal, except where special shapes are required. Bolts shall be of such length that not less than 6.4mm (1/4") or more than 12.7mm (1/2") shall project past the nut in tightened position. D. Provide a washer under each nut and under each bolthead. Use washers of the same materials as the nuts. ^. 15000-4 2.7 POLYETHYLENE ENCASEMENT Polyethylene encasement shall be as indicated below and shall be selected from the Approved Materials List. Polyethylene materials shall be kept out of direct sunlight exposure. A. Polyethylene sleeves shall be a minimum 0.305mm (0.012" or 12 mil) thick polyethylene plastic in accordance with AWWA C105. B. Polyethylene wrap shall be a minimum 0.203mm (0.008" or 8 mil) thick polyethylene plastic in accordance with AWWA C105. C. Polyethylene wrap and sleeves shall be clear for use with potable water and purple for use with recycled water. D. Polyethylene or vinyl adhesive tape a minimum of 50mm (2") wide or plastic tie straps shall be used to secure polyethylene encasement. 2.8 WARNING/IDENTIFICATION TAPE Warning/identification tape shall be as indicated below and in accordance with the Approved Materials List. A. Tape shall be an inert plastic film or metallic formulated for prolonged underground use that will not degrade when exposed to alkalies, acids and other destructive substances commonly found in soil. B. Tape shall be puncture-resistant and shall have an elongation of two times its original length before parting. C. Tape shall be colored to identify the type of utility intended for identification. Printed message and tape color shall be as follows: Printed Message Tape Color Caution: Waterline Buried Below Blue Caution: Recycled Waterline Buried Below Purple Caution: Cathodic Protection Cable Buried Below Red Caution: Electric Line Buried Below Red Ink used to print messages shall be permanently fixed to tape and shall be black in color with message printed continuously throughout. D. Tape shall be minimum 0.102mm (0.004" or 4 mil) thick x 150mm (6") wide with a printed message on one side. Tape used with the installation of onsite potable and recycled water irrigation systems shall be a minimum of 75mm (3") wide. 2.9 INSULATING UNIONS & COUPLINGS A. For insulating unions, use a molded nylong sealing sleeve mounted in a three- piece malcable-iron body (ASTM A47 or A197). Use thread ends when connecting to steel piping, and copper solder joint when connecting to copper piping. Minimum working pressure shall be 150 psi. B. Threaded insulating couplings shall provide dielectric protection from electrolytic corrosion at points where piping of dissimilar metals is joined. 15000-5 2.10 GATE WELLS Valve gate wells shall be as indicated below in accordance with the Approved Materials List. A. Valve gate well size and material shall be as follows: B. Valve Size Larger than 100mm (4") Gate Well Size and Material 200mm (8") diameter Class 200, C-900 PVC 1. 2. PVC gate wells for use in recycled water system applications shall be purple. PVC gate wells for use in potable water system applications shall be white or blue. Gate well lids shall be as indicated below in accordance with the Approved Materials List. 1. 2. 3. Gate well lids shall be circular ductile-iron, and shall include a skirt for a close fit inside the upper portion of the gate well. Lids shall be cast with the AGENCY NAME (CMWD) and the word WATER for use on potable water systems. Lids shall be Brooks 4TT with long skirt or approved equal. Normally closed potable water valves shall use lids by Brooks 3RT or approved equal. Lid sizes shall be as follows: ' -. '. Va I ves '->•> • - :-J -:- • i • * ':«;-; -, Larger than 100mm (4") where the speed limit is 56 km/h (35 mph) or greater : Gate Well Lid Machined ductile-iron frame and 200mm (8") lid with 150mm (6") long skirt 2.11 VALVE STEM EXTENSIONS Stem extensions shall be complete with operating nut, location ring, and lower socket to fit valve-operating nut. The configuration of the extension stem nut shall match that of the valve it operates. A. Stem extensions shall be square fiberglass tubing glued together to make a continuous one-piece unit used to a maximum length of 2.4m, eight feet (8'). B. Steel stem extensions shall be used where the maximum length of the extension exceeds 2.4m (8') or at the request of the District Engineer. Steel stem extensions may be round or square hot-dipped galvanized steel tubing of solid design (no pinned couplings permitted) with guides. 15000-6 2.12 METER BOXES Meter boxes shall be polymer-type boxes with lids selected from the Approved Materials List. A. Meter box sizes shall be as follows: Meter Box Size 250mm x 500mm (10"x 20") 425mm x 750mm (1 7" x 30") Meter Box Uses 25mm (1") water services 50mm (2") water services B. Meter box lids for use in potable water system applications shall be gray. C. Meter box lids for use in recycled water system applications shall be purple. 2.13 RECYCLED WATER IDENTIFICATION Materials used to identify pipe and appurtenances used for recycled water, not manufactured in purple color, shall be as described in Carlsbad Reclamation Rules & Regulation for Construction of Reclaimed Water Mains. PART 3 EXECUTION 3.1 TEMPORARY ABOVEGROUND PIPE (HIGH LINE) A. All high line piping, fittings, and service connections shall be furnished, installed, and maintained by the Contractor, and the Contractor shall make connections to a water source designated by the District Engineer. B. All pipe, valves, fittings, hose and connections furnished by the Contractor shall be of good quality, clean, and suitable for conveying potable water in the opinion of the District Engineer. C. The high line pipe shall be installed in such a manner that it will not present a hazard to traffic and will not interfere with access to homes and driveways along its route. D. Valves shall be installed at 60m (200') intervals or as directed by the District Engineer. The use of pressure reducing valves (PRV) may be required as directed by the District Engineer. E. The Contractor shall be responsible for disinfecting all high lines, connections, and flushing. F. Following disinfection and acceptance of the high line as a potable water system, the Contractor shall maintain continuous service through the high line piping to all consumers normally served both directly and indirectly by the pipeline. G. Upon completion of the work, the Contractor shall remove the high line piping and appurtenances. H. If progress in making repairs to the high line is inadequate, the District Engineer, may order necessary corrective measures. Corrective measures may consist of directing District personnel or another contractor to complete the work. All costs for corrective measures shall be borne by the Contractor. 15000-7 3.2 CONNECTION TO EXISTING FACILITIES (WET TAPS AND CUT-IN INSTALLATIONS) . ^\ The Contractor shall furnish the tapping sleeve or tee, valves and all other materials as called for in the Standard Specifications in accordance with the Approved Materials List. The Contractor shall provide all equipment and labor required for the excavation and installation of the connection including, but not limited to, backfill and pavement replacement. In certain circumstances the Contractor may be required to provide a water truck, high line, and fittings as part of the equipment for making the connections. In addition, the Contractor shall assist the District in alleviating any hardship incurred during a shutdown for connections. Emergency standby equipment or materials may be required of the Contractor by the District Engineer. Wet taps or cut-in tee and valve installations shall be performed as follows: A. Prior to construction, Contractor shall pothole the existing pipe at the location of the proposed connection. The District shall inspect the pothole prior to Contractor's repair of trench. Refer to Section 01000 for protection of existing facilities. Contractor shall record the following information on as-built drawings: 1. Pipe size, outside diameter. 2. Pipe type such as ACP, PVC, Ductile-Iron or Steel. 3. Pipe class and/or pressure rating. 4. Elevation, grade, and alignment. 5. Location of collars, pipe bells, fittings or couplings, if found. 6. Potential conflicts with existing utilities. ^%B. To facilitate the proposed connection and allow for slight adjustments in >(—^ alignment, the Contractor shall leave a minimum 3.0m (10') gap between the new pipe installation and the proposed connection point at the existing water main. The Contractor shall leave a gap longer than 3.0m (10') if conditions warrant, or if directed by the Engineer. C. The new pipeline shall have successfully passed pressure testing in accordance with Section 15044 and disinfection and bacteriological testing in accordance with Section 15041 prior to proceeding with the connection to the existing pipeline. D. After the City Engineer has given approval to proceed with the connection, the Contractor shall schedule with the District for the wet tap or cut-in installation. 1. Shutdowns will be scheduled at the convenience of the District. Shutdowns may be scheduled for nights or weekends if required. 2. The Contractor shall give the District a minimum of 5 working days notice prior to any proposed excavation or shutdown of existing mains or services. Scheduling shall be subject to approval by the District Engineer. 3. The District may postpone or reschedule any shutdown operation if, for any reason, the District Engineer believes that the Contractor is improperly prepared with competent personnel, equipment, or materials to proceed with the connection. j^n 15000-8 4. If progress in completing the connection within the time specified is inadequate, the Engineer may order necessary corrective measures. Corrective measures may consist of directing District personnel or another contractor to complete the work. All costs for corrective measures shall be borne by the Contractor. E. Contractor may proceed with excavation only when pothole has been completed, materials have been approved and delivered, and wet tap or cut-in installation has been scheduled. 1. The Contractor shall saw-cut pavement, excavate and provide and install shoring and steel plating, when necessary, one day prior to the wet tap or cut-in installation. 2. The Contractor shall provide lights, barricades and traffic control in accordance with the agency of jurisdiction and as deemed necessary for the excavation by the Engineer. 3. The Contractor shall de-water existing mains where cut-in installations are required in the presence of the Engineer and in accordance with Section 15041. Only District personnel are authorized to operate existing valves. The Contractor shall be responsible for any and all damage resulting from unauthorized operation of existing District facilities. 4. The Contractor under the inspection of the City shall perform the following work for wet taps and cut-in installations: a. Wet taps: Disinfect and install and tapping saddle and tapping valve and perform tapping operations. b. Cut-ins: Cut and remove portions of existing mains, and disinfect and install tees, valves, couplings, and appurtenances required to complete the closure. The Contractor shall discard pipe and appurtenances removed from service in accordance with this Section. 5. After the Contractor has performed tapping or cut-in operations, and the Engineer has given approval to proceed, the Contractor shall complete the installation as shown on the Approved Plans in accordance with the Standard Specifications including, but not limited to: a. Disinfecting and installing the pipe section(s) necessary to make the closure to the new system. b. Installing and setting the valve gate well(s) in accordance with the Standard Drawings. c. Installing thrust and anchor blocks in accordance with CMWD Standard Rules and Regulations. d. Completing all backfill and compaction of the trench in accordance with CMWD Standard Rules and Regulations. e. Repairing or replacing pavement as necessary. 15000-9 3.3 FLEXIBLE PIPE COUPLINGS Flexible pipe couplings shall be installed in accordance with the manufacturers recommendations and as described below: A. Use plain-end pipe with flexible couplings per AWWA C200. Provide joint harnesses per AWWA M11 for aboveground applications or where indicated on the Approved Plans. B. Flexible couplings may be used only where indicated on the drawings. C. Clean oil, scale, rust, and dirt from the pipe ends and touch-up the epoxy coating and allow time for curing before installing the coupling. Clean the gaskets before installing. D. Follow the manufacturer's recommendation for installation and bolt torque using a properly calibrated torque wrench. E. Lubricate the bolt threads with graphite prior to installation. 3.4 GROOVED-END OR SHOULDERED COUPLINGS FOR DUCTILE IRON OR STEEL PIPE Grooved-end or shouldered couplings shall be installed in accordance with the manufacturer's recommendations and as described below: A. Grooved-end or shouldered joint couplings shall be installed per AWWA C606 and the manufacturer's recommendations. B. Clean loose scale, rust, oil, grease, and dirt from the pipe or fitting groove and touch-up the epoxy coating as necessary, allowing time for curing before installing the coupling. C. Clean the gasket before installation. Apply a lubricant selected from the Approved Materials List to the gasket exterior including lips, pipe ends, and housing interiors. D. Fasten the coupling alternately and evenly until the coupling halves are seated. Follow the manufacturer's recommendation for bolt torque using a properly calibrated torque wrench. 3.5 JOINT RESTRAINT SYSTEM Joint Restraint Systems shall be installed in accordance with the manufacturers recommendations and as described below: A. Length of pipe to be restrained on each side of bends, tees, reducers and other fittings shall be determined by the Private Engineer or manufacturer of the restraint device. 15000-10 B. Split ring restraint shall be installed on the spigot end of pipe, connected to a back-up ring which seats behind the bell of the adjoining pipe or fitting. C. Restraint devices can be installed prior to lowering pipe into the trench. D. Splined gaskets, also known as joint restraint gaskets, shall be installed in accordance with the manufacturer's recommendations. 3.6 BOLTS AND NUTS A. All bolts and nuts shall be new and unused. B. Bolts and nuts shall be cleaned, if needed, by wire brushing and lubricated prior to assembly. C. Tighten nuts uniformly and progressively. D. Buried bolts and nuts shall receive a heavy coat of protective no-oxide grease coating selected from the Approved Materials List prior to being wrapped with polyethylene. E. All stainless steel bolts shall be coated with an anti-seize compound selected from the Approved Materials List. F. Bolts and nuts shall not be reused once tightened. Used bolts and nuts shall be discarded and removed from the job. 3.7 POLYETHYLENE ENCASEMENT A. Polyethylene encasement shall completely encase and cover all metal surfaces. Pipe: All ductile-iron pipe shall be encased with polyethylene sleeves in accordance with Method A described in AWWA C105, or with polyethylene wrap in accordance with Method C described in AWWA C105. Fittings: Fittings such as tees, bends and reducers shall be encased with polyethylene wrap in accordance with AWWA C105. Valves: Valves shall have only the stem and operating nut exposed and the wrap shall be attached so that valve operation will not disturb the wrapping or break the seal. B. Polyethylene sleeves shall be secured with polyethylene or vinyl adhesive tape or plastic tie straps at the ends and quarter points along the sleeve in a manner that will hold the sleeve securely in place during backfill. Polyethylene wrap shall be secured with polyethylene or vinyl adhesive tape in a manner that will hold the wrap securely in place during backfill. 15000-11 3.8 WARNING/IDENTIFICATION TAPE ^^s^ Warning/Identification Tape shall be installed as described below in accordance with the Standard Drawings. A. Tape shall be placed at the top of the pipe zone 300mm (12") above and centered over the utility intended for identification. Tape used with onsite potable and recycled water irrigation systems shall be installed at 150mm (6") above the pipe. B. Tape shall be installed with the printed side up and run continuously along the entire length of the utility intended for identification. Tape shall be installed on the main piping and all appurtenant laterals, including blowoffs, air valve assemblies, fire hydrants, and services. Tape splices shall overlap a minimum of 600mm (24") for continuous coverage. C. Tape shall be installed prior to placement of the Trench Zone Backfill. 3.9 GATE WELLS AND VALVE STEM EXTENSIONS Gate wells shall be installed as shown on the Standard Drawings and as described below: A. Gate wells shall be installed as shown on the Standard Drawings and as described below: ^"% B. Gate wells shall be color coated to identify the type and use of the valve installed. 1. The inside portion of the gate well lid and interior portion of PVC gate well shall be identified with a minimum 50mm (2") diameter painted identification marking. Paint color shall be as follows: Color Gate Well Lid and PVC Gate Well for: Red Normally Closed System Valves (NCV) White Resilient Wedge Gate Valves (RWGV) Green Butterfly Valves (BFV) 2. The top exterior portion of the gate well lid and ring shall be coated in accordance with Section 09900. C. Valve Stem Extensions shall be installed when the valve operating nut is more than 1.5m (51) below grade. Stem extensions shall be of sufficient length to bring the operating nut to a point between 300mm (12") and 450mm (18") below the gate well lid. Valve stem extensions shall be installed in accordance with the Standard Drawings. o 15000-12 3.10 METER BOX INSTALLATION Meter boxes shall be installed at the elevations and locations shown on the Approved Plans and in accordance with the Standard Drawings. Near the completion of the project, a final meter box adjustment to finish grade may be required. Water meters shall not be installed until final adjustments are made to the meter box and approved by the District. 3.11 ABANDONMENT OR REMOVAL FROM SERVICE OF EXISTING FACILITIES Before excavating for new mains that are to replace existing pipes or services, the Contractor shall make provisions for the continuation and maintenance of service to customers as directed by the District Engineer. Abandonment or removal from service of existing mains, appurtenances or water services shown on the Approved Plans or as called for by the District Engineer shall be as directed by the District Engineer. Abandonment or removal from service of existing mains, appurtenances or water services shown on the Approved Plans or as called for by the District Engineer shall be as indicated below and in accordance with the Standard Drawings: A. Abandonment in place: 1. Existing pipe 100mm (4") and smaller shall have a short section of pipe removed and pipe ends encased in concrete. 2. Existing pipe 150mm (6") through 350mm (14") shall be cut and plugged with concrete or shall be pressure-grouted at intervals of 60m (2001). 3. Existing pipe 400mm (16") and larger shall be entirely filled by pressure- grouting or by blown sand. 4. Existing pipe ends shall be filled with concrete in accordance with the Standard Drawings. 5. All valves shall be turned to the closed position. 6. Gate wells shall be cut 600mm (24") below grade and filled with 1-2 slurry sack concrete or removed and replaced with compacted backfill. 7. Water service corporation stops shall be closed. Meter boxes and curb stops shall be removed. 8. Water services to be abandoned that are connected to pipelines that will remain in service shall be abandoned in-place in accordance with the Standard Drawings. 15000-13 9. Sewer laterals shall be cut and plugged with concrete or capped at the main as directed by the Engineer for the specific circumstance and material type identified. 10. Sewer manholes shall have the cover and frame, concrete ring, grade rings and cone section removed. Inlet and outlet piping shall be plugged with concrete, manhole void shall be filled with sand, and a 300mm (12") thick, reinforced concrete slab shall be poured over the top of remaining manhole. The Contractor shall backfill hole to ground surface with compacted select fill. B. Removal by excavation: 1. Existing pipe and appurtenances shall be removed from the ground as indicated on the Approved Plans or as directed by the District Engineer. 2. Contractor shall provide measures that allow for the removal of existing sewer mains and appurtenances with no leakage of raw sewage. Transportation of sewer mains and appurtenances removed from service shall be in waterproof trucks to prevent raw sewage from leaking on public streets. 3. Removal of asbestos-cement pipe (ACP) and sewer mains and appurtenances shall be in accordance with all applicable State and Federal requirements. Legal disposal is the responsibility of the Contractor. Obtain occurrence from the agency having disposal jurisdiction with respect to disposal sites. 4. Backfill, compaction, and surface repair of all excavations for removal of pipe and appurtenances shall be made in accordance with the Approved Plans, CMWD Standard Specifications, and the Standard Drawings. 3.12 SALVAGE When the Contractor is required to remove existing pipe and appurtenances, or portions thereof, from the ground, such material may, at the discretion of the Engineer, be considered salvage. All materials identified as salvage are considered property of the District. A. The Contractor shall remove and temporarily stockpile all materials identified as salvage in a safe location that will not disrupt traffic or s^a'! <M:ver ?a!van« to the District's Field Operations Yard as directed by the District Engineer. B. The Contractor shall legally dispose of all other materials in an appropriate manner. Disposal is the responsibility of the Contractor. Obtain concurrence from the agency having disposal jurisdiction with respect to disposal sites and transportation methods. 15000-14 3.13 RECONNECTIONS A. The Contractor may encounter unused service laterals or appurtenant piping connected to an existing pipeline being replaced. Laterals and appurtenance piping that will not be connected to the new pipeline shall be abandoned as described in section 3.12. B. Existing service laterals or appurtenances shall be connected to new pipelines as shown on the Approved Plans or as directed by the District Engineer in accordance with the Standard Drawings. END OF SECTION 15000-15 SECTION 15041 DISINFECTION OF PIPING PART 1 GENERAL 1.1 DESCRIPTION This section describes requirements for disinfection by chlorination of potable and recycled water mains, services, pipe appurtenances and connections. 