Loading...
HomeMy WebLinkAboutRangel Development Group Inc; 2007-10-19; PWS07-29ERECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DOC# 2009-0072865 FEB13, 2009 3:15 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: 2131101400 NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on November 21, 2008. 6. The name of the contractor for such work or improvement is Rangel Development Group, Inc. 7. 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: Project No. 38751, Poinsettia Sewage Lift Station Upgrade. 8. The street address of said property is in the City of Carlsbad. CITY OF CARLSBAD Robert T. John$c City Engineer >n, Jr. VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Council of said City onwS^/b^^ccJt to , 2QOCI . accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed orr^s Jo j, LIQUID .<' . 200? . at Carlsbad, California. 6 AB 19,707 RESO 2009-022 CI tORRAmJEIvlWOOD Word\Masters\Forms\Notice of Completion (City)3/9/98 CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS, GENERAL, AND TECHNICAL PROVISIONS FOR POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT NO. 38751 BID NO. PWS07-29ENG Revised 11/01/06 Contract No. 38751 Page 1 of 113 TABLE OF CONTENTS Item Page Notice Inviting Bids 6 Contractor's Proposal 10 Bid Security Form 17 Bidder's Bond to Accompany Proposal 18 Guide for Completing the "Designation Of Subcontractors" Form 20 Designation of Subcontractor and Amount of Subcontractor's Bid Items 22 Bidder's Statement of Technical Ability and Experience 23 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation 24 Bidder's Statement of Re Debarment 25 Bidder's Disclosure of Discipline Record 26 Non-Collusion Affidavit to Be Executed by Bidder and Submitted with Bid 28 Contract Public Works 29 Labor and Materials Bond 35 Faithful Performance/Warranty Bond 37 Optional Escrow Agreement for Surety Deposits in Lieu of Retention 39 Revised 11/01/06 Contract No. 38751 Page 2 of 113 GENERAL PROVISIONS Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms 42 1-2 Definitions 42 1-3 Abbreviations 47 1-4 Units of Measure 50 Section 2 Scope and Control of The Work 2-1 Award and Execution of Contract 52 2-2 Assignment 52 2-3 Subcontracts 52 2-4 Contract Bonds 53 2-5 Plans and Specifications 54 2-6 Workto be Done 58 2-7 Subsurface Data 58 2-8 Right-of-Way 58 2-9 Surveying 58 2-10 Authority of Board and Engineer 64 2-11 Inspection 64 Section 3 Changes in Work 3-1 Changes Requested by the Contractor 65 3-2 Changes Initiated bythe Agency 65 3-3 Extra Work 66 3-4 Changed Conditions 69 3-5 Disputed Work 70 Section 4 Control of Materials 4-1 Materials and Workmanship 73 4-2 Materials Transportation, Handling and Storage 77 Section 5 Utilities 5-1 Location 78 5-2 Protection 78 5-3 Removal 79 5-4 Relocation 79 5-5 Delays 80 5-6 Cooperation 80 Section 6 Prosecution, Progress and Acceptance of the Work 6-1 Construction Schedule and Commencement of Work 81 6-2 Prosecution of Work 85 6-3 Suspension of Work 87 6-4 Default by Contractor 88 6-5 Termination of Contract 88 6-6 Delays and Extensions of Time 88 6-7 Time of Completion 89 6-8 Completion, Acceptance, and Warranty 90 6-9 Liquidated Damages 91 6-10 Use of Improvement During Construction 91 Revised 11/01/06 Contract No. 38751 Page 3 of 113 Section 7 Responsibilities of the Contractor 7-1 Contractor's Equipment and Facilities 91 7-2 Labor 91 7-3 Liability Insurance 92 7-4 Workers' Compensation Insurance 93 7-5 Permits 93 7-6 The Contractor's Representative 93 7-7 Cooperation and Collateral Work 94 7-8 Project Site Maintenance 94 7-9 Protection and Restoration of Existing Improvements 96 7-10 Public Convenience and Safety 97 7-11 Patent Fees or Royalties 104 7-12 Advertising 104 7-13 Laws to be Observed 104 7-14 Antitrust Claims 104 Section 8 Facilities for Agency Personnel (NOT REQUIRED) Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work 104 9-2 Lump Sum Work 105 9-3 Payment 105 SUPPLEMENTAL PROVISIONS Special Construction Provisions 1. Worksite 109 2. Storage of Materials 109 3. Preservation of Existing Improvements, Restoration of Work Site and Disposal of Spoil and Waste Materials 109 4. Specified Model Numbers 110 5. Lateral Design 110 6. Location of Equipment and Ambient Environmental Conditions 110 7. Equipment Performance Documentation 110 8. Operation and Maintenance Manuals and Training 111 9. Reference Documents '. 112 10 Safety Requirement of Equipment Furnished by Contractor 112 11. Lubrication 112 12. Order of Work 112 TECHNICAL SPECIFICATION DIVISION 01 - GENERAL REQUIREMENTS 01026 Schedule of Values 01500 Start-up, Field Testing, and Acceptance of Equipment Technical Specifications DIVISION 02 - SITE WORK 02050 Demolition 02223 Trenching, Excavation, Backfilling, and Compacting 02300 Basic Earthwork Specifications 02500 Basic Paving Specifications Revised 11/01/06 Contract No. 38751 Page 4 of 113 DIVISION 03 - CONCRETE 03100 Basic Concrete Formwork Specifications 03200 Basic Concrete Reinforcement Specifications 03300 Basic Concrete Specifications DIVISION 04 - MASONRY 04230 Reinforced Concrete Block Masonry DIVISION 05 - METALS 05100 Basic Structural Steel and Miscellaneous Metal Work Specifications DIVISION 07 - THERMAL AND MOISTURE PROTECTION 07920 Sealants and Caulking DIVISION 08 - DOORS AND WINDOWS 08100 Doors, Frames, and Hardware Technical Specifications DIVISION 09 - FINISHES 09900 Basic Coating and Painting Specifications for Water, Recycled Water, and Wastewater Facilities DIVISION 11 - EQUIPMENT 11005 General Mechanical and Equipment Technical Specifications 11062 Vertical Non-Clog Dry Pit Pumping Units Technical Specifications 11301 Odor Control Scrubber System Technical Specifications DIVISION 15 - MECHANICAL 15000 General Piping System and Appurtenances 15041 Disinfection of Piping 15044 Hydrostatic Testing of Pressure Pipelines 15056 Ductile-Iron Pipe and Fittings 15057 Copper Tubing, Brass and Bronze Pipe Fittings 15092 Miscellaneous Couplings, Pipe and Appurtenances 15099 Process Valves, Regulators and Miscellaneous Valves 15800 Heating and Ventilation Equipment Technical Specifications DIVISION 16 - ELECTRICAL 16050 Basic Electrical Specifications 16152 Vertical Solid Shaft Electric Motor Technical Specifications Revised 11/01/06 Contract No. 38751 Page 5 of 113 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 2:00 PM on August 2, 2007, 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: Furnishing all labor, material, and equipment for construction of the Poinsettia Sewage Lift Station Upgrade. POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT NO. 38751 BID NO. PWS07-29ENG INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans 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 Project Technical Specifications. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. 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. Revised 11/01/06 Contract No. 38751 Page6of113 BID DOCUMENTS The documents which comprise the Bidder's proposal and that must be completed and properly executed including notarization where indicated are: 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit 4. Designation of Subcontractor and Amount of Subcontractor's Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder's Statement Re Debarment 9. Bidder's Disclosure Of Discipline Record 10. Escrow Agreement for Security Deposits -(optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) ENGINEER'S ESTIMATE: All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $400.000.00. TIME OF COMPLETION: The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: Classification A, General Engineering. ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of $ 25.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. mW Revised 11/01/06 Contract No. 38751 Page/of 113 INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. PRE BID MEETING A pre-bid meeting and tour of the project site will not be held. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. ADDENDUMS Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. Revised 11/01/06 Contract No. 38751 Page8of113 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. Auto policies offered to meet the specification of this contract must: 1 ) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, b,y Resolution No. 2007-136, adopted on the 1 9th day of June, 2007. I,_ _ June 21, 2007 Cherry Freisi Publish: June 26, 2007 Revised 11/01/06 Contract No. 38751 Page9of113 CITY OF CARLSBAD POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT NO. 38751 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. 38751 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: Revised 11/01/06 Contract No. 38751 Page 10 of 113 Item No. A-1 A-2 A-3 SCHEDULE "A" POINSETTIA SEWAGE LIFT STATION UPGRADE Description Mobilization, demobilization, and preparatory work at a stipulated lump sum of Ten Thousand Dollars (Stipulated Amount: Do Not Change) Prepare and implementing Storm Water Pollution Prevention and Monitoring Plans at A-4 A-5 Unit Price in Words Approximate Quantity and Unit LS LS Unit Price in Words Site work including A.C. pavement removal, placement of new A.C. pavement and concrete ribbon gutter, and all related work at „ „ LS Unit Price in Words Slurry seal all lift station site A.C. pavement including access roads at Unit Price in Words Vertical non-clog dry pit pumping units, including motors, and all appurtenances and related rk at Unit Price $ 10.000 Total $ 10.000 $$ 4,000 $$OOP 21.000SF $_$ SEA $$ Revised 11/01/06 Contract No. 38751 Page 11 of 113 I I ^ A-6 All piping and appurtenances LS $ /^QOQ $ /^oop (including all valves, gauges, supports, connections to existing pipelines, pipe • testing, and all related work at I £' • Unit Price in Words A-7 Odor scrubber and LS $ ^P^OPC? $_ appurtenances, and all I related work at I Unit Price in Words A-8 Enclose chemical room LS $ I including all appurtenances (i.e. doors, ventilators, louvers, etc.), and all related work at Unit Price in Words Total amount of bid in words for Schedule "A": Total amount of bid in numbers for Schedule "A": $ Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). _ •. _ has/have been received and is/are included in this proposal. OPENED, WITNESSED AND RECORDED: '^g>7 DATE SIGNATURE Revised 11/01/06 Contract No. 38751 Page 12 of 113 I K 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. I I I I The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under(license number *% I S® b D , classification /f / C / 0 which expires on (&l3l /,2-Oof , and that this statement is true and correct and has the legal effect of an affidavit. I 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 I § 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 ^Qs^b _ (Cash, Certified Check, Bond or Cashier's Check) for ten percent (1 0%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1 , Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. Revised 11/01/06 Contract No. 38751 Page 13of 113 License Detail Page 1 of2 California Home Thursday, August 02, 2007 License Detail Contractor License # 815660 CALIFORNIA CONTRACTORS STATE LICENSE BOARD DISCLAIMER A license status check provides information taken from the CSLB license data base. 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 data base. Extract Date: 08/02/2007 * * * Business Information * * * RANGEL DEVELOPMENT GROUP INCORPORATED 27475 YNEZRD #314 TEMECULA, CA 92591 Business Phone Number: (951) 506-1264 Entity: Corporation Issue Date: 12/09/2002 Expire Date: 12/31/2008 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications * * * Class Description | |C10 [ELECTRICAL | * * * Bonding Information * * * CONTRACTOR'S BOND: This license filed Contractor's Bond number 140023 in the amount of $12,500 with the bonding company AMERICAN CONTRACTORS INDEMNITY COMPANY. Effective Date: 01/01/2007 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL(I): This license filed Bond of Qualifying Individual number 1035177 for MAX RICHARD PALMER in the amount of $12,500 with the bonding company SURETY COMPANY OF THE PACIFIC. Effective Date: 01/01/2007 BQI's Bonding History BOND OF QUALIFYING INDIVIDUAL^): The Responsible Managing Officer (RMO) AUGUSTINE CHRISTOPHER RANGEL certified http://www2.cslb.ca.gov/CSLB_LIBRARY/License+Detail.asp 08/02/2007 License Detail Page 2 of 2 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: 12/09/2002 * * * Workers Compensation Information * * * This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number: 238-0000689 Effective Date: 12/04/2002 Expire Date: 12/01/2007 Workers Compensation History Personnel listed on this license (current or disassociated) are listed on other licenses. Personnel List Other Licenses License Number Contractor Name Personnel Name Request Request Request Reques. """'* © 2006 State of California. Conditions of Use Privacy Policy http://www2.cslb.ca.gov/CSLB_LIBRARY/License+Detail.asp 08/02/2007 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail 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 (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail Revised 11/01/06 Contract No. 38751 Page 14 of 113 I IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted jJb M &£L J_)t V6/.Q P/Vl£ M T (j/ftog/' J.A/C. I I V / — ^"*TX f <^ £jfr±£^^s ___^ / (Signature) ^) I ~~ (Tite) Impress Corporate Seal here * - .of LflLf F&RNI ft(3) Incorporated under the laws of the State | (4) Place of Business ,^7^*7^ jl^^L ^ *\g / (Street and Number) City and State I (5) Zip Code I ^^ ^ ' Telephone No.; f (6) E-Mail (LrCLnq^L^r^tL^ACjLQroaifl.^ot^VL\V/ *— IVI\^ll i. . .._,,I ...—.— ... -,f i—..in / • _.-.— .... ,,' .. .„— —., (J (I \J NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED Revised 11/01/06 Contract No. 38751 Page 15 of 113 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of On £ / Dd!-: personally appeared , before L- / SUSAN G. DOXARAS COMM #1488944 NOTARY PUBUC- CALIFORNIA WVERSKJE COUNTY «frComn).E»|ilrMM«y1l.2008 Iss. v^personally known to me 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. WITNESS my hand and official seal 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 find raattachment 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 Signer's Name: ._ Individual Corporate Officer Title(s): Partner — Limited General Attorney in Fact Trustee Guardian or Conservator Other _ Number of Pages. RIGHT THUMBPRINT OF SIGNER Signer Is Representing: 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: fcfs Kft^&fcL-r Revised 11/01/06 Contract No. 38751 Page 16 of 113 BID SECURITY FORM (Check to Accompany Bid) POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT NO. 38751 (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 11/01/06 Contract No. 38751 Page 17 of 113 BIDDER'S BOND TO ACCOMPANY PROPOSAL POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT NO. 38751 KNOW ALL PERSONS BY THESE PRESENTS: INTERNATIONAL FIDELITY That we, RANGEL DEVELOPMENT GROUP. INC. . as Principal, and INSURANCE TOMPANY , as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) TEN PERCENT (107,) DP THF *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 IN DOLLARS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Principal for: POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT NO. 38751 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 11/01/06 Contract No. 38751 Page 18 of 113 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 2ATH day of. PRINCIPAL: RANGEL DEVELOPMENT GROUP, INC. (name By: JULY 20 07 . (print name here) /L. (Title arjrfJOrganization^of Sigfjertory) \i/bdfa*^ -.By: lgnb(slgnbfere){/ S. (print name here) (title and organization of signatory) Executed by SURETY this 2/>TH day of JULY , 20 07 . SURETY: FIDELITY INSURANCE COMPANY (name of Surety) 12 TRUMAN, IRVINE. CA 92620 (address of Surety) 949-559-6700 (telephpne number of Surety) By: (signature of Attomey-in-Fact) JUDITH K. CUNNINGHAM (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 By:. Depufy City Atto'rne Revised 11/01/06 Contract No. 38751 Page 19 of 113 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of On personally appeared before me. SUSANG DOXARAS * COMM #1488944 <g NOTARY PUBLIC-CALIFORNIA TT RIVERSOe COUNTY -i My Comn). Emmttty 11,2008 f ss. v/personaliy known to me 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. WITNESS my hand and official seal. 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 Signer's Name: „ Individual Corporate Officer — Title(s): Partner — Limited General Attorney in Fact Trustee Guardian or Conservator Other: Number of Pages. RIGHT THUMBPRINT OF SIGNER Signer Is Representing State of California NOTARY ACKNOWLEDGMENT County of Orange On July 24.2007 before me, Charise May _, Notary (Date) personally appeared (Name/Title - Notary Public) Judith K. Cunningham personally known to me - OR -proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in h*s/her/the» authorized capacity(ies}, and that by h*s/her/&eif signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal. gnature of Notary) OPTIONAL INFORMATION CAPACITY CLAIMED BY SIGNER(S) D INDIVIDUAL D CORPORATE D OFFICER(S)_ D PARTNERS(S) (Title) LIMITED GENERAL C3 ATTORNEY-IN-FACT D TRUSTEE(S) D GUARDIAN/CONSERVATOR D OTHER: SIGNER IS REPRESENTING: INTERNATIONAL FIDELITY INSURANCE COMPANY fe. (973) 624-7200 POWER OF ATTORNEY INTERNATIONAL FIDELITY INSURANCE COMPANY HOME OFFICE: ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 FOR BED BOND/RTOER/CONSENTS/AFFTOAVITS KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing laws of the State of New Jersey, and having its principal office in the City of Newark, New Jersey, does hereby constitute and appoint i JOHN M. GARRETT, JUDITH K. CUNNINGHAM, STEVEN C. MOSIER, DENISE BENNETT, SANDI RICARD, I I CHARISEMAY i I Irvine, CA. I its true and lawful attomey(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity andother writings obligatory in die nature thereof, which are or may be allowed, required or permitted by law, stature, rule, regulation, cohtract or otherwise, and the execution of such instruments) in pursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at itsprincipal office. This Power of Attorney is executed, and may be revoked, pursuant to and by authority of Article 3-Section 3, of the By-Laws adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting called and held on the 7th day of February, 1974. The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority (1) To appoint Attoraeys-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds andundertakings, contracts of indemnity and other writings obligatory in the nature thereof and, (2) To remove, at any time, any such attorney-in-fact and revoke the authority given. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 29th day of April, 1982 of which the following is a true excerpt: Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and anysuch power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to anybond or undertaking to which it is attached. IN TESTIMONY WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 29th day of August, A.D. 2003. INTERNATIONAL FIDELITY INSURANCE CO STATE OF NEW JERSEYCounty of Essex Secreta On this 29th day of August 2003, before me came the individual who executed thepreceding instrument, to me personally known, and, being by me duly sworn, said the he is the therein described and authorized officer of the INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seal affixed tosaid instrument is the Corporate Seal of said Company; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors ofsaid Company. IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, New Jersey the day and year first above written. CERTIFICATION A NOTARY PUBLIC OF NEW JERSEYMy Commission Expires Nov. 21, 2010 I, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the By-Laws of said Company as set forth hi said Power of Attorney, with the ORIGINATES ON IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect IN TESTIMONY WHEREOF, I have hereunto set my hand this 24TH day of JULY, 2007 Assistant Secretary CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of On ' personally appeared before me SUSANG DOXARAS COMM #1488944 ?NOTARY PUBLIC- CALIFORNIA ' MVERSOECOUNTY MyComm. Expire M«y 11.2006 ss. * personally known to me 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. WITNES my hand and official seal. OPTIONAL Though the information below /s 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 Signer's Name: Individual Corporate Officer Title(s): Partner — Limited General Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing Number of Pages. RIGHT THUMBPRINT OF SIGNER Company Profile Page 1 of 1 Company Profile <9wsr, INTERNATIONAL FIDELITY INSURANCE COMPANY ONE NEWARK CENTER 20TH FL NEWARK, NJ 07102-5207 Agent for Service of Process DOROTHY O'CONNOR-MANSON, 1575 TREAT BLVD. WALNUT CREEK, CA 94598 Unable to Locate the Agent for Service of Process? Reference Information NAIC#: 11592 NAIC Group #: QQOQ California Company ID #: 4341-4 Date authorized in California: February 09, 1996 License Status: UNLIMITED-NORMAL Company Type: Property & Casualty State of Domicile : NEW JERSEY Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. SURETY Company Complaint Information Company Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies Want More? Help Me Find a Company Representative in My Area Financial Rating Organizations Last Revised - September 11, 2007 12:43 PM Copyright © California Department of Insurance http://interactive.web.insurance.ca.gov/webuser/idb_co_prof_utl.get_co_pr... 10/10/2007 GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Form" Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, "Bid", "Bidder", "Contract", "Contractor", "Contract Price", "Contract Unit Price", "Engineer", "Own Organization", "Subcontractor", and "Work". Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be preformed by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non- responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor- installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be final. Revised 11/01/06 Contract No. 38751 Page 20 of 113 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 11/01/06 Contract No. 38751 Page 21 of 113 I I I I I I I I t I I I I I I I/***.t- I DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT NO. 38751 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 RSPHftlT &}V/tf<? ^LLUZfLV <3£#L Subcontractor Name anil Location of Business frNGUS ?/? ^/AT£ *3Arf &('£&* .O.A 6 . *S(LoTT /)£>Pt/ft l^T C5/J-/V-2>/£6o Q-A Subcontractor's License $o, and Classification* >r^3oo A.&.CL1. C/a, HA l. VSiZ 3k Cfi- Amount of 'Utitifnntmfitmr«MjUCOIKIaC10f .' in Dollars* A5,0oo 7 oo o 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 11/01/06 Contract No. 38751 Page 22 of 113 I I I I I I I I BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT NO. 38751 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. I I I I I I I' Date Contract Completed Name and Address of the Employer ^Stt Rrrtfci-jeb Name and Phone No. of Person to Contract Type of Work Amount of Contract Revised 11/01/06 Contract No. 38751 Page 23 of 113 N5 O g O to CO COo Q o>< 3 Q x " {D ^^ CD ^i ™"" ' CD I"- 1 5' jjj °• • Q) 3 (/) «-t-s< 0)0) = O Sf3 § W coeno 0oo COso"2 aCD"(Qp O Hunsaker & Associi101 79 HuennekensSan Diego, CA 921(858) 558-4500to uj.City of San DiegoWalter CookDirector of Water C(619)980-7738"CD £o3<n (O Og | 3 C 3 CD * ^ tD QJ C5O i^« ^5 ^- o" r^o 3 HJ 03 5" "D T U (D o ^^ CD S" 1 1 T3 — W NOO0 "oOO 2c3CD' of O> %*%=. ^^ScS01 2. C??.&!«-go? £ o>£| ^>lcn £ '*O S> CD Murrieta County W;Western Municipal450 Alessandro Bl\Riverside, CA•it CD Q D 2-w| 5- a'* roog w CO U Q. !Z 3" coO ^* it Pi.•-§•3- (Qi <A O)O0 Ooo COQ) aCD'<ap O •^3 rn -* TJ go cr-P— 3 o co •>! Ef 0) 'Oi & = SoCO 5" CD f NO <Q 0)Richard SanchezBarratt American, li5950 Priestly Dr.Carlsbad, CA 9200(760) 809-058400 P 0oCD NO0Ocn Flood Channel ImpiConcrete slope prolconcrete structuresplacement, accessfencing and gates.rovements:tection,, rip-raproad,CO CO -tkooo Tl 33O 3" ^^3LCD" O AEI-CASC937 South Via LataColton, CA 92324(909)783-0101COc CD cnoo Richard SanchezBarratt American, li5950 Priestly Dr.Carlsbad, CA 9200(760) 809-058400 P |SJ O8 TJ CD (0 5- S * S. CB_ & ~ 8 o g, Q.TJ-, w 3 N0.5 CDn " cfO O CT. 33 Q) S i« Oi O0 oo3 3Q) O•J>Southern CaliforniamQ. o 3 Lee DotsonEmpire Companies22355 Forest BounCorona, CA 92833C95T) 277-1 205Q.0) ^ Q. 0O-J 0OO)Site Development: *sewer w/bore undeiRd., flood channelimprovements, conistructures, paved adomestic water and-! H " ^- n III ll.3 W 0 C?CD g g-^ S w - ? co CO 0 0oo T|03O3" ^^91 CD O Stantec ConsultingPaul Fischer277 Rancheros Dr.,San Marcos, CA 92(760)891-3212<o £. of COoo Richard SanchezBarratt American, li5950 Priestly Dr.Carlsbad, CA 9200(760) 809-058400 P _s CD&| Description c^ 1 * TJ J3 (Da ^^Q) C(D r— 0OQ) !-§•o'Enginee-i o CD Oo Sa Oo 00I-m Tl 702mo mx•om2mzom (Q SLo•o (D 3p* O 3c•o I • BIDDER'S CERTIFICATE OF INSURANCE FOR *3 GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE • LIABILITY AND WORKERS' COMPENSATION I (To Accompany Proposal) I I I POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT NO. 38751 I 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: I ef Comprehensive General Liability • Ef Automobile Liability B Workers Compensation | 0 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. 1 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. I I I I f Revised 11/01/06 Contract No. 38751 Page 24 of 113 CERTIFICATE OF LIABILITY INSURANCE Date (mm/dd/yy) 9/24/2007 Producer Charise May Garrett/Mosier/Griffith/Sistrunk Ins. Services12 Truman Irvine CA 92620 (949)559-6700www.garrett-mosier.com OB84519 Rangel Development Group 27475YnezRd#314 Temecula CA 92591 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 American Home Assurance (AIG)A NAIC #19380 INSURER Peerless Insurance Company B (Golden Eagle) NAIC #24198 INSURER National Union Fire Ins Co of Pitts C PA (AIG) NAIC #19445 INSURER D INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NSR LTR TYPE OF INSURANCE POLICY NUMBER POLICYEFFECTIVEDATEMM/DD/YY POLICYEXPIRATIONDATEMM/DD/YY LIMITS QENERAL LIABILITY y COMMERCIAL GENERAL LIAB ,CLAIMS MADE ContracLiab OCCUR 71 ICPrBFPD GEN'L AGG LIMIT APPLIES PER ~|POLICY 7593254 PP Capped @ $10mil 3/18/2007 3/18/2008 EACH OCCURRENCE FIRE DAMAGE (Any one fire) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS-COMP/OP AGG LOC 1.QI .000 B AUTOMOBILE LIABILITY / ANY AUTO ALL OWNED AUTOS , SCHEDULED AUTOS 7" HIRED AUTOS 7* NON-OWNED AUTOS BA8259719 3/18/2007 3/18/2008 COMBINED SINGLE LIMIT 1.000.000 BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) GARAGE LIABILITY ~~|ANY AUTO AUTO ONLY - EA ACCIDENT OTHER THANAUTO ONLY: EA ACC $ AGG $ KCCESS LIABILITY TJoCCUR | | CLAIMS MADE BE9304832 3/18/2007 3/18/2008 EACH OCCURRENCE AGGREGATE 2.C m _|DEDUCTIBLE 71 RETENTION $10,000 WORKERS' COMPENSATION & EMPLOYERS' LIABILITY | STATUTORY LIMIT | [OTHER EL EACH ACCIDENT EL DISEASE - EA EMPLOYEE EL DISEASE - POLICY LIMIT DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Job: Poinsettia Sewage Lift System UpgradeCert holder is included as additional insured under general liability per attached 61714 (9/01), but only if required under a written contract or agreement, subject to all policy terms and conditions. Primary wording applies per attachedform 90533. Auto additional insured applies per attached GECA 701 09/04. CERTIFICATE HOLDER CANCELLATION Poinsettia Sewage Lift System Upgrade City of Carlsbad its officials, employees & volunteersPublic Wprks Purchasing Department Attn: Kevin Davis1635 Faraday Ave Carlsbad CA 92008-7314 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL MH)@W8K>$$ MAIL30 PAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THELEFT, *8*x#$ttQfi£X*8p«0^^ *K>®*i*tf®o&X)W^^ * 10 Days for Non-Payment of Premium AUTHORIZED REPRESENTATIVE Laura Olson ACORD 25-S (7/97)©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 (2001/08) created atwww.eCertsONLINE.com THIS ENDORSEMENT CHANCES THE POLICY. PLEASE READ IT CAREFULLY. ENDORSEMENT # This endorsement, effective 12:01 A.M. 3/18/2007 forms a part of Policy NO. 7593254 issued to Rangel Development Group by American Home Assurance ADDITIONAL INSURED - WHERE REQUIRED UNDER CONTRACT OR AGREEMENT (Professional Services Exclusion) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Section II - Who Is an Insured, 1., is amended to add: f. 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, excluding contracts or agreements for professional services, 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 out of your operations or premises owned by or rented to you. However, the insurance provided will not exceed the lesser of: 1. The coverage and/or limits of this policy, or 2. The coverage and/or limits required by said contract or agreement. AUTHORIZED REPRESENTATIVE 61714(9/01) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement, effective 12:01 A. M. forms part of Policy No. 7593254 issued to Rangel Developne^rAfiBriipn Home Assurance (AIG) PRIMARY COVERAGE FOR SPECIFIED PERSONS OR ORGANIZATIONS NAMED AS ADDITIONAL INSUREDS - ONGOING AND COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM The following paragraph is added to SECTION II - WHO IS AN INSURED and applies only to persons or organizations we have added to your policy as additional insureds by endorsement to comply with insurance requirements of written contracts relative to: a) the performance of your ongoing operations for the additional insureds; or b) "your work" performed for the additional insureds and included in the "products-completed operations hazard: This insurance is primary over any similar insurance available to any person or organization we have added to this policy as an additional insured. However, this insurance is primary over any other similar insurance only if the additional insured is designated as a named insured in the Declarations of the other similar insurance. We will not require contribution of limits from the other similar insurance if the insurance afforded by this endorsement is primary. This insurance is excess over any other valid and collectible insurance, whether primary, excess, contingent or on any other basis, if it is not primary as defined in the paragraph above. All other terms and conditions of the policy are the same. Authorized Representative Page 1 of 1 90533 (3/06) BA8259719 Rangel Development ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SECTION II - LIABILITY COVERAGE A. COVERAGE 1. WHO IS AN INSURED The following is added: d. Any organization, other than a partnership or joint venture, over which you maintain ownership or a majority interest on the effective date of this Coverage Form, if there is no similar insurance available to that organization. e. Any organization you newly acquire or form other than a partnership or joint venture, and over which you maintain ownership of a majority interest. However, coverage under this provision does not apply: (1) If there is similar insurance or a self-insured retention plan available to that organization; or (2) To "bodily injury" or "property damage" that occurred before you acquired or formed the organization. f. Any volunteer or employee of yours while using a covered "auto" you do not own, hire or borrow in your business or your personal affairs. Insurance provided by this endorsement is excess over any other insurance available to any volunteer or employee. g. Any person, organization, trustee, estate or governmental entity with respect to the operation, maintenance or use of a covered "auto" by an insured, if: (1) You are obligated to add that person, organization, trustee, estate or governmental entity as an additional insured to this policy by: (a) an expressed provision of an "insured contract", or written agreement; or (b) an expressed condition of a written permit issued to you by a governmental or public authority. (2) The "bodily injury" or "property damage" is caused by an "accident" which takes place after: (a) You executed the "insured contract" or written agreement; or (b) the permit has been issued to you. 2. COVERAGE EXTENSIONS a. Supplementary Payments Subparagraphs (2) and (4) are amended as follows: (2) Up to $2500 for cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "Insured" at our request, including actual loss of earning up to $500 a day because of time off from work. Includes copyrighted material of Insurance Services Offices, Inc. with its permission GECA 701 (09/04) Page 1 of 3 SECTION III - PHYSICAL DAMAGE COVERAGE A. COVERAGE The following is added: 5. Hired Auto Physical Damage a. Any "auto" you lease, hire, rent or borrow from someone other than your employees or partners or members of their household is a covered "auto" for each of your physical damage coverages. b. The most we will pay for "loss" in any one "accident" is the smallest of: (1) $50,000 (2) The actual cash value of the damaged or stolen property as of the time of the "loss"; or (3) The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality. If you are liable for the "accident", we will also pay up to $500 per "accident" for the actual loss of use to the owner of the covered "auto". c. Our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by an amount that is equal to the amount of the largest deductible shown for any owned "auto" for that coverage. However, any Comprehensive Coverage deductible shown in the Declarations does not apply to "loss" caused by fire or lightning. d. For this coverage, the insurance provided is primary for any covered "auto" you hire without a driver and excess over any other collectible insurance for any covered "auto" that you hire with a driver. 5. Rental Reimbursement Coverage We will pay up to $75 per day for up to 30 days, for rental reimbursement expenses incurred by you for the rental of an "auto" because of "loss" to a covered "auto". Rental Reimbursement will be based on the rental of a comparable vehicle, which in many cases may be substantially less than $75 per day, and will only be allowed for a period of time it should take to repair or replace the vehicle with reasonable speed and similar quality, up to a maximum of 30 days. We will also pay up to $500 for reasonable and necessary expenses incurred by you to remove and replace your materials and equipment from the covered "auto". If "loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided under paragraph 4. Coverage Extension. 8. Lease Gap Coverage If a long-term leased "auto" is a covered "auto" and the lessor is named as an Additional Insured - Lessor, in the event of a total loss, we will pay your additional legal obligation to the lessor for any difference between the actual cash value of the "auto" at the time of the loss and the "outstanding balance" of the lease. "Outstanding balance" means the amount you owe on the lease at the time of loss less any amounts representing taxes; overdue payments; penalties, interest or charges resulting from overdue payments; additional mileage charges; excess wear and tear charges; and lease termination fees. B. EXCLUSIONS The following is added to Paragraph 3: The exclusion for "loss" caused by or resulting from mechanical or electrical breakdown does not apply to the accidental discharge of an airbag. Paragraph 4 is replaced with the following: 4. We will not pay for "loss" to any of the following: a. Tapes, records, disks or other similar audio, visual or data electronic devices designed for use with audio, visual or data electronic equipment. Includes copyrighted material of Insurance Services Offices, Inc. with its permission GECA 701 (09/04) Page 2 of 3 b. Equipment designed or used for the detection or location of radar. c. Any electronic equipment that receives or transmits audio, visual or data signals. Exclusion 4.c. does not apply to: (1) Electronic equipment that receives or transmits audio, visual or data signals, whether or not designed solely for the reproduction of sound, if the equipment is permanently installed in the covered "auto" at the time of the "loss" and such equipment is designed to be solely operated by use of the power from the "auto's" electrical system, in or upon the covered "auto"; or (2) Any other electronic equipment that is: (a) Necessary for the normal operation of the covered "auto" or the monitoring of the covered "auto's" operating system; or (b) An integral part of the same unit housing any sound reproducing equipment described in (1) above and permanently installed in the opening of the dash or console of the covered "auto" normally used by the manufacturer for installation of a radio. D. DEDUCTIBLE The following is added: No deductible applies to glass damage if the glass is repaired rather than replaced. SECTION IV. - BUSINESS AUTO CONDITIONS A. LOSS CONDITIONS Item 2.a. and b. are replaced with: 2. Duties In The Event of Accident, Claim, Suit, or Loss a. You must promptly notify us. Your duty to promptly notify us is effective when any of your executive officers, partners, members, or legal representatives is aware of the accident, claim, "suit", or loss. Knowledge of an accident, claim, "suit", or loss, by other employee(s) does not imply you also have such knowledge. b. To the extent possible, notice to us should include: (1) How, when and where the accident or loss took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the accident or loss. The following is added to 5. We waive any right of recovery we may have against any additional insured under Coverage A. 1. Who Is An Insured g., but only as respects loss arising out of the operation, maintenance or use of a covered "auto" pursuant to the provisions of the "insured contract", written agreement, or permit. B. GENERAL CONDITIONS 9. is added: 9. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Your unintentional failure to disclose any hazards existing at the effective date of your policy will not prejudice the coverage afforded. However, we have the right to collect additional premium for any such hazard. COMMON POLICY CONDITIONS 2.b. is replaced by the following: b. 60 days before the effective date of cancellation if we cancel for any other reason. Includes copyrighted material of Insurance Services Offices, Inc. with its permission GECA 701 (09/04) Page 3 of 3 COMPENSATION INSURANCE FUND POLICYHOLDER COPY NE P.O. BOX 420807, SAN FRANCISCO,CA 94142-0807 CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ISSUE DATE: 07-31-2007 GROUP: 000238 POLICY NUMBER: 0000689-2006 CERTIFICATE ID: 23 CERTIFICATE EXPIRES: 12-01-2007 12-01-2006/12-01-2007 CITY OF CARLSBAD NE JOB:POINSETTIA SEWAGE LIFT SYSTEM UPGRADE 1200 CARLSBAD VILLAGE DR CARLSBAD CA 92008-1949 This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon 30 days advance written notice to the employer. We will also give you 30 days advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policy listed herein. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate of insurance may be issued or to which it may pertain, the insurance afforded by the policy described herein is subject to all the terms, exclusions, and conditions, of such policy. o^Wv THORIZED REPRESENTATIVE^ PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,OOO,OOO PER OCCURRENCE. ENDORSEMENT #1600 - A CHRISTOPHER RANGEL PRESIDENT TREASURER - EXCLUDED. ENDORSEMENT #1600 - AUGUSTINE S RANGEL JR SECRETARY - EXCLUDED. ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 12-01-2003 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. EMPLOYER RANGEL DEVELOPMENT GROUP INC NE 27475 YNEZ RD # 314 TEMECULA CA 92591 [B10.SP] ,REV.2-05) PRINTED : 07-31-2007 I I I I I I I I BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT NO. 38751 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred agency party debarred agency period of debarment period of debarment I I I I I I If I I BY CONTRACTOR: (name of Contractor) By:. / tefo~n L f/#te gn (print name/title) Page 0^^Revised 1 1/01/06 of pages of this Re Debarment form Contract No. 38751 Page 25 of 113 I BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT NO. 38751 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. I I I I I I 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? I i i i i i L iw i o 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 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 pages of this Disclosure of Discipline form Revised 11/01/06 Contract No. 38751 Page 26 of 113 I I BIDDER'S DISCLOSURE OF DISCIPLINE RECORD ^ (CONTINUED) „***" (To Accompany Proposal) POINSETTIA SEWAGE LIFT STATION UPGRADE _ CONTRACT NO. 38751 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, I describe the nature of the violation and the condition (if any) upon which the disciplinary action ™ was stayed. I I n=nzizzz=zii=zz: i zznn^zz^z^z^zizzzir^ i :ziz=i=^=ziz: r I ZZ=IZ=^Z i :n=zz== (If needed attach additional sheets to provide full disclosure.) | BY CONTRACTOR: I (name of Contractor) i * (print name/title) Page of pages of this Disclosure of Discipline form I Revised 11/01/06 Contract No. 38751 Page 27 of 113 I I -s*I I I I I I I NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT NO. 38751 State of California O-County of K ss. 'S K (Name of Bidder) _, being first duly sworn, deposes and says that he or she is >,of rG, (Title) (Name of Firm) I I I I I I Lr I O the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct and that this affidavit was executed on the /5A day of Signature of Bidder Subscribed and sworn to before me on the A£7" day of. (NOTARY SEAL). SUSAN 6. DOXARAS COMM #1488944 NOTARY PUHX - CALIFORNIA RIVERSOE COUNTY Signature of Notary Revised 11/01/06 Contract No. 38751 Page 28 of 113 CONTRACT PUBLIC WORKS This agreement is made this s day of _ » 2007, by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and _ RANGEL DEVELOPMENT GROUP INCORPORATED _ whose principal place of business is 27475 YNES ROAD #314 TEMECULA CA 92591 _ (hereinafter called "Contractor). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT NO. 38751 (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, Designation of Subcontractors, Technical Ability and Experience, Re Debarment, Non-collusion Affidavit, 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 11/01/06 Contract No. 38751 Page 29 of 113 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. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. Revised 11/01/06 Contract No. 38751 Page 30 of 113 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the 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. Revised 11/01/06 Contract No. 38751 Page 31 of 113 b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the 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. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in 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. Revised 11/01/06 Contract No. 38751 Page 32 of 113 (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 11 above. 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the 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. Revised 11 /01 /06 Contract No. 38751 Page 33 of 113 15. 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. 16. 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. 17. 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:corporation of (name of Contractor) (print name and title) '',,** "JL"~ * ^'President or vice-president and secretary or assistant secretary must'fejgmfor^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 ./• By: Dep'uty City Attorney \ Revised 11/01/06 Contract No. 38751 Page 34 of 113 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of ss. On personally appeared . before me x2 .L SUSAN G DOXARAS ,»> COMM #1488944 Sg NOTARY PUBLIC -CAUFORMA V WVERSCe COUNTY -» MyComm En*MM«>11.200e f ^personally known to me 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. WITNESS my hand and official seal. \GULs OPTIONAL Tlmugti the information belew is not required by law. it may prove valuable to persons relying on the document nnri 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 Signer's Name: - Individual Corporate Officer Title(s): Partner -— Limited General Attorney in Fact Trustee Guardian or Conservator Other: Number of Pages. RIGHT THUMBPRIMT OF SIGNER Signer Is Representing CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of />x On personally appeared , before me.