1.2 REFERENCED STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. A. American Water Works Association (AWWA).. B300 Standard for Hypochlorites B301 Standard for Liquid Chlorine C651 Disinfecting Water Mains 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Specifications 15000, 15044, 15056, 15061, and 15064 1.4 SERVICE APPLICATION A. All water mains and appurtenances taken out of service for inspection, repairs, or other activity that might lead to contamination shall be disinfected before they are returned to service. B. All new water mains and temporary high lines shall be disinfected prior to connection to the District's existing system. C. All components incorporated into a connection to the District's existing system shall be disinfected prior to installation. 1.5 SUBMITTALS A. A written disinfection and dechlorination plan signed by a certified chlorinator shall be submitted to the Engineer for review and approval prior to starting disinfection operations. Plan for disinfection method and procedure shall include equipment used to inject the chlorine solution, gauges or scales to measure the rate at which chlorine is injected, qualifications of personnel, testing location and schedule, source of water and water disposal locations, personnel performing the disinfection shall demonstrate a minimum of five years experience in the chlorination and dechlorination of pipelines. B. Qualification of certified testing laboratory. C. Four copies of bacteriological test results to the Engineer upon completion of each test. D. Emergency Response Plan. TAMARACK SEWER REPLACEMENT 15041-1 1.6 DELIVERY, STORAGE AND HANDLING Chlorination and dechlorination shall be performed by competent individuals ^""^ knowledgeable and experienced in the operation of the necessary application and safety equipment in accordance with applicable Federal, State and Local laws and regulations. The transport, storage and handling of these materials shall be performed in accordance with Code of Federal Regulations (CFR) 1910.120 Hazardous Waste Operations and Emergency Response, CFR 49.172 Hazardous Materials Regulations, and the General Industry Safety Orders of the California Code of Regulations, Title 8, Section 5194. 1.7 CONCURRENT DISINFECTION AND HYDROSTATIC TESTING The specified disinfection of the pipelines may be performed concurrently with the hydrostatic testing in accordance with Section 15044. In the event repairs are necessary, as indicated by the hydrostatic test, additional disinfection may be required by the Engineer in accordance with this specification. 1.8 CONNECTION TO EXISTING MAINS Prior to connection to existing mains, disinfection and bacteriological testing shall be performed in accordance with this specification, and hydrostatic testing shall be performed per Section 15044. A district connection permit is required authorizing connection to an existing system shall be given only on the basis of acceptable hydrostatic, disinfection and bacteriological test results. Connection to existing mains shall be performed in accordance with Section 15000.o PART 2 MATERIALS 2.1 CHLORINE (GAS) A. Liquid chlorine contains 100-percent available chlorine and is packaged in steel containers in net weights of 68.1kg (150 Ib.) or 907.2kg (1 ton). B. Liquid chlorine shall be used with appropriate gas flow chlorinators, heaters, and injectors to provide a controlled, high-concentration solution feed to the water. The chlorinators and injectors shall be the vacuum-operated type. 2.2 SODIUM HYPOCHLORITE (LIQUID) Sodium hypocNorite is available in liquid form in glass or plastic containers, ranging ir. size from 0.95 L (1 Qt.) to 18.93 L (5 Gal.). The solution contains approximately 10% to 15% available chlorine. 2.3 TABLET OR GRANULAR HYPOCHLORITE Tablet or granular hypochlorite may be used if a solution container is utilized to provide a continuous feed method. TAMARACK SEWER REPLACEMENT 15041-2 PART 3 EXECUTION 3.1 GENERAL A. Disinfection of pipelines shall not proceed until all appurtenances and any necessary sample ports have been installed and the Engineer provides authorization. B. Every effort shall be made to keep the water main and its appurtenances clean and dry during the installation process. C. All piping, valves, fittings, and appurtenances which become contaminated during installation shall be cleaned, rinsed with potable water, and then sprayed or swabbed with a 5 percent sodium hypochlorite disinfecting solution prior to installation. D. Water mains under construction that become flooded by storm water, runoff, or groundwater shall be cleaned by draining and flushing with metered potable water until clear water is evident. Upon completion, the entire main shall be disinfected using a method approved by the Engineer. 3.2 METHODS A. Chlorine (Gas) 1. Only vacuum-operated equipment shall be used. Direct-feed chlorinators, which operate solely from gas pressure in the chlorine cylinder, shall not be permitted. The equipment shall incorporate a backflow prevention device at the point of connection to the potable water source used to fill the line being tested. 2. The chlorinating agent shall be applied at the beginning of the system to be chlorinated and shall be injected through a corporation stop, a hydrant, or other approved connection to ensure treatment of the entire system being disinfected. 3. Only a certified, licensed chlorination and testing contractor shall perform gas chlorination work. The chlorination contractor must also possess a Grade II Treatment Plant Operator Certification from the State of California if required by the Engineer. B. Sodium Hypochlorite Solution (Liquid) 1. Sodium hypochlorite solution shall be used for cleaning and swabbing piping and appurtenances immediately prior to installation and for disinfecting all components of connections to the District's existing system. 2. Sodium hypochlorite solution may be used for the initial disinfection of newly installed water mains. The solution shall be applied at a terminus of the system to be chlorinated using an injector which can adjust the amount of solution being injected into the piping system. The solution shall be injected in the appropriate concentration to achieve the specified concentration range of chlorine throughout the entire piping system. Where pumping equipment is used in conjunction with an injector, an integral backflow prevention device shall be used and connected to the potable water supply. TAMARACK SEWER REPLACEMENT 15041 -3 3. Water trucks, pumping equipment, piping, appurtenances and all other equipment in contact with potable water shall be disinfected prior to use. 4. Sodium hypochlorite solution may also be used to increase the total chlorine residual if the concentration from the initial chlorination of the system is found to be low. The solution shall be added to the system in sufficient amounts at appropriate locations to ensure that the disinfecting solution is present at a concentration within the specified range throughout the piping system. 3.3 PROCEDURE FOR DISINFECTING WATER MAINS AND APPURTENANCES A. The pipeline shall be filled at a rate not to exceed 1,135 liters per minute (300 GPM) or a velocity of 0.3m per second (1 foot per second), whichever is less. B. Disinfection shall result in a total chlorine concentration of not less than 25-mg/l. This concentration shall be evenly distributed throughout the system to be disinfected, using a continuous feed method of chlorination. C. All valves shall be operated with the disinfection solution present in the pipeline. All appurtenances such as air-vacuum relief valves, blowoffs, hydrants, backflow prevention devices, and water service laterals shall be flushed with the treated water a sufficient length of time to ensure a chlorine concentration within the specified range in all components of each appurtenance. (Note the limitations for discharge of chlorinated water outlined below.) D. The Engineer will verify the presence of the disinfection solution throughout the system by sampling and testing for acceptable chlorine concentrations at the various appurtenances and/or at the test ports provided by the Contractor. Areas of the system found to be below the specified chlorine concentration level shall receive additional flushing as noted above and/or additional disinfection solution as necessary. (Note the limitations for discharge of chlorinated water outlined below.) Addition of disinfection solution after the initial charging of the line shall be made by either the liquid chlorine (gas) method, or the sodium hypochlorite method as directed by the Engineer. E. The chlorinated water shall be retained in the system for a minimum of 24 hours. The District Engineer will test the total chlorine residual. The system shall contain a total chlorine residual of not less than 80% of the initial total chlorine residual before the 24-hour soaking period began. If the total chlorine residual has decreased more than 20%, the system shall be soaked for an additional 24-hour period. If the total chlorine residual has not deceased after this additional 24-hour period, the system shall be flushed in accordance with the procedure detailed herein. If the total chlorine residual has decreased, the system shall be flushed in accordance with the procedure detailed herein, and shall be re-disinfected. F. Following a successful retention period as determined by the District Engineer, the chlorinated water shall be flushed from the system at its extremities and at each appurtenance, using potable water from a source designated by the District Engineer. The minimum water velocity during flushing shall be 0.9 meters per second (3 feet per second) or as directed by the Engineer. Flushing shall continue until the replacement water in the new system is equal in chlorine residual to the potable source of supply as verified by the District. (Note the limitations for discharge of chlorinated water outlined below.) TAMARACK SEWER REPLACEMENT 15041-4 G. The Contractor shall contract with a State certified sampling laboratory to perform sampling, transport samples and perform bacteriological sampling and testing as specified herein. 3.4 DISCHARGE OF CHLORINATED WATER A. Indiscriminate onsite disposal or discharge to sewer systems, storm drains, drainage courses or surface waters of chlorinated water is prohibited. B. The environment to which the chlorinated water is to be discharged shall be examined by the Developer and the Engineer. Where necessary, federal, state and local regulatory agencies should be contacted to determine special provisions for the disposal of chlorinated water. Any indication that the discharge of chlorinated water may cause damage to the environment shall require the neutralizing of the chlorine residual by means of a reducing agent in accord with AWWA C651 and the requirements of this specification. C. In locations where chlorine neutralization is required, the reducing agent shall be applied to the water as it exits the piping system. The Developer shall monitor the chlorine residual during the discharge operations. Total residual chlorine limits in these locations, and for the discharge of chlorinated water from the testing of pipelines to surface waters of the San Diego Region are as follows: Total Residual Chlorine Effluent Limitations 30-Day Average - 0.002 mg/l Average Daily Maximum - 0.008 mg/l Instantaneous Maximum - 0.02 mg/l The various methods of dechlorination available can remove residual chlorine to concentrations below standard analytical methods of detection, 0.02 mg/l, which will assure compliance with the effluent limit. The Developer will perform all necessary tests to ensure that the total residual chlorine effluent limitations listed above are met. D. In locations where no hazard to the environment is evident based on the joint examination described above, the chlorinated water may be broadcast for dust control on the surface of the immediate site. Care shall be exercised in broadcasting the water to prevent runoff. 3.5 BACTERIOLOGICAL TESTING The Contractor shall employ a State certified laboratory to perform bacteriological sampling and testing of all new system installations. The testing methodology employed by the District shall be as set forth in "Standard. Methods for the Examination of Water and Waste Water" (current edition). Testing requirements are as set forth in the California Domestic Water Quality and Monitoring Regulations and commensurate with current requirements for surface water testing. The testing laboratory will analyze the samples for the presence of coliform bacteria and heterotrophic-type bacteria (heterotrophic plate count). The evaluation criteria employed by the District for a passing test sample is as follows: TAMARACK SEWER REPLACEMENT 15041-5 A. Coliform bacteria: no positive sample, and B. Heterotrophic plate count (HPC): 500 colony forming units/ml or less. 3.06 REDISINFECTION If the initial disinfection fails to produce satisfactory bacteriological test results, the pipeline system shall be re-flushed and re-sampled. If the second set of samples does not produce satisfactory results, the pipeline system shall be re-chlorinated, flushed, and re-stamped. The chlorination, flushing, and sampling procedure shall continue until satisfactory results are obtained. Re-disinfection and retesting shall be at the Contractor's expense. 3.07 DISINFECTING TIE-INS AND CONNECTIONS Pipes, fittings, valves and all other components incorporated into connections with the District's existing system shall be spray disinfected or swabbed with a liquid chlorine solution in accordance with AWWA C651 and as specified herein. Upon connection to the main, the line shall be flushed as directed by the District Engineer. Disinfection by this method is generally limited to assemblies of 6m (20') or less in length. Alternate methods such as "predisinfection" prior to installation in accordance with AWWA C651 may be required at the discretion of the District Engineer. END OF SECTION o TAMARACK SEWER REPLACEMENT 15041 -6 SECTION 15043 TESTING OF GRAVITY SEWER PIPELINES PART 1 - GENERAL 1.1 DESCRIPTION A. The CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work as indicated on the Drawings and specified herein. B. This Section covers the performance of all pipeline flushing and testing, complete, for sanitary sewer system piping as specified herein and in accordance with the requirements of the Contract Documents. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Polyvinyl Chloride (PVC) Gravity Sewer Pipe: 15063 1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Comply with the applicable reference specifications as specified in the GENERAL PROVISIONS. 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL PROVISIONS. B. The CONTRACTOR shall submit in writing all proposed plans for testing, and for water conveyance, control and disposal. The CONTRACTOR shall also submit written notice 48 hours in advance of the proposed testing schedule for review and concurrence of the ENGINEER. 1.5 QUALITY ASSURANCE (NOT USED) PART 2 - PRODUCTS 2.1 GENERAL A. Temporary valves, plugs, bulkheads, and other air pressure testing and water control- equipment and materials shall be provided by the CONTRACTOR subject to the ENGINEER'S review. No materials shall be used which will be injurious to pipeline structure and future function. Air test gages shall be laboratory-calibrated annually. At the discretion of the City Engineer, gages shall be recalibrated by a certified laboratory at the CONTRACTOR'S expense prior to the leakage test. SECTION 15043 JUNE 2008 1 of 3 Testing of Gravity Sewer Pipeline PART 3 - EXECUTION ^ L53.1 GENERAL ^"^ A. Unless otherwise specified, water for testing will be furnished by the CONTRACTOR; and, the CONTRACTOR shall make all necessary provisions for conveying the water from the AGENCY-designated source to the points of use. B. Release of water from pipelines, after testing has been completed, shall be performed as directed by the ENGINEER. C. All testing operations shall be performed in the presence of the INSPECTOR. 3.2 SEWER PIPE CLEANING A. All sewer pipe shall be thoroughly flushed with clean water, from access-hole to access-hole with an appropriately sized inflatable ball. B. All construction debris and water shall be removed from each access-hole prior to removal of expandable plugs. C. Water used in flushing the new sewer mains and laterals shall not be discharged into the existing sewer system. 3.3 TESTING OF PIPELINE ^ A. General: All gravity sewer pipes and service laterals shall be tested for exfiltration and/or infiltration and deflection, as specified. Sewer pipelines shall be backfilled prior to testing. All leakage tests of sanitary sewer systems shall be in conformance with SSPWC Section 306-1.4.1. B. Water Exfiltration Test shall be in conformance with SSPWC Section 306-1.4.2. C. Water Infiltration Test shall be in conformance with SSPWC Section 306-1.4.3. Unless oth.en.vise specified, infiltration will be measured by the CONTRACTOR using measuring devices approved by the ENGINEER. D. Air Pressure Test shall be in conformance with SSPWC Section 306-1.4.4. E. At the CONTRACTOR'S option, joints may be air tested individually, joint by joint, with the use of specialized equipment. The CONTRACTOR shall submit its joint testing procedure for the ENGINEER'S review and approval prior to testing. Prior to each test, the pipe at the joint shall be wetted with water. The maximum test pressure shall be 3.0 psi. The minimum allowable pressure drop shall be 1.0 psi over a 30-second test period. F. Water Pressure Test shall be in conformance with SSPWC Section 306-1.4.5. SECTION 15043 JUNE 2008 2 of 3 Testing of Gravity Sewer Pipeline G. Deflection Test: All flexible and semi-rigid main line pipe shall be tested in accordance with SSPWC Sections 306-1.2.12 and 306-1.2.13 for deflection, joint displacement, or any other obstruction by passing a rigid mandrel through the pipe by hand, not less than 30 days after completion of the trench backfill, but prior to permanent resurfacing. The mandrel shall be a full circle, solid cylinder, or a rigid, non-adjustable, odd-numbered leg (9 leg minimum) steel cylinder, accepted by the ENGINEER as to design and manufacture. The circular cross section of the mandrel shall have a diameter of at least 95 percent of the specified average inside diameter of the pipe and the minimum length of the circular portion of the mandrel shall be equal to the nominal diameter of the pipe. Obstructions encountered by the mandrel shall be corrected by the CONTRACTOR. 3.4 CLOSED CIRCUIT TELEVISION INSPECTION A. A closed circuit television inspection shall ne conducted of new sewer lines after sewer pipe cleaning and mandrel testing. B. Closed circuit television inspections shall be performed in accordance with the SSPWC, 500-1.1.5. Video documentation shall be provided in digital format (DVD). C. All defects and evidence of reverse slope by ponding of water or dips in pipe alignment revealed by the closed circuit television inspection shall be repaired to the satisfaction of the City Engineer at the Contractor's expense. END OF SECTION SECTION 15043 JUNE 2008 3 of 3 Testing of Gravity Sewer Pipeline SECTION 15056 DUCTILE-IRON PIPE AND FITTINGS PART 1 GENERAL 1.1 DESCRIPTION This section includes materials and installation of ductile-iron pipe and fittings for potable water systems. 1.2 REFERENCE STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. ANSI B16.42 Ductile iron pipe flanges and flanged fittings, classes 150 and 300. ASTM A536 Specification for ductile iron castings. AWWA C104 Cement mortar lining for ductile iron pipe and fittings for water AWWA C105 Polyethylene encasement for ductile iron pipe systems AWWA C111 Rubber-gasket joints for ductile iron pipe AWWA C600 Installation of ductile iron water mains and their appurtenances 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 09900, 15000, 15044, 15061, 15064,15108, and 15112 1.4 SERVICE APPLICATION Ductile-iron pipe shall be used only in specific areas, locations, and uses allowed by the City. 1.5 DESIGN REQUIREMENTS A. General: 1. Ductile-iron pipe and fittings shall be manufactured per AWWA C110, C111, C115, C150, C151, and C153. Gray-iron and cast-iron fittings or flanges shall not be used. 2. Ductile-iron fittings manufactured per AWWA C153 shall be installed on mains 12" and smaller only. 3. Joints for ductile-iron pipe and fittings shall be mechanical, flanged, or push-on in accordance with AWWA C110, C111, and C153. 4. Except as amended herein, or otherwise shown on the Approved Plans, joints for ductile-iron pipe and ductile-iron fittings shall have a pressure rating equal to or greater than the adjacent piping. JUNE 2008 1 of 8 SECTION 15056 Ducile-lron Pipe and Fittings 5. Joints in buried piping may be of the push-on, flanged or mechanical-joint type per AWWA C111 except where particularly specified on the Approved Drawings. 6. Joints that are aboveground, within structures, or submerged shall be flanged unless otherwise shown on the Approved Plans. B. Unless otherwise specified, ductile-iron flanges shall be in accordance with AWWA C115, rated at a working pressure of 1,724 KPa (250 psi). Where required in order to connect to the flanges of 1,724 KPa (250 psi) butterfly valves, or as otherwise shown on the approved plans, ductile-iron flanges shall be compatible with AWWA C207, Class "F". Maximum working pressure of flanges shall be as specified in AWWA or ASME/ANSI. Flanges shall be integrally cast per AWWA C110 or shop-threaded per AWWA C115. Flanges shall be solid. Hollow-back flanges are not permitted. Gray-iron or cast-iron flanges are not permitted. Threading of flanges in the field is not permitted. Where threaded flanges are used, the pipe or spool piece to which they are connected will be hydrostatically tested in the presence of the Engineer prior to installation. The pipe section or spool piece shall be hydrostatically tested for 15 minutes at the pressure rating of the flanges. No leaks shall be permitted. C. Plain ends shall conform to the requirement of AWWA C151 and to the dimensions included within AWWA C110 to accept a mechanical joint, push-on joint, flanged coupling adaptor, flexible coupling, or grooved coupling. Refer to Section 15000 for coupling descriptions. D. The exterior surfaces of all pipe and fittings shall be factory coated with a minimum one-(1) mil thick petroleum asphaltic material per AWWA C110 and C151. E. All pipe and fittings shall be cement-mortar lined in accordance with AWWA C104, using the double thickness requirements indicated in said standard. Type II or Type V Portland cement per ASTM C 150 shall be used. 1.6 QUALITY ASSURANCE A. The manufacturer of each shipment of pipe shall be required to supply a statement certifying that each lot or load of pipe and fittings has been subjected to and met the tests specified for ductile-iron pipe and fittings per AWWA C110, C111, C115, C150, C151, and C153, as applicable. B. All pipe shall have a home mark on the spigot end to indicate proper penetration when the joint is made. C. Ductile-iron pipe shall bear indelible identification markings as required by AWWA C151. JUNE 2008 2 of 8 SECTION 15056 Ducile-lron Pipe and Fittings o 1.7 SUBMITTALS The following items shall be submitted and reviewed by the City prior to shipping of ductile-iron pipe and fittings: A. An affidavit of compliance with AWWA C104, C110, C111, C115, C150, C151, C153, and the requirements of this specification. B. Typical joint details. C. Typical details and description of lining and coating. D. Calculations supporting selected wall thickness. E. Calculations demonstrating that each proposed restrained joint arrangement can resist the applied forces. F. Cathodic protection materials. 