~ ..... (*"* O. "" personally known to me 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 »-^J3X& """"""*"'""""" capacity(ies), and that by his/her/their ^fjjff3£S& COMM #1488944 -g signature(s) on the instrument the person(s), or 0) \£^V/ ""^S^S^0**** 2 the entity upon behalf of which the person(s) t ^vair MyCemm.Ei<pir»»M%ii,20oe f acted, executed the instrument. ^^^^^^^^^^^^^^^•^F^^^^"'^^^*^^^ WITNSS my hand and official seal. ;^£vgn; - OPTIONAL Thouqt) Hit! information below is not required by /aw. i! may prove valuable to persons relying on the document niiri could proven/ fraudulent removal find reattachment of this form to another document Description of Attached Document Title or Type of Document: . ...... __________ ....... _ ..... _ ...... _ ....... ..................... ____________________________________ ..... ____________________________ ........................ Document Date: _... ________ ______ .... ______________________ ...... .................... ... Number of Pages. Signer(s) Other Than Named Above: _______________ ............. ..._.__. Capacity(ies) Claimed by Signer Signer's Name: ________ _ ........... . ................. Individual Corporate Officer ...... - Title(s): Partner — Limited General Attorney in Fact Trustee Guardian or Conservator Other:. .......... .... ....... ... ....... . ..... . .............. RIGHT THUMBPRINT OF SIGNER Signer Is Representing BOND NO: 0454988 Premium is included in the Performance Bond LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2007-246, adopted Septerrter 18,2007, has awarded to RANGEL DEVELOPMENT GROUP INCORPORATED (hereinafter designated as the "Principal"), a Contract for: POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT NO. 38751 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE. RANGEL DEVELOPMENT GROUP INCORPORATED as Principal, (hereinafter designated as the "Contractor"), and INTERNATIONAL FIDELITY INSURANCE COMPANY as Surety, are held firmly bound unto the City of Carlsbad in the sum of FOUR HUNDRED EIGHTY FOUR THOUSAND FIVE HUNDRED Dollars ($484,500.00), 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. A•^ Revised 11/01/06 Contract No. 38751 Page 35 of 113 Executed by CONTRACTOR this I day of Oc-ToSfc/^ , 20 07 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 SURETY this 26TH day of SEPTEMBER 20 07 SURETY: INTERNATIONAL FIDELITY INSURANCE COMPANY (name of Surety) 13400 SABRE SPRING PARKWAY, SUITE 260 SAN DIEGO. CA 92128-4198 CONTRACTOR: RANGEL DEVELOPMENT GROUP, INC. (name of Contractor) By:. (address of Surety) 858-513-1795 (print name here)(telephone number of Surety, itle and organization of / By: (print name here) (signature of Attorney-in-Faci) JUDITH K. CUNNINGHAM (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 11/01/06 Contract No. 38751 Page 36 of 113 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of On ...Mil personally appeared , before SUSAN G. DOXARAS * COMM #1488944 52 NOTARY PUBLIC-CAUFORNIA * MVERSOECOUNTY -**» r 6...... " "'personally known to me 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 WITf^ESS my hand and official seal. OPTIONAL Tliougli the information below is not required by law. it may prove valuable to persons relying on the document ;md could pi event fra-jcinlent removal and realtaclmtent (if 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 Signer's Name: Individual Corporate Officer — Title(s): Partner — Limited General Attorney in Fact Trustee Guardian or Conservator Other: . Signer Is Representing: Number of Pages: RIGHT THUMBPR1NT OF SIGNER CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of 1 On '.0 2,601 ,$ personally appeared before me V.^ ^ ^' Z."S."""7"'"' y SUSAN G. DOXARAS k COMM #1488944 $ NOTARY PUBUC-CALIFORNIA * RIVERSIDE COUNTY 2 Comm &<p»»iM«yii,200e f personally known to me 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. WITNESS my hand and official seal. OPTIONAL Though the information below is not required by law. It may prove valuable to persons relying on the dvctiine ana could prevent fraudulent removal and roattachment 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 Signer's Name: __ Individual Corporate Officer - Title(s): Partner — Limited General Attorney in Fact Trustee Guardian or Conservator Other: _ ._ Signer Is Representing- Number of Pages. RIGHT THUMBPRINT OF SIGNER State of California NOTARY ACKNOWLEDGMENT County of Orange On September 26.2007 (Date) personally appeared before me, Charise May _, Notary (Name/Title - Notary Public) Judith K. Cunningham personally known to me - OR - I I CHARISE MAY |> COMM.# 1695075 g NOTARY PUBLIC CALIFORNIA § r ORANGE COUNTY £ Mv comm. expires Oct. 18.2010|[ 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 feis/her/tfeeiF authorized capacity(ies), and that by Ms/her/tnetf signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal. OPTIONAL INFORMATION CAPACITY CLAIMED BY SIGNER(S) D INDIVIDUAL D CORPORATE OFFICER(S) _ PARTNERS(S) (Title) LIMITED, GENERAL &3 ATTORNEY-IN-FACT D TRUSTEED) D GUARDIAN/CONSERVATOR D OTHER: SIGNER IS REPRESENTING: INTERNATIONAL FIDELITY INSURANCE COMPANY BOND NO: 0454988 PREMIUM: $7,268.00 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2007-246, adopted September 18,2007, has awarded to RANGEL DEVELOPMENT GROUP INCORPORATED (hereinafter designated as the "Principal"), a Contract for: POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT NO. 38751 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 RANGEL DEVELOPMENT GROUP INCORPORATED as Principal, (hereinafter designated as the "Contractor"), and INTERNATIONAL FIDELITY INSURANCE COMPANY as Surety, are held firmly bound unto the City of Carlsbad in the sum of FOUR HUNDRED EIGHTY FOUR THOUSAND FIVE HUNDRED Dollars ($484,500.00), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Revised 11/01/06 Contract No. 38751 Page37of113 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 £)<LYo &fcl^ _ , 20 07 CONTRACTOR: RANGEL DEVELOPMENT GROUP, INC. (name of Contractor) Bv: '(sign her (print name here) (Title and Organization of Signatory) (print name here) Executed by SURETY this 26TH day of SEPTEMBER , 20 07 SURETY: INTERNATIONAL FIDELITY INSURANCE COMPANY (name of Surety) 13400 SABRE SPRING PARKWAY, SUITE 260 SAN DIEGO, CA 92128-4198 (address of Surety) 858-513-1795 (telephone number of Surety) By: (signature of Attorney-in-Fact)^ JUDITH K. CUNNINGHAM (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 Deputy City Attorney Revised 11/01/06 Contract No. 38751 Page 38 of 113 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of No ^ On ^i'/A00^ personally appeared ss. before SUSANG DOXARAS k COMM #1488944 <g NOTARY PUBUC-CAUFORMA TT nVERSOE COUNTY 2 MyConwn EnNrnM«y11.200e f '•'personally known to me 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. WITNESS my hand and official seal. OPTIONAL Description of Attached Document Title or Type of Document: . _... Document Date: Signer(si Other Than Named Above' Capacity(ies) Claimed by Signer Signer's Name: Individual Corporate Officer Titlei's): Partner —- Limited General Attorney in Fact Trustee- Guardian or Conservator Other: . Signer Is Representing Number of Pages. RIGHT THUMBPRINT OF SIGNER CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of >4 Iss On I personally appeared , before me. ared /7 U&as^v ..ML , Jk:. SUSAN G. DOXARAS * COMM01468944 $ NOTARY PU6UC-CAUTORNM * RIVERSIDE COUNTY -A MyComm EiyirMM^II.ZOM f personally known to me 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. WITNESS my hand and official seal. OPTIONAL Description of Attached Document Title or Type of Document: Document Date Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: Individual Corporate Officer Titlels)- Partner — Limited General Attorney in Fact Trustee Guardian or Conservator Other, _ Signer Is Representing Number of Pages RIGHT THUMBPRINT OF SK3NER State of California NOTARY ACKNOWLEDGMENT County of Orange On September 26.2007 (Date) personally appeared before me, Charise May _, Notary (Name/Title - Notary Public) Judith K. Cunningham personally known to me - OR - [~1 CHARISE MAY COMM.# 1695075 NOTARY PUBLIC CALIFORNIA § ORANGE COUNTY .expires Oct. 18.2010 N> 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 hJs/her/thetf signatures) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal. ofNotary) OPTIONAL INFORMATION CAPACITY CLAIMED BY SIGNER(S) D INDIVIDUAL D CORPORATE _ D OFFICER(S) . D PARTNERS(S) (Title) LIMITED_ GENERAL El ATTORNEY-IN-FACT D TRUSTEE(S) D GUARDIAN/CONSERVATOR D OTHER: SIGNER IS REPRESENTING: INTERNATIONAL FIDELITY INSURANCE COMPANY Tel (973) 624-7200 POWER OF ATTORNEY INTERNATIONAL FIDELITY INSURANCE COMPANY HOME OFFICE: ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 FOR BID BOND/RIDER/CONSENTS/AFFIDAVITS KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing laws of the State of New Jersey, and having its principal office in the City of Newark, New Jersey, does hereby constitute and appoint i JOHN M. GARRETT, JUDITH K. CUNNINGHAM, STEVEN C. MOSIER, DENISE BENNETT, SANDI RICARD, I \ CHARISEMAY \ \ Irvine, CA. I its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, stature, rule, regulation, contract or otherwise, and the execution of such instruments) in pursuance of these presents, shall be as binding upon die said INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Powei^ofAttorneyJs executed, jind may be revoked, pursuant to and by authority of Article 3-Section 3, of the By-Laws adopted by the Board of ' INSURANCE COMPANY at a meeting called and held on the 7th day of February, 1974.Directors of INTERNATIONAL FIDELITY ] The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority (1) To appoint Attorneys-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds andundertakings, contracts of indemnity and other writings obligatory in the nature thereof and, (2) To remove, at any time, any such attorney-in-fact and revoke the authority given. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 29th day of April, 1982 of which the following is a true excerpt: Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY has caused this instrument to besigned and its corporate seal to be affixed by its authorized officer, this 29th day of August, A.D. 2003. INTERNATIONAL FIDELITY INSURANCE STATE OF NEW JERSEY County of Essex Secreta On this 29th day of August 2003, before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said the he is the therein described and authorized officer of the INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of said Company. IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, New Jersey the day and year first above written. CERTIFICATION A NOTARY PUBLIC OF NEW JERSEY My Commission Expires Nov. 21, 2010 I, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the By-Laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect IN TESTIMONY WHEREOF, I have hereunto set my hand this 2 6TH day of SEPTEMBER, 2007 Assistant Secretary OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and whose address is hereinafter called "Contractor" and whose address is , hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT NO. 38751 in the amount of dated (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the Escrow Agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. Revised 11/01/06 Contract No. 38751 Page 39 of 113 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title FINANCE DIRECTOR Name Signature. Address 1635 Faradav Avenue. Carlsbad. CA 92008 For Contractor: Title Name Signature. Address _ For Escrow Agent: Title Name Signature Address At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. Revised 11/01/06 Contract No. 38751 Page 40 of 113 IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City:Title MAYOR Name Signature. Address 1200 Carlsbad Village Drive. Carlsbad. CA 92008 For Contractor:Title Name Signature Address For Escrow Agent:Title Name Signature Address Revised 11/01/06 Contract No. 38751 Page 41 of 113 GENERAL PROVISIONS FOR POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT NO. 38751 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. 1-2 Definitions. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Revised 11/01/06 Contract No. 38751 Page 42 of 113 Addendum - Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bulletins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency - the City of Carlsbad, California. Agreement - See Contract. Assessment Act Contract - A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base - A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid - The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder - Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board - The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad or the Board of Directors of Carlsbad Municipal Water District. Bond - Bid, performance, and payment bond or other instrument of security. City Council - the City Council of the City of Carlsbad. City Manager - the City Manager of the City of Carlsbad or his/her approved representative. Cash Contract-A Contract financed by means other than special assessments. Change Order - A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code - The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager- the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. Contract - The written agreement between the Agency and the Contractor covering the Work. Revised 11/01/06 Contract No. 38751 Page 43 of 113 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 conditions, permits from other agencies, the Special 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. Revised 11 /01 /06 Contract No. 38751 Page 44 of 113 Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Modification - Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Notice of Award - The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. Notice to Proceed - A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. 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. , Revised 11/01/06 Contract No. 38751 Page 45 of 113 Specifications - Standard Specifications, Reference Specifications, Special Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Special Provisions - Additions and revisions to the Standard Specifications setting forth conditions and requirements peculiar to the work. Standard - The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. Standard Plans - Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. Standard Specifications - The Standard Specifications for Public Works Construction (SSPWC), the "Greenbook". State - State of California. Storm Drain - Any conduit and appurtenances intended for the reception and transfer of storm water. Street - Any road, highway, parkway, freeway, alley, walk, or way. Subbase - A layer of specified material of planned thickness between a base and the subgrade. Subcontractor - An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade - For roadways, that portion of the roadbed on which pavement, surfacing, base, subbase, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision - Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement - A written amendment of the Contract Documents signed by both parties. Surety - Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne - Also referred to as "metric ton". Represents a unit of measure in the International System of Units equal to 1,000 kilograms. Revised 11/01/06 Contract No. 38751 Page 46 of 113 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. 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 APTS 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 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 CONG Concrete CONN Connection CONST Construct, Construction COORD Coordinate CSP Corrugated steel pipe CSSD Carlsbad Supplemental Standard Drawings CTB Cement treated base CV Check valve CY Cubic yard D Load of pipe dB Decibels DEL 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 3 ORevised 11/01/06 Contract No. 38751 Page 47 of 113 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 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 GIP Galvanized iron pipe GL Ground line or grade line GM Gas meter GNV Ground Not Visible GP Guy pole GPM gallons per minute GR Grade GRTG Grating GSP Galvanized steel pipe H High or height HB Hose bib HC House connection HDWL Headwall HGL Hydraulic grade line HORIZ Horizontal HP Horsepower HPG High pressure gas HPS High pressure sodium (Light) HYDR Hydraulic IE Invert Elevation ID Inside diameter INCL Including INSP Inspection INV Invert IP Iron pipe JC Junction chamber JCT Junction JS Junction structure JT Joint L Length LAB Laboratory LAT Lateral LB Pound LD Local depression LF Linear foot LH Lamp hole LL Live load LOL Layout line LONG Longitudinal LP Lamp post LPS Low pressure sodium (Light) LS Lump sum LTS Lime treated soil LWD Leucadia Wastewater District MAINT Maintenance MAX Maximum MCR Middle of curb return MEAS Measure MH Manhole, maintenance hole MIL SPEC Military specification 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 PVT R/W Private right-of-way Q Rate of flow in cubic feet per second QUAD Quadrangle, Quadrant R Radius R&O Rock and oil R/W Right-of-way RA Recycling agent RAC Recycled asphalt concrete RAP Reclaimed asphalt pavement RBAC Rubberized asphalt concrete Revised 11/01/06 Contract No. 38751 Page 48 of 113 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 SE Sand Equivalent SEC Section SF Square foot SFM Sewer Force Main SI International System of Units (Metric) SPEC Specifications SPPWC Standard Plans for Public Works Construction SSPWC Standard Specifications for Public Works Construction STHWY State highway STA Station STD Standard SIR Straight SIR GR Straight grade STRUG 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 GRI Geosynthetic Research Institute NEMA National Electrical Manufacturers Association NOAA National Oceanic and Atmospheric Administration (Dept. of Commerce) UL Underwriters' Laboratories Inc. USGS United States Geological Survey 0Revised 11/01/06 Contract No. 38751 Page 49 of 113 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 (urn) 1 inch (in) 25.4 millimeter (mm) 1 inch (in) 2.54 centimeter (cm) 1 foot (ft) 0.3048 meter (m) 1 yard (yd) 0.9144 meter (m) 1 mile (mi) 1.6093 kilometer (km) 1 square foot (fr) 0.0929 square meter (m,) 1 square yard |yd) 0.8361 square meter (m) 1 cubic foot (ft L 0.0283 cubic meter (m ) 1 cubic yard (yd ) 0.7646 cubic meter (m ) 1 acre 0.4047 hectare (ha) 1 U.S. gallon (gal) 3.7854 Liter (L) 1 fluid ounce (fi. oz.) 29.5735 millileter (ml) 1 pound mass (Ib) (avoirdupois) 0.4536 kilogram (kg) 1 ounce mass (oz) 0.02835 kilogram (kg) 1 Ton (=2000 Ib avoirdupois) 0.9072 Tonne (= 907 kg) 1 Poise 0.1 pascal second (Pa s) 1 centistoke (cs) 1 square millimeters per second (mm Is)1 pound force (Ibf) 4.4482 Newton (N) 1 pounds per square inch (psi) 6.8948 Kilopascal (kPa) 1 pound force per foot (Ibf/ft) 1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf) 1.3558 Joules (J) 1 foot-pound force per second ([ft-lbf]/s) 1.3558 Watt (W) 1 part per million (ppm) 1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit (°F): Degree Celsius (°C): °F = (1.8 x °C) + 32 °C = (°F - 32)71.8 SI Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A) 1 Volt (V)1 Candela (cd) 1 Lumen (Im) 1 second (s) Revised 11/01/06 Contract No. 38751 Page 50 of 113 Common Metric Prefixes kilo(k)..... 103, centi(c) 10 milli(m) 10~3 micro (n) 10"6 nano(n) 10 pico(p) 10'12 1-5 SYMBOLS A Delta, the central angle or angle between tangents Z Angle % Percent Feet or minutes Inches or seconds1 Number / per or (between words) Degree PL Property line CL Centerline SL Survey line or station line Revised 11/01/06 Contract No. 38751 Page 51 of 113 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 construction 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 11/01/06 Contract No. 38751 Page 52 of 113 Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 x<s. percent of the contract price with its own organization, the Agency may at its sole discretion '^1 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 *jl subcontracted. N**ir 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. /^^ Revised 11 /01 /06 Contract No. 38751 Page 53 of 113 The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. 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 project technical specifications and Carlsbad Engineering Standards (CES). The construction plans consist of one set. This set is designated as City of Carlsbad Drawing No. 451-2 and consists of 16 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, hereinafter designated as CSSD, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES. Copies of some of the pertinent standard drawings are enclosed as an appendix to these General Provisions. Revised 11/01/06 Contract No. 38751 Page 54 of 113 The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the Specifications and not shown on the Plans, or shown on the Plans and not specified in the Specifications, shall be as though shown on or specified in both. The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. 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) Addenda issued during the bidding process. 3) Carlsbad General Provisions. 4) Construction Plans. 5) Technical Specifications 6) City of Carlsbad Engineering Standards, 2006 Edition. 7) San Diego Regional Standard Drawings 8) State of California Department of Transportation Standard Plans 9) Standard Specifications for Public Works Construction 10) Reference Specifications 11) Manufacturer's Installation Recommendations Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 11) above. Detailed plans and plan views shall have precedence over general plans. 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor's expense, as required in 2- 5.3.2, 2-5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engineer. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required by performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, Revised 11/01/06 Contract No. 38751 Page 55 of 113 unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 20 working days for review of submittals unless otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. 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. Revised 11/01/06 Contract No. 38751 Page 56 of 113 Working drawings are required in the following sections: TABLE 2-5.3.2 (A) Kern asSeettoniNumbert ? ? 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 7-10.4.1 207-2.5 207-8.4 207-10.2.1 300-3.2 303-1.6.1 303-1.7.1 303-3.1 304-1.1.1 304-1.1.2 304-2.1 306-2.1 306-3.1 306-3.4 306-6 306-8 307-4.3 Safety Orders Joints Joints General Cofferdams General General General Shop Drawings Falsework Plans General General General Tunnel Supports Remodeling Existing Sewer Facilities Microtunneling Controller Cabinet Wiring Diagrams Trench Shoring Reinforced Concrete Pipe Vitrified Clay Pipe Fabricated Steel Pipe Structure Excavation & Backfill Falsework Placing Reinforcement Prestressed Concrete Construction Structural Steel Structural Steel Metal Hand Railings Jacking Operations Tunneling Operations Tunneling Operations Polyethylene Liner Installation Microtunneling Operations Traffic Signal Construction Working drawings listed above as Items 5, 6, 8, 9, 10, 12, 13, 14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special Provisions. 2-5.3.4 Supporting Information. Supporting information is information required by the Specifications for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Six copies of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the Special Provisions or directed by the Engineer. Supporting information for systems shall be bound together and include all manufactured items for the system. If resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the following and is required unless otherwise specified in the Special Provisions: 1) 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. Revised 11/01/06 Contract No. 38751 Page 57 of 113 2-5.4 RECORD DRAWINGS. The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by Section 2-5.4 shall be included in the various bid items and no additional payment will be made therefore. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equipment, tools, labor, and incidentals necessary to complete the Work. 2-7 SUBSURFACE DATA. All soil and test hole data, water table elevations, and soil analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. 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. Revised 11/01/06 Contract No. 38751 Page 58 of 113 2-9.2 Survey Service. The Contractor shall hire and pay for the services of a Surveyor, hereinafter Surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. 2-9.2.1 Submittal of Surveying Data, All surveying data submittals shall conform to the requirements of Section 2-5.3.3, "Submittals", herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (81/2" by 11") paper. The field notes, calculations and supporting data shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from earlier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and calculations will be labeled with name of the Surveyor, the party chief, the field crewmembers and the author of the field notes or calculations. They shall be annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or documentation for any computer program. The field notes shall be prepared in conformance with the CALTRANS "Surveys Manual". The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §§ 8700 - 8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such map is required under §§ 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. 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. Revised 11/01/06 Contract No. 38751 Page 59 of 113 2-9.2.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer at no greater intervals than specified in TABLE 2-9.2.2(A) as measured along the project stationing. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal locations where the curb is not being built as a part of this contract. Staking and marking shall be completed by the Surveyor and inspected and approved by the Engineer before the start of construction in the area marked. Centerline monument shall have the disk stamped with the date the monument was set and the registration number of the Surveyor. Habitat mitigation sites and other areas to be preserved that are shown on the plans shall be staked and flagged prior to the start of any other activities within the limits of the work. When curb and gutter does not exist and is not being installed as a part of the project the location of adjacent facilities being constructed as a part of the contract the Contractor shall place stakes defining the horizontal and vertical location of such adjacent utility vaults, poles or other facilities that are being installed as parts of, or adjunct to, the project either by the Contractor and/or those noted on the plans as to be installed by others. Revised 11/01/06 Contract No. 38751 Page 60 of 113 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: 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 Stake Description © SDRS M-10 Monument Lath in soil, painted line on PCC & AC surfaces RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake, Blue- top in grading area RP, paint on previous course RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake + Line Stake RP + Marker Stake + Line Stake Centerline or Parallel to Centerline Spacing®, ® <1000', Street Intersections, Begin and end of curves, only when shown on the plans lath - Intervisible, < 50' on tangents & < 25' on curves, Painted line - continuous Intervisible and < 50' < 200' on tangents, < 50' on curves when R> 1000' & 25' on curves when R< 1000' <50' < 50' on tangents & curves when R> 1000' & < 25' on curves when R < 1000' < 25' or as per the intersection grid points shown on the plan whichever provides the denser information intervisible & < 25', beginning and end, BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities (except plumbing), Skewed cut-off lines < 25', BC & EC, at 1/4A, 1/2A & V'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 Lateral Spacing ®, ® on street centerline at clearing line Grade Breaks &<;25' N/A ( constant offset) N/A <22' edge of pavement, paving pass width, crown line & grade breaks as appropriate ( constant offset) as appropriate as appropriate as appropriate as appropriate as appropriate Setting Tolerance (Within) 0.02' Horizontal, also see Section 2-9.2.1 herein 1' Horizontal 0.1 'Vertical* Horizontal 0.1' Horizontal 0.1' Vertical* Horizontal V Horizontal & V Vertical •V Horizontal & n/4" Vertical V Horizontal & V Vertical •V Horizontal & V Vertical •V Horizontal & V Vertical %" Horizontal & V Vertical */i Horizontal & when depth cannot be measured from existing pavement 1/4" Vertical J/8" Horizontal & V Vertical (when vertical data needed) 0.1 'Verticals Horizontal Revised 11/01/06 Contract No. 38751 Page 61 of 113 Feature Staked Wall® Major Structure ® Footings, Bents, Abutments & Wingwalls Superstructures Miscellaneous ® Contour Grading ® Utilities ®, ® Channels, Dikes & Ditches ® Signs ® Subsurface Drains © Overside Drains ® Markers ® Railings & Barriers 0 AC Dikes ® Box Culverts Pavement Markers® Stake Description ® 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 RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP Centerline or Parallel to Centerline Spacing®, ® < 50' and at beginning & end of: each wall, BC & EC, layout line angle points, changes in footing dimensions S/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 S50' < 50' on tangents & curves when R> 1000' & < 25' on curves when R < 1000' or where grade < 0.30% intervisible & < 100', BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities At sign location intervisible & < 50', BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities longitudinal location for asphalt street surfacing < 50' on tangents & curves when R> 1000' & < 25' on curves when R< 1000'. At beginning & end and < 50' on tangents & curves when R > 1000' & < 25' on curves when R < 1000' At beginning & end 1 0' 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 <D, © as appropriate as appropriate as appropriate along contour line as appropriate as appropriate Line point as appropriate At beginning & end At marker location(s) at railing & barrier location(s) as appropriate as appropriate at pavement marker location(s) Setting Tolerance (Within) V/ Horizontal & V/ Vertical V Horizontal & V Vertical V Horizontal & V Vertical 0.1 'Verticals Horizontal J/8" Horizontal & n/4" Vertical 0.1' Horizontal&V/ Vertical 0.1 'Verticals Horizontal 0.1' Horizontal&V/ Vertical 0.1 'Horizontals1// Vertical V/ Horizontal •V Horizontal & Vertical 0.1' Horizontal & Vertical "Vs" Horizontal & V Vertical V/ 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 (D 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 Revised 11/01/06 Contract No. 38751 Page 62 of 113 © > means greater than, or equal to, the number following the symbol. < means less than, or equal to, the number following 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(6) TABLE 2-9.2.2(6) Survey Stake Color Code for Construction Staking Type of Stake Horizontal Control Vertical Control Clearing Grading Structure Drainage, Sewer, Curb Right-of-Way Miscellaneous Description Coordinated control points, control lines, control reference points, centerline, alignments, etc. Bench marks Limits of clearing Slope, intermediate slope, abutment fill, rough grade, contour grading, final grade, etc. Bridges, sound and retaining walls, box culverts, etc. Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, storm drains, slope protection, curbs, gutters, etc. Fences, R/ W lines, easements, property monuments, etc. Signs, railings, barriers, lighting, etc. Color* White/Red White/Orange Yellow/Black Yellow White Blue White/Yellow Orange * Flagging and marking cards, if used. 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.2.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for 'extra work shall include full compensation for attendant survey work and no additional payment will be made. Payment for the replacement of disturbed monuments and the filing of records of survey and/or corner records, including filing fees, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made. 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the quality and practice required by the Engineer. 2-9.4 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the finished work. Grades for underground conduits will be set at the surface of the ground. The Contractor shall transfer them to the bottom of the trench. o Revised 11/01/06 Contract No. 38751 Page 63 of 113 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 11/01/06 Contract No. 38751 Page 64 of 113 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 25 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 25 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 25 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 25 percent, payment for the quantity in excess of 125 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 Revised 11/01/06 Contract No. 38751 Page 65 of 113 payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 125 percent of the Bid quantity at the Contract Unit Price. 3-2.2.3 Decreases of More Than 25 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 75 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 75 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. 3.2.5 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, Revised 11/01/06 Contract No. 38751 Page 66 of 113 apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Section 3-3.2.3 (a). (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for 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 Revised 11/01/06 Contract No. 38751 Page 67 of 113 nature from those required for the Work, and be of a type not ordinarily available from the Contractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. (e) Invoices. Vendors' invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor 20 2) Materials 15 3) Equipment Rental 15 4) Other Items and Expenditures .. 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other 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. Revised 11/01/06 Contract No. 38751 Page 68 of 113 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the following Work site conditions (hereinafter called changed conditions), in writing, upon their discovery and before they are disturbed: 1. Subsurface or latent physical conditions differing materially from those represented in the Contract; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engineer determines that conditions are changed conditions and they will materially affect performance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor's failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation 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 Revised 11/01/06 Contract No. 38751 Page 69 of 113 California False Claims Act, Government Code Sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City's proposed final estimate in order for it to be further considered." By: Title: Date: Company Name: The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the 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. Revised 11/01/06 Contract No. 38751 Page 70 of 113 The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted tojie claimant within 30 days after receipt of the further documentation, or within a period of Revised 11/01/06 Contract No. 38751 Page 71 of 113 time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. A•^ Revised 11/01/06 Contract No. 38751 Page 72 of 113 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. 1 (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. The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrication, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are acceptable upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, Revised 11/01/06 Contract No. 38751 Page 73 of 113 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, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for testing to the place and at the time designated by the Engineer. Unless otherwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection, or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor's responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally Revised 11/01/06 Contract No. 38751 Page 74 of 113 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 maten'al 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. 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. Revised 1 1/01/06 Contract No. 38751 Page 75 of 1 13 3 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 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 Revised 11/01/06 Contract No. 38751 Page 76 of 113 Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notification. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the cooperative investigation and will re-consider all available information and if necessary gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 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 investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradiction, the initiator of the investigation shall bear all investigative costs. All claim notification requirements of the contract pertaining to the contradiction shall be suspended until the investigation is concluded. 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in Section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency's boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or Revised 11/01/06 Contract No. 38751 Page 77 of 113 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: Revised 11/01/06 Contract No. 38751 Page 78 of 113 1. Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor's operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as "abandoned" or "to be abandoned in place". Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements before commencement of work by the Contractor. When the Plans or Specifications indicate that a utility installation is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade as provided in the Standard Specifications for Public Works Construction, Section 301-1.6, 2006 Edition. Utilities which are relocated in order to avoid interference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. 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. Revised 11/01/06 Contract No. 38751 Page 79 of 113 In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor's convenience and no additional compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time available for protection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Section 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or alterations not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, 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. Revised 11/01/06 Contract No. 38751 Page 80 of 113 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 15 calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's management personnel responsible for the management, administration, and ^execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6-4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Baseline Construction Schedule shall include each item and element of Sections 6-1.2 through 6-1.2.9 and shall be on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media. 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities required to represent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Schedule shall include detail of all project phasing, staging, and sequencing, including all milestones necessary to define beginning and ending of each phase or stage. 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprising the schedule. 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. Revised 11/01/06 Contract No. 38751 Page 81 of 113 6-1.2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows 2000 compatible "Suretrak" program by Primavera or "Project" program by Microsoft Corporation to prepare the Baseline Construction Schedule and all updates thereto. The Contractor shall submit to the Agency a CD-ROM data disk with all network information contained thereon, in a format readable by a Microsoft Windows 2000 system. The Agency will use a "Suretrak", "Project" or equal software program for review of the Contractor's schedule. Should the Contractor elect to use a scheduling program other than the "Suretrak" program by Primavera or "Project" program by Microsoft Corporation the Contractor shall provide the Engineer three copies of the substituted program that are fully licensed to the Agency and 32 class hours of on-site training by the program publisher for up to eight Agency staff members. The classes shall be presented on Mondays through Thursdays, inclusive, between the hours of 8:00 a.m. and 5:00 p.m. The on-site training shall be held at 1635 Faraday Avenue, Carlsbad, California. The dates and times of the on-site training shall be submitted to the Engineer for approval five working days before the start of the on-site training. The on-site training shall be completed prior to the submittal of the first Baseline Construction Schedule. 6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activities, including submittals, interfaces between utility companies and other agencies, project milestones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the Contractor's plan for project execution, to accurately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity's description shall accurately define the work planned for the activity and each activity shall have recognizable beginning and end points. 6-1.2.6 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. 6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity's construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. 6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per Section 6-4. Revised 11/01/06 Contract No. 38751 Page 82 of 113 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor's plan to support and maintain the project for the entire contractual time span of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of Section 6-1. The Engineer may choose to accept the Contractor's proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency's acceptance of a shortened duration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. 6-1.2.10 Engineer's Review. The Construction Schedule is subject to the review of the Engineer. The Engineer's determination that the Baseline Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions shall be a condition precedent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the Contractor to obtain the Engineer's determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions within thirty (30) working days after the date of the preconstruction meeting shall be grounds for termination of the contract per Section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 30 working days. The Engineer will review and return to the Contractor, with any comments, the Baseline Construction Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per Sections 6-1.2.10.1 through 6-1.2.10.3. 6-1.2.10.1 "Accepted." The Contractor may proceed with the project work upon issuance of the Notice to Proceed, and will receive payment for the schedule in accordance with Section 6-1.8.1. 6-1.2.10.2 "Accepted with Comments." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per Section 6-1.8.1. 6-1.2.10.3 "Not Accepted." The Contractor must resubmit the schedule incorporating the corrections and changes of the comments prior to receipt of payment per Section 6-1.8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" or "Accepted with Comments" by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" by the Engineer. Revised 11/01/06 Contract No. 38751 Page 83 of 113 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon each activity's schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media per the submittal requirements of Section 2-5.3 and will include each item and element of Sections 6-1.2 through 6-1.2.9 and 6-1.3.1 through 6-1.3.7. 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Contractor shall report the percentage determined by the Engineer as complete for the activity. 6-1.3.3 Electronic Media. The schedule data disk shall be a CD-ROM, labeled with the project name and number, the Contractor's name and the date of preparation of the schedule data disk. The schedule data disk shall be readable by the software specified in Section 6-1.2.4 "Schedule Software" and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. 