1.8 DELIVERY, STORAGE, AND HANDLING Delivery, storage, and handling of ductile-iron pipe and fittings shall follow the recommendations of AWWA C600 and as specified herein: A. Handling of pipe shall be performed with lifts, cranes, or other suitable equipment and devices. Slings, hooks, or pipe tongs shall be padded and used in such a manner as to prevent damage to the pipe, linings, and coatings. The pipes shall not be dropped or dragged. B. During transport, the pipe shall be supported and secured against movement using padded devices in such a manner to prevent damage. C. Stored pipe shall be protected from damage and kept free from dirt and foreign materials by closing the ends of the pipe. Other pipeline materials shall be protected by appropriate packaging or wrapping. Gaskets shall be stored in a cool location out of direct sunlight. Bolts, nuts, and washers shall be handled and stored in a dry location in a manner that will ensure proper use with respect to types and sizes. D. Pipe laid out for installation shall be placed on earth berms or timber cradles adjacent to the trench in the numerical order of installation. E. Maintain plastic end caps on all pipe and fittings in good condition until the pipe is ready to be installed in the trench. Periodically open the plastic end caps and spray clean potable water inside the pipe for moisture control. F. Under no circumstances shall ropes or other devices be attached through the fitting's interior for handling. JUNE 2008 3 of 8 SECTION 15056 Ducile-lron Pipe and Fittings 1.9 RECYCLED WATER IDENTIFICATION Ductile-iron pipe and fittings for recycled water shall be identified with purple-colored coating, purple polyethylene sleeves, identification labels or signs in accordance with Section 15000. 1.10 CORROSION PROTECTION Polyethylene encasement shall be installed on all buried ductile-iron pipe and fittings in accordance with Section 15000. Additionally, all buried ductile iron fittings with bolted connections (flanges, mechanical joints, etc) shall be coated with wax tape in accordance with Section 09902. 1.11 WARNING/IDENTIFICATION TAPE Warning/Identification tape shall be installed for ductile-iron pipe and fittings in accordance with Section 15000. PART 2 MATERIALS 2.1 DUCTILE-IRON Ductile-iron pipe and appurtenant components and materials shall be selected from the Approved Materials List in accord with the Standard Drawings. 2.2 GASKETS A. Mechanical joint rubber gasket configuration and materials shall comply with AWWA C111, and according to the applicable joint type and pressure rating of the piping system. B. Flange gaskets shall be 1/8" thick acrylic or aramid fibers bound with nitrile for all sizes of pipe. Gaskets shall be full-face type with pre-punched holes. Ring gaskets extending to the inner edge of the bolt circumference may be used only upon approval of the City Engineer. C. Push-on joint rubber gaskets shall be per AWWA C111. D. If organic solvents or petroleum products are encountered during the course of the work, alternate gasket materials or joint treatment may be required by the Engineer. 2.3 BOLTS AND NUTS FOR FLANGES Bolts and nuts shall be in accordance with Section 15000 and shall be selected from the Approved Materials List. 2.4 WAX TAPE COATING Wax Tape shall be provided in accordance with Section 09902 and the Approved Materials List. JUNE 2008 4 of 8 SECTION 15056 Ducile-lron Pipe and Fittings 2.5 POLYETHYLENE ENCASEMENT Polyethylene encasement shall be provided in accordance with Section 15000 and selected from the Approved Materials List. 2.6 WARNING/IDENTIFICATION TAPE Warning/Identification tape materials shall be in accordance with Section 15000 and selected from the Approved Materials List. PART 3 EXECUTION 3.1 GENERAL At all times when the work of installing pipe is not in progress, including worker break times, ends of the pipe shall be closed with a vermin-proof and child-proof cap or plug. Do not permit trench water to enter the pipe. Do not place tools, clothing, or other materials in the pipe. The Contractor shall maintain the interior of the pipe in a sanitary condition free from foreign materials. 3.2 TRENCHING, BACKFILLING AND COMPACTING Trenching, backfilling and compacting shall be performed in accordance with Section 02223. 3.3 DEWATERING The Contractor shall provide and maintain at all times during construction ample means and devices to promptly remove and dispose of all water from any source entering trench excavations or other parts of the work. Any damage caused by flooding of the trench shall be the Contractor's responsibility. Dewatering shall be performed by methods that will maintain a dry excavation, preservation of the final lines and grades and protection of all utilities. If flooding of the trench does occur, the Contractor shall immediately dewater and restore the trench. Damaged or altered pipeline appurtenances or trench materials shall be repaired or replaced as directed by the Engineer. 3.4 PIPE INSTALLATION When the work requires and the size of the pipe allows entry of personnel into the pipe, the Contractor shall comply with all Federal and State regulations for confined space entry. Work inside pipelines shall not be undertaken until all the tests and safety provisions of the Code of Federal Regulations 1910.146, and the General Industry Safety Orders of the California Code of Regulations, Title 8, Section 5159 for confined space entry have been performed and the area is verified as safe to enter. JUNE 2008 5 of 8 SECTION 15056 Ducile-lron Pipe and Fittings The Contractor shall furnish and install all pipe, specials, fittings, closure pieces, valves, supports, bolts, nuts, gaskets, jointing materials, and all other appurtenances as shown on the Approved Plans and as required to provide a complete and workable installation. Install pipe in the trench as follows: A. Inspect each pipe and fitting before lowering the pipe or fitting into the trench. Inspect the interior and exterior protective coatings. Patch damaged areas in the field with material recommended by the protective coating manufacturer. Thoroughly clean the ends of the pipe. Remove foreign matter and dirt from inside of the pipe and keep pipe clean during and after installation. B. Install pipe according to the manufacturer's approved order of installation. Install pipes uphill if the grade exceeds 10%. Lower the pipe onto the bedding at the proper lines and grades. C. The manufacturer's printed installation guide outlining the radius of curvature that can be negotiated with pipe sections of various lengths shall be followed, except they shall not exceed the deflections allowed in AWWA C600 according to joint type. Combined deflections at rubber gasket or flexible coupling joints shall not exceed that recommended by the manufacturer. D. The pipe shall have firm bearing along its full length, and bell holes shall be provided at each joint to permit visual inspection of the joint and prevent the pipe from being supported by the bell end or coupling. E. Pipe Assembly: 1. Push-On Type: Assemble the pipe joint using a lubricant selected from the Approved Materials List. Insert the spigot end into the bell or coupling to the proper insertion mark. Check that the elastomeric ring has not left the groove during assembly by passing a feeler gauge around the completed joint. Drive spigot ends of the pipe into bell ends in accordance with the manufacturer's recommendations. Stabbing shall not be permitted. 2. Mechanical Joint Type: Assembly of mechanical joint fittings shall be in accordance with the manufacturer's recommendations regarding installation. F. During installation operations, do not place tools, clothing, or other materials in the pipe. G. When pipe installation is not in progress, including worker break times, ends of the pipe shall be closed with a vermin-proof and child-proof cap or plug. Do not permit trench water, animals, or foreign material to enter the pipe. 3.5 CORROSION PROTECTION Polyethylene encasement shall be installed on all buried ductile-iron pipe and fittings in accordance with Section 15000. Additionally, all buried ductile iron fittings with bolted connections (flanges, mechanical joints, etc) shall be coated with wax tape in accordance with Section 09902. JUNE 2008 6 of 8 SECTION 15056 Ducile-lron Pipe and Fittings o 3.6 FLANGED PIPE AND FITTINGS Flanged connections shall be installed where indicated on the Approved Drawings. A. Bolt holes shall straddle the horizontal and vertical centerlines. B. The bolts, nuts and flange faces shall be thoroughly cleaned by wire brush prior to assembly. C. Bolts and nuts shall be lubricated with a City-approved anti-seize compound. D. Nuts shall be tightened in an alternating "star" pattern to the manufacturer's recommended torque. E. Coat the exterior of exposed flanges, bolts and nuts located aboveground or within vaults in accordance with Section 09910. 3.7 MECHANICAL JOINT CONNECTIONS A. Install mechanical joint connections per AWWA C600 and the manufacturer's recommendations. B. Prior to installation of the mechanical joint, clean the socket and plain end of the pipe. Lubricate both the gasket and plain end of the pipe with an approved lubricant per AWWA C111 immediately prior to slipping the gasket onto the plain end of the pipe. C. Tighten the bolts to the normal range of bolt torque per the manufacturer's recommendations and AWWA C600k, Table 3, as follows: Pipe Diameter Bolt Size Range of Torque 3" 5/8" 61-81 N-M (45-60 ft.-lb.) 4-24" 3/4" 102-122 N-M (75-90 ft.-lb.) 30-36" 21" 136-163 N-M (100-120 ft.-lb.) 3.8 CROSSES A. Each flanged ductile-iron cross shall be installed with flanged ductile-iron pipe spools between the cross and the valves. The spools are included to position the valves a sufficient distance from the cross to allow installation of the thrust blocks without conflicting with the valve actuators. B. The spools shall be 18" long for pipe sizes 8" through 12", and 24" long for pipe sizes 16" and larger. C. The spools shall be equal in class to the adjacent pipe. 3.9 JOINT BONDING AND CATHODIC PROTECTION Bonding of joints to provide continuity, flange insulation kits, internal epoxy linings, and other cathodic protection items and materials shall be installed where shown on the Approved Plans in accordance with the Standard Drawings and Section 16640. JUNE 2008 7 of 8 SECTION 15056 Ducile-lron Pipe and Fittings 3.10 COUPLINGS FOR DUCTILE-IRON PIPE Mechanical type flexible joints shall be installed where shown on the Approved Drawings. Grooved couplings shall be used in vaults and above ground. Flexible couplings may be used, where indicated on the drawings, below ground, but may also be used above ground with restrained joints. Flanged coupling adapters shall be used for buried pipelines, where allowed by the City. A. Grooved joint couplings shall be installed per AWWA C606 and as indicated in Section 15000. B. Flanged coupling adapters, where allowed by the City, shall be installed per the manufacturer's recommendations. C. Flexible couplings shall be installed per Section 15000 and the manufacturer's recommendations. D. All couplings for ductile-iron pipe shall be shop-coated in accordance with Section 15000. 3.11 CONCRETE Concrete thrust and anchor blocks shall be installed in accordance with Section 03000 and the Standards Drawings. 3.12 WARNING/IDENTIFICATION TAPE Warning/Identification tape shall be installed in accordance with Section 15000 and the Standard Drawings. 3.13 DISINFECTION AND BACTERIOLOGICAL TESTING Disinfection, bacteriological testing, and flushing shall be performed in accordance with Section 15041. 3.14 HYDROSTATIC TESTING Field hydrostatic testing shall be performed in accordance with Section 15044. END OF SECTION o JUNE 2008 8 of 8 SECTION 15056 Ducile-lron Pipe and Fittings SECTION 15063 POLYVINYL CHLORIDE (PVC) GRAVITY SEWER PIPE PART 1 - GENERAL 1.1 DESCRIPTION This section designates the requirements for the manufacture and installation of polyvinyl chloride, abbreviated PVC, gravity sewer pipe to be furnished and installed by the Contractor, at the location and to the lines and grades shown on the Plans as herein specified. This work shall be in accordance with these specifications and the City of Carlsbad Standards for Sanitary Sewers. 1.2 REFERENCE STANDARDS ASTM D2321 Underground Installation of Flexible Thermoplastic Sewer Pipe ASTM D2412 Pipe Stiffness Test ASTM D3034 PVC Sewer Pipe and Fittings (4" to 15") ASTM D3212 Joints for Drain and Sewer Plastic Pipe Using Elastomeric Seals ASTM F477 Elastomeric Gaskets for Joining Plastic Pipe ASTM F679 PVC Large Diameter Gravity Sewer Pipe and Fittings (18" to 27") UNI-B-5 Uni Bell Recommended Practice for the Installation of PVC Sewer Pipe 1.3 RELATED WORK DESCRIBED ELSEWHERE The Contractor shall refer to the following Specification section(s) for additional requirements: A. Trenching, Excavation, Backfilling and Compaction: 02223 B. Cast-ln-Place Concrete: 03000 C. Testing of Gravity Sewer Pipelines: 15043 1.4 SUBMITTALS The Contractor shall furnish submittals in accordance with the General Provisions. Submittals are required for the following: A. Submit Shop Drawings, material lists, manufacturer's literature and catalog cuts and other information. B. An affidavit from the pipe manufacturer including compliance with requirements of the Plans and Specifications shall be delivered with the pipe. 1.5 QUALITY ASSURANCE A. The manufacturer of each shipment of pipe shall be required to supply a statement certifying that each lot or load of pipe has been subjected to the tests specified for PVC gravity sewer pipe. Tests shall show that the pipe has been found to meet all the requirements of ASTM D3034, F679, and/or F794 as applicable. B. Sewer pipe shall be furnished in standard 14' or 20' lengths, unless otherwise detailed or required on the Approved Plans. Random lengths may be furnished but shall not exceed 15% of the total footage. SECTION 15063 JUNE 2008 1 of 7 Polyvinyl Chloride (PVC) Gravity Sewer Pipe C. PVC pipe and couplings shall bear indelible identification markings as required by ASTM D3034, F679 and/or F794 and as follows: 1. All pipe, fittings, and couplings shall be clearly marked at an interval not to exceed 5' as follows: a. Nominal pipe diameter. b. PVC cell classification. c. Company, plant, date of manufacture, ASTM and SDR designation. Fittings and couplings do not require the SDR designation. d. Service designation or legend. 2. All pipe shall have home marks on the spigot ends to indicate proper penetration when joints are made. 1.6 DELIVERY, STORAGE, AND HANDLING A. PVC pipe shall be stored in suppliers' yards and on the job site in accordance with AWWA . M23 and the manufacturer's recommendations. PVC pipe that has been subjected to excessive ultraviolet radiation from the sun shall not be used. The determination as to the acceptability of PVC pipe faded by the sun's radiation shall rest solely with the City's Engineer. B. Store PVC pipe in the field by supporting the pipe uniformly per AWWA M23. Do not stack pipe higher than 4' or stack the pipe with weight on the bell ends. Cover stored PVC pipe to protect it from the sun's ultraviolet radiation. Any pipe that has been contaminated with any petroleum products (inside or outside) shall not be installed. C. Pipe and fittings shall be handled according to manufacturer's recommendations. Proper care shall be used to prevent damage in handling, moving, and placing the pipe. All pipe, fittings, and other pipeline materials shall be lowered into the trench in a manner that prevents damage. Pipe shall not be dropped, dragged or handled in a manner that will cause bruises, cracks, or other damage. PVC pipe or fittings that have been gouged or scratched shall be subject to rejection as determined by the City Engineer. PART 2 - MATERIALS 2.1 GENERAL PVC gravity sewer pipe shall be made of PVC plastic having a cell classification of 12454-B, 13364-A, or 13364-B as defined in ASTM D1784. The fittings shall be made of PVC plastic having a cell classification of 12454-B, 12454-C, or 13343-C as defined in ASTM D1784. 2.2 PIPE A. PVC gravity sewer pipe, fittings, coupling and joints, 4-inch through 15-inch, shall be manufactured in conformance with the requirements of ASTM D3034, SDR 35 and shall have gasketed joints. All pipe shall be of solid wall construction with smooth interior and exterior surfaces. 3 SECTION 15063 JUNE 2008 2 of 7 Polyvinyl Chloride (PVC) Gravity Sewer Pipe B. PVC gravity sewer pipe, fittings, coupling and joints, 18-inch through 21-inch, shall be manufactured in conformance with the requirements of ASTM F679 with T-1 wall thickness and shall have gasketed joints. All pipe shall be of solid wall construction with smooth interior and exterior surfaces. C. The minimum pipe stiffness for both small diameter and large diameter PVC gravity sewer pipe shall be 46 psi according to ASTM D2412. D. Pipe Manufacturer's, or equal 1. J-M Manufacturing, Co. 2. Certainteed Corp. 3. Diamond Plastics 2.3 JOINTS A. The pipe shall be jointed with an integral bell gasketed joint that meets the requirements of ASTM D3212. The gasket shall be manufactured from a synthetic elastomer and factory installed in the belled end of the pipe. Gasket shall conform to ASTM F477. B. All pipe shall have a homemark on the spigot end to indicate proper penetration when the joint is made. The socket and spigot configurations for fittings and couplings shall be compatible to those used for the pipe. PART 3 - EXECUTION 3.1 GENERAL A. At all times when the work of installing pipe is not in progress, including worker break times, close the ends of the pipe with a tight-fitting, vermin-proof and child-proof, cap or plug. Do not permit trench water to enter the pipe. Do not place tools, clothing, or other materials in the pipe. The Contractor shall maintain the interior of the pipe in a sanitary condition free from foreign materials. B. Where pipe sections less than standard pipe lengths are required, the pipe sections shall be installed in accordance with the manufacturer's installation guide and shall only be used with the approval of the City Engineer. The minimum pipe length permitted is 5' when used to connect to manholes and cleanouts. The minimum pipe length permitted for stub outs shall be 36". 3.2 TRENCHING, BACKFILLING AND COMPACTION Trenching, bedding, backfilling and compaction operations shall be performed in accordance with Section 02223. 3.3 DEWATERING The Contractor shall provide and maintain at all times during construction ample means and devices to promptly remove and dispose all water from any source entering trench excavations or other parts of the work in accordance with Section 02223. Any damage caused by flooding of the trench shall be the Contractors responsibility. Dewatering shall be performed by methods that will maintain a dry excavation, preservation of the final lines and grades and protection of all utilities. Sewer mains shall not be used as drains for dewatering construction trenches. If flooding or the trench does occur, the Contractor shall immediately dewater and restore the trench. Damaged or altered pipeline appurtenances or trench materials shall be repaired or replaces as directed by the Engineer. SECTION 15063 JUNE 2008 3 of 7 Polyvinyl Chloride (PVC) Gravity Sewer Pipe 3.4 PIPELINE INSTALLATION When the work requires and the size of the pipe allows entry of personnel into the pipe, the ^g^. Contractor shall comply with all Federal and State regulations for confined space entry. Work inside ^"^ pipelines shall not be undertaken until all the tests and safety provisions of the Code of Federal ***' Regulations 1910.146, and the General Industry Safety Orders of the California Code of Regulations, Title 8, Section 5159 for confined space entry have been performed and the area is verified as safe to enter. The Contractor shall furnish and install all pipe, specials, fittings, closure pieces, supports, gaskets, jointing materials, and all other appurtenances as shown and as required to provide a complete and workable installation. Pipe installation shall be as recommended in UNI-B-5 except as modified below and as shown on the Approval Plans. A. Inspect each section of pipe prior to lowering the pipe into the trench. Thoroughly clean the ends of the pipe. Remove foreign matter and dirt from inside of the pipe and keep pipe clean during and after installation. B. Install pipe according to the manufacturer's approved order of installation to the proper lines and grades as shown on the Approved Plans. 1. Pipe shall be installed with pipe bells up-grade. Lay pipes uphill if the grade exceeds 10 percent (10%). 2. Installation tolerances for the pipe shall not vary more than 2" horizontally or 1" vertically from the alignment and elevation shown on the Approved Plans. 