6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change. 6-1.3.5 Change Orders. Each monthly update will include the addition of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor's change orders. 6-1.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.4 Engineer's Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be returned marked as per Sections 6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked "Accepted with Comments" or "Not Accepted" by the Engineer will be returned to the Contractor for correction. Upon resubmittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer returning a monthly updated construction schedule marked "Not Accepted". 6-1.4.1 "Accepted." The Contractor may proceed with the project work, and will receive payment for the schedule in accordance with Section 6-1.8.2. 6-1.4.2 "Accepted with Comments." The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. Revised 11/01/06 Contract No. 38751 Page 84 of 113 6-1.4.3 "Not Accepted." The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked "Accepted" by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor's responsibility. 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent "Accepted" Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the "Accepted" schedule. 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of Section 2-5.3 and per the schedule review and acceptance requirements of Section 6-1, including but not limited to the acceptance and payment provisions. As used in this section "substantially different" means a time variance greater than 5 percent of the number of days of duration for the project. 6-1.7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor's Final Schedule Update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed per Sections 6-1.3 Preparation of Schedule Updates and Revisions and 6-1. 4 Engineer's Review of Updated Construction Schedule. Acceptance of the final schedule update is required for completion of the project and release of any and all funds retained per Section 9-3.2. 6-1.8 Measurement and Payment of Construction Schedule. The Contractor's preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefore. 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor's Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. Revised 11/01/06 Contract No. 38751 Page 85 of 113 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. The work includes replacement of existing pumping units, installation of odor scrubber, modifications to chemical room, and site work at the Poinsettia Sewer Lift Station. 1 . Pumping of raw sewage (wastewater) and gravity flow through existing sewers must be maintained at all times and Contractor shall sequence and perform his work such that pumping and gravity flow are not interrupted and the gravity collection system is not surcharged. Therefore, Contractor shall replace one pumping unit at a time. During pumping unit replacement, two pumping units shall remain operational at all times. 2. Project construction includes replacement of dry well piping and pumping units, requiring temporary interruption of operation of certain facilities. Interruption duration and frequency must be limited to prevent interference, and possible sewage/wastewater spills. 3. Contractor shall submit a complete and detailed written plan with a schedule and order of work for construction of facilities for City approval. The written plan for construction shall be submitted to City for approval at least 30 days prior to commencing construction. 4. Order of work herein shall be followed by Contractor to limit the possibility of wastewater spills and the interruption of lift station operations. Contractor shall be responsible for and pay all costs for any wastewater spills which result from his construction activities, including subsequent cleanup, fines, and damage due to the spill. Contractor shall be responsible for repairing any City facilities or equipment damaged as a result of his work performance. 5. Any proposed modifications to the Order of Work provided herein shall be submitted in writing to the City for approval. If approved, said modified Order of Work shall be implemented by the Contractor at no additional cost to the City. Any proposed modifications to the specified Order of Work shall reflect the necessary changes to all other project components. 6. Prior to beginning construction, Contractor shall excavate, expose, and determine ("pothole") the exact location and depth of each and every potential interference and connection on the Drawings. Revised 1 1/01/06 Contract No. 38751 Page 86 of 113 Prior to performing connection construction work, Contractor shall verify existing pipe materials, diameters, and elevations, and provide appropriate materials to complete connection construction, all based on Contractor's field measurements. All materials and equipment shall be on site prior to commencing the connection to the existing piping. 7. Installation of odor scrubber and modifications to existing chemical room may be performed in any order at any time. 8. Only one pumping unit and associated piping shall be replaced at one time. All materials shall be onsite prior to removing existing pump. During pumping unit replacement, two pumping units shall remain operational at all times. 9. Upon replacement of one pumping unit and associated piping, test all controls, alarms, and operation of pumping unit. 10. Once controls and operation of new pumping unit have been tested and confirmed and prior to removal of the next pumping unit, the new pumping unit shall be placed in the lead position and lift station shall operate in the automatic mode for two (2) consecutive days with no failure or alarms from the new pumping unit. 11. Each pump shall be removed and replaced within a total of five (5) consecutive days including two (2) days for operational testing. 12. Upon completion of all contract work, the entire lift station site and access roads shall be slurry sealed. 6-2.2 (NOT USED) 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. Revised 11/01/06 Contract No. 38751 Page 87 of 113 The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equipment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency's interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board's opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board's consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If 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, Revised 11/01/06 Contract No. 38751 Page 88 of 113 but the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. No extension of time will be granted for a delay caused by the Contractor's inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof, the proof must be provided in a timely manner in accordance with the sequence of the Contractor's operations and the approved construction schedule. If delays beyond the Contractor's control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interests of the Agency. The Contractor will not be entitled to damages or additional payment due to such delays, except as provided in Section 6-6.3. If delays beyond the Contractor's control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by 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. Unless otherwise specified, the time of completion of the Contract shall be expressed in working days. The Contractor shall diligently prosecute the work to completion within 160 working days after the starting date specified in the Notice to Proceed. Revised 11/01/06 Contract No. 38751 Page 89 of 113 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor association, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each working day to be charged against the Contract time. These determinations will be discussed and the Contractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indicate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted. 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. Revised 11/01/06 Contract No. 38751 Page 90 of 113 All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and tim^ any faulty work or materials discovered during the warranty period shall be repaired or replaced /"~~1 by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor's sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of One Thousand Dollars ($1,000.00). Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that one thousand dollars per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement ^. resulting from use by public traffic or from the action of the elements or from any other cause, Cjj except Contractor operations or negligence. The Contractor will not be required to reclean such ^""^ portions of the improvement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any completed facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents. 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. A•^ Revised 11/01/06 Contract No. 38751 Page 91 of 113 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 nondiscrimination 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. The Contractor shall furnish the Agency a policy or certificate of liability insurance in which the Agency is the named insured or is named as an additional insured with the Contractor. All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V and are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Notwithstanding any inconsistent statement in the policy or any subsequent endorsement, the Agency shall be the insured or as an additional insured covering the Work, whether liability is attributable to the Contractor or the Agency. The policy shall insure the Agency, its officers, employees, and agents, while acting within the scope of their duties on the Work, against all claims arising out of or in connection with the Work, except as provided in Section 6-10. The Contractor may file insurance acceptable to the Agency covering more than one project. The coverage shall provide the following minimum limits: Bodily Injury $250,000 each person $500,000 each occurrence $500,000 aggregate products and completed operations Property Damage $100,000 each occurrence $250,000 aggregate A combined single limit policy with aggregate limits in the amount of $1,000,000 will be considered equivalent to the required minimum limits. The cost of this insurance shall be included in the Contractor's Bid. Revised 11/01/06 Contract No. 38751 Page 92 of 113 7-4 WORKERS' COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers' Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this paragraph. All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 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. Revised 11/01/06 Contract No. 38751 Page 93 of 113 In order to communicate with the Agency, the Contractor's representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others, the Contractor will not be entitled to additional compensation from the Agency for damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. 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. Revised 11/01/06 Contract No. 38751 Page 94 of 113 Failure of the Contractor to comply with the Engineer's cleanup orders may result in an order to 1 suspend work until the condition is corrected. No additional compensation will be allowed as a ^"""^ result of such suspension. Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time, and shall be 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 ^a^. employees engaged in the Work. These accommodations shall be maintained in a neat and ^J 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. /-j Revised 11/01/06 Contract No. 38751 Page 95 of 113 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 Contractor shall be responsible for the preparation and implementation of the SWPPP and coordination with the City and the Regional Water Quality Control Board. All costs for preparing and implementing the Storm Water Pollution Prevention and Monitoring Plans and coordination with the City and the Regional Water Quality Control Board shall be included as part of the stipulated lump sum bid item. Payment for Storm Water Pollution Prevention and Monitoring Plans will be made after approval of Storm Water Pollution Prevention and Monitoring Plans. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 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. Revised 11/01/06 Contract No. 38751 Page 96 of 113 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. ^g^ 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. 0Revised 11/01/06 Contract No. 38751 Page 97 of 113 During overlay operations, the Contractors schedule for overlay application shall be designated to provide residents and business owners whose streets are to be overlaid sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24-hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 Ib. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix "A". In addition to the notifications, the contractor shall post no parking signs 48 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the no parking signs 48 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 48 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional compensation for printing and distributing these notices. The contractor shall replace all street markings and striping damaged by construction activities. The Contractor shall include in its Bid all costs for the above requirements. 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. Revised 11/01/06 Contract No. 38751 Page 98 of 113 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 214-5.1.et seq. All temporary reflective channelizers shall conform to the provisions of Section 214-5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of Section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to Section 210-1.6 for materials and Section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be Revised 11/01/06 Contract No. 38751 Page 99 of 113 portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in Section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS "Standard Specifications", except the sleeves shall be 7" long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any Section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 6' of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 25' intervals to a point not less than 25' past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20-1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. 7-10.3.2 Maintaining Traffic. The Contractor's personnel shall not work closer than (insert minimum acceptable lateral safety buffer distance, eg. 1.8 m (6')), nor operate equipment within 0.6 m (21) from any traffic lane occupied by traffic. During the entire construction, a minimum of two paved traffic lanes, not less than 12 feet wide, shall be open for use by public traffic in each direction of travel along Poinsettia Lane. 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. Revised 11 /01 /06 Contract No. 38751 Page 100 of 113 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under 'Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) published by CALTRANS. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. 7-10.3.6 Preparation of 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 Revised 11/01/06 Contract No. 38751 Page 101 of 113 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. 7-10.3.7 Payment. 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. 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. Revised 11/01/06 Contract No. 38751 Page 102 of 113 Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Material Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe conditions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, administering and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and contain procedures for safe entry into confined spaces, including, but not limited to the following: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potential isolation and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space 7. Special hazards consideration 8. Personal protective equipment 9. Rescue plan provisions The Contractor's submittal shall include the names of its personnel, including subcontractor personnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit-required confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit- required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. Revised 11/01/06 Contract No. 38751 Page 103 of 113 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 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 (NOT REQUIRED) 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. Revised 11/01/06 Contract No. 38751 Page 104 of 113W 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. 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. Revised 11/01/06 Contract No. 38751 Page 105 of 113 Whenever immediate action is required to prevent injury, death, or property damage, and precautions which are the Contractor's responsibility have not been taken and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be 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 Revised 11 /01 /06 Contract No. 38751 Page 106 of 113V request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. From each progress estimate, 10 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from remaining progress estimates and from the final estimate may be limited to $500 or 10 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as 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 Revised 11 /01 /06 Contract No. 38751 Page 107 of 113 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. 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 made at the stipulated lump-sum price bid therefore in the bid schedule, and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization and Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilization And Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatory work will be allowed therefore. Revised 11/01/06 Contract No. 38751 Page 108 of 113 SUPPLEMENTAL PROVISIONS FOR POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT NO. 38751 SPECIAL CONSTRUCTION PROVISIONS 1. Worksite The Contract work site is located in the City of Carlsbad as shown on Sheet 1 of the Construction Drawings. The Poinsettia Lift Station site is located on the north side of Poinsettia Lane approximately 600' east of the intersection of Poinsettia Lane and Alicante Road. Bidders shall review the project site prior to submitting a bid. 2. Storage of Materials and Equipment Contractor shall not store materials or equipment on private or public property without written permission from the affected property owners approving such use. Said written permission shall be submitted to the City prior to Contractor moving materials or equipment onto site. Contractor's equipment shall be removed from public or private right-of-way and placed in the Contractor's designated storage areas at the end of each work day. Contractor may utilize the Poinsettia Lift Station site for storage of materials and equipment. All storage locations shall be approved by the City. Refer to General Provisions Section 7-1.1, Staging and Stockpiling Areas, for further information. 3. Preservation of Existing Improvements, Restoration of Work Site and Disposal of Spoil and Waste Materials A. Contractor shall perform his operations so that existing improvements (including roads and other paved surfaces adjacent to or in the vicinity of the work site) are not damaged. Contractor shall repair and restore any disturbed or damaged private or public improvements which results from his operations (except that which is specifically a part of the Contract Work) to the satisfaction of the City, or the agency having jurisdiction over said improvements, all at his expense. B. All work sites shall be restored to pre-job conditions and shall meet the requirements of the City. The City is obligated to keep visual impact of the work sites to a minimum; therefore, Contractor is required to restore all areas altered by construction to pre-existing Revised: 04/11/07 Contract No. 38751 Page 109 of 113 conditions. Such areas shall include, but shall not be limited to, areas used for travel, parking, and storage of vehicles, equipment and materials. C. Contractor shall be responsible for the proper disposal of all waste materials resulting from his operations, including rubbish, packaging materials, discarded equipment parts, and damaged construction materials, in a manner and at locations suitable to the City and all health and other regulatory agencies. 4. Specified Model Numbers All model numbers used herein are provided for information only, to assist Contractor in selecting equipment that conforms to specifications. In case of any conflict between model numbers given herein and the descriptive specifications or performance specified, the descriptive specifications and performance specified shall govern. 5. Lateral Design All equipment, its major components, anchorage parts, and bolts shall withstand stresses caused by ground movement (seismic forces) in accordance with the requirements of the California Building Code (2001 Edition) for Seismic Zone 4, Essential Facilities. Safety factor for overturning shall be 1.5:1. The following factors shall be utilized as defined by said CBC: Na = 1.00 Nv=1.00 Z = 0.40 Ca = 0.40 Cv = 0.56 Ts = 0.560 To = 0.112 1 = 1.5 Ip = 1.5 Calculations and anchorage details shall be prepared by State of California licensed engineer (civil or structural) and submitted in accordance with General Mechanical and Equipment Specifications for the following equipment: 1. Pumping Units (pump and motor). 2. Order Scrubber. 6. Location of Equipment and Ambient Environmental Conditions Derating and necessary oversizing to achieve performance shall be incorporated in equipment design. The project site is at an elevation approximately 110' above Mean Sea Level. Maximum design ambient temperature shall be 90°F and minimum design ambient temperature shall be 40°F. Relative humidity may range from 10% to 95%. 