3. Install the pipe such that the identification markings on each pipe section are continuously aligned for the total length of the pipeline alignment. Orient the strip marking upwards to the 12 o'clock position (top) of the trench opening. s*tL 4. Avoidance of reverse slope: Any pipeline installed with reversed slope, as evidence by ponding of water or sag, is not allowed. Any such pipeline shall be removed and replaced (at proper line and grade) to the nearest upstream and downstream sewer structure as directed by the City Engineer. C. The pipe shall have firm bearing along its full length, and bell holes shall be provided at each joint to permit visual inspection of the joint and prevent the pipe from being supported by the bell and or coupling. D. Field cutting and milling shall be accomplished to equal the quality of shop-fabricated ends in accordance with the manufacturer's written instructions. E. Pipe Assembly: Assemble the pipe joint using the lubricant supplied by the pipe manufacturer. Insert the spigot end into the bell or coupling to proper insertion mark. Check that the elastomeric ring has not left the groove during assembly by passing a feeler gauge around the completed joint. Drive the spigot end into the bell in accordance with the manufacturer's recommendations. Stabbing shall not be permitted. F. Pipe curvature shall comply with design requirements specified in Chapter 6 of Volume 1 of the Carlsbad Engineering Standards. Mechanical means shall not be used to accomplish bending. Bending should be done manually by workers in the trench. Curvature will be accomplished by bending the pipe rather than deflecting joints. G. PVC wyes shall be located where shown on the Approved Plans in accordance with the Standard Drawings. Wyes shall not be placed closer than 5' from the exterior of any structure such as manholes. •**% SECTION 15063 JUNE 2008 4 of 7 Polyvinyl Chloride (PVC) Gravity Sewer Pipe 3.5 SEWER LATERALS A. The Contractor shall install sewer laterals using wye-branch fittings sized and located as shown on the Approved Plans. B. All sewer laterals that are to be left unconnected to a building lateral extension shall be capped and identified as shown on the Standard Drawings. C. All sewer laterals shall run perpendicular from the sewer main to the property line. They shall be bedded, backfilled and compacted the same as the sewer main into which they connect in accordance with Section 02223. D. All Sewer laterals shall be plugged or capped at the end of the last joint, to withstand the internal pressure during leakage and infiltration testing. 3.6 SADDLE CONNECTIONS TO EXISTING SEWER MAINS The Contractor shall furnish the saddle fitting, appurtenances and all other materials necessary to complete the connection. The Contractor shall provide all equipment and labor required for the excavation and installation of the connection including, but not limited to backfill and pavement replacement. In certain circumstances the Contractor may be required to provide a water truck, bypass pump, and fittings as part of the equipment for making the connections. Emergency standby equipment or materials may be required of the Contractor by the City Engineer. Saddle connections to existing sewer mains for the tie-in of new sewer laterals shall be as follows: A. Prior to construction, Contractor shall pothole the existing pipe at the location of the proposed connection. The City shall inspect the pothole prior to Contractor's repair of trench. Contractor shall record the following information on Record Drawings: 1. Pipe size, outside diameter. 2. Pipe type such as PVC or VCP. 3. Elevation, grade, and alignment. 4. Can the tie-in be made at the indicated location, assure no collars, pipe bells, fittings or couplings exist in the area of the connection. 5. Potential conflicts with existing utilities. B. To facilitate the proposed connection and allow for slight adjustment in alignment, the Contractor shall leave a minimum 10' gap between the new pipe installation and the proposed connection point at the existing main. The Contractor shall leave a gap longer than 10' if conditions warrant, or if directed by the Engineer. C. After the City Engineer has given approval to proceed with the connection, the Contractor shall schedule the connection with the City Engineer. 1. Tie-ins will be scheduled at the convenience of the City. Work may be scheduled for nights and weekends if required. SECTION 15063 JUNE 2008 5 of 7 Polyvinyl Chloride (PVC) Gravity Sewer Pipe 2. The Contractor shall give the City Engineer a minimum of five (5) working days notice prior to any proposed excavation. Scheduling shall be subject to approval of the City Engineer. 3. The City Engineer may postpone or reschedule the connection operation if, for any reason, the City Engineer believes that the Contractor is improperly prepared with competent personnel, equipment, or materials to proceed with the connection. 4. If progress in completing the connection within the time specified is inadequate, the City Engineer may order necessary corrective measures. Corrective measures may consist of directing City personnel or another contractor to complete the work. All costs for corrective measures shall be borne by the Contractor. D. Contractor may proceed with the excavation and connection, only when approved materials are onsite, connection operations have been scheduled and a copy of the approved traffic control plan has been supplied to the City Engineer. 1 . The Contractor shall saw-cut pavement, excavate and provide and install shoring and steel plating, when necessary, one day prior to the wet tap or cut-in installation. 2. The Contractor shall provide lights, barricades and traffic control in accordance with the Agency of jurisdiction as deemed necessary for the excavation by the City Engineer. 3. After the City Engineer has given approval to proceed, the Contractor shall complete the installation as shown on the Approved Plan in accordance with Standard Specifications including: a. Installing the pipe section(s) necessary to make the closure to the new system. b. Complete all backfill and compaction of the trench in accordance with Section 02223. c. Make all pavement repairs and/or replacement as necessary in accordance with agency of jurisdiction requirements. d. Discard pipe and appurtenances removed from service as specified in this Section. e. In lieu of a saddle connection, a wye connection may be made by cutting the sewer and installing a wye. All applicable provisions of this Specification will be adhered to in making a cut-in wye connection. 3.7 CONNECTION TO EXISTING SEWER SYSTEMS A. Connection to the existing sewer system at an existing manhole or dead end shall be made as shown on the Approved Plans in accordance with Section 03460. All work shall be performed in the presence of the City Engineer. B. In order to prevent accidental use of the new sewer before completion and acceptance, the new inlet to the existing tie-in manhole and outlet of the new upstream manhole shall be sealed with expandable plugs. Installation of plugs shall be in accordance with the manufacturer's recommendations and as approved by the City Engineer. Plugs shall be removed at the time of final inspection or as directed by the City Engineer. SECTION 15063 JUNE 2008 6 of 7 Polyvinyl Chloride (PVC) Gravity Sewer Pipe 3.8 PIPELINE ABANDONMENT A. Sewer pipelines specifically identified to be abandoned in-place shall be slurry filled with a 2- sack cement slurry. All other inactive sewer lines shall be removed, unless directed otherwise by the City Engineer. B. Sewer laterals shall be cut and capped at the main or property line, as directed by the City Engineer. END OF SECTION SECTION 15063 JUNE 2008 7 of 7 Polyvinyl Chloride (PVC) Gravity Sewer Pipe SECTION 15064 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE AND FITTINGS (AWWA C900) PART 1 GENERAL 1.1 DESCRIPTION This section designates the requirements for the manufacture and installation of polyvinyl chloride, abbreviated PVC, pressure pipe, to be furnished and installed by the Contractor, at the location and to the lines and grades shown on the Plans as herein specified. Specifications for related Work are as follows: AWWA C900 PVC Pressure Pipe ANSI A21.10 Ductile Iron and Gray-Iron Fittings AWWA C110 Ductile Iron and Gray-Iron Fittings AWWA C153 Ductile Iron Compact Fittings AWWA Manual M23 Pipe Design and Installation 1.2 RELATED WORK DESCRIBED ELSEWHERE The Contractor shall refer to the following Specification section(s) for additional requirements: A. Disinfection of Piping: 15041 B. Hydrostatic Testing of Pressure Pipeline: 15044 1.3 SUBMITTALS The Contractor shall furnish submittals in accordance with Section 2-5.3 of the GENERAL PROVISIONS. Submittals are required for the following: A. Submit Shop Drawings, material lists, manufacturer's literature and catalog cuts and other information. Materials shall be selected from the Approved Materials list. B. Submit an affidavit from the pipe manufacturer that all delivered materials comply with the requirements of AWWA C900, the Plans and Specifications. 1.4 PAYMENT A. Payment for the Work in this section shall be included as part of the lump-sum or unit-price bid amount for which such Work is appurtenant thereto. B. Payment by the linear foot shall be for each diameter and for each pipe strength designation measured horizontally over the pipe centerline. JUNE 2008 1 of 5 SECTION 15064 Polyvinyl Chloride (PVC) Pressure Pipe and Fittings (AWWA C900) PART 2 - MATERIALS 2.1 GENERAL ^/ Material used to produce the pipe shall be made from Class 12454-A or B rigid polyvinyl chloride compounds in accordance with AWWA C900 Section 2.1 (Basic Materials), with an established hydrostatic design basis (HDB) equal to or greater than 4000 psi for water at 73.4 degrees F (23 C). Elastomeric gaskets shall comply with the requirements of AWWA C900 Sections 2.1.5 and 2.1.5.1 (Gaskets and Lubricants). 2.2 PIPE PVC pressure pipe, 4-inch through 12-inch, shall be manufactured in accordance with AWWA C900, and shall be of the sizes and pressure classes shown on the Plans. The pipe shall have integral bell and spigot joints with elastomeric gaskets in accordance with AWWA C900 Section 2.2 (Pipe Requirements). The pipe shall conform with the outside diameter of cast-iron pipe unless otherwise specified and shall conform with the wall thickness of DR series 14,18, or 25. 2.3 FITTINGS All fittings for PVC pressure pipe shall be manufactured in accordance with ANSI A21.10, AWWA C110 or C153. All fittings shall be made of ductile iron and the letters "Dl" or "DUCTILE" shall be cast on them, unless otherwise specified. Bell size shall be for Class 150 and Class 200 cast-iron equivalent PVC pressure pipe, including the rubber-ring retaining groove. 2.4 SERVICES SADDLES Service saddles for PVC pressure pipe shall be made of silicone bronze or brass and **** shall be double banded or wide single band style and selected from the Approved Materials list. The band(s) and nuts shall be type 304 stainless steel and designed specifically for use with AWWA C900 PVC pipe. Each saddle shall accurately fit the contour of the pipe O.D. without causing distortion of the pipe. The saddle shall be securely held in place with stainless steel bolts and nuts. The service saddle shall have a published working pressure at least equal to the pressure class of the pipe on which it is installed. All saddles shall be provided with torque information and installation instructions. Saddles shall be in accordance with Carlsbad Rules and Regulations for the Construction of Potable Water Mains. 2.5 JOINT RESTRAINT SYSTEMS Joint Restraint Systems may be used for PVC or ductile-iron pipe when shown on the Approved Plans or with prior approval of the City Engineer. Contractor shall submit shop drawings and catalog data for joint restraint systems in accordance with the General Provisions. Joint Restraint Systems shall be ductile-iron and shall consist of a split-ring restraint with machined (not cast) serrations on the inside diameter and connecting bolts, and shall be selected from the Approved Materials List. o JUNE 2008 2 of 5 SECTION 15064 Polyvinyl Chloride (PVC) Pressure Pipe and Fittings (AWWA C900) 2.6 DEFLECTION COUPLINGS A. Deflection couplings shall be selected from the District's approved materials list and deflections shall not exceed 80% of the manufacturer's written recommendations. Depending on the manufacturer, this will result in a maximum allowable deflection of 2° at each bell for a maximum of 4° total deflection with each deflection coupling. Deflection couplings are allowed on AWWA C900 PVC pipe for pipe sizes 4" through 12". B. Deflection couplings for use with AWWA C905 PVC Pipe shall be submitted to and approved by the City Engineer prior to installation. PART 3 - EXECUTION 3.1 PIPE LENGTHS Laying lengths shall be 20-feet with the manufacturer's option to supply up to 15% random (minimum length 10-feet) sections. No deflections at bells, fittings or of the pipe will be allowed. The use of deflection collars shall be required. 3.2 MARKING Each pipe length shall be marked showing the nominal pipe size, O.D. base, the AWWA pressure class, and AWWA specification designation in accordance with AWWA C900 Section 2.6 (Marking Requirements). For potable water application, the pipe shall be white or blue in color and the seal of the testing agency that verified the suitability of the material for such service shall be included. 3.3 EARTHWORK Excavation and backfill, including the pipe bedding, shall conform to the provisions of Section 02223. 3.4 GENERAL INSTALLATIONS PROCEDURES AND WORKMANSHIP PVC pressure pipe and fittings shall be installed per AWWA Manual M23 "PVC Pipe-Design and Installation", and as herein specified. Proper care shall be used to prevent damage in handling, moving, and placing the pipe. Hoist pipe with fork lift or other handling equipment to prevent major damage or shorten its service life. A cloth belt sling or a continuous fiber rope shall be used to prevent scratching the pipe. The pipe shall be lowered and not dropped from the truck. Dropped pipe will be rejected. JUNE 2008 3 Of 5 SECTION 15064 Polyvinyl Chloride (PVC) Pressure Pipe and Fittings (AWWA C900) Prior to laying the pipe, the bottom of the trench shall be graded and prepared to provide uniform bearing throughout the entire length of each joint of pipe. Bell holes of ample dimension shall be dug in the bottom of the trench at the locations of each joint to facilitate the joining. The trench shall have a flat or semi-circular bottom conforming to the grade to which the pipe is to be laid. The pipe shall be accurately placed in the trench to the lines and grades on the Plans. Fittings shall be supported independently of the pipe. 3.5 LONGITUDINAL BENDING Neither Longitudinal bending nor deflection of joints is allowed on AWWA C900 PVC pressure pipe. Deflections less than allowed with standard ductile iron fittings shall be accomplished with the use of deflection couplings designed for use with AWWA C900 PVC pipe. Deflection couplings shall be selected from the District's approved materials list and deflections shall not exceed 80% of the manufacturer's written recommendations. Depending on the manufacturer, this will generally result in a maximum allowable deflection of 2° at each bell for a maximum of 4° total deflection with each deflection coupling. Deflection couplings are allowed on AWWA C900 PVC pipe for pipe sizes 4" through 12". Deflection couplings for larger pipe require the specific approval of the City Engineer. 3.6 PIPE JOINT ASSEMBLY The spigot and bell shall slide together without displacement of the rubber gasket. The joint shall be dirt free. The best laying practice is with the bell facing in the direction of laying. Insert the rubber ring into the groove making sure the ring is completely seated. Lubrication of the spigot and instruction of use shall be supplied by the pipe manufacturer. The spigot shall be inserted into the bell and forced slowly into position by use of a large bar lever and a wood block across the pipe end. For large pipe, a come-along (with padding that will not scratch the pipe) may be used. 3.7 CONCRETE THRUST BLOCKS Concrete thrust blocks shall be placed as shown on the Plans and shall conform to the requirement of Section 03000. Concrete blocks shall be placed between the undisturbed ground and the fittings to be anchored. Quantity of concrete and the bearing area of the pipe and undisturbed soil shall be as shown on the Plans, unless otherwise determined by the City Engineer. The concrete shall be placed, unless specifically shown otherwise on the Plans, so that the pipe joints and fittings will be accessible to repairs. 3.8 JOINT RESTRAINT SYSTEMS Joint Restraint Systems shall be installed as shown on the Approved Drawings and in accordance with the manufacturer's recommendations. Joint Restraint Systems may be used in lieu of concrete thrust blocks with permission of the City Engineer. JUNE 2008 4 of 5 SECTION 15064 Polyvinyl Chloride (PVC) Pressure Pipe and Fittings (AWWA C900) 3.9 PREVENTING FOREIGN MATTER FROM ENTERING THE PIPE At all times when pipe laying is not in progress, the open end of the pipe shall be closed with a tight-fitting cap or plug to prevent the entrance of foreign matter into the pipe. These provisions shall apply during the noon hour as well as overnight. In no event shall the pipeline be used as a drain for removing water which has infiltrated into the trench. The Contractor shall maintain the inside of the pipe free from foreign materials and in a clean and sanitary condition until its acceptance by the City Engineer. 3.10 LEAKAGE TEST General: All pipelines shall be tested in accordance with Section 15044, Hydrostatic Testing of Pressure Pipe. 3.11 DISINFECTION Disinfection shall be in accordance with Section 15041, Testing, Flushing and Disinfection of Piping. END OF SECTION JUNE 2008 5 of 5 SECTION 15064 Polyvinyl Chloride (PVC) Pressure Pipe and Fittings (AWWA C900) APPENDIX "A" KINDER MORGAN POTHOLE REPORT KINDEFUMORGAN ENERGY PARTNERS, L.P. SFPP. L.P. SFPP L P OperatingVartnership March 10>2009 ENG 4-2-1 (99.1-126) (80.7-122) NIS File Reference #09-110-1 Jacob Moeder, P.E. Associate Engineer Public Works Engineering City of Carlsbad 1635 Faraday Avenue Carlsbad CA 92008 Re: Tamarack Avenue Sewer Replacement; CIP 5510 Dear Mr. Moeder: This is in reply to the email letter dated February 5, 2009 concerning the above referenced project in the City of Carlsbad, San Diego County, California. A copy of the drawing is enclosed for Line Section 126, sheet 121, that respectively depicts the general alignment of Kinder Morgan's (KM) active 16-inch high pressure refined petroleum products pipelines and idle 10-inch pipeline. In the interest of public safety and for pipeline protection, the following provisions must be considered in the design and subsequent construction of improvements near KM's pipelines: 1. Exact pipeline locations can only be determined by pothole. The pothole work must be performed by hand excavation and in the presence of a pipeline representative by contacting Kinder Morgan Area Manager, Mr. Frank Luera at (619) 281-4052, at least two weeks prior to commencement of work. Mr. Luera will arrange for a pipeline representative to be present during work near the pipelines. 2. Adherence to provisions enumerated in the enclosed copy of (a) L-OM200-29 "Guidelines for Design and Construction" relating to proposed projects affecting Kinder Morgan pipelines and (b) copy of Information Bulletin #03-001, issued from the office of the California State Fire Marshal concerning encroachments within and adjacent to pipeline easements. 3. When preliminary project plans have been formulated, based upon the field determination (surveyed potholes) of existing substructures, please forward a full sized set of drawings (to this office) showing KM pipelines in plan and profile relative to the proposed improvements and existing conditions. Upon review of the drawings we will provide you with the necessary provisions for pipeline protection when working near these facilities Please use File Reference number 09-110 for future correspondence concerning this matter. Sincerely, T: Quinn/Ietters/ENG4-2-l/09-110-l Enclosures cc: Frank Luera w/enclosures 1100 TownS Country Road Orange, California 92868 714/560-4400 714/560^601 Fax/ KINDER MORGAN Guidelines for Design and Construction near Kinder Morgan Hazardous Liquid Operated Facilities Name of Company: The list of design, construction and contractor requirements, including but not limited to the following, for the design and installation of foreign utilities or improvements on KM right-of-way (ROW) are not intended nor do they waive or modify any rights KM may have under existing easements or ROW agreements. Reference existing easements and amendments for additional requirements. This list of requirements is applicable for KM facilities on easements only. Encroachments on fee property should be referred to the ROW Department. Design • KM shall be provided sufficient prior notice of planned activities involving excavation, blasting, or any type of construction on KM's ROW to determine and resolve any location, grade or encroachment problems and provide protection of our facilities and the public before the actual work is to take place. • Encroaching entity shall provide KM with a set of drawings for review and a set of final construction drawings showing all aspects of the proposed facilities in the vicinity of KM's ROW. The encroaching entity shall also provide a set of as-built drawings showing the proposed facilities in the vicinity of KM's ROW. • Only facilities shown on drawings reviewed by (Company) will be approved for installation on KM's ROW. All drawing revisions that effect facilities proposed to be placed on KM's ROW must be approved by KM in writing. • KM shall approve the design of all permanent road crossings. • Any repair to surface facilities following future pipeline maintenance or repair work by KM will be at the expense of the developer or landowner. • The depth of cover over the KM pipelines shall not be reduced nor drainage altered without KM's written approval. « Construction of any permanent structure, building(s) or obstructions within KM pipeline easement is not permitted. » Planting of shrubs and trees is not permitted on KM pipeline easement. • Irrigation equipment i.e. backflow prevent devices, meters, valves, valve boxes, etc. shall not be located on KM easement. • Foreign line, gas, water, electric and sewer lines, etc., may cross perpendicular to KM's pipeline within the ROW, provided that a minimum of two (2) feet of vertical clearance is maintained between KM pipeline(s) and the foreign pipeline. Constant line elevations must be maintained across KM's entire ROW width, gravity drain lines are the only exception. Foreign line crossings below the KM pipeline must be evaluated by KM to ensure that a significant length of the KM line is not exposed and unsupported during construction. When installing underground utilities, the last line should be placed beneath all existing lines unless it is impractical or unreasonable to do so. Foreign line crossings above the KM pipeline with less than 2 feet of clearance must be evaluated by KM to ensure that additional support is not necessary to prevent settling on top of the KM hazardous liquids pipeline. • A foreign pipeline shall cross KM facilities at as near a ninety-degree angle as possible. A foreign pipeline shall not run parallel to KM pipeline within KM easement without written permission of KM. • The foreign utility should be advised that KM maintains cathodic protection on their pipelines. The foreign utility must coordinate their cathodic protection system with KM's. At the request of KM, foreign utilities shall install (or allow to be installed) cathodic protection test leads at all crossings for the purposes of monitoring cathodic protection. The KM Cathodic Protection (CP) technician and the foreign utility CP technician shall perform post construction CP interference testing. Interference issues shall be resolved by mutual agreement between foreign utility and KM. All costs associated with the correction of cathodic protection problems on KM pipeline as a result of the foreign utility crossing shall be borne by the foreign utility for a period of one year from date the foreign utility is put in service. « The metallic foreign line shall be coated with a suitable pipe coating for a distance of at least 10 feet on either side of the crossing unless otherwise requested by the KM CP Technician. Reference: L-O&M Procedure 204 Page 1 of 3 L-OM200-29 Distribution: Local Files 11/07 Engineering KINDER MORGAN Guidelines for Design and Construction near Kinder Morgan Hazardous Liquid Operated Facilities • AC Electrical lines must be installed in conduit and properly insulated. • DOT approved pipeline markers shall be installed so as to indicate the route of the foreign pipeline across the KM ROW. • No power poles, light standards, etc. shall be installed on KM easement • No pipeline may be located within 50 feet (15 meters) of any private dwelling, or any industrial building or place of public assembly in which persons work, congregate, or assemble. Construction • Contractors shall be advised of KM's requirements and be contractually obligated to.comply. • The continued integrity of KM's pipelines and the safety of all individuals in the area of proposed work near KM's facilities are of the utmost importance. Therefore, contractor must meet with KM representatives prior to construction to provide and receive notification listings for appropriate area operations and emergency personnel. KM's on-site representative will require discontinuation of any work that, in his opinion, endangers the operations or safety of personnel, pipelines or facilities. • The Contractor must expose all KM pipelines prior to crossing to determine the exact alignment and depth of the lines. A KM representative must be present. In the event of parallel lines, only one pipeline can be exposed at a time. • KM will not allow pipelines to remain exposed overnight without consent of KM designated representative. Contractor may be required to backfill pipelines at the end of each day. « A KM representative shall do all line locating. A KM representative shall be present for hydraulic excavation. The use of probing rods for pipeline locating shall be performed by KM representatives only, to prevent unnecessary damage to the pipeline coating. • Notification shall be given to KM at least 72 hours before start of construction. A schedule of activities for the duration of the project must be made available at that time to facilitate the scheduling of Kinder Morgan, Inc.'s work site representative. Any Contractor schedule changes shall be provided to Kinder Morgan, Inc. immediately. • Heavy equipment will not be allowed to operate directly over KM pipelines or in KM ROW unless written approval is obtained from (Company). Heavy equipment shall only be allowed to cross KM pipelines at locations designated by Kinder Morgan, Inc. Contractor shall comply with all precautionary measures required by KM to protect its pipelines. When inclement weather exists, provisions must be made to compensate for soil displacement due to subsidence of tires. Equipment excavating within ten (10) feet of KM Pipelines will have a plate guard installed over the teeth to protect the pipeline. « Excavating or grading which might result in erosion or which could render the KM ROW inaccessible shall not be permitted unless the contractor/developer/owner agrees to restore the area to its original condition and provide protection to KM's facility. • A KM representative shall be on-site to observe any construction activities within ten (10) feet of a KM pipeline or aboveground appurtenance. The contractor shall not work within this distance without a KM representative being on site. Only hand excavation shall be permitted within two (2) feet of KM pipelines, valves and fittings unless State requirements are more stringent. However, proceed with extreme caution when within three (3) feet of the pipe. • A KM representative will monitor construction activity within 25 feet of KM facilities during and after the activities to verify the integrity of the pipeline and to ensure the scope and conditions agreed to have not changed. Monitoring means to conduct site inspections on a pre-determined frequency based on items such as: scope of work, duration of expected excavator work, type of equipment, potential impact on pipeline, complexity of work and/or number of excavators involved. • Ripping is only allowed when the position of the pipe is known and not within ten (10) feet of KM facility unless company representative is present. • Temporary support of any exposed KM pipeline by Contractor may be necessary if required by KM's on-site representative. Backfill below the exposed lines and 12" above the lines shall be replaced with sand or other selected material as approved by KM's on-site representative and thoroughly compacted in 12" lifts to 95% of standard proctor dry density minimum or as approved by KM's on-site representative. This is to adequately protect against stresses that may be caused by the settling of the pipeline. Reference: L-O&M Procedure 204 Page 2 of 3 L-OM200-29 Distribution: Local Files 11/07 Engineering KINDEFhMORGAN Guidelines for Design and Construction near Kinder Morgan Hazardous Liquid Operated Facilities • No blasting shall be allowed within 1000 feet of KM's facilities unless blasting notification is given to KM including complete Blasting Plan Data. A pre-blast meeting shall be conducted by the organization responsible for blasting. KM shall be indemnified and held harmless from any loss, cost of liability for personal injuries received, death caused or property damage suffered or sustained by any person resulting from any blasting operations undertaken within 500 feet of its facilities. The organization responsible for blasting shall be liable for any and all damages caused to KM's facilities as a result of their activities whether or not KM representatives are present. KM shall have a signed and executed Blasting Indemnification Agreement before authorized permission to blast can be given. No blasting shall be allowed within 300 feet of KM's facilities unless blasting notification is given to KM a minimum of one week before blasting, (note: covered above) KM shall review and analyze the blasting methods. A written blasting plan shall be provided by the organization responsible for blasting and agreed to in writing by KM in addition to meeting requirements for 500' and 1000' being met above. A written emergency plan shall be provided by the organization responsible for blasting, (note: covered above) • Any contact with any KM facility, pipeline, valve set, etc. shall be reported immediately to KM. If repairs to the pipe are necessary, they will be made and inspected before the section is re-coated and the line is back-filled. • KM personnel shall install all test leads on KM facilities. • Burning of trash, brush, etc. is not permitted within the KM ROW. Insurance Requirements • All contractors, and their subcontractors, working on Company easements shall maintain the following types of insurance policies and minimum limits of coverage. All insurance certificates carried by Contractor and Grantee shall include the following statement: "Kinder Morgan and its affiliated or subsidiary companies are named as additional insured on all above policies (except Worker's Compensation) and waiver of subrogation in favor of Kinder Morgan and its affiliated or subsidiary companies, their respective directors, officers, agents and employees applies as required by written contract." Contractor shall furnish Certificates of Insurance evidencing insurance coverage prior to commencement of work and shall provide thirty (30) days notice prior to the termination or cancellation of any policy. 1. Statutory Coverage Workers' Compensation Insurance in accordance with the laws of the states where the work is to be performed. If Contractor performs work on the adjacent on navigable waterways Contractor shall furnish a certificate of insurance showing compliance with the provisions of the Federal Longshoreman's and Harbor Workers' Compensation Law. 2. Employer's Liability Insurance, with limits of not less than $1,000,000 per occurrence and $1,000,000 disease each employee. 3. Commercial General Liability Insurance with a combined single limit of not less than $2,000,000 per occurrence and in the aggregate. All policies shall include coverage for blanket contractual liability assumed. 4. Comprehensive Automobile Liability Insurance with a combined single limit of not less than $1,000,000. If necessary, the policy shall be endorsed to provide contractual liability coverage. 5. If necessary Comprehensive Aircraft Liability Insurance with combined bodily injury, including passengers, and property damage liability single limits of not less than $5,000,000 each occurrence. 6. Contractor's Pollution Liability Insurance this coverage shall be maintained in force for the full period of this agreement with available limits of not less then $2,000,000 per occurrence. 7. Pollution Legal Liability Insurance this coverage must be maintained in a minimum amount of $5,000,000 per occurrence. Reference: L-O&M Procedure 204 Page 3 of 3 L-OM200-29 Distribution: Local Files 11/07 Engineering California State Fire Marshal Pipeline Safety Division INFORMATION BULLETIN #03-001 Date Issued: June 20, 2003 SUBJECT: ENCROACHMENTS INTO OR ON PIPELINE EASEMENTS The purpose of this informational bulletin is to delineate the position of the State Fire Marshal regarding encroachments onto the pipeline easements. Section 51014.6 of the California Government Code states," (a) Effective January 1, 1987, no person, other than the pipeline operator, shall do any of the following with respect to any pipeline easement: (1) Build, erect, or create a structure or improvement within the pipeline easement or permit the building, erection, or creation thereof. (2) Build, erect, or create a structure, fence, wall, or obstruction adjacent to any pipeline easement which would prevent complete and unimpaired surface access to the easement, or permit the building, erection, or creation thereof, (b) No shrubbery or shielding shall be installed on the pipeline easement which would impair aerial observation of the pipeline easement. This subdivision does not prevent the revegetation of any landscape disturbed within a pipeline easement as a result of construction the pipeline and does not prevent the holder of the underlying fee interest or the holder's tenant from planting and harvesting seasonal agricultural crops on a pipeline easement, (c) This section does not prohibit a pipeline operator from performing any necessary activities within a pipeline easement, including, but not limited to, the construction, replacement, relocation, repair, or operation of the pipeline. It is the position of the State Fire Marshal that nothing shall encroach into or upon the pipeline easement, which would impede the pipeline operator from complete and unobstructed surface access along the pipeline right of way. Nor shall there be any obstructions, which would shield the pipeline right of way from observation. In the interest of public safety and the protection of the environment, it is imperative that the pipeline operator visually assesses the conditions along the easement to ensure the integrity of the pipeline. It is the responsibility of the pipeline operator to ensure they have unimpeded surface access and to be able to physically observe all portions of their pipeline rights of way. In cases where this is not possible, the pipeline operator shall inform the State Fire Marshal. The State Fire Marshal shall in conjunction with the pipeline operator resolve the issue. Questions regarding the issue of pipeline encroachment can be addressed to: Bob Gorham, Supervising Pipeline Safety Engineer CDF/State Fire Marshal Pipeline Safety Division 3950 Paramount Blvd. Suite 210 Lakewood, CA 9012 (562)497-9100 (562) 497-9104 (fax) bob.gorham@frre.ca.gov REPORT FOR City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008 PROJECT Utility Potholing Tamarack Avenue Sewer Replacement Carlsbad, California (City Project No. 5510) TABLE OF CONTENTS 1. Introduction 2. Project Description And Comments 3. Tabulation of Pothole Data 4. Pothole Layout 5. Record Of Test Hole Data Sheets 6. Project Area Photographs PREPARED BY AIRX UTILITY SURVEYORS, INC. 2262 CARMEL VALLEY ROAD, SUITE H SAN DIEGO, CA 92014 Tel. 858-792-2479 (AIRX) www.airxus.com INTRODUCTION AIRX Utility Surveyors performs a full range of specialized engineering services including Underground Utility Location, Vacuum Excavation (to verify depth and alignment of underground utilities), and Video Pipe Inspection. Underground Utility Location employs sophisticated electronic locating devices to trace the route of an underground utility; then the route is marked on the surface with marking paint in paved areas, or with 60 penny nails and feathers in unpaved areas. Vacuum excavation employs a vacuum truck in conjunction with high-pressure air or water to excavate material and expose an underground utility. A 12 to 18 inch diameter hole is first cored or chiseled through the pavement so that the vacuum hose and high pressure air or water hose can be inserted. Holes in loose materials such as sand are excavated quickly while those in cobble require considerable time. Video Pipe Inspection employs rubber tire, tracked, or push cameras to obtain and record video imagery of the interior of sewers, storm drains, water pipes, and other underground structures. Utilities found during potholing are located on the surface by placing two reference points (typically 36" apart) on either side of the pothole along the centerline (or edge) of the utility, using paving nails or 60 penny nails as appropriate. Depth measurements (to the nearest 1/2 inch) are taken midway between the two reference points. Utility alignment, depth, and other data is marked with pink paint (on pavement), or on wood lath (unpaved areas). The reference points established can be surveyed to develop coordinate and elevation data for the utility. If desired, the distance from the pothole to two nearby points (such as a utility pole or manhole) can be measured; the two swinglines created can be used to re-establish the pothole location at a later date. PROJECT DESCRIPTION AND COMMENTS AirX was retained by the City of Carlsbad to verify utility locations and depths at five locations on Tamarack Avenue and El Camino Real in Carlsbad, California. All five pothole locations are on a 16 inch fuel pipeline owned by Kinder Morgan Energy Partners, LP. This project is a part of the design work for a proposed 10" PVC sewer which would replace the existing 12" VCP sewer in this area. The City of Carlsbad required an right-of-way permit and traffic control plans; permit fees were waived. Temporary lane closures were used to control traffic through the work area; no flagging was required. Mr. George Carter of Kinder Morgan monitored AirX's potholing operations on the pipeline. All field work was performed on April 14, 2009. All potholes were located in asphalt pavement; a coring drill was used to cut a 14 inch diameter hole in the paving. AirX used potable water acquired off-site for excavation; all water and material vacuumed up was disposed off-site, and no water was allowed to flow into storm drains or natural drainage. We placed a 8 inch thick layer of plaster sand over the exposed pipeline, and then backfilled the potholes with a soil-cement mixture placed dry and compacted to 95% density; the existing paving was patched with replacement asphalt (cold-mix type). TABULATION OF POTHOLE DATA Pothole Utility Size & Material Depth Description & Location 1 Fuel 16" Steel 72.0" T/P Runs N-S, on Tamarack Ave. 2 Fuel 16" Steel 71.5" T/P Runs N-S, on Tamarack Ave. 3 Fuel 16" Steel 64.0" T/P Runs NNE-SSW, on Tamarack Ave. 4 Fuel 16" Steel 84.0" T/P Runs NNE-SSW, on Tamarack Ave. 5 Fuel 16" Steel 67.5" T/P Runs NW-SE, on El Camino Real RECORD OF TEST HOLE DATA AIRX JOB NO: X090016 TEST HOLE NO: 1 DATE DUG: 4-14-09 UTILITY TYPE Fuel SIZE & MATERIAL 16" Steel APPROXIMATE STATION UTILITY DEPTH 72.0" TP ENCASEMENT TOP ENCASEMENT BOTTOM NORTHING (TIEPT. 1) EASTING (TIE PT. 2) GROUND ELEVATION UTILITY ELEVATION UTILITY DIRECTION N-S PAVEMENT THICKNESS:ASPHALT: 12"CONCRETE: 0"BASE COURSE: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No Sand Sand COMMENTS: Utility owned by Kinder Morgan Energy Partners, LP. Looking east across Tamarack Avenue toward Pothole 1; pipe alignment marked in pink. Looking down the hole at the 16" coated steel fuel line We observed that the pipe coating was in good condition at all five potholes. RECORD OF TEST HOLE DATA AIRX JOB NO: X090016 TEST HOLE NO: 2 DATE DUG: 4-14-09 UTILITY TYPE 1 Fuel SIZE & UTILITY MATERIAL DEPTH 16" Steel 71.5"TP ENCASEMENT ENCASEMENT UTILITY TOP BOTTOM DIRECTION N-S 2 3 4 APPROXIMATE STATION 1 NORTHING EASTING (TIEPT. 1) (TIEPT. 2) GROUND UTILITY ELEVATION ELEVATION 2 3 4 PAVEMENT THICKNESS:ASPHALT: 11'CONCRETE: 0"BASE COURSE: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No Sand Sand COMMENTS: Utility owned by Kinder Morgan Energy Partners, LP. Looking east across Tamarack Avenue toward Pothole 2; pipe alignment marked in pink. Looking down the hole at the 16" coated steel fuel line. RECORD OF TEST HOLE DATA AIRX JOB NO: XQ90016 TEST HOLE NO: 3 DATE DUG: 4-14-09 1 UTILITY TYPE Fuel SIZE & MATERIAL 16" Steel 2 3 4 UTILITY DEPTH 64.0" TP ENCASEMENT TOP ENCASEMENT BOTTOM UTILITY DIRECTION NNE-SSW APPROXIMATE STATION NORTHING (TIEPT. 1) EASTING (TIE PT. 2) GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS:ASPHALT: 9"CONCRETE: 0"BASE COURSE: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No Sand Sand COMMENTS: Utility owned by Kinder Morgan Energy Partners, LP. Looking NW across Tamarack Avenue toward Pothole 3; pipe alignment marked in pink. Looking down the hole at the 16" coated steel fuel line. RECORD OF TEST HOLE DATA AIRX JOB NO: X090016 TEST HOLE NO: 4 DATE DUG: 4-14-09 UTILITY TYPE Fuel SIZE & MATERIAL 16" Steel UTILITY DEPTH 84.0" TP ENCASEMENT TOP ENCASEMENT BOTTOM UTILITY DIRECTION NNE-SSW APPROXIMATE STATION NORTHING (TIEPT. 1) EASTING (TIE PT. 2) GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS:ASPHALT: 10"CONCRETE: 0"BASE COURSE: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No Sand Sand COMMENTS: Utility owned by Kinder Morgan Energy Partners, LP. Looking NW along El Camino Real toward Pothole 4; pipe alignment marked in pink. Looking down the hole at the 16" coated steel fuel line. RECORD OF TEST HOLE DATA AIRX JOB NO: X090016 TEST HOLE NO: 5 DATE DUG: 4-14-09 1 UTILITY TYPE Fuel 2 3 4 1 APPROXIMATE STATION 2 3 4 SIZE & MATERIAL 16" Steel NORTHING (TIE PT. 1) UTILITY DEPTH 67.5"TP EASTING (TIE PT. 2) ENCASEMENT TOP GROUND ELEVATION ENCASEMENT BOTTOM UTILITY ELEVATION UTILITY DIRECTION NW-SE PAVEMENT THICKNESS:ASPHALT: 10"CONCRETE: 0"BASE COURSE: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No Sand Clay COMMENTS: Utility owned by Kinder Morgan Energy Partners, LP. SP: Looking NE across El Camino Real toward Pothole 5: pipe alignment marked in pink. Note the yellow markout top center of photo, this is for the 10" Kinder Morgan fuel line running parallel with the 16" line. Looking down the hole at the 16" coated steel fuel line. PROJECT AREA PHOTOGRAPHS Photo 1 (Above Left): Looking SSW along Tamarack Ave. toward El Camino Real (at traffic signal). The 16" fuel line crosses diagonally (note the pipeline marker at the lower right of the photo). The proposed sewer line runs down the left turn lane here. Photo 2 (Above Right): Looking south across Tamarack Ave. along the alignment of the 16" fuel line (marked in yellow). Pothole 1 is visible in the lower center of the photo (marked in pink), with Pothole 2 barely visible on the other side of the street. Photo 3 (Above Left): Looking SW across El Camino Real at Tamarack Ave. Pothole 3 is visible in the bottom of the photo (marked in pink). The proposed sewer crosses the street along the edge of the tree shadow. Photo 4 (Above Right): Looking NNE across El Camino Real along the alignment of the 16" fuel line (marked in yellow) with Pothole 4 visible in the center of the photo (marked in pink). Photo 5 (Above Left): Looking NW on El Camino Real along the alignment of the 16" fuel line (marked in yellow) with Pothole 5 visible in the center median (marked in pink). There is also a 10" fuel line here, as marked in yellow in the NB left turn lane. Photo 6 (Above Right): Looking SE on El Camino Real along the alignment of the 16" fuel line (marked in yellow) with Pothole 5 visible in the center median (marked in pink). The manhole at the left edge of the photo is the southerly end of the proposed sewer replacement.BEST TAMARACK AVENUE STA. 49+00 TO 52+45 - PLAN 46+00 47+00 48+00 49+00 50+00 51+00 B A TAMARACK AVENUE STA. 49+00 TO 52+45 127 SCALE. T=40' ~~ 52+00 52+ PROFILE POTHOLE LOCATIONS 30% DESIGN 0' 20' 40' 60' 80' ENONEES Of WOfiK REVISION DESCRIPTION OTHER APPftOVW.OTY APPROVAL SHEET 12 CITY OF CARLSBAD ENCINEERIHC DEPARTMENT SHEETS 19 NAHT1A TAMARACK SEWER REPLACEMENT TAMARACK SEWER REPLACEMENT STA. 49+00 TO 52+45 APPROVED WUMM C. PWUUER OEPUTY qrv ENGINEER PE 26176 EXPIRES J/J)/IO DATE OWN BY: _ CHKD 8V: - RVWOBY: • PROJECT NO. 5510 DRAWING NO. 462-9 APPENDIX "B" SOILS REPORT LGC Lawson & Associates Geotechnical Consulting, Inc. Geotechnical Evaluation & Preliminary Recommendations for the Proposed Tamarack Avenue Sewer Replacement, City of Carlsbad, California Project No.: 091014-01 Dated: September 23,2009 Prepared For: CITY OF CARLSBAD 1635 Faraday Avenue Carlsbad, CA 92008 1319 Calle Avanzado • San Clemente • CA 92673-6351 • (949) 369-6141 • Fax (949) 369-6142 LGC Lawson & Associates Geotechnical Consulting, Inc. o September 23,2009 Project No. 091014-01 Mr, Jacob Moeder, P.E. City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008 Subject: Geotechnical Evaluation and Preliminary Recommendations for the Proposed Tamarack Avenue Sewer Replacement, City of Carlsbad, California In accordance with your request, Lawson & Associates Geotechnical Consulting, Inc. (LGC) has performed a subsurface geotechnical evaluation for the proposed Tamarack Avenue sewer replacement, City of Carlsbad, California. The proposed gravity flow sewer extends northeasterly from the intersection of El Camino Real and Tamarack Avenue toward the Calaveras Treatment Plant. The purpose of this investigation report was to review the proposed improvement plan, "Construction Plans for Tamarack Sewer Replacement from Calveras Treatment Plant to El Camino Real, 50 percent complete", prepared by the City of Carlsbad (Carlsbad, 2009), with respect to the existing geotechnical conditions and potential for localized micro-tunneling in the deeper portions of the proposed sewer pipeline. This report presents the results of our subsurface geotechnical evaluation and provides a summary of our conclusions and preliminary recommendations relative to the proposed sewer pipeline replacement. If you should have any questions regarding this report, please do not hesitate to contact our office. We appreciate this opportunity to be of service. Respectfully Submitted, LA WSON & ASSOCIATES GEOTECHNICAL CONSULTING, INC. Kevin B. Colson, CEG 2210 Vice President KAD/KBC/DJB/sec Distribution: (3) Addressee (wet-si, Dennis Boratynec, GE 2770 Vice President & electronic copy) 1319 Calle Avanzado • San Clemente • CA 92673-6351 • (949) 369-6141 • Fax (949) 369-6142 TABLE OF CONTENTS Section Pase 1.0 INTRODUCTION 1 1.1 Purpose and Scope of Services 1 1.2 Project Description 1 1.3 Geotechnical Investigation 1 1.4 Laboratory Testing 2 2.0 GEOTECHNICAL CONDITIONS 3 2.1 Regional Geology 3 2.2 Site-Specific Geology 3 2.2.1 Artificial Fill - Older 3 2.2.2 Quaternary Alluvial Deposits 3 2.2.3 Tertiary Santiago Formation 3 2.3 Ground Water 4 2.4 Geologic Structure 4 2.5 Landslides 4 2.6 Seismic Design Criteria 4 2.7 Rippability.. 