7. Equipment Performance Documentation 0Revised: 04/11/07 Contract No. 38751 Page 110 of 113 Where performance testing of equipment (field or factory) is specified, the Contractor shall submit to the City, three copies of performance test results for City's review and approval. Performance test data shall demonstrate compliance with the requirements specified in the Contract Documents. Prior to project completion, the Contractor shall combine all such performance test results and data in a standard size, 3-ring, loose leaf, vinyl plastic hard copy binder suitable for bookshelf storage. Each item of equipment shall be properly indexed. For each item of equipment there shall be a brief description of the equipment, description of the test conditions, and performance test results, including performance of the equipment at full load condition. Results shall be submitted to the City 60 days prior to project completion. 8. Operation and Maintenance Manuals and Training The Contractor shall provide six (6) approved copies of detailed operations and maintenance (O&M) manuals at least 30 days prior to startup and testing for all mechanical and electrical equipment he furnishes. O&M manuals shall be provided for all equipment and shall be in accordance with requirements specified herein. O&M manuals shall be submitted in accordance with the General Provisions, Section 2-5.3, and shall be subject to approval by the City. Each set of O&M Manuals shall consist of one (1) or more volumes, each volume shall be bound in a standard size, 3-ring, loose leaf, vinyl plastic hard cover binder suitable for bookshelf storage. Binder ring size shall not exceed 2.5 inches. Binder(s) shall be provided with the following identification inscribed on the cover(s): "City's name, project name, Equipment Operation and Maintenance Manual, Volume No." Each volume shall have a table of contents which indicates all equipment in the O&M manual and tabbed divider sheets placed before each section. The O&M manuals shall include (but not be limited to) the following information: Installation and Operation 1. Installation instruction 2. Design Capabilities 3. Operating Parameters and recommended ranges 4. Specific equipment installed, Model No., Serial No., etc. 5. General literature 6. Operating instructions 7. Special problems or precautions and emergency procedures 8. Safety provisions and precautions Maintenance 1. Assembly, Disassembly, and Reassembly 2. Parts list including drawings (blowup drawings preferred) 3. Lubrication type and schedule 4. Preventative maintenance schedule 5. Recommended replacement parts inventory 6. Details of calibration and adjustment 7. Wiring diagrams (as installed) 8. Completed maintenance card 9. Equipment warranties Revised: 04/11/07 Contract No. 38751 Page 111 of 113 10. Name, address, and phone number of local parts distributor and service center. The Contractor shall cause the equipment manufacturers to provide experienced and when applicable, factory-trained personnel, to train the City's Operation and Maintenance personnel. Training shall include review of the O&M manuals as well as a hands-on-training period with each piece of equipment listed. No training shall be provided on Mondays or Fridays. The Contractor shall provide a minimum of 14 days advance notice of training sessions. Scheduled training shall be at a time acceptable to the City and the Manufacturer. Required training and minimum training time shall be as follows: Equipment Minimum Hours Vertical Turbine Pumps 4 Odor Scrubber 4 Ventilation Equipment 2 The training shall be performed a minimum of 1 day after the completion of start-up. The training shall provide the City's Operation and Maintenance personnel with sufficient information on the theory, design, operation and maintenance practices (routine monitoring, eyeing abnormal and normal operation, troubleshooting techniques, and preventative and corrective maintenance) to ensure that equipment and systems can be efficiently and effectively operated and maintained upon training completion. A minimum of 10 training manuals shall be provided. A training manual on each piece of equipment listed shall be submitted to the Engineer for approval a minimum of one month prior to training. Training manuals shall include the experience and qualifications of each instructor. The Engineer or his designee will be attending and monitoring training sessions. If any session is deemed unacceptable by the Engineer, the contents or instructor shall be changed and the session repeated at no cost to the City. 9. Reference Documents The following documents are available at the City's office for review by Contractor. These documents provide information relative to existing and proposed facilities. A. Construction Plans for Poinsettia Sewage Lift Station Drawings No. 95-402. 10. Safety Requirement of Equipment Furnished by Contractor The equipment furnished by Contractor shall comply with the applicable requirements of the Safety Orders of the Division of Industrial Safety of the State of California. Copies of the Safety Orders as available at the Printing Division, Documents Section, State of California, Sacramento, California 95814. 11. Lubrication Contractor shall lubricate the bearing surfaces of all moving parts. Contractor shall be responsible to furnish lubricants and lubricate all equipment. Contractor is referred to the lubrication requirements specified in the General Mechanical and Equipment Technical Specifications. Prior to start-up, Contractor shall lubricate all equipment and arrange for the respective manufacturer's service engineer to inspect all lubrication. ^''Revised: 04/11/07 Contract No. 38751 Page 112 of 113 12. Order of Work See General Provisions Section 6-2.1 for order of work. Revised: 04/11/07 Contract No. 38751 Page 113 of 113 c TECHNICAL SPECIFICATIONS SECTION 01026 SCHEDULE OF VALUES PART 1 - GENERAL 1.01 Requirements A. Within thirty (30) days of the Notice to Proceed, the CONTRACTOR shall submit a Schedule of Values for the OWNER'S approval. The Schedule of Values is a detailed itemized breakdown of all lump sum bid items. B. The Schedule of Values shall be used as a basis for determining progress payments on a lump sum contract or any designated lump sum bid item. The Schedule of Values shall be a schedule of cost loaded construction activities equal, in total, to the lump sum bid and shall be in such form and sufficient detail to correctly represent a reasonable apportionment of the lump sum. Prior to submitting a monthly payment request, the CONTRACTOR shall have submitted a detailed Schedule of Values and obtained approval from the OWNER. C. Each lump sum bid item on the Bid Schedule(s), as set forth in the Contractor's Bid Proposal must be broken down separately. The breakdown of each lump sum bid item must cover the cost of construction required by the Contract Drawings and Specifications for that item. The sum of the values for the construction activities, within a bid item, must equal the total bid amount for that item. The breakdown shall include subcontract amounts, which shall not deviate from the amounts submitted in the Bid Proposal. The CONTRACTOR shall provide certification from the Subcontractors certifying the subcontract amounts. D. Each activity in the Schedule of Values shall delineate one construction activity. For example, the placement of concrete between construction joints, the construction of an electrical duct bank or pipeline between points A & B. The costing for each activity should include all costs for the labor and materials or equipment required to complete the activity. For example, concrete construction activities should include all costs for the forming, placing of reinforcement, placing concrete, and curing. The cost for pipeline construction activities should include materials, equipment and installation including pipeline supports or thrust blocks. The excavation and backfill for a pipeline or structure may be separate activities. The Bid Proposal breakdown shall include the itemized costs for the plant startup and testing to be performed before the final project acceptance is made. No non-construction activity shall be cost loaded. E. Where Contract Documents require a CPM Construction Schedule, the CONTRACTOR shall use cost loaded construction activities from the Construction Schedule as a Schedule of Values. Each construction activity shall be encoded to its bid item and a sort provided for each bid item totaling the cost loaded amount. The total of the Cost Loaded amounts for each bid item shall equal the amount bid for that item. 04/10/07 SCHEDULE OF VALUES POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 01026-1 F. The total of the Schedule of Values shall equal the current Contract value at all times. At any time during the progress of the Contract Work, the OWNER reserves the right to review the cost loading of the Schedules of Values and direct necessary revisions. When requested by the OWNER, the CONTRACTOR shall provide all information necessary to substantiate the cost loading. 04/10/07 SCHEDULE OF VALUES POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 01026-2 SECTION 01500 START-UP, FIELD TESTING, AND ACCEPTANCE OF EQUIPMENT TECHNICAL SPECIFICATIONS PART 1 - GENERAL 1.01 Description The Contractor shall furnish all labor, equipment, and material necessary to perform start-up, field testing, and acceptance of equipment for the Recycled Water Pump Station and all related appurtenances. 1.02 Submittals All submittals shall be in accordance with the General Provisions, Section 2-5.3. 1.03 Start-Up The Contractor shall provide fourteen days advance notice to the Owner prior to start-up of any equipment. Training will not be allowed until at least one day after start-up is complete. Prior to the start-up of systems, each equipment manufacturer shall provide written certification that their equipment has been installed properly and in accordance with the manufacturer's recommendations and is ready to start-up. The Contractor shall coordinate start-up of the control panel, pumping units and instrumentation on the same day unless otherwise approved by the Owner. A. At a minimum, start-up shall include: 1. Meggering all motors. 2. Visually inspecting field wiring against approved shop drawings. 3. Checking for abnormalities that may have occurred during shipping or installation of all equipment and components including loose wiring, physical damage, or insecure mounting of components. 4. Energizing all panels. 5. Simulate all controls and equipment start, stop, and shutdown, including checking discrete signals locally at the panel and by jumpering remote devices at the field end to simulate signals. 6. Testing all interlock and maintenance switches. 7. Checking analog signals by utilizing loop calibrator as required. 8. Calibrating all control instrumentation and monitoring equipment (flow, level, pressure, etc.). 9. Calibrating panel devices as required including timers and controllers. 04/10/07 START-UP POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 01500-1 10. Cycle motors in both automatic and manual modes of operation. 11. Checking out main control panel in conjunction with all associated equipment. 12. Measuring and recording voltage and amperage draw readings for all equipment motors under loaded conditions. 13. Testing and calibrating VFD's. 14. Testing all components of the main control panel including control systems, autodialer, and SCADA systems. Autodialer and SCADA systems shall be tested to the SCADA Central at the Carlsbad Municipal Water District. 15. Checking proper operation of equipment hatches. All manufacturer certifications for equipment and system components shall be accepted by the Owner prior to commencing Field Testing as specified in Section 1.03, herein. 1.04 Field Testing and Equipment Acceptance A. The Contractor shall submit for Owner's approval the testing procedures for all equipment. The testing procedures at a minimum shall define required instrumentation to test the equipment and describe how the equipment will be tested in order to determine compliance with the Specification requirements and recognized standards of the industry. A master log book shall be furnished and maintained by the Contractor and provided to the Owner for approval showing the test equipment, the compliance values, and the actual field measurements. B. A full field test shall be performed by the Contractor after the start-up acceptance of all equipment by the Owner. This field test shall include operating all equipment and control systems including simulating various reservoir levels (hydropneumatic tank pressures) for normal operation and emergency conditions. It is anticipated two days will be required to verify operation. Thereafter, the Contractor shall commence a full fourteen-day "live test" under actual conditions. Owner will operate the facilities and Contractor shall provide personnel to be onsite (or available within one hour) to repair or correct any deficiencies. Acceptance of the Pump Station shall begin after successful completion of the fourteen-day "live test". If any problems need to be fixed during the test period, the test shall start over. All costs for repairs/replacement are the responsibility of the Contractor. All warranties for labor, equipment, and materials shall begin on the date of acceptance of the fourteen-day test. An acceptance letter will be provided by the Engineer to the Contractor, acknowledging successful completion of the fourteen-day test. C. Pumping unit field performance testing shall be as specified in Section 11310. 04/10/07 START-UP POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 01500-2 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. The WORK includes demolition of existing piping, pumps, removal of A.C. pavement, building gates, and louvers to facilitate new construction as shown and specified. C. 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 [02200] Earthwork. B. PROTECTION OF PERSONS AND PROPERTY AND RESTORATION OF EXISTING IMPROVEMENTS of the GENERAL PROVISIONS. C. 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. 1.5 QUALITY ASSURANCE A. Comply with the applicable reference specifications as specified in the GENERAL PROVISIONS. 01/19/06 DEMOLITION CARLSBAD MASTER SPECIFICATIONS 02050-1 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 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. 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. C. The CONTRACTOR shall protect and maintain conduits, drains, sewers, pipes, and wires that are to remain on the property. 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. 01/19/06 DEMOLITION CARLSBAD MASTER SPECIFICATIONS 02050-2 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 D. In the existing chemical room, remove wrought iron gates, louvers, and window as shown on the Construction Drawings. E. In the existing dry well/pump room, remove existing pumps, pump foundation, and piping as shown on the Construction Drawings. 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. 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 01/19/06 DEMOLITION CARLSBAD MASTER SPECIFICATIONS 02050-3 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 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. 3.8 SALVAGE A. The CONTRACTOR shall tag all salvageable items. The tag shall indicate what the item is, the location and equipment it was removed from, and the date of removal. B. The following items shall be salvaged by the CONTRACTOR: See Construction Drawings for items to be salvaged. C. The CONTRACTOR shall deliver all salvaged items to the following address: 5950 El Camino Real, Carlsbad, CA D. All non-salvageable items shall be removed and disposed at the CONTRACTOR'S expense. 01/19/06 DEMOLITION CARLSBAD MASTER SPECIFICATIONS 02050-4 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 SECTION 02223 TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING PART 1 - GENERAL 1.1 DESCRIPTION A. 1.2 A. This section includes materials, testing, and installation for trench excavation, backfill, and compaction of piping, conduit, manholes, and vaults. 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. ASTMC131 ASTMC150 ASTM D 75 ASTM1556 ASTM D 1557 ASTM D 241 9 ASTM D 301 7 ASTM D 3776 ASTM D 4253 ASTM D 4254 ASTM D 4632 ASTM D 4751 CAL-OSHA - - - - - - - - - - - - - Test Method for Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine Portland Cement Practice for Sampling Aggregates Test Method for Density and Unit Weight of Soil in Place by the Sand-Cone Method Test Method for Moisture-Density Relations of Soils Using a Modified Effort Test Method for Sand Equivalent Values of Soil and Fine Aggregate Test Method for Water Content of Soil and Rock in Place by Nuclear Methods Test Method for Mass Per Unit Area (Weight) of Woven Fabric Test Methods for Maximum Index Density and Unit Weight of Soils Using a Vibratory Plate Test Methods for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density Test Method for Grab Breaking Load and Elongation of Geotextiles Test Method for Determining the Apparent Opening Size of a Geotextile Title 8 General Industry Safety Orders 1.3 RELATED WORK SPECIFIED ELSEWHERE A. Standard Specifications 15000, 15044, 15056, 15061, and 15064. 01/19/06 CARLSBAD MASTER SPECIFICATIONS POINSETTIA SEWAGE LIFT STATION UPGRADE TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING 02223-1 CONTRACT 38751 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. C. Determine laboratory moisture-density relations of existing soil by ASTM D 1557, Method C and/or D. 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 District. 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 into manhole or vault excavations above the pipe zone. 01/19/06 TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING CARLSBAD MASTER SPECIFICATIONS 02223-2 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 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. 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 District 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. District 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 District, the Contractor shall provide the District with written releases signed by all property owners with whom the Contractor has entered into agreements for disposing of excess excavated material, absolving the District from any liability connected therewith. 01/19/06 TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING CARLSBAD MASTER SPECIFICATIONS 02223-3 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 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 District. 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 Section 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. 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 Granular Material 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. The Imported Granular Material shall be sand (natural1 or manufactured) or quarry waste (decomposed granite) free from asphalt, clay balls, organic, or other deleterious matter. Material shall have a sand equivalent value of not less than 30 per ASTM D 2419, a coefficient of uniformity of 3 or greater, and shall conform to the following gradation: U.S. Standard Sieve Size 1-Inch 3/4-Inch No. 4 No. 30 No. 200 Percent Passing by Weight 100 75-100 35-75 10-45 3-9 Resistivity for imported sand shall be not less than 2,000 ohm-cm when measured in accordance with California Test Method 643. Imported sand shall not exceed a maximum chloride concentration of 200 mg/l when measured in accordance with California Test Method 422. 1 Native materials may not be used in lieu of Imported Granular Material unless such materials meet all of the requirements specified above. 01/19/06 CARLSBAD MASTER SPECIFICATIONS POINSETTIA SEWAGE LIFT STATION UPGRADE TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING 02223-4 CONTRACT 38751 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 shal! be certified to contain less than 1% asbestos by weight or volume and shall conform to the following gradation and requirements: u,s.Standard Steve 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 1 00 Revolutions 500 Revolutions Test Method ASTM C 131 — — Requirement — 1 5 Maximum 52 Maximum 2.4 TRENCH ZONE EARTH BACKFILL Earth backfill shall be used within the Trench Zone for installations of PVC Pressure Pipe, Ductile-Iron Pipe, Cement-Mortar Coated Steel Pipe, Tape-Wrapped Steel Pipe, and Paint-Coated Pipe. A. Each backfill is defined as material removed from the required excavations and used as backfill or 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 material that is free from organic matter, roots, debris, and rocks larger than 6 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 with no more than 60 percent gravel (i.e., not less than 40 percent passing the No. 4 sieve) and rock particles with a maximum dimension no greater than 6 inches. D. Where the onsite materials are determined by the Engineer to be unsuitable, imported fill shall be provided by the Contractor. 2.5 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. District approval is required for use of slurry as a backfill material. 01/19/06 CARLSBAD MASTER SPECIFICATIONS POINSETTIA SEWAGE LIFT STATION UPGRADE TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING 02223-5 CONTRACT 38751 2.6 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. 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 District. 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. 01/19/06 TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING CARLSBAD MASTER SPECIFICATIONS 02223-6 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 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 District. 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 District. 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 District. 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 District. 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. 01/19/06 TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING CARLSBAD MASTER SPECIFICATIONS 02223-7 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 B. The maximum length of open trench shall be 500-feet except by permission of the District or City. 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. 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 66-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 soils and 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. 01/19/06 TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING CARLSBAD MASTER SPECIFICATIONS 02223-8 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 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 District. 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 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. 3.10 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 of 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 24-inches above the top of the pipe. 01/19/06 TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING CARLSBAD MASTER SPECIFICATIONS 02223-9 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 E. Under no circumstances shall consolidation by water settling or water-setting methods (i.e., jetting, diking, etc.) be permitted. 3.11 TRENCH ZONE BACKFILL A. After the Pipe Zone material has been placed, compacted, approved by the Soil Technician, and accepted by the District, 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, access hole, or structure damaged by the installation operations as directed by the District. 3.12 PAVEMENT ZONE BACKFILL AND RESTORATION A. After the Trench Zone material has been placed, compacted, approved by the Soil Technician, and accepted by the District, 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. 01/19/06 TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING CARLSBAD MASTER SPECIFICATIONS 02223-10 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 SECTION 02300 BASIC EARTHWORK SPECIFICATIONS PART 1 - GENERAL 1.01 Scope Contractor shall furnish all labor, equipment, and material and perform all operations necessary for earthwork construction including clearing, excavating, filling, backfilling, compacting, and grading specified or reasonably required. All debris or material unsuitable for construction shall be removed from site. Adequate drainage shall be provided at all times and accumulation of water in excavated areas shall be prevented. All work shall be protected by pumping, ditching, and other measures required for the removal and exclusion of water. Any work damaged by the effects of rain runoff or other weather conditions during any phase of construction shall be reconstructed to conform to the specified requirements. Contractor shall not pass equipment over or alongside facilities that are not protected by ample fill material, properly compacted. Unless otherwise specified or herein modified, all earthwork shall conform to Section 300 of the Standard Specifications for Public Works Construction, published by Building News, Inc., Los Angeles, California, latest edition, hereinafter "Standard Specifications". 1.02 Protection of Existing Work Before beginning any cutting or demolition work for removals, Contractor shall carefully survey the existing work and examine the drawings and Specifications to determine the extent of the work. Contractor shall take all necessary precautions to insure against damage to existing work to remain in place or to be reused and any damage to such work shall be repaired or replaced as approved by Owner at no additional cost to Owner. Contractor shall carefully coordinate the work of this section with all other work and construct and maintain shoring, bracing, and supports as required. Contractor shall insure that structural elements are not overloaded and be responsible for increasing structural supports or adding new supports as may be required as a result of any cutting, removal, or demolition work performed under any part of this Contract. 1.03 Grade Control Contractor shall furnish all construction staking required to perform the Work. Contractor shall utilize survey control as shown on the Drawings. Benchmarks, monuments, and other reference points, if disturbed or destroyed by Contractor, will be restored by Owner at Contractor's expense. 1.04 Clearing and Grubbing Except as otherwise specified, indicated areas should be cleaned and grubbed conforming to Section 300-1 of the Standard Specifications. All removed materials shall 04/10/07 EARTHWORK POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 02300-1 be disposed off-site in a location approved by Owner. Bituminous pavement to be removed shall be saw cut to clean, straight lines. 1 .05 Field Compaction Tests Where reference is made to relative compaction, it shall be deemed to mean ASTM D1 557, latest, using ten-pound hammer at 1 8-inch drop. Cost of all compaction tests having relative compaction less than specified shall be borne by Contractor. Cost of all compaction tests having relative compaction greater than specified will be borne by Owner. Owner will select soil testing engineer. 1 .06 Materials to be Excavated Materials to be excavated shall be non-classified and shall include all materials encountered in excavating and grading operations hereunder. Materials shall be excavated to the depth and extent specified. 1 .07 Excavation Contractor shall excavate to the elevations and dimensions indicated, plus ample space for construction operations and inspection of facilities. All facilities to be constructed shall bear on undisturbed natural ground or material compacted to the relative compaction specified which shall not be less than 90% relative compaction. If so ordered in writing by Owner, Contractor shall perform additional excavation beyond limits originally specified. Concrete shall not be placed in any excavation which has not been approved by Owner. Care shall be taken not to disturb the excavation prepared for concrete and excess material shall not be removed to make grade until just before concrete is to be placed. This work shall conform to Sections 300-2 and 300-3 of the Standard Specifications unless otherwise specified. 1.08 Fill and Backfill Fill and backfill shall not be placed until all work to be concealed has been inspected and approved by Owner. No fill or backfill material shall be deposited against concrete structures until the concrete has developed its design strength unless authorized by Owner. Fill and backfill around structures shall be placed in uniform horizontal layers not exceeding 12 inches in loose thickness before compaction and shall be brought up uniformly on all sides of the structure. Regardless of the specified depth of the layers of material to be compacted, Contractor shall place the material at depths required to obtain the specified relative compaction. Each layer of material shall be moistened as required and thoroughly tamped, rolled, or otherwise compacted to the relative compaction specified. Fill and backfill shall be made with clean, unclassified material excavated from site as approved by Owner. Unless permitted otherwise, said material shall consist of loose earth or sand free from stones, clods, or other deleterious materials larger than 6 inches in greatest dimension. 04/10/07 EARTHWORK POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 02300-2 Whenever permitted by Owner, rock may be placed in certain fills. Rock fragments or boulders up to 24 inches in greatest dimension may be utilized provided that the specified degree of compaction is obtained in the fill material surrounding the rock. The rock fragments or boulders shall be placed in rows on the fill surface so that they are not in contact with one another and fill material shall be placed between and over the rows of rock fragments or boulders and compacted with a sheeps foot or other suitable rollers. Ample water and compactive effort shall be applied so that the resulting fill is free of uncompacted material surrounding the rock. The rows of rock fragments or boulders shall be as specified with regard to spacing and location within any fill; however, subsequent rows shall be staggered so that one row does not lie directly over another row. 1.09 Finish Grading Upon completion of construction, Contractor shall bring to finish grade all portions of site affected by contract work. Grading shall be to the finish grade elevations specified. Contractor shall dispose of excess material as directed by Owner. 04/10/07 EARTHWORK POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 02300-3 SECTION 02500 BASIC PAVING SPECIFICATIONS 1.01 Scope A. General Contractor shall furnish all labor, materials, and equipment and perform all operations necessary for construction of pavement surfacing and resurfacing in all areas of construction as specified by the Owner or as shown by the Drawings. Drawings shall consist of construction drawings, standard drawings, and clarifying diagrams or sketches. Whenever pavement surfacing or resurfacing is to be constructed in rights-of- way not under jurisdiction of the Owner (public highways, thoroughfares, streets), it shall be constructed in accordance with permits issued by the agency having jurisdiction (State, County, City). Whenever pavement surfacing or resurfacing is to be constructed in rights-of- way over which the Owner has jurisdiction (pumping plants, reservoirs, service yards, access roads), it shall be constructed in accordance with the specifications. Whenever the words "Standard Specifications" are used herein, they shall mean the Standard Specifications for Public Works Construction as published by Building News, Inc., Los Angeles, California, latest edition. The Standard Specifications shall augment, not supersede, these specifications. As used herein, the Standard Specifications shall not apply to measurement, payment, schedule, delays, or extra work. 1.02 New Pavement Surfacing New pavement surfacing shall be asphalt concrete or Portland cement concrete placed on a prepared surface in accordance with the specifications and in conformance with the lines, grades, and dimensions as specified in the Drawings. A. Subgrade Preparation Subgrade shall be brought to proper grade, prepared, and compacted in conformance with the requirements of Subsection 301-1 of the Standard Specifications. All organic material shall be removed and discarded at legal disposal site(s), at Contractor's expense. The top 12 inches of such subgrade material shall be scarified, cultivated and then compacted to not less than 95 percent relative compaction (ASTM D1557). 04/10/07 PAVING POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 02500-1 B. Aggregate Base 1. General Aggregate base material shall be furnished, placed, and compacted at the locations and thickness as specified in the Contract Documents. 2. Materials Aggregate base material shall consist of crushed aggregate base conforming to requirements of Subsection 200-2.2 of the Standard Specifications. 3. Placement of Aggregate Base Aggregate base material shall be spread and compacted in conformance with the requirements of Subsection 301-2.3 of the Standard Specifications. Aggregate base material shall be compacted to a relative compaction of not less than 95 percent (ASTM D1557). C. Asphalt Concrete Pavement 1. General Asphalt concrete pavement shall be furnished, placed, and compacted at the locations and thicknesses specified. 2. Materials a. Asphalt Asphalt to be mixed with mineral aggregate shall conform to Subsection 203-6.3.1 of the Standard Specifications. The viscosity grade shall be AR-4000 unless specified otherwise. b. Aggregate Aggregate shall conform to the requirements in Subsection 203-6.3.2 of the Standard Specifications. Course aggregate shall be crushed rock. c. Asphalt Concrete Mixtures The grading of combined aggregates and percentage asphalt shall be in accordance with Subsection 203-6.4 of the Standard Specifications. Unless otherwise specified the following asphalt concrete mixtures shall be used: Base Course shall be: B-AR-4000 Surface Course shall be: C2-AR-4000 Overlays (1 Vz" maximum) shall be: D1 -AR-4000 04/10/07 PAVING POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 02500-2 3. Placement of Asphalt Concrete a. General Asphalt concrete pavement shall be no less than the thickness shown on the Drawings and shall be applied in two (2) lifts. The first lift shall be the base course and the second lift shall be the surface course, not less than 1" thick, and shall bring the pavement to full thickness. All construction methods shall conform to the requirements of Subsection 302-5 of the Standard Specifications. b. Weed Killer Weed killer, "SPIKE" (manufactured by Dow Elanco) or equal shall be applied to the area to be paved at the rate of 100 gallons per 10,000 square feet. The mixture applied shall consist of 1 pound of chemical per 1 00 gallons of water or per manufacturer's recommendations. Contractor shall obtain a permit to use "SPIKE" weed killer prior to its application. c. Prime Coat A prime coat consisting of grade SC-250 liquid asphalt shall be applied at a rate between 0.10 and 0.25 gallons per square yard. Grade SC-70 liquid asphalt may be used when approved by the Owner. Unless otherwise specified prime coat shall be required on all aggregate base material or untreated subgrade on which asphalt concrete pavement is to be directly placed. The prime coat shall be allowed to cure 24 hours and any excessively oily areas shall be blotted with sand in preparation for application of asphalt concrete. d. Tack Coat A tack coat shall be required at all joints, overlays and overlaps. Tack coat shall conform to the requirements of Subsection 302- 5.4 of the Standard Specifications and shall be Grade SS-1h emulsified asphalt. Tack coat shall be applied at approximate rates of 0.05 gallon per square yard for leveling courses and overlays, and 0.10 gallon per square yard for asphalt concrete roll berms and dikes. e. Paving Headers Along all pavement edges which will not abut existing concrete paving, building foundations, curbs, gutters, or other similar structures, a firmly staked 2 inch x 4 inch redwood header shall be placed unless specified otherwise. 04/10/07 PAVING POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 02500-3 f. Asphalt Curbs Asphalt concrete curbs shall be provided where shown on the Drawings. Automatic curbing machines shall be used to construct asphalt curbs. The curb cross section used shall be as shown on the Drawings or as approved by the Owner. g. Geotextile Fabric Geotextile fabric shall be provided where shown on the Drawings and shall conform to the requirements in Subsections 213 and 302-7 of the Standard Specifications. Geotextile fabric shall be placed such that wrinkles large enough to cause laps do not occur. Geotextile fabric shall be placed in accordance with manufacturer's recommendations. h. Slurry Seal Slurry seal shall be provided over existing asphalt concrete pavement where shown on the Drawings. Slurry seal mix design shall conform to Type I composition as specified in Subsection 203-5 of the Standard Specifications. Slurry seal shall be mixed and placed in accordance with Subsection 302-4 of the Standard Specifications. 4. Temporary Surfacing Unless permanent pavement is to be placed immediately, temporary cold mix surfacing 2 inches thick, or as otherwise specified, shall be placed and properly maintained as determined by the Owner until the permanent pavement is placed at locations specified. In any event, in paved streets where immediate access is required to provide for public or private use, Contractor shall place and maintain said temporary pavement. Temporary pavement shall be placed at all locations which are not barricaded and are open to traffic. When Contractor delays the placing or repairing of temporary pavement, Owner reserves the right to have such pavement placed or repaired at Contractor's expense. Temporary resurfacing shall conform to Subsection 306-1.5.1 of the Standard Specifications and shall be placed as soon as trench backfill is 95% compacted and shall remain in place until permanent resurfacing is placed. Prior to permanent resurfacing, temporary resurfacing shall be removed and discarded at legal disposal site(s) at Contractor's expense. The cost of furnishing, placing, maintaining, removing and disposing of temporary resurfacing shall be included in the Contractor's bid price for related work if no bid item is specifically called out in the bid sheets. 04/10/07 PAVING POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 02500-4 At the end of each day, temporary striping shall be placed complying with the Drawings and State, County, or City requirements. Temporary striping shall conform with Section 214 of the Standard Specifications. 5. Permanent Resurfacing Unless otherwise specified, all permanent resurfacing shall be 1" or greater in thickness than the original surfacing removed. Contractor shall remove all loose pieces of existing pavement prior to placing any pavement. Said pavement shall be replaced in accordance with requirements of the agency (State, County, City) having jurisdiction over the roadway. D. Portland Cement Concrete Pavement 1. General Portland cement concrete shall comply with the Basic Concrete Specifications unless specified otherwise. Construction methods shall comply with Subsection 302-6 of the Standard Specifications. Portland cement concrete shall be furnished and placed at the locations and thicknesses specified. 2. Concrete Design Mix All concrete shall be 560-C-3250 concrete in accordance with Subsection 201-1.1.2 of the Standard Specifications. Design mix shall be approved by the Owner prior to purchase or placing of concrete. 3. Reinforcement Replacement concrete pavement shall have equal or better reinforcement than original concrete pavement. Reinforcement shall be provided whenever and wherever specified. Grade 60 reinforcing steel shall be used unless specified otherwise. 4. Admixtures Admixtures shall conform to Subsection 201-1.2.4 of the Standard Specifications. Unless otherwise specified, concrete mixtures shall have air entrainment of 5% + 1 %. 5. Placing Concrete Concrete shall be placed on an aggregate base sufficiently dampened to ensure that no moisture will be absorbed from the newly placed concrete. Concrete shall be placed on the aggregate base to specified uniform depth. 04/10/07 PAVING POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 02500-5 6. Finishing Concrete shall be distributed uniformly between forms as soon as it is placed, struck off, and tamped. Tamping shall continue until concrete is thoroughly consolidated into the specified cross-section and sufficient mortar for finishing purposes has been brought to the surface. After tamping, surface of concrete shall be floated and finished. Where the concrete placed is to abut existing concrete surfaces, it shall be finished to match existing concrete as nearly as practical. Vat black or other approved pigments shall be added to concrete to obtain required result. Edges which do not abut existing concrete shall be rounded to a 1/2 inch radius. Upon completion of final finishing, work surface shall be free of any unevenness greater than 1/8 inch when checked with a 10-foot straightedge placed on the surface. 7. Curing Pavement shall be cured by a pigmented sealing compound method. Curing shall commence as soon as free water leaves the concrete surface but no later than 3 hours following initial placement of concrete upon aggregate base. Curing compound shall be applied to the entire surface by spraying at the rate of one gallon per 200 square feet. All curing compounds shall be approved by the Owner. Curing compound shall conform to the requirements of Subsection 201-4 of the Standard Specifications. 8. Temporary Striping At the end of each day, temporary striping shall be placed complying with the Drawings and State, County, or City requirements. Temporary striping shall conform with Section 214 of the Standard Specifications. 1.03 Pavement Removal Pavement removal shall be limited to the maximum trench width as shown by the standard drawings plus a reasonable allowance for sloping sides of trench as required by appropriate safety standards or as otherwise specified. Pavement shall be removed to clean straight lines. Pavement edges shall be saw cut unless an acceptable alternative method is permitted. Contractor shall discard all removed pavement at legal disposal site(s) at Contractor's expense. Removal and disposal of materials shall conform to the requirements of Subsection 300-1.3 of the Standard Specifications. 1.04 Finishing Pavement Surfaces A. General Upon completion of all construction operations the entire roadway area or newly surfaced areas shall be finished, cleaned, and left in a neat, presentable condition. 04/10/07 PAVING POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 02500-6 B. Shoulders The shoulders around paved surfaces shall be trimmed and shaped to produce a smooth uniform cross section. Shoulders shall be finished, graded, and compacted so as to match the finish grade of the newly paved surfacing. Excess earth, debris, or other waste material shall be removed and discarded at legal disposal site(s) at Contractor's expense. C. Paved Surfaces All finished paved surfaces shall be clean of all dirt, debris, and foreign material. All manholes, boxes, and covers, shall be raised to finished grade. All curbs, gutters, and cross gutters shall be broomed clean and flushed with water to insure proper drainage. All street signs and striping shall comply with the construction drawings, specifications, and Section 214 of the Standard Specifications. D. Survey Monuments Prior to construction, Contractor shall have a registered civil engineer or licensed land surveyor set at least 4 ties for each monument within the construction area. After construction, Contractor shall have the same civil engineer or licensed land surveyor use the aforementioned ties to replace any monuments which have been disturbed or destroyed. Contractor shall file a corner record for all replaced monuments. Contractor shall also place monument wells in compliance with City or County standards over all monuments in the construction area. o 04/10/07 PAVING POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 02500-7 SECTION 03100 BASIC CONCRETE FORMWORK SPECIFICATIONS PART 1 - GENERAL 1.01 General Requirements Contractor shall furnish all materials for concrete formwork, bracing, shoring, and supports and shall design and construct all falsework, all in accordance with the provisions of the Contract Document. 