6 2.8 Oversized Material 6 2.9 Corrosion Potential 6 3.0 CONCLUSIONS 7 4.0 PRELIMINARY RECOMMENDATIONS 8 4.1 Site Earthwork 8 4.1.1 Excavation Characteristics 8 4.1.2 Alternative Installation Techniques 9 4.1.3 Temporary Shoring 9 4.1.4 Temporary Excavation Stability 10 4.1.5 Suitability of Trench Bottoms 10 4.1.6 Modulus of Subgrade Reaction 10 4.1.7 Backfill Requirements for Pipe Zone 11 4.1.8 Backfill Requirement for Trench Zone 11 4.2 Pavement Reconstruction 11 4.3 Geotechnical Plan Review 11 4.4 Construction Observation and Testing 11 5.0 LIMITATIONS 12 Project No. 091014-01 Pagei September 23, 2009 TABLE OF CONTENTS (Cont'd) LIST OF TABLES. APPENDICES, & ILLUSTRATIONS Tables Table 1A - Seismic Design Values (Page 5) Table IB - Seismic Design Values Modified for Site Class D (Page 5) Appendices Appendix A - References Appendix B - Boring Logs Appendix C - Laboratory Testing Procedures & Test Results Sheets Sheet 1 - Geotechnical Boring Location Map (In Pocket) Project No. 091014-01 Pageii September 23, 2009 1.0 INTRODUCTION 1.1 Purpose and Scope of Services This report presents the results of our subsurface geotechnical evaluation for the construction of the proposed Tamarack Avenue sewer replacement, City of Carlsbad, California. The subject of our review is the "Construction Plans for Tamarack Sewer Replacement from Calveras Treatment Plant to El Camino Real, 50 percent complete", prepared by the City of Carlsbad (Carlsbad, 2009). The purpose of our review was to review the proposed plan and to provide preliminary geotechnical design criteria relative to the proposed construction of the sewer pipeline. It is our understanding that sewer pipeline will be constructed using the conventional method of "cut and cover". As part of this plan review, we have reviewed readily available geologic maps pertinent to the site (Appendix A), performed a limited subsurface geotechnical evaluation, performed geotechnical analysis utilizing the available and acquired data, and prepared this report presenting our preliminary findings, conclusions, and recommendations related to the proposed improvement plan. The findings, conclusions, and recommendations presented herein should be considered preliminary and will need to be confirmed by the project geotechnical. consultant during construction. 1.2 Project Description The proposed improvements extend northeasterly from the intersection of El Camino Real and Tamarack Avenue toward the Calveras Treatment Plant. The proposed sewer replacement traverses approximately 5,000 linear feet and is predominately located in the center of Tamarack Avenue within the open median between opposing traffic lanes. The proposed improvements will consist of the installment of a new 10-inch diameter PVC sewer pipeline, backfilling of the trenches, grading/street improvements to re-construct pavement in Tamarack Avenue and the service roads at the completion of sewer pipeline installation. Based on the provided improvement plans, the proposed sewer pipeline ranges from approximately 5 feet to 25 feet below existing grade. As part of construction for the proposed sewer pipeline, we understand that localized micro-tunneling operations may be performed to install portions of the sewer pipeline where cut-and-cover operations are no longer economical. This determination shall be made by others. 1.3 Geotechnical Investigation Prior to performing any subsurface work, we obtained a right-of-way permit from the City of Carlsbad, obtained a drilling permit from the County of San Diego, Department of Environmental Health (Permit No. LMON 106497), and conducted underground clearance through Underground Service Alert of California. Our subsurface investigation consisted of excavation of 12 small-diameter borings (LGC-HS-1 through LGC-HS-12) to depths of up to approximately 29 feet below existing ground surface. The small diameter exploratory borings were excavated with a hollow-stem auger drill rig. The borings were geotechnically logged from the surface under the supervision of a geologist from our firm to Project No. 091014-01 Page 1 September 23, 2009 evaluate the general characteristics of the onsite soils. The borings were geotechnically logged and sampled using California Ring Samples (Ring) at selected intervals. The ring samples were driven using a 140-pound hammer freely falling for 30 inches with a total penetration of 18 inches, and blow counts were noted for each 6 inches of penetration. In addition, bulk samples were collected from various borings for laboratory testing. Soil descriptions are presented in the boring logs, which are included in Appendix B. The approximate locations of the borings are shown on our Geotechnical Boring Location Map (Sheet 1). The borings were backfilled with Controlled Low Strength Material (CLSM) and capped with Perma-Patch per City of Carlsbad's requirements. 1.4 Laboratory Testing Representative bulk and driven samples were retained for laboratory testing. Laboratory testing included in-situ moisture content and in-situ unit weight, maximum dry density and optimum moisture content (laboratory compaction), particle-size analysis (gradation), and direct shear. . Dry unit weight values ranged from approximately 104 pounds per cubic foot (pcf) to 136 pcf, with an average of 113 pcf. Field moisture contents ranged from approximately 5 percent to 20 percent, with an average of 1 1 percent. • A laboratory compaction (maximum dry density and optimum moisture content) test was performed from a bulk sample obtained from HS-3. Results were a maximum dry density of 122.5 pcf and an optimum moisture content of 10.5 percent. . Six gradation tests were performed that resulted in fines content (passing No. 200 sieve) ranging from approximately 7 to 17 percent. According to the Unified Soils Classification (USCS) these samples are considered to be coarse-grained soil. • Direct shear testing was performed on two samples. The results indicate peak friction angles of 32 degrees and 44 degrees with cohesion of 615 and 390 psf, respectfully. A discussion of the tests performed and a summary of the results are presented in Appendix C. The moisture and dry unit weight results are presented on the boring logs in Appendix B. Project No. 091014-01 Page 2 September 23, 2009 2.0 GEOTECHNICAL CONDITIONS 2.1 Regional Geology Regionally the site is located within the coastal sub-province of the Peninsular Ranges Geomorphic Province, near the western edge of the Southern California batholith. The topography at the edge of the batholith changes from the rugged landforms developed on the batholith to the more subdued landforms, which typify the softer sedimentary formations of the coastal plain. Tertiary and Quaternary rocks are generally comprised of marine and non-marine sediments consisting of sandstone, mudstones, conglomerates, and occasional volcanic units. Erosion and regional tectonic uplift created the valleys and ridges of the area. 2.2 Site-Specific Geoloev Based on our subsurface evaluation and review of available geologic literature, geologic conditions along the proposed pipeline alignment consist of artificial fill overlying, Quaternary Alluvium and Tertiary Santiago Formation bedrock. The typical characteristics of the onsite materials are described below. 2.2.1 Artificial Fill-Older Artificial fill material was encountered in all of our borings and is believed to underlie Tamarack Avenue in varying thickness along the entire pipeline alignment. These materials are believed to have originally been placed during grading for Tamarack Avenue and the adjacent developments. As encountered, these materials generally consist of moist, medium dense to very dense, clayey and silty sand. 2.2.2 Quaternary Alluvial Deposits Based on our review of regional geologic and topographic maps, the Tamarack Avenue alignment approximately follows the trace of an old drainage channel. Grading for the alignment apparently included fill placement within the old drainage to reach design grade. Below this fill material, left-in-place alluvial deposits were encountered in several of our borings. As encountered, these materials generally consisted of moist, medium dense and firm, silty and clayey sand, and sandy clay. 2.2.3 Tertiary Santiago Formation The Santiago Formation was deposited in a shallow marine and a non-marine environment. Typically this material consists of yellow to greenish sandstone, siltstone, and cobble conglomerate. The majority of the Santiago Formation encountered during our subsurface investigation of the site consisted of light green to off-white, weakly cemented to friable, very dense sandstone. Project No. 091014-01 Page 3 September 23, 2009 2.3 Ground Water Ground water was not encountered to the maximum depth investigated in our study, approximately 29 feet below the surface. In general, ground-water levels fluctuate with the seasons and local zones of perched ground water may be present within the limits of construction due to local variations in irrigation, topography, and subsurface soil conditions, which may not have been present during our geotechnical field work. The contractor should anticipate that ground water may be encountered within excavations. 2.4 Geologic Structure Geologic structure was not observed within the geologic units encountered during our study. Regional geologic maps indicate that bedding within the Tertiary Santiago Formation trends approximately north-south and dips on the order of 10 to 15 degrees to the west. Bedding within the alluvial materials likely generally dips westerly, approximately mimicking the local topography. No faults were encountered in our study and based on the review of available regional geologic maps, no faults are known to transect the site. 2.5 Landslides No landslides have been identified on the site or were observed during our field work. 2.6 Seismic Design Criteria The site seismic characteristics were evaluated per the guidelines set forth in Chapter 16, Section 1613 of the 2007 C.B.C. Site coordinates of latitude 33.153876 degrees north and longitude - 117.312251 degrees west, which are representative of the site, were utilized in our analyses. The initial results of our analyses for the maximum considered earthquake (MCE) spectral response accelerations (Ss and Si) are presented on Table 1A. Project No. 091014-01 Page 4 September 23, 2009 TABLE 1A Seismic Design Values Selected Parameters from the 2007 C.B.C. Section 1613 - Earthquake Loads Site Class per Table 1613.5.2 Spectral Acceleration for Short Periods (Ss)* Spectral Accelerations for 1 -Second Periods (Si)* Site Coefficient Fa per Table 1613.5.3(1) Site Coefficient Fv per Table 1613.5.3(2) Seismic Design Values D 1.211g 0.458g 1.015 1.542 * Calculated from the USGS computer program "Seismic Hazard Curves, Response Parameters and Design Parameters" v5.0.8 (11/20/07). The spectral response accelerations (SMS and SMI) and design spectral response acceleration parameters (SDs and SDI), adjusted for Site Class D, were evaluated for the site in general accordance with section 1613A of the 2007 C.B.C. These site class adjusted parameters are listed on Table IB. TABLE IB Seismic Design Values Modified for Site Class D Selected Parameters from the 2007 C.B.C. Section 1613 - Earthquake Loads Site Modified Spectral Acceleration for Short Periods (SMS) for Site Class D [Note: SMS = FaSs] Site Modified Spectral Acceleration for 1 -Second Periods (SMI) for Site Class D [Note: SMi = FvSi] Design Spectral Acceleration for Short Periods (Sns) for Site Class D [Note: SDS = (2/3)SMS] Design Spectral Acceleration for 1 -Second Periods (Soi) for Site Class D [Note: SD1 = (2/3)SM1] Seismic Design Values Modified for Site Class D 1.230g 0.706g 0.820g 0.47 Ig Based on the above, the proposed pipeline is located in an area where the peak ground acceleration of 0.33g is anticipated. Project No. 091014-01 PageS September 23, 2009 2. 7 Rivvability Based on the onsite soil characteristics, rippability is not anticipated to be an issue during construction. It is anticipated that the onsite fill and alluvium may be excavated with conventional heavy-duty construction equipment in good working condition. The contractor should take appropriate measures and consider the potential that excavation will be required into Santiago Formation bedrock in the vicinity of Boring HS-1 1, and potentially at other locations along the pipeline alignment. Where encountered, bedrock may require more effort, additional equipment/techniques, and will require more time to excavate than the fill or alluvium. 2.8 Oversized Material Although cobbles and boulders were not observed during our field work, there is the potential that they may be encountered during excavation. The contractor should consider this potential and be prepared to use rock breakers or other equipment and to dispose of these materials off-site. 2.9 Corrosion Potential Given that the potential sewer pipeline is PVC, no corrosion testing was done. If additional improvements are proposed, which are subject to corrosion, corrosion testing should be considered. Project No. 091014-01 Page 6 September 23,2009 3.0 CONCLUSIONS Based on the results of our preliminary subsurface geotechnical evaluation and understanding of the proposed improvements, it is our opinion that the proposed improvements are feasible from a geotechnical standpoint, provided that the recommendations contained in the following sections are incorporated during design and construction. A summary of our geotechnical conclusions are as follows: • Based on our subsurface investigation, the majority of the site is underlain by artificial fill, Quaternary Alluvium and Tertiary Santiago Formation bedrock. • Ground water was not encountered during our subsurface evaluation to a depth of 29 feet below existing grade. In general, ground water levels fluctuate with the seasons and local zones of perched ground water may be present within the limits of construction due to local variations in irrigation, topography, and subsurface soil conditions, which may not have been present during our geotechnical field work. The contractor should anticipate that ground water may be encountered within excavations. • No known active or potentially active faults exist on the site. • No landslides have been identified on the site or were observed during our field work. « The proposed improvements will likely be subjected to strong seismic ground shaking during its design life. The estimated peak horizontal ground acceleration is 0.33g. • It is anticipated that the onsite soils may be excavated with conventional heavy-duty construction equipment in good working condition. The contractor should take appropriate measures and consider the potential that excavation will be required into Santiago Formation bedrock in the vicinity of Boring HS-11, and potentially at other locations along the pipeline alignment. Where encountered, bedrock may require more effort, additional equipment/techniques, and will require more time to excavate than the fill or alluvium. • Although cobbles and boulders were not observed during our field work, there is the potential that they may be encountered during excavation. The contractor should consider this potential and be prepared to use rock breakers or other equipment and to dispose of these materials off-site. Project No. 091014-01 Page? September 23, 2009 4.0 PRELIMINARY RECOMMENDATIONS The following recommendations are to be considered preliminary, and should be confirmed during construction. In addition, they should be considered minimal from a geotechnical viewpoint, as there may be more restrictive requirements from the structural engineer, building codes, governing agencies, or the owner. It should be noted that the following geotechnical recommendations are intended to provide the owner with sufficient information to improve the site in general accordance with the 2007 C.B.C. requirements. With regard to the potential occurrence of potentially catastrophic geotechnical hazards such as fault rupture, earthquake-induced landslides, liquefaction, etc. the following geotechnical recommendations should provide adequate protection for the proposed improvements to the extent required to reduce seismic risk to an "acceptable level". The "acceptable level" of risk is defined by the California Code of Regulations as "that level that provides reasonable protection of the public safety, though it does not necessarily ensure continued structural integrity and functionality of the project" [Section 3721(a)]. Therefore, repair and remedial work of the proposed improvements may be required after a significant seismic event. With regards to the potential for less significant geologic hazards to the proposed improvements, the recommendations contained herein are intended as a reasonable protection against the potential damaging effects of geotechnical phenomena such as expansive soils, fill settlement, ground-water seepage, etc. It should be understood, however, that our recommendations are intended to maintain the structural integrity of the proposed improvements given the onsite geotechnical conditions, but cannot preclude the potential for some distress to occur as a result of the site geotechnical conditions. All geotechnical recommendations contained herein must be confirmed to be suitable or modified by the project geotechnical consultant of record, based on the conditions encountered during construction. 4.1 Site Earthwork We anticipate that earthwork at the site will consist of the excavation for the placement of a 10-inch diameter sewer line and associated manholes, and potentially micro-tunneling. We recommend that earthwork onsite be performed in accordance with the following recommendations and the City of Carlsbad's requirements. In case of conflict, we recommend the more stringent requirements be followed. 4.1.1 Excavation Characteristics Based on the results of our borings, we anticipate that the onsite fill, alluvium, and bedrock materials which are encountered will be predominately coarse-grained (sandy) and moist. It is our opinion that the fill and alluvium can be excavated with conventional heavy duty construction equipment (backhoe, excavator, etc.) in good working condition. The contractor should take appropriate measures and consider the potential that excavation will be required into Santiago Formation bedrock in the vicinity of Boring HS-11, and potentially at other locations along the pipeline alignment. Where encountered, bedrock may require more effort, additional equipment/techniques, and will require more time to excavate than the fill or alluvium. o Project No. 091014-01 Page 8 September 23, 2009 Although cobbles and boulders were not encountered in our borings, there is the potential that they may be encountered during excavation. The contractor should consider this potential and be prepared to use rock breakers or other equipment and to dispose of these materials off-site. 4.1.2 Alternative Installation Techniques The geotechm'cal subsurface evaluation within was conducted based on our understanding that the pipeline would be installed using a conventional cut and cover installation technique. If the contractor elects to use an alternative installation technique(s), including but not limited to micro-tunneling or jack and bore, the contractor must evaluate the different earth materials through which the tunnel will be bored and should consider having their own geotechnical consultant perform a subsurface evaluation including laboratory testing prior to submitting a bid. This additional geotechnical work shall at a minimum consider the following: the potential to encounter fill, alluvium or bedrock, presence of ground water, presence of cobbles and/or boulders or other hard objects, frictional characteristics of the onsite soils, use of drilling fluids, line and grade accuracy requirements, and surface impact due to potential settlement. 4.1.3 Temporary Shoring Typical cantilever temporary shoring, where deflection of the shoring will not impact the performance of adjacent structures, may be designed using a minimum active equivalent fluid pressure of 40 pcf. Braced or tied-back shoring is recommended in areas where the excavation will be located close to existing structures in order to limit shoring defections or required due to the proposed depth of excavation. Braced shoring with a level backfill may be designed using a uniform soil pressure of 28H in pounds per square foot, where H is equal to the depth in feet of the excavation being shored. Any building or loads (equipment, soil stockpiles, etc.) located within a 1:1 (horizontal to vertical) projection from the base of the shoring should be added to the applicable lateral earth pressure. A coefficient of lateral earth pressure of 0.30 may be used for this estimation. The provided lateral earth pressures are ultimate; the shoring engineer should incorporate appropriate factors of safely in their design. In addition, the above noted lateral earth pressures for temporary shoring does not include hydrostatic pressures. A passive lateral earth pressure of 250 pcf to a maximum of 3,000 psf may be used for level (ground slope equal to or flatter than 5H:1V) conditions for foundation elements placed against properly compacted fill, competent alluvium or bedrock. Passive pressure may be doubled for isolated pile conditions spaced at a minimum of three pile diameters. The provided lateral earth pressures for temporary shoring are for level backfill conditions only. If sloping backfill conditions are present, the project geotechnical consultant should review grading plans depicting the location of the proposed temporary shoring in order to provide estimated lateral earth pressures for the proposed condition. The components of the shoring system should be designed by a California licensed civil and/or structural engineer specializing in the design of shoring systems. The project geotechnical consultant must be provided with the proposed shoring plans for review to verify that Project No. 091014-01 Page 9 September 23, 2009 geotechnical recommendations are properly implemented into the project plans, prior to construction. Some amount of settlement will occur behind the shoring. The amount of settlement that occurs depends on the type of shoring system (cantilever versus braced), the installation technique, the removal technique, dewatering (if necessary) and construction vibrations. The contractor should consider these factors when selecting and constructing shoring. 4.1.4 Temporary Excavation Stability In general, all excavations should be performed in accordance with project plans, specifications, and all Cal/OSHA requirements. Excavations should be laid back or shored in accordance with Cal/OSHA requirements before personnel or equipment are allowed to enter. Soil conditions should be mapped and frequently checked by the project geotechnical consultant to verify conditions are as anticipated. The contractor shall be responsible for providing the "competent person" required by Cal/OSHA standards to evaluate soil conditions. Close coordination with the geotechnical engineer should be maintained to facilitate construction while providing safe excavations. Excavation safety is the responsibility of the contractor. Routine monitoring of horizontal and vertical movement should be performed for the shoring system and adjacent improvements during construction to verify that shoring deflections are within tolerable limits. An initial survey should be performed prior to the first level of excavation in order to establish a more accurate baseline. Where possible, once an excavation has been initiated, the trench should be backfilled as soon as possible after excavation. Prolonged exposure of excavations may result in some localized instability. Excavations should be planned so that they are not initiated without sufficient time to backfill them prior to weekends, holidays, or forecasted rain. 4.1.5 Suitability of Trench Bottoms Based on the results of the subsurface borings, we anticipate that the bottom of the utility trenches will expose competent material which will be suitable to support the proposed sewer lines. In the event the proposed trench bottoms are either soft or otherwise unsuitable, geotechnical recommendations to mitigate these conditions will be provided based on the exposed conditions. In general, overexcavation on the order of 2 feet and replacement with compacted fill or aggregate base may be sufficient. Removal bottoms should be observed and accepted by the project geotechnical consultant prior to placement of pipe bedding. 4.1.6 Modulus ofSubsrade Reaction Modulus of subgrade reaction defines the relationship between soil pressure and the associated deflection, or the stiffness of the soil. Given that the pipe zone will be backfilled with crushed Project No. 091014-01 Page 10 September 23, 2009 rock (see Technical Specifications prepared by the City of Carlsbad), a design modulus of subgrade reaction of 250 pound per cubic inch (pci) may be utilized in design to determine the deflection of the sewer pipe in response to the soil above. 4.1.7 Backfill Requirements for Five Zone The backfill requirements in the pipe zone shall be per the Technical Specifications prepared by the City of Carlsbad. 4.1.8 Backfill Requirement for Trench Zone The backfill requirements in the trench zone shall be per the Technical Specifications prepared by the City of Carlsbad. Based on the soil sample collected and our laboratory testing, we anticipate that the majority of the soils which are excavated will have less than 50 percent passing the No. 200 sieve and less than 40 percent passing the No. 4 sieve. 4.2 Pavement Reconstruction Following trench backfilling and compaction, the pavement shall be constructed per the City of Carlsbad Engineering Standards. 4.3 Geotechnical Plan Review Any revised plans for the proposed improvements should be reviewed by this office prior to construction. 4.4 Construction Observation and Testing The recommendations provided in this report are based on limited subsurface observations and geotechnical analysis and the assumption that LGC will provide observation and testing during construction. If another geotechnical consultant is selected, we request that they provide a letter to the City of Carlsbad (and LGC) assuming the role of geotechnical consultant of record and stating that they understand and concur with the findings, conclusions, and recommendations contained within this report, or provide alternate recommendations. Construction observation and testing should also be performed by the geotechnical consultant during future excavation to confirm the interpolated subsurface conditions, observation of the trench bottom, backfill of utility trenches, pipe zone and trench zone, preparation of pavement subgrade, and placement of aggregate base and asphalt or when any unusual soil conditions are encountered on site. Project No. 091014-01 Page 11 September 23, 2009 5.0 LIMITATIONS Our services were performed using the degree of care and skill ordinarily exercised, under similar circumstances, by reputable soils engineers and geologists practicing in this or similar localities. No other warranty, expressed or implied, is made as to the conclusions and professional advice included in this report. This report is based on data obtained from limited observations of the site, which have been extrapolated to characterize the site. While the scope of services performed is considered suitable to adequately characterize the site geotechnical conditions relative to the proposed development, no practical investigation can completely eliminate uncertainty regarding the anticipated geotechnical conditions in connection with a subject site. Variations may exist and conditions not observed or described in this report may be encountered during construction. Uncertainty in the subsurface soil conditions can be reduced by performing additional subsurface excavations. These additional excavations may be performed upon request. This report is issued with the understanding that it is the responsibility of the owner, or of his/her representative, to ensure that the information and recommendations contained herein are brought to the attention of the other consultants and incorporated into their plans. The contractor should properly implement the recommendations during construction and notify the owner if they consider any of the recommendations presented herein to be unsafe, or unsuitable. The findings of this report are valid as of the present date. However, changes in the conditions of a site can and do occur with the passage of time, whether they be due to natural processes or the works of man on this or adjacent properties. The findings, conclusions, and recommendations presented in this report can be relied ^, upon only if the project geotechnical consultant has the opportunity to observe the subsurface conditions f during excavation and construction of the project, in order to confirm that our preliminary findings are representative for the site. If another geotechnical consultant is selected, we request that they provide a letter to the City of Carlsbad (and LGC), which states that they understand and concur with the findings, conclusions, and recommendations contained within this report. This report is intended exclusively for use by the client, any use of or reliance on this report by a third party shall be at such party's sole risk. The geotechnical information contained within may be insufficient for contractors to provide an accurate bid. Therefore, contractors should consider having their own geotechnical consultant perform a site visit, perform subsurface evaluation, and/or laboratory testing. In addition, changes in applicable or appropriate standards may occur, whether they result from legislation or the broadening of knowledge. Accordingly, the findings of this report may be invalidated wholly or partially by changes outside our control. Therefore, this report is subject to review and modification. Project No. 091014-01 Page 12 September 23, 2009 Appendix A References APPENDIXA References American Concrete Institute, 2005, Building Code Requirements for Structural Concrete (A.C.I. 318-05) and Commentary (A.C.I. 318R-05). American Society of Civil Engineers, 2006, ASCE Standard 7-05, Minimum Design Loads for Buildings and Other Structures. American Society for Testing and Materials (ASTM), Volume 04.08 Soil and Rock (I):D420 - D5876. ASCE/SEI7-05, Minimum Design Loads for Buildings and Other Structures. California Building Standards Commission, 2007, California Building Code, California Code of Regulations Title 24, Part 2, Volumes 1 and 2, dated June 2007 California Geological Survey, 2007, Fault-Rupture Hazard Zones in California, Alquist-Priolo Earthquake Fault Zoning Act with Index to Earthquake Fault Zones Maps, Special Publication 42, Interim Revision 2007. Caltrans 2006, Highway Design Manual, Pavement Engineering, Chapter 630, September 1, 2006. Jennings, C.W., 1994, Fault Activity Map of California and Adjacent Areas: California Department of Conservation, Division of Mines and Geology, Geologic Data Map No. 6, Scale 1:750,000. Kennedy, Michael, P., and Tan, Siang, S., 2005, Geologic Map of the Oceanside 30' X 60' Quadrangle, California, USGS, Scale 1:100,000, dated 2005. Tan, S. S., and Kennedy, M. P., 1996, Geologic maps of the Northwestern part of the San Diego County, California, Plate 1, Geologic Map of the Oceanside, San Luis Rey, and San Marcos 7.5' Quadrangles, San Diego County, California: California Division of Mines and Geology, open file report 96-02, scale 1:24,000, dated 1996. United States Geological Survey, 2008, Seismic Hazards Curves, Response Parameters and Design Parameters, Version 5.0.9, dated October 6,2008; web site address: http://earthquake.usgs.gov/research/hazmaps/design Project No. 091014-01 A-l September 23, 2009 Appendix B Boring Logs 01 Ma 5 1is•a, Geotechnical Boring Log Borehole LGC-HS-1 Date: 6/15/2009 Project Name: Tamarack Ave Sewer Project Number: 091014-01 Elevation of Top of Hole: -172' MSL Hole Location: See Geotechnical Map ^ ^ g "ro 0 LJJ 170- 165- 160- 155- 150- 145- ^.^ C §. 0Q 0 5 — 10 — - _ _ 15 — - - _ 20 — . - 25 — - 30 — O)o o Q. i— O ,_ 0 E •z.0"5.E 03 CO CD OO o CD -\\r\~ i ^1 '"^B on • 28 R.2 y 10 • 28 HR-3 1 li • 36 I 34 RR-5 1 M I 18p - - 0 O 'inc Q ^*Q 122.7 112.0 136.3 124.5 118.0 ^ ^a? "w'o2 7.6 7.6 5.7 7.6 9.9. O.QE CO COO CO SP SP SP-SM SM SM Drilling Company: Martini Drilling Type of Rig: CME 75 Drop: 30" Hole Diameter: 8" Drive Weight: 140 pounds Page 1 of 1 Logged By KAD Sampled By KAD Checked By DJB DESCRIPTION Approximately 4 inches of Asphalt Concrete over 6 inches Aggregate Base Artificial Fill - Older (Afo) @5' - SAND: white to light brown, moist, very dense; medium grained @10' - SAND: white to light brown, moist, dense; fine grained @12.5' - SAND to silty SAND: mottled light brown and dark gray brown, moist, very dense @15' - clayey silty SAND: medium to dark brown, moist, dense @17.5' - clayey silty SAND: medium to dark brown, moist, medium dense Total Depth = 19! Groundwater Not Encountered Soil Cuttings Placed in Drums. Boring Backfilled with CLSM and Capped with Perma-Patch on 6/15/2009 -l_j £ H-o0 »J" •- • AI.IOSM.I Aim AOCnoiATCO THIS SUMMARY APPLIES ONLY AT THE LOCATION SAMPLETYPES: TESTTYPES:LAW5ON AND AooUulAI to OF THIS BORING AND AT THE TIME OF DRILLING. B BULK SAMPLE DS DIRECT SHEAR npnTPPHNirAI rnw^lll TIMR IMP SUBSURFACE CONDITIONS MAY DIFFER AT OTHER R RING SAMPLE ;CA Modified sampler) MD MAXIMUM DENSITYV7CUICOnmv,ML. ^UllOUH-linvj, Mil*. LOCAT|0NS AND MAY CHANGE AT THIS LOCATION G GRABSAMPLE SA SIEVE ANALYSIS •••••^••H WITH THE PASSAGE OF TIME. THE DATA SPT j^'sAMPLE^**1"10''' It" EXPANSlo' HYDROMETER ^^^^^^^^^^^^^^^^^H PRESENTED IS A SIMPLIFICATION OF THE ACTUAL CN CONSOLIDATION • ^^f f^Jf ^^^1 CONDITIONS ENCOUNTERED. THE DESCRIPTIONS CR CORROSION I ^H L 1 ^^^ PROVIDED ARE QUALITATIVE FIELD DESCRIPTIONS -SZ- GROUNDWATER TABLE AL ATTERBERG LIMITS • ^^^k ^^^^ M AND ARE NOT BASED ON QUANTITATIVE ~ CO COLLAPSE/SWELL •MjjjHIJI^^HH^^^^^kl^^l ENGINEERING ANALYSIS. RV R-VALUE Geotechnical Boring Log Borehole LGC-HS-2 Date: 6/16/2009 Project Name: Tamarack Ave Sewer Project Number: 091014-01 Elevation of Top of Hole: -177' MSL Hole Location: See Geotechnical Map ^^ ^ g "to <D LJJ 175- 170- 165- 160- 155- 150- ^ ^ t^ JC. "o. <DQ 0 — 10 — 15 — _ _ 20 — - _ _ 25 — - - - - 30- O) 0 o Q.COll CD ,_ Q)JD E Z ft)\*r ~CL E03 COnil 1 :I •Uu R-1 I 1 R-2 R-3 I FR-4 1 R-5 1 R-6 1 R-7 1 L - - 1 OO O CO 1 121 23 1 /6 I 26 1 9 1 13 I 21 J 9 27 1 L\ 251 31 I 12 1 221 35 I 11I 2022 j.-. o Q. ^ CQ) Q cZ* Q 111.9 114.6 110.1 110.3 110.3 115.3 113.2 ^ ^Q) to'o ^ 12.6 11.7 12.5 15.5 15.6 12.3 13.8 O_Q E CO CO 0 CO SP SP SP SM SP-SC SP&SM SM Drilling Company: Martini Drilling Type of Rig: CME 75 Drop: 30" Hole Diameter: 8" Drive Weight: 140 pounds Page 1 of 1 Logged By KAD Sampled By KAD Checked By DJB DESCRIPTION Approximately 4 inches of Asphalt Concrete over 10 inches Aggregate Base Artificial Fill - Older (Afo) @5' - SAND: light brown, light gray and green, moist, dense; friable; fine grained @10' - SAND: grayish green, moist, dense; friable; fine grained @15' - SAND: light grayish green and orange brown, moist, medium dense; fine grained @17.5' - silty SAND: light grayish green and orange brown, moist, dense; friable; fine grained @20' - SAND with clay: green, light gray green and light orange brown, moist, dense; medium to fine sand; friable; lenses of dark brown clay @22.5' - SAND and clayey silty SAND: light green and dark brown, moist, dense; light green sand is friable @25' - silty SAND: light gray green, moist, medium dense; areas of slight cementation; fine sand Total Depth = 26.5' Groundwater Not Encountered Soil Cuttings Placed in Drums. Boring Backfilled with CLSM and Capped with Perma-Patch on 6/16/2009 -4-* 0) "4—0 0o •- SA l AIAIOSMI Alin AOOnoiATire THIS SUMMARY APPLIES ONLY AT THE LOCATION SAMPLE TYPESr TEST TYPES:LAWoUN ANU AooUUIA 1 to OF THIS BORING AND AT THE TIME OF DRILLING. B BULKSAMPLE DS DIRECTSHEAR GPOTFCHNirAL CONSULTING INP SUBSURFACE CONDITIONS MAY DIFFER AT OTHER R RING SAMPLE <CA Modified sampler) MD MAXIMUM DENSITY totU 1 EUtimiAL IUN&UL 1 IIMtj, IINl. LOCAT|ONS ^D MAY CHANGE AT THIS LOCATION °_ S^^.™.™, ^ SIEVE ANALYSIS••••••rw^m^^r^1 ^M f^ ^1 V V 1 ™• ^^ A d •••^•^ • WITH THE PASSAGE OF TIME. THE DATA orl ^^,7 „ pSH^nK..^^ I PRESENTED IS A SIMPLIFICATION OF THE ACTUAL IEOI :>™WLC EI^ CONSOLIDATION I CONDITIONS ENCOUNTERED. THE DESCRIPTIONS CR CORROSION I PROVIDED ARE QUALITATIVE FIELD DESCRIPTIONS r^r GROUNDWATER TABLE AL ATTERBERG LIMITS I AND ARE NOT BASED ON QUANTITATIVE CO COLLAPSE/SWELL I ENGINEERING ANALYSIS. "v R-VALUE Geotechnical Boring Log Borehole LGC-HS-3 Date: 6/15/2009 Project Name: Tamarack Ave Sewer Project Number: 091014-01 Elevation of Top of Hole: -179' MSL Hole Location: See Geotechnical Map ^ ^ _g "co LU 175- 170- 165- 160- 155- A cr\lOU _ i. Q 0 5 — 10 — - _ 15 — - 20 — _ _ oc25 — ~ - _ f\f\30 — D)O O Q.2O TCD I CD_Q E 13z 0 Q. ECO CO - R-1 1 R-2 I R-3 1 R-4 I! R-5 \ P R-6 1 1 [R-7 1 1 R-8 1 1 T "cDOO o CO 1 3 1 6 17 I 41 13 1 18 I 221 401 33 10I 22 31 I 12I 29 36 814 21 1324 30 l'27 O D. "55 Q) Q Q 111.5 109.7 119.1 113.4 112.1 117.6 116.1 107.1 sOIS to"o5 11.7 13.0 10.4 13.5 13.0 11.3 10.9 18.3 O.a E co" COo CO D SP SM SP SP SP SP SP SP/ /s Drilling Company: Martini Drilling Type of Rig: CME 75 Drop: 30" Hole Diameter: 8" Drive Weight: 140 pounds Page 1 of 1 Logged By KAD Sampled By KAD Checked By DJB DESCRIPTION Approximately 4 inches of Asphalt Concrete over 10 inches Aggregate Base Artificial Fill - Older (Afo) @5' - SAND: light green and yellow orange, moist, dense; friable; medium to fine grained @10' - silty SAND: light greenish gray and orange brown, moist, medium dense; friable; fine grained @15' - SAND: light green and yellow orange, moist, very dense; moderately cemented @17.5' - SAND: light green and brown, moist, dense; friable; fine grained @20' - SAND: light green, light gray, and orange, moist, dense; friable; fine grained @22.5' - SAND: light green and orange brown, moist, medium dense; friable; medium to fine grained @25' - SAND: light green and orange brown, moist, dense; medium to fine grained @27.5' - SAND: light green and orange brown, moist, medium dense; fine grained Total Depth = 29' Groundwater Not Encountered Soil Cuttings Placed in Drums. Boring Backfilled with CLSM and Caooed with Perma-Patch on 6/15/2009 ^-» 0 'o CDQ. f~ MD SA .I.K-S-XLI Aim Aoe>/-kSMA1-CO THIS SUMMARY APPLIES ONLY AT THE LOCATION SAMPLETYPES: TESTTYPES:LAWSON AND AooUulAlto OF THIS BORING AND AT THE TIME OF DRILLING. B BULK SAMPLE DS DIRECT SHEAR/~prvrcri-lMirAI cnNQIII TINft IMP SUBSURFACE CONDITIONS MAY DIFFER AT OTHER R RING SAMPLE <CA Modified sampler) MD MAXIMUM DENSITYlatUltUMIMIUALUUNaULIINO, INU. LOCATIONS ^D MAY CHANGE AT THIS LOCATION s GRABSAMPLE SA SIEVE ANALYSIS •^••^••i•LGC ^^^•^^•H I WITH THE PASSAGE OF TIME. THE DATA orl TCCT^JSpLF Fl OILVEANU MYUKUMtitK 1 PRESENTED IS A SIMPLIFICATION OF THE ACTUAL SAMPLE El E»=ANSION INDEX 1 CONDITIONS ENCOUNTERED. THE DESCRIPTIONS CR CORROSION 1 PROVIDED ARE QUALITATIVE FIELD DESCRIPTIONS -2- GROUNDWATER TABLE AL ATTERBERG LIMITS 1 AND ARE NOT BASED ON QUANTITATIVE ~ CO COLLAPSE/SWELL 1 ENGINEERING ANALYSIS. RV R-VALUE Geotechnical Boring Log Borehole LGC-HS-4 Date: 6/15/2009 Project Name: Tamarack Ave Sewer Project Number: 091014-01 Elevation of Top of Hole: -177' MSL Hole Location: See Geotechnical Map , . £ o "CD 0 LLJ 175- 170- 165- 160- 155- 150- g -4— 'Q. 0Q 0 5 — 10 — 15 — - - 20- - 25 — - 30 — O)o p inQ. i_0 III 4 Hi !_ 0 "E 13z "5.ECOC7) : "c oO o CD R'1 1 Is • 17 U 13 R-3 | 11 • 14n R-4 1 23 • 32n I 14 • 23n- - - - - - - 0o ^"coc0Q ^Q 111.7 117.4 105.6 - 112.3 . o ^O 3 "w "o 5 13.4 4.7 11.8 5.9 13.2 OJ2 E V) V) OCO ID SP SP SP SP SM Drilling Company: Martini Drilling Type of Rig: CME 75 Drop: 30" Hole Diameter: 8" Drive Weight: 140 pounds Page 1 of 1 Logged ByKAD Sampled By KAD Checked By DJB DESCRIPTION Approximately 8 inches of Asphalt Concrete over 4 inches Aggregate Base Artificial Fill - Older (Afo) @5' - SAND: light gray green, bluish green, and orange brown, moist, dense; friable; fine grained @7.5' - SAND: white, grayish yellow and yellow brown, slightly moist, very dense; fine grained @10' - SAND: light brown, brown, and light gray, slightly moist, medium dense; fine grained @12.5' - SAND: light brown and green gray, slightly moist, dense to very dense @15' - silty SAND: light green, moist, medium dense; fine grained Total Depth = 16.5' Groundwater Not Encountered Soil Cuttings Placed in Drums. Boring Backfilled with CLSM and Capped with Perma-Patch on 6/15/2009 »4-r 0I— M—O 0 ^•- SA 1 AMiertkl Akin Aeen/MATCO THIS SUMMARY APPLIES ONLY AT THE LOCATION SAMPLETYPES: TESTTYPES: LAWOUN ANU AOOUUIAI CO OF THIS BORING AND AT THE TIME OF DRILLING. B BULK SAMPLE DS DIRECT SHEAR f^CfYTC^UKllf^AI f*f"hKJOI II TIMf^ IMf* SUBSURFACE CONDITIONS MAY DIFFER AT OTHER R RING SAMPLE (CA Modified Sampler) MD MAXIMUM DENSITY^Ckx 1 Cwrllllw/\L* W^/I«OUL* 1 llv^9) /^/^ATI/'M.IO Akin i* AV r*LjAm^rr -f -r c* rtf* G GRAB SAMPLE SA SIEVE ANALYSIS •^^^•^^•^B WITH THE PASSAGE OF TIME. THE DATA SPT S-^SpTf NETRAT'°N ffH pl^t™^?^™ U^^^T^^^^^m PRESENTED IS A SIMPLIFICATION OF THE ACTUAL icoiocwrLc u £raSouDATON • ^V A«V ^^M CONDITIONS ENCOUNTERED. THE DESCRIPTIONS CR CORROSION • ^H ^p ft B^» PROVIDED ARE QUALITATIVE FIELD DESCRIPTIONS -S- GROUNDWATER TABLE AL ATTERBERG LIMITS B ^ ^k J AND ARE NOT BASED ON QUANTITATIVE "" CO COLLAPSE/SWELL •••••••••• ENGINEERING ANALYSIS. RV R-VALUE Geotechnical Boring Log Borehole LGC-HS-5 Date: 6/15/2009 Project Name: Tamarack Ave Sewer Project Number: 091014-01 Elevation of Top of Hole: -169' MSL Hole Location: See Geotechnical Map ^ £. o 13 0 LJJ 165- 160- 155- 150- 145- 140- g ^ CDQ 0 5 — 10 — - 15 — — - - - 20 — - 25 — - 30 — O)o o JcQ. i_O 0 "E z Q.E CO CO - : "c OO 5o CO R"1 U 8 I 12 I 25 1 33n R-4 I A • 22n R'5 I 174 • 20 - - - - - - - - tT^Q. -^'wC0)Q ^*Q 111.0 111.4 113.8 106.1 109.9 ^ ^P.•3 to 'o ^ 14.8 10.1 15.3 16.7 10.9 OJ2 E co" COoCO D sc SP SM SM SP Drilling Company: Martini Drilling Type of Rig: CME 75 Drop: 30" Hole Diameter: 8" Drive Weight: 140 pounds Page 1 of 1 Logged By KAD Sampled By KAD Checked By DJB DESCRIPTION Approximately 8 inches of Asphalt Concrete over 5 inches Aggregate Base Artificial Fill - Older (Afo) @5' - clayey SAND: dark green, light gray, and gray brown, moist, medium dense; fine grained @7.5' - SAND: white to light green, slightly moist, dense; friable; medium to fine grained; poorly graded @10' - silty SAND: light green, yellow, and orange brown, moist; very dense; fine grained; friable @12.5' - silty SAND: light green, yellow, and orange brown, moist; very dense; fine grained; friable; trace clay @15' - SAND: light green and yellow brown, moist, medium dense; fine grained; friable Total Depth = 16.5' Groundwater Not Encountered Soil Cuttings Placed in Drums. Boring Backfilled with CLSM and Capped with Perma-Patch on 6/15/2009 •+-» 0)h- 4— 0 CDoLJ_ 1- i AuucrtM Akin A<scnriATC«s THIS SUMMARY APPLIES ONLY AT THE LOCATION SAMPLETYPES: TESTTYPES:LAWSON AND AaSOCIAIbb OF THIS BORING AND AT THE TIME OF DRILLING. B BULKSAMPLE DS DIRECTSHEAR /^cnTcruMIPAl rnwQIII TIMR IMP SUBSURFACE CONDITIONS MAY DIFFER AT OTHER R RING SAMPLE (CA Modified sampler) MD MAXIMUM DENSITY ^tU 1 tOHNIOALUUNOULIirila, INU. LOCAT10NS AND MAY CHANGE AT THIS LOCATION SPT STAM^DPENETRATION ** ^ ANALYSIS •I^^^RI^^^P^H WITH THE PASSAGE OF TIME. THE DATA ^^ SAMPLE NETRATION **H EXP^SION'IND'EX"^'' • ^^V ^^^M ^^^M CONDITIONS ENCOUNTERED. THE DESCRIPTIONS CR CORROSION • |B L 1 ^^M PROVIDED ARE QUALITATIVE FIELD DESCRIPTIONS -5L- GROUNDWATER TABLE AL ATTERBERG LIMITS • ^^^^L ^^^i ^f AND ARE NOT BASED ON QUANTITATIVE CO COLLAPSE/SWELL •HIH^^^^^Mfl^^^^^l^^^l ENGINEERING ANALYSIS RV R-VALUE Geotechnical Boring Log Borehole LGC-HS-6 Date: 6/15/2009 Project Name: Tamarack Ave Sewer Project Number: 091014-01 Elevation of Top of Hole: -139' MSL Hole Location: See Geotechnical Map ^ ^ o "CD CD LU 135- 130-1 \J\s 120- 115- 110- ^_^ <t£ £O CD Q 0 ~ - - 5 — — - _ 10 — — - _ •1CIO ~" - 20 — - 25 — - 30- O)o o IEQ. CD m 1 1 ,_ CDJ3 E Dz Q.E CO CO ~ -*-* D OO o CQ h R-1 1 4I 11 R'2 I fo I ^HR-S y s 1 16n ^ 1 150I -oR-S y 4I 11n_ ~ - - - - - - _ o 'coc CD Q ^>Q 109.2 109.9 109.8 107.3 110.7 ^ ^CD ^-«to 'o ^ 15.6 14.2 13.5 18.1 14.5 O.a E co" COoCO D SM SP&CL SP SP&CL SP&CL ~\^ Drilling Company: Martini Drilling Type of Rig: CME 75 Drop: 30" Hole Diameter: 8" Drive Weight: 140 pounds Page 1 of 1 Logged By KAD Sampled By KAD Checked By DJB DESCRIPTION Approximately 7.5 inches of Asphalt Concrete over 6 inches Aggregate Base Artificial Fill • Older (Afo) @2.5' - silty SAND: bluish green, grayish brown and brown, moist, medium dense; medium to fine grained @5' - SAND and sandy CLAY: light yellowish gray and grayish brown, moist, dense and very hard; medium to fine grained sand; low plasticity @7.5' - SAND: light green, yellow brown and brown, moist, medium dense; friable; pockets of clay; fine grained @10' - SAND and CLAY: light green and dark brown, moist, medium dense and hard; fine grained; friable sand; low plasticity clay @12.5' - SAND and CLAY: light green and dark brown, moist, medium dense and firm to hard; fine grained sand; low plasticity clay Total Depth = 14' Groundwater Not Encountered Soil Cuttings Placed in Drums. Boring Backfilled with CLSM and Capped with Perma-Patch on 6/15/2009 fAI//0) M— O 0} £~ 1- l AlAtc/MI Aim AOOrt/^lATlTO THIS SUMMARY APPLIES ONLY AT THE LOCATION SAMPLETYPES: TESTTYPES:LAWoUN AND AbbUUIAIba OF THIS BORING AND AT THE TIME OF DRILLING. B BULKSAMPLE DS DIRECTSHEAR RFfYTFrHNirAI rnM<;ill Tiwr; IMP SUBSURFACE CONDITIONS MAY DIFFER AT OTHER R RING SAMPLE <CA Modified sampler) MD MAXIMUM DENSITYOCUICUnniUMI.OUNOUI.MNV3, INU. LOCAT|ONS MtD MAYCHANGEAT THIS LOCATION G GRABSAMPLE SA SIEVE ANALYSIS •^^••^•j^l WITH THE PASSAGE OF TIME. THE DATA TEST SAMPLE NETRAT'°N |?H I!r^!L^nN^F?METER r^^^r^^^T^^ PRESENTED IS A SIMPLIFICATION OF THE ACTUAL =™in.t EI^ CONSOLIDATK3N • ^f faJM ^^M CONDITIONS ENCOUNTERED. THE DESCRIPTIONS CR CORROSION • ^H L I ^^^ PROVIDED ARE QUALITATIVE FIELD DESCRIPTIONS -^r GROUNDWATER TABLE AL ATTERBERG LIMITS B ^ ^ A. ^ AND ARE NOT BASED ON QUANTITATIVE "~ CO COLLAPSE/SWELL ••IJ^Hil^^Hli^l ENGINEERING ANALYSIS. Rv R-VALUE Geotechnical Boring Log Borehole LGC-HS-7 Date: 6/15/2009 Project Name: Tamarack Ave Sewer Project Number: 091014-01 Elevation of Top of Hole: ~1 1 7' MSL Hole Location: See Geotechnical Map ^^ ^ o 0 LJJ 115- 110- 105- 100- 95- 90- ^_^ 4_ ^o 0) Q 0 O 10- _ 15 — — - - - 20 — - 25 — - 30 — cc <j CLfri & O I I t_oJD Eu•z._ "5. E OJV) ; cuoO 5o m H R'1 I 79 • 29nR-2 I 4 I 14 p o U 7 I 15 • 20n R-4 U e • 17 R-5 I e • is---- - - - - £^o 'wc 0) ^*Q 118.7 117.4 111.3 113.3 120.8 -^ d CD 3"to 'o5 14.4 15.0 12.8 10.9 10.1 o.0 E CO COoCO SP&SM SM-SC SM-SC CL SM-SC Drilling Company: Martini Drilling Type of Rig: CME 75 Drop: 30" Hole Diameter: 8" Drive Weight: 140 pounds Page 1 of 1 Logged By KAD Sampled By KAD Checked By DJB DESCRIPTION Approximately 7 inches of Asphalt Concrete over 6 inches Aggregate Base Artificial Fill - Older (Afo) @5' - SAND and clayey silty SAND: grayish green and dark brown, moist, very dense; friable Quaternary Alluvium (Qal) @7.5' - clayey silty SAND: dark brown, moist, medium dense; fine grained @10' - clayey silty SAND: dark brown, moist, medium dense @12.5' - sandy silty CLAY: dark grayish brown, moist, hard @15' - clayey silty SAND: grayish brown, moist, medium dense; medium to fine grained sand Total Depth = 16.5' Groundwater Not Encountered Soil Cuttings Placed in Drums. Boring Backfilled with CLSM and Capped with Perma-Patch on 6/15/2009 +-» £ i*~o 0 fej" I- SA/ DS 1 AUfCrtM Akin ACCrWIATEC THIS SUMMARY APPLIES ONLY AT THE LOCATION SAMPLE TYPES: TESTTYPES:LAWSON AND AboUUIA 1 to OF THIS BORING AND AT THE TIME OF DRILLING. B BULK SAMPLE DS DIRECT SHEAR /->cnTcrHMIPAI rriMQIIITIKirc IMP SUBSURFACE CONDITIONS MAY DIFFER AT OTHER R RING SAMPLE (CA Modified sampler) MD MAXIMUM DENSITYbbUlkUHNIUALUUN&ULMNb, INU. LOCATIONS ^D MAY CHANGE AT THIS LOCAT1ON o GRABSAMPLE SA SIEVEANALYSIS ••••^••H WITH THE PASSAGE OF TIME. THE DATA SPT S^Spir™™''1 If" H^it n° HYDROMETER ^^^^^^^^^^^^^^^B PRESENTED IS A SIMPLIFICATION OF THE ACTUAL |N CTOISOLIDATION • ^^f ftt^f ^^^M CONDITIONS ENCOUNTERED. THE DESCRIPTIONS CR CORROSION • |H L 1 ^^^ PROVIDED ARE QUALITATIVE FIELD DESCRIPTIONS -SZ- GROUNDWATER TABLE AL ATTERBERG LIMITS • ^^^^L ^^ ^^^. ^^ AND ARE NOT BASED ON QUANTITATIVE CO COLLAPSE/SWELL •HHH^^^ta^^^^^^M^^^I ENGINEERING ANALYSIS RV R-VALUE Geotechnical Boring Log Borehole LGC-HS-8 Date: 6/15/2009 Project Name: Tamarack Ave Sewer Project Number: 091014-01 Elevation of Top of Hole: -98' MSL Hole Location: See Geotechnical Map fo "fo CD 95- 90- 85- 80- 75- 70- _ ti ^"S.0)Q 0 5 — - - - 10 — " _ 15 — ~_ 20 — ~ 25 — - 30 — 0)o o InQ. 2 0 ,_ Q) z "5. E OJCO - "c oo o CD -I R-1 1 i§ 1 29 H R"2 I 14 1 23n R'3 I 7o I 11R.4 y 4 I 9 R-5 I 4 I 10 "~ - - - 0o 'wc 0)Q Q 117.1 120.7 105.3 109.7 108.4 g \_im -*^> '62 11.2 10.1 7.5 7.0 9.7 O.Q E V) COoCOD Drilling Company: Martini Drilling Type of Rig: CME 75 Drop: 30" Hole Diameter: 8" Drive Weight: 140 pounds Page 1 of 1 Logged By KAD Sampled By KAD Checked By DJB DESCRIPTION Approximately 7 inches of Asphalt Concrete over 6 inches Aggregate Base Artificial Fill - Older (Afo) @5' - SAND: gray, light green and orange brown, slightly moist, very dense; friable; some pockets of brown clay Quaternary Alluvium (Qal) @10' - clayey silty SAND: dark grayish brown, moist, dense @12.5' - silty SAND: medium brown, moist, medium dense @15' - silty SAND: medium brown, moist, medium dense; trace clay @17.5' - silty SAND: medium brown, moist, medium dense; trace clay Total Depth = 19' Groundwater Not Encountered Soil Cuttings Placed in Drums. Boring Backfilled with CLSM and Capped with Perma-Patch on 6/15/2009 to j2 "o 0)Q. H* • AUIOSMI Aim AeonrMATETO THIS SUMMARY APPLIES ONLY AT THE LOCATION SAMPLETYPES: TESTtYPES:LAWaUN AND AsbUUA 1 to OF THIS BORING AND AT THE TIME OF DRILLING. B BULK SAMPLE DS DIRECT SHEAR RFrvrPPHMirAI rnM<?lll TIMfi iwr SUBSURFACE CONDITIONS MAY DIFFER AT OTHER R RING SAMPLE <CA Modified sampler) MD MAXIMUM DENSITYV3CW 1 COnnionL. VWIIOUU 1 IIIW, IIHV,. LOCAT|ONS /^D MAY CHANGE AT THIS LOCATION G GRAB SAMPLE SA SIEVE ANALYSIS •••••••I WITH THE PASSAGE OF TIME. THE DATA ^SgXSSg*™™ I,&H S52£2,I££"EIER F^^^T^^^r^^ PRESENTED IS A SIMPLIFICATION OF THE ACTUAL CN CONSOLIDATION • ^f AflM ^^J CONDITIONS ENCOUNTERED. THE DESCRIPTIONS CR CORROSION • ^B L I ^^* PROVIDED ARE QUALITATIVE FIELD DESCRIPTIONS -Sr GROUNDWATER TABLE AL ATTERBERG LIMITS • ^ ^^ ^ AND ARE NOT BASED ON QUANTITATIVE " CO COLLAPSE/SWEU. ••••^••M^^^M^H ENGINEERING ANALYSIS. Rv R-VALUE Geotechnical Boring Log Borehole LGC-HS-9 Date: 6/15/2009 Project Name: Tamarack Ave Sewer Project Number: 091014-01 Elevation of Top of Hole: -75' MSL Hole Location: See Geotechnical Map ^_^ co >CD LU 70- 65- 60- 55- 50- f>c £ 0)Q 0 ~_ _ _ 5 — 10 — - 15 — 20 — 25 — 30 — D)O O IcQ.rv* & CD i i i_ 0^3 E z "o. E COCO : c3 OO 5o CO 1 15 R-2 1 9 • 14 R-3 1 4 I 11 - - - - - (£;• oQ. '55c0 j^*Q 121.0 112.8 111.1 ^~. ^0 _D "w'o ^ 12.0 9.0 12.2 On E CO COo CO D SP SM-SC SM-SC Drilling Company: Martini Drilling Type of Rig: CME 75 Drop: 30" Hole Diameter: 8" Drive Weight: 140 pounds Page 1 of 1 Logged By KAD Sampled By KAD Checked By DJB DESCRIPTION Approximately 7 inches of Asphalt Concrete over 5 inches Aggregate Base Artificial Fill - Older (Afo) @2.5' - SAND: green gray, moist, dense; fragments of green to bluish green sandstone @5' - clayey silty SAND: dark gray brown, moist, dense @7.5' - clayey silty SAND: dark gray brown, moist, medium dense Total Depth = 9' Groundwater Not Encountered Soil Cuttings Placed in Drums. Boring Backfilled with CLSM and Capped with Perma-Patch on 6/15/2009 ^-* (D M—0 CD/->L^. '- i Auicrtu Akin ACcrtriATEC THIS SUMMARY APPLIES ONLY AT THE LOCATION SAMPLETYPES: TESTTYPES:LAWoUN AND AooUUIA 1 to OF THIS BORING AND AT THE TIME OF DRILLING. B BULK SAMPLE DS DIRECT SHEAR rcrvrpruMirAi rnNiQiiiTiNR IMP SUBSURFACE CONDITIONS MAY DIFFER AT OTHER R RING SAMPLE (CAModined sampler) MD MAXIMUM DENSITYbtUltUHNIUALUUNoULIINU, IIMU. LOCAT|ONS ANO MAY CHANGE AT THIS LOCAT,ON G GRABSAMPLE SA SIEVEANALYSIS ^^^HH^^^^HM^H WITH THE PASSAGE OF TIME THE DATA SPT STANDARD PENETRATION SSH SIEVE AND HYDROMETER ^^^^^^^^^^^^ PRESENTED IS A SIMPLIFICATION OF THE ACTUAL TEST SAMPLE El^ EXPANSION INDEX • ^f f*m ^^M CONDITIONS ENCOUNTERED. THE DESCRIPTIONS CR CORROSION • HI L 1 W^ PROVIDED ARE QUALITATIVE FIELD DESCRIPTIONS -^- GROUNDWATER TABLE AL ATTERBERG LIMITS • ^ m M AND ARE NOT BASED ON QUANTITATIVE ~ CO COLLAPSE/SWELL ••••••••1 ENGINEERING ANALYSIS. Rv R-VALUE Geotechnical Boring Log Borehole LGC-HS-10 Date: 6/15/2009 Project Name: Tamarack Ave Sewer Project Number: 091014-01 Elevation of Top of Hole: -80* MSL Hole Location: See Geotechnical Map ^ co CO CD UJ 75- 70- 65- 60- 55- ^ sJ^, _c Q. (1)Q 0 _ — , _ 5 — _ 10 — - 15 — 20 — 25 — 30- O)o o .cCL 2 O CD F z CD "5. E CO C/) - c3 O U ^o m R-1 U 8 1 18 R-2 U 6 I 12 R-3 I /o • 13 - - - - : f? & "wc0) ^Q 119.5 111.4 107.6 ^ 2^ 2D to O^ 9.9 13.3 14.5 OJD E CO CO 0CO=> SM SP&SM SP Drilling Company: Martini Drilling Type of Rig: CME 75 Drop: 30" Hole Diameter: 8" Drive Weight: 140 pounds Page 1 of 1 Logged By KAD Sampled By KAD Checked By DJB DESCRIPTION Approximately 7 inches of Asphalt Concrete over 7 inches Aggregate Base Artificial Fill - Older (Afo) @2.5' - silty SAND: bluish green, moist, dense; some pockets of gray brown clay; fine grained sand @5' - SAND and silty SAND: bluish green and dark gray, moist, medium dense @7.5' - SAND: dark bluish gray, moist, medium dense; friable Total Depth = 9' Groundwater Not Encountered Soil Cuttings Placed in Drums. Boring Backfilled with CLSM and Capped with Perma-Patch on 6/15/2009 M— ' CD I4_ O CD Q_ !~ l AK/O/MI Aim AOonr*IA1-rrc THIS SUMMARY APPLIES ONLY AT THE LOCATION SAMPLETYPES: TESTTYPES:LAWoUN AND AooUUIAIbb OF THIS BORING AND AT THE TIME OF DRILLING. B BULKSAMPLE DS DIRECTSHEAR RpnTFrHNirAI rONSULTING IMP SUBSURFACE CONDITIONS MAY DIFFER AT OTHER * RING SAMPLE (CA Modified Samptei) MD MAXIMUM DENSITYGEOTECHNTCA^ONSULmiG, INC. LOCATIONSANDMAYCHANGEATTHISLOCAT1ON G «««-« « TfTu^XnuLu ^^^^^•^^•I^H WITH THE PASSAGE OF TIME. THE DATA °M ^I™UW<UILNLIHAIION o&M olhVLANUI VUI«JMLILI< •^^^^^^^^T^^B PRESENTED IS A SIMPLIFICATION OF THE ACTUAL ILUI jwii LL L^ uu W^JIUHIIIULA • ^V f^i J^fl CONDITIONS ENCOUNTERED. THE DESCRIPTIONS r» rnDpncsnu • ^H L I ^^V fKUVIUfcD ARE QUALITATIVE FIELD DESCRIPTIONS -V- GROUNDWATER TABLE AL ATTFRBFRK 1 IUITS [ ^ A ^ ANDARFMOTRASFnnWOIIAWTITATIVF ~ CO COLLAPSE/SWFLL ^•^^^•^^^•^H ENGINEERING ANALYSIS. Kv R-VAiUt Geotechnical Boring Log Borehole LGC-HS-11 Date: 6/16/2009 Project Name: Tamarack Ave Sewer Project Number: 091014-01 Elevation of Top of Hole: -88' MSL Hole Location: See Geotechnical Map ^ ^ o ^£5 CD CD LJJ 85- 80- 75- 70- 60- ^^^it! £ o CD 0 5 — 10- - 15 — - - - 20 — _ 25 — - - - - 30- O)o o 0. O t_CD E z-. "a.E CD CO - [ R-1 I R-2 1 R-3 1 r R-4 I fR-5 1Fr R-6 I R-7 I "c O O o en 1 131 18 615 2150/4" 25 50/3" 3050/4" 25 50/4" 24 50/4" <g B 'toc0)Q ^Q 111.4 123.3 111.1 121.4 114.6 112.3 115.5 ^^ b. CD ^} to'o ^ 15.6 9.9 5.9 6.1 9.4 6.7 5.0 O_Q E CO CO OCO CL SP / / Drilling Company: Martini Drilling Type of Rig: CME 75 Drop: 30" Hole Diameter: 8" Drive Weight: 140 pounds Page 1 of 1 Logged By KAD Sampled By KAD Checked By DJB DESCRIPTION Approximately 8 inches of Asphalt Concrete over 7 inches Aggregate Base Artificial Fill - Older (Afo) @5' - sandy CLAY: dark brown and light gray, moist, very hard @10' - SAND: greenish brown gray, moist, medium dense; friable; coarse to fine grained Tertiary Santiago Formation (Tsa) @15' - SANDSTONE: light green to white, moist, very dense; friable; fine grained @20' - SANDSTONE: light green to white, moist, very dense; friable; medium to fine grained @22.5' - SANDSTONE: light green to white, moist, very dense; friable; medium to fine grained @25' - SANDSTONE: light green to white, moist, very dense; friable; medium to fine grained; abundant muscovite grains @27.5' - SANDSTONE: light green to white, moist, very dense; friable; coarse to medium grained Total Depth = 28.5' Groundwater Not Encountered Soil Cuttings Placed in Drums. Boring Backfilled with CLSM and Capped with Perma-Patch on 6/16/2009 +-* CD H— O CD ^!~ SA/ DS AIIIC.SMI Aim Aoe/10IAl-r?e> THIS SUMMARY APPLIES ONLY AT THE LOCATION SAMPLETYPES: TESTTYPES:LAWoUN AND AooUUIAI bo OF THIS BORING AND AT THE TIME OF DRILLING. B BULK SAMPLE DS DIRECT SHEAR pcnTPPHMIPAl CrtMQIII TIMfi INP SUBSURFACE CONDITIONS MAY DIFFER AT OTHER R RING SAMPLE (CA Modified Sampler) MD MAXIMUM DENSITYUtUltUHIMIUALUUIXOUl-IIIMU, INU. LOCAT|ONS ^ MAY CHANQE AT TH|S LOCAT|ON G GRABSAMPLE SA SIEVEANALYSIS •^••^••i•LGC 1 WITH THE PASSAGE OF TIME. THE DATA arl ™ «UPI 7 n ~?M^,k,n«1 PRESENTED IS A SIMPLIFICATION OF THE ACTUAL icaiaMirLt EI^ EWWSIUN mutA 1 CONDITIONS ENCOUNTERED. THE DESCRIPTIONS CR CORROSION 1 PROVIDED ARE QUALITATIVE FIELD DESCRIPTIONS -&r- GROUNDWATER TABLE AL ATTERBERG LIMITS 1 AND ARE NOT BASED ON QUANTITATIVE " CO COLLAPSE/SWELL 1 ENGINEERING ANALYSIS. RV R-VALUE Geotechnical Boring Log Borehole LGC-HS-12 Date: 6/16/2009 Project Name: Tamarack Ave Sewer Project Number: 091014-01 Elevation of Top of Hole: -80' MSL Hole Location: See Geotechnical Map Elevation (ft)75- 70- 65- 60- 55- •I— •Q.0)Q 0 5 — 10 — 15 — 20 — 25 — 30- O)o o inQ. O 5 Sample NumberR-1 R-2 R-3 R-4 R-5 R-6 -*-» DOo1 CO 3 6g 5913 369 3 3612 369 Dry Density (pcf)119.1 106.5 109.9 114.7 103.8 113.4 Moisture (%)6.8 10.0 7.4 7.2 20.0 5.0 USCS SymbolCL CL-SC SP SP-SC CL SP Drilling Company: Martini Drilling Type of Rig: CME 75 Drop: 30" Hole Diameter: 8" Drive Weight: 140 pounds Page 1 of 1 Logged By KAD Sampled By KAD Checked By DJB DESCRIPTION Approximately 7 inches of Asphalt Concrete over 6 inches Aggregate Base Artificial Fill - Older (Afo) @5' - sandy CLAY: grayish brown and orange brown, moist, hard Quaternary Alluvium (Qal) @10' - sandy CLAY to clayey SAND: orange brown, moist, hard to medium dense @12.5' - SAND: orange brown, moist, medium dense; trace clay @15' - SAND with some clay: gray brown, moist, loose; medium to fine grained sand @17.5' - CLAY with sand: light grayish brown, wet, firm @20' - SAND: light grayish brown, moist, medium dense; fine grained Total Depth = 21. 5' Groundwater Not Encountered Soil Cuttings Placed in Drums. Boring Backfilled with CLSM and Capped with Perma-Patch on 6/16/2009 -i— »w0 CD Q. SA l AIIIO/-MI Aur» AOCrtOIATCC THIS SUMMARY APPLIES ONLY AT THE LOCATION SAMPLE TYPES: TESTTYPES:LAWoUN ANU AOOUUIAItO OF THIS BORING AND AT THE TIME OF DRILLING. B BULK SAMPLE DS DIRECT SHEAR RFnTFPHNirAI PONSIII TIMG IMP SUBSURFACE CONDITIONS MAY DIFFER AT OTHER R RING SAMPLE (CA Modified Sampler) MD MAXIMUM DENSITYGEOTECHNTCALCONSULT1NG, INC. LOCATIONSANDMAYCHANGEATTHISLOCAT1ON G GRABSAMPLE SA ^ANALYSIS ,.,,, I ^H ^p 1 ^^^ PROVIDED ARE QUALITATIVE FIELD DESCRIPTIONS -SZ- GROUNDWATER TABLE AL ATTERBERG LIMITS Appendix C Laboratory Testing Procedures & Test Results APPENDIX C Laboratory Testing Procedures and Test Results The laboratory testing program was directed towards providing quantitative data relating to the relevant engineering properties of the soils. Samples considered representative of site conditions were tested in general accordance with American Society for Testing and Materials (ASTM) procedure and/or California Test Methods (CTM), where applicable. The following summary is a brief outline of the test type and a table summarizing the test results. Moisture and Unit Weight Determination Tests: Moisture content (ASTM D2216) and unit weight determinations (ASTM D2937) were performed on relatively undisturbed samples obtained from the test borings and/or trenches. The results of these tests are presented in the boring and/or trench logs. Grain Size Distribution: Representative samples were dried, weighed, and soaked in water until individual soil particles were separated (per ASTM D421) and then washed on a No. 200 sieve. The portion retained on the No. 200 sieve was dried and then sieved on a U.S. Standard brass sieve set in accordance with ASTM D422 (CTM 202). A hydrometer analysis was done to estimate the distribution of soil particles passing the No. 200 sieve. The gradation curve is presented in this appendix. Consolidation: Consolidation tests were performed on selected, relatively undisturbed ring samples (Modified ASTM Test Method D2435). Samples (2.42 inches in diameter and 1 inch in height) were placed in a consolidometer and increasing loads were applied. The samples were allowed to consolidate under "double drainage" and total deformation for each loading step was recorded. The percent consolidation for each load step was recorded as the ratio of the amount of vertical compression to the original sample height. The consolidation curve is presented in this appendix. Soluble Sulfates: The soluble sulfate content was determined by standard geochemical methods (CTM 417). Test results are provided in this appendix. Minimum Resistivity and pH Test: Minimum resistivity and pH tests were performed in general accordance with CTM 643 and standard geochemical methods. Test results are provided in this appendix. Chloride Content: The chloride content was determined by standard geochemical methods (CTM 422). Test results are provided in this appendix. The results are presented in this appendix. The moisture and unit weight test results are presented on the boring logs in Appendix B. Project No. 091014-01 C-l September 23, 2009 GRAVEL CJ- T— -m •<- -inn -. V -. on . an ** 70 0)'55 ^ fin ^ciZ §0) on -in s = 0 *. « _ *. _ 0 , 100 I Location: .GC-HS-2 LGC ^\ SAND FINES (SILT AND CLAY) | t * * ° ^ s 10 Sample No.: R-5 Depth (ft.) 20 Sample Description: s ^ \ \. \ \ \ \ \ \1 1 0.1 Particle Size (mm) Soil Type SP Gravel 0 Sand 89 Green to Orange Brown Sand • PARTICLE SIZE ANALYSIS (ASTM D 422) 0.01 Fines 11 0.001 Project Number: 091014-01 Date: Jul-09 Tamarack Sewer Replacement [_ GRAVEL | SAND | FINES (SILT AND CLAY) mn — on sn ** 70 O)'53 c il o>o 53 9O m -- n .. i co ; 1 J 00 O CO = CDi * * **^ ^\ ^ o o 2co in o * * * ^ \>\\\ \ \\\\\ o0 CM 1 100 10 1 0.1 Particle Size (mm) 0.01 0.001 Location: LGC-HS-3 Sample No.: R-6 Depth (ft.) 22.5 Soil Type SP Gravel (%) 0 Sand (%) 90 Fines (%) 10 Sample Description: Light Green Orange Brown Sand LGC PARTICLE SIZE ANALYSIS (ASTM D 422) Project Number: 091014-01 Date: Jul-09 Tamarack Sewer Replacement 90 80 £ 70 g> '3 5 60 m* ^ c il d> 30- 30 20 10 100 GRAVEL » i i » i» » ft 10 SAND FINES (SILT AND CLAY) ,,-FC -re 1 0.1 Particle Size (mm) 0.01 0.001 Location: LGC-HS-4 Sample No.: R-3 Depth (ft.) 10 Soil Type SP Gravel 0 Sand 93 Fines 7 Sample Description: Brown to Light Brown Sand LGC PARTICLE SIZE ANALYSIS (ASTM D 422) Project Number: 091014-01 Date: Jul-09 Tamarack Sewer Replacement 80 £ 70 O> 15 60 DO 0) 50c Q) O 0) Q. 40 10 100 GRAVEL 10 SAND FINES (SILT AND CLAY) on * o10 * \ 1 0.1 Particle Size (mm) 0.01 0.001 Location: LGC-HS-7 Sample No.: R-2 Depth (ft.) 7.5 Soil Type SM Gravel 0 Sand 88 Fines 12 Sample Description: Dark Brown Slightly Silty Sand LGC PARTICLE SIZE ANALYSIS (ASTM D 422) Project Number: 091014-01 Date: Jun-09 Tamarack Sewer Replacement GRAVEL SAND FINES (SILT AND CLAY) 100 rr* 90 80 u> CO k.0) 10 100 •>- oo A—i-A-^fc—W I •»" !*• o o oS o o2 ^" ^% tt * 10 \ N 1 0.1 Particle Size (mm) 0.01 0.001 Location: LGC-HS-11 Sample No.: R-5 Depth (ft-) 22.5 Soil Type SP Gravel (%) 0 Sand (%) 91 Fines (%) 9 Sample Description: Light Green to White Sand Project Number: Date: 091014-01 Jul-09 Tamarack Sewer Replacement 90 80 D) CQ o>c 0)o 0) 60 40 10 | GRAVEL | SAND | FINES (SILT AND CLAY) OJ== O c:) ° S S^_Tj- CO ^ CO T- CO tO ° ° ""••"I~*<\*\ \ K ^\\\<\\\NJs , 100 10 1 0.1 Particle Size (mm) 0.01 0.001 Location: LGC-HS-12 Sample No.: R-4 Depth (ft.) 15 Soil Type SM Gravel (%) 0 Sand (%) 83 Fines (%) 17 Sample Description: Gray Brown Slightly Silty Sand LGC PARTICLE SIZE ANALYSIS (ASTM D 422) Project Number: 091014-01 Date: Jul-09 Tamarack Sewer Replacement 1 1 1 1 1 0)Q Q 1 1 1 °n OC on •1C m nc nn 4 \\ * i v\ \ 1 i\ k \V\\\ VV \ i \\ ^\\ \ \ \ V\ \ ^ V\ ^\ V\\ V\ >\ \ \ \> * \ 1 \\^> V\ ^ > \ k \ — — 3s 3s .0; =2.7i 3 •> uu » » 0 5 10 15 20 25 30 35 Moisture Content (%) Location: LGC-HS-3 Sample No.: B-1 Depth (ft) 0-5 Sample Description Light Green and Orange SAND Maximum Dry Density (pcf) 122.5 Optimum Moisture Content (%) 10.5 ^^RSf^J LABORATORY COMPACTION B •LwXi^B (ASTM D 1557) Project Number: 091014-01 Date: Jun-09 Tamarack Sewer Replacement 0.0 0.0 1.0 2.0 3.0 Normal Stress (ksf) Location: LGC-HS-11 Sample No.: R-5 Depth (ft) 22.5 Sample Type DRIVEN Shear Rate (inch/min) 0.004 Dry Density (pcf) 114.6 Initial Moisture Content (%) 9.4 Final Moisture Content (%) 19.2 Sample Description: Light Green and Orange Sandstone LGC DIRECT SHEAR PLOT Project Number: 091014-01 Date: Sep-09 Tamarack Sewer Replacement o.o -h* 0.0 1.0 1.5 Normal Stress (ksf) 2.0 2.5 Location: LGC-HS-7 Sample No.: R-2 Depth (tt) 7.5 Sample Type DRIVEN Shear Rate (inch/min) 0.004 Dry Density (pcf) 117.4 Initial Moisture Content (%) 15.0 Final Moisture Content (%) 21.4 Sample Description: Dark Brown Slightly Silty Sand LGC DIRECT SHEAR PLOT Project Number: 091014-01 Date: Sep-09 Tamarack Sewer Replacement \ "V= v Pl v »~. /*"N tan-*" TAMARACK AVE STATION 0+00 TO 13+00 HUP11SM was TAMARACK AVE STATION 13+00 TO 26+00 TAMARACK AVE STATION 26+00 TO 39+00 Legend O Approximate Location of Hollow Stem Boring TO. = 215' Location of Proposed Sewer Line TAMARACK AVE STATION 39+00 TO 51+50 LAWSON & ASSOCIATES \GEOTECHNICAL CONSULTING, INC. 1319 Calls Avanzado San Clemente, CA 92673 TELfS4a) 3694141 FAX (949) 3694142 Geotechnical Boring Location Map CLIENT/CIVIL ENGINEER: City of Carlsbad 09101441 Tamarack Am Sewr Replacement September 2009 SHEET 1of1 APPENDIX "C" UTILITY COMPANY'S DRAWINGS