1.02 Reference Specifications, Codes, And Standards A. Codes The Building Code, as referenced herein, shall be the Uniform Building Code (UBC) of the International Conference of Building Officials (ICBO), latest edition. B. Commercial Standards ACI 347 Recommended Practice for Concrete Formwork, latest edition. 1.03 Contractor Submittals All submittals shall be in accordance with the General Provisions, Section 2-5.3. A. Falsework Calculations and Drawings Contractor shall comply with the provisions of Section 1717 of the Division of Industrial Safety, Construction Safety Orders, as revised November 1973, which requires that all falsework or vertical shoring installations where the heights of the falsework or vertical shoring, as measured from the top of the sills to the soffit of the superstructure, exceeds 14 feet, or where individual horizontal span lengths exceed 16 feet, or provision for vehicular or railroad traffic through falsework or vertical shoring is made, shall be approved and signed by a Civil Engineer, registered in the State of California; provided further, that a copy of the falsework plan or shoring layout shall be available on the job site at all times. B. Contractor shall submit detailed plans of the falsework proposed to be used. Such plans shall be in sufficient detail to indicate the general layout, sizes of members, anticipated stresses, grade of materials to be used in the falsework, and typical soil conditions. 1.04 Quality Assurance A. Tolerances The variation from established grade, line, plumbness, or thickness shall be as set forth in Section 1.04F of the Basic Concrete Specification, and there shall be no offsets or visible waviness in the finished surface. All other tolerances shall be within the "Suggested Tolerances" specified in Section 203 of ACI 347. 04/10/07 CONCRETE FORMWORK POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03100-1 PART 2 - PRODUCTS 2.01 General Except as otherwise expressly accepted by the Engineer, all lumber brought on the job site for use a forms, shoring, or bracing shall be new materials. All forms shall be smooth surface forms and shall be of the following materials: Walls - Steel or plywood panel Columns - Steel, plywood, or fiber glass Roof and Floor slabs - Plywood All other work - Steel panels, plywood or tongue and groove lumber 2.02 Form and Falsework Materials A. Materials for concrete forms, formwork, and falsework shall conform to the following requirements: 1. Lumber shall be Douglas Fir or Southern Pine, construction grade or better, in conformance with U.S. Product Standard PS20. 2. Plywood for concrete formwork shall be new, waterproof, synthetic resin bonded, exterior type Douglas Fir or Southern Pine plywood manufactured especially for concrete formwork and shall conform to the requirements of PS 1 for Concrete Forms, Class I, and shall be edge sealed. 3. Form materials shall be metal, wood, plywood, or other approved material that will not adversely affect the concrete and will facilitate placement of concrete to the shape, form, line, and grade shown. Metal forms shall be an approved type that will accomplish such results. Wood forms for surfaces to be painted shall be Medium Density Overlaid plywood, MDO Ext. Grade. B. Unless otherwise shown, exposed edges and corners in concrete members shall be provided with 3/4-inch chamfers. Re-entrant corners in concrete members shall not have fillets unless otherwise shown. C. Forms and falsework to support the roof and floor slabs shall be designed for the total dead load, plus a live load of 30 psf (minimum). 2.03 Form Ties A. Form ties with integral waterstops shall be provided with a plastic cone or other suitable means for forming a conical hole to insure that the form tie may be broken off back of the face of the concrete. The maximum diameter of removable cones for rod ties, or of other removable form-tie fasteners having a circular cross-section, shall not exceed 1-1/2 inches; and all such fasteners shall be such as to leave holes of regular shape for reaming. 04/10/07 CONCRETE FORMWORK POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03100-2 B. Form ties for water-retaining structures shall have integral waterstops. Removable taper ties may be used when approved by the Engineer. A preformed neoprene or polyurethane tapered plug sized to seat at the center of the wall shall be inserted in the hole left by the removal of the taper tie. PART 3 - EXECUTION 3.01 General A. Forms to confine the concrete and shape it to the required lines shall be used wherever necessary. Contractor shall assume full responsibility for the adequate design of all forms, and any forms which are unsafe or inadequate in any respect shall promptly be removed from the work and replaced at the Contractor's expense. A sufficient number of forms of each kind shall be provided to permit the required rate of progress to be maintained. The design and inspection of concrete forms, falsework, and shoring shall comply with applicable local, state and federal regulations. Plumb and string lines shall be installed before concrete placement and shall be maintained during placement. Such lines shall be used by the Contractor's personnel and by the Engineer and shall be in sufficient number and properly installed. During concrete placement, the Contractor shall continually monitor plumb and string line form positions and immediately correct deficiencies. B. Concrete forms shall conform to the shape, lines, and dimensions of members as called for on the Contract Drawings, and shall be substantial, free from surface defects, and sufficiently tight to prevent leakage. Forms shall be properly braced or tied together to maintain their position and shape under a load of freshly-placed concrete. If adequate foundation for shores cannot be secured, trussed supports shall be provided. 3.02 Form Design All forms shall be true in every respect to the required shape and size, shall conform to the established alignment and grade, and shall be of sufficient strength and rigidity to maintain their position and shape under the loads and operations incident to placing and vibrating the concrete. Suitable and effective means shall be provided on all forms for holding adjacent edges and ends of panels and sections tightly together and in accurate alignment so as to prevent the formation of ridges, fins, offsets, or similar surface defects in the finished concrete. Plywood, 5/8-inch and greater in thickness, may be fastened directly to studding if the studs are spaced close enough to prevent visible deflection marks in the concrete. Forms shall be tight so as to prevent the loss of water, cement and fines during placing and vibrating of the concrete. Specifically, the bottom of wall forms that rest on concrete footings or slabs shall be provided with a gasket to prevent loss of fines and paste during placement and vibration of concrete. Such gasket may be a 1 to 1-1/2 inch diameter polyethylene rod held in position to the underside of the wall form. Adequate clean-out holes shall be provided at the bottom of each lift of forms. The size, number, and location of such clean-outs shall be as acceptable to the Engineer. 04/10/07 CONCRETE FORMWORK POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03100-3 3.03 Construction A. Vertical Surfaces All vertical surfaces of concrete members shall be formed, except where placement of the concrete against the ground is shown. Not less than 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 shall not be placed at locations other than those shown or specified, except as may be acceptable to the Engineer. When a second lift is placed on hardened concrete, special precautions shall be taken in the way of the number, location, and tightening of ties at the top of the old lift and bottom of the new to prevent any unsatisfactory effect whatsoever on the concrete. Pipe stubs and anchor bolts shall be set in the forms where required. C. Form Ties 1. Embedded Ties Holes left by the removal of form tie cones shall be reamed with suitable toothed reamers so as to leave the surface of the holes clean and rough before being filled with mortar as specified in Section 3.12C of the Basic Concrete Specifications. Wire ties for holding forms shall not be used. Form-tying devices or parts thereof, other than metal, shall not be left embedded in the concrete. Ties shall not be removed in such manner as to leave a hole extending through the interior of the concrete members. Contractor shall not use snap-ties which cause spading of the concrete upon form stripping or tie removal. If steel panel forms are used, rubber grommets shall be provided where the ties pass through the form in order to prevent loss of cement paste. Where metal rods extending through the concrete are used to support or to strengthen forms, the rods shall remain embedded and shall terminate not less than 1-inch back from the formed face or faces of the concrete. 2. Removable Ties Where taper ties are approved for use, the larger end of the taper tie shall be on the wet side of walls in water retaining structures. After the taper tie is removed, the hole shall be thoroughly cleaned and roughened for bond. A precast neoprene or polyurethane tapered plug shall be 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- 04/10/07 CONCRETE FORMWORK POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03100-4 grade walls which are dry on both sides. Exposed faces of walls shall have the outer 2 inches of the exposed face filled with a cement grout which shall match the color and texture of the surrounding wall surface. 3.04 Reuse of Forms Forms may be reused only if in good condition and only if acceptable to the Engineer. Light sanding between uses will be required wherever necessary to obtain uniform surface texture on all exposed concrete surfaces. Exposed concrete surfaces are defined as surfaces which are permanently exposed to view. In the case of forms for the inside wall surfaces of hydraulic/water retaining structures, unused tie rod holes in forms shall be covered with metal caps or shall be filled by other methods acceptable to the Engineer. 3.05 Removal of Forms Careful procedures for the removal of forms shall be strictly followed, and this work shall be done with care so as to avoid injury to the concrete. Contractor shall not apply heavy loading on green concrete. In the case of roof slabs and above-ground floor slabs, forms shall remain in place until test cylinders for the roof concrete attain a minimum compressive strength of 75 percent of the 28-day strength specified in the Basic Concrete Specifications; provided, that no forms shall be disturbed or removed under an individual panel or unit before the concrete in the adjacent panel or unit has attained 75 percent of the specified 28-day strength and has been in place for a minimum of 14 days. The time required to establish said strength shall be as determined by the Engineer who will make several test cylinders for this purpose from concrete used in the first group of roof panels placed. If the time so determined is more than the 14-day minimum, then that time shall be used as the minimum length of time. Forms for all vertical walls and columns shall remain in place at least 72 hours after the concrete has been placed. Forms for all parts of the work not specifically mentioned herein shall remain in place for periods of time as determined by the Engineer. 3.06 Maintenance of Forms Forms shall be maintained at all times in good condition, particularly as to size, shape, strength, rigidity, tightness, and smoothness of surface. Forms, when in place, shall conform to the established alignment and grades. Before concrete is placed, forms shall be thoroughly cleaned. Form surfaces shall be treated with a nonstaining mineral oil or other lubricant acceptable to the Engineer. Any excess lubricant shall be satisfactorily removed before placing the concrete. Where field oiling of forms is required, Contractor shall perform the oiling at least two weeks in advance of their use. Oil shall be kept off the surfaces of steel reinforcement and other metal items to be embedded in concrete. If oil is inadvertently placed on said metal surfaces, Contractor shall remove oil by sandblasting. 3.07 Falsework A. Contractor shall be responsible for the design, engineering, construction, maintenance, and safety of all falsework, including staging, walkways, forms, ladders, and similar appurtenances, which shall equal or exceed the applicable 04/10/07 CONCRETE FORMWORK POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03100-5 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. o 04/10/07 CONCRETE FORMWORK POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03100-6 SECTION 03200 BASIC CONCRETE REINFORCEMENT SPECIFICATIONS PART 1 - GENERAL 1.01 General Requirements Contractor shall furnish, fabricate, and place all concrete reinforcement steel, welded wire fabric, couplers, and concrete inserts for use in reinforced concrete and masonry construction and shall perform all appurtenant work, including all the wires, clips, supports, chairs, spacers, and other accessories, all in accordance with the Contract Documents. 1.02 Reference Specifications, Codes, and Standards A. Codes The Building Code, as referenced herein, shall be the Uniform Building Code (UBC) of the International Conference of Building Officials (ICBO), latest edition. B. Commercial Standards Where not covered in this specification, all work shall comply with the following standards, latest editions: ACI 315 Details and Detailing of Concrete Reinforcement. ACI 318 Building Code Requirements for Reinforced Concrete. WRI Manual of Standard Practice for Welded Wire Fabric. AWS D1.4 Structural Welding Code - Reinforcing Steel. 1.03 Contractor Submittals All submittals shall be in accordance with the General Provisions, Section 2-5.3. A. Contractor shall furnish shop bending diagrams, placing lists, and drawings of all reinforcement steel prior to fabrication. B. Details of concrete reinforcement steel and concrete inserts shall be submitted by the Contractor at the earliest possible date after receipt by the Contractor of Notice to Proceed. Said details of reinforcement steel for fabrication and erection shall conform to ACI 315 and the requirements specified and shown. Shop bending diagrams shall show the actual lengths of bars, to the nearest inch measured to the intersection of the extensions (tangents for bars of circular cross section) of the outside surface. Shop drawings shall include bar placement diagrams which clearly indicate the dimensions of each bar splice. 04/10/07 CONCRETE REINFORCEMENT POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03200-1 C. Where mechanical couplers are required or permitted to be used to splice reinforcement steel, Contractor shall submit manufacturer's literature which contains instructions and recommendations for installation for each type of coupler used; certified test reports which verify the load capacity of each type and size of coupler used; and shop drawings which show the location of each coupler with details of how they are to be installed in the formwork. D. If reinforcement steel is spliced by welding at any location, Contractor shall submit mill test reports which shall contain the information necessary for the determination of the carbon equivalent as specified in AWS D1 .4. Contractor shall submit a written welding procedure for each type of weld for each size of bar which is to be spliced by welding; merely a statement that AWS procedures will be followed is not acceptable. 1.04 Quality Assurance A. If requested by the Engineer, Contractor shall provide samples from each heat of reinforcement steel delivered in a quantity adequate for testing. Costs of initial tests will be paid by the Owner. Costs of additional tests due to material failing initial tests shall be paid by the Contractor. B. If reinforcement steel is spliced by welding at any location, Contractor shall submit certifications of procedure qualifications for each welding procedure used and certification of welder qualifications, for each welding procedure, and for each welder performing the work. Such qualifications shall be as specified in AWSD1.4. C. If requested by the Engineer, Contractor shall provide samples of each type of welded splice used in the work in a quantity and of dimensions adequate for testing. At the discretion of the Engineer, radiographic testing of direct butt welded splices will be performed. Contractor shall provide assistance necessary to facilitate testing. Contractor shall repair any weld which fails to meet the requirements of AWS D1.4. The costs of testing will be paid by the Owner; except, the costs of all tests which fail to meet specified requirements shall be paid by the Contractor. PART 2 - PRODUCTS 2.01 Reinforcement Steel A. All reinforcement steel for all cast-in-place reinforced concrete construction shall conform to the following requirements: 1. Bar reinforcement shall conform to the requirements of ASTM A 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 04/10/07 CONCRETE REINFORCEMENT POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03200-2 or in rolls with a core diameter of not less than 10 inches; and provided further, that welded wire fabric with longitudinal wires larger than W9.5 size shall be furnished in flat sheets only. 3. Spiral reinforcement shall be cold-drawn steel wire conforming to the requirements of ASTM A 82. B. Accessories 1. Accessories shall include all necessary chairs, slab bolsters, concrete blocks, tie wires, dips, supports, spacers, and other devices to position reinforcement during concrete placement. Slab bolsters shall have gray plastic-coated legs. 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. 2.02 Mechanical Couplers A. Mechanical couplers shall be provided where shown and where approved by the Engineer. The couplers shall develop a tensile strength which exceeds 125 percent of the yield strength of the reinforcement bars being spliced at each splice. B. Where the type of coupler used is composed of more than one component, all components required for a complete splice shall be supplied. This shall apply to all mechanical splices, including those splices intended for future connections. C. The reinforcement steel and coupler used shall be compatible for obtaining the required strength of the connection. D. Couplers which are located at a joint face shall be a type which can be set either flush or recessed from the face as shown. The couplers shall be sealed during concrete placement to completely eliminate concrete or cement paste from entering. After the concrete is placed, Contractor shall plug and seal couplers intended for future connections to prevent any contact with water or other corrosive materials. Threaded couplers shall be plugged with plastic plugs which have an O-ring seal. 2.03 Welded Splices A. Welded splices shall be provided where shown and where approved by the Engineer. All welded splices of reinforcement steel shall develop a tensile strength which exceeds 125 percent of the yield strength of the reinforcement bars which are connected. 04/10/07 CONCRETE REINFORCEMENT POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03200-3 B. All materials required to perform the welded splices to the requirements of AWS D1 .4 shall be provided. PART 3 - EXECUTION 3.01 General All reinforcement steel, welded wire fabric, couplers, and other appurtenances shall be fabricated, and placed in accordance with the requirements of the Building Code and the supplementary requirements specified herein. 3.02 Fabrication A. General Reinforcement steel shall be accurately formed to the dimensions and shapes shown, and the fabricating details shall be prepared in accordance with ACI 315 and ACI 318, except as modified by the Drawings. Stirrups and tie bars shall be bent around a pin having a diameter not less than 1-1/2 inch for No. 3 bars, 2- inch for No. 4 bars, and 2-1/2 inch for No. 5 bars. Bends for other bars shall be made around a pin having a diameter not less than 6 times the minimum thickness, except for bars larger than 1 inch, in which case the bends shall be made around a pin of 8 bar diameters. Bars shall be bent cold. B. Contractor shall fabricate reinforcement bars for structures in accordance with bending diagrams, placing lists, and placing drawings. 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 3.03 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, spaces 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) 04/10/07 CONCRETE REINFORCEMENT POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03200-4 shall be used, in sufficient numbers to support the bars without settlement, but in no case shall such support be continuous. All concrete blocks used to support reinforcement steel shall be tied to the steel with wire ties which are embedded in the blocks. For concrete over formwork, Contractor shall furnish concrete, metal, plastic, or other acceptable bar chairs and spacers. 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. Contractor shall not utilize the construction practice of placing welded wire fabric on the ground and hooking into place in the freshly placed concrete. 3.04 Spacing of Bars A. The clear distance between parallel bars (except in columns and between multiple layers of bars in beams) shall be not less than the nominal diameter of the bars nor less than 1-1/3 times the maximum size of the coarse aggregate, nor less than 1 inch. B. Where reinforcement in beams or girders is placed in 2 or more layers, the clear distance between layers shall be not less than 1 inch. 04/10/07 CONCRETE REINFORCEMENT POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03200-5 C. In columns, the clear distance between longitudinal bars shall be not less than 1- 1/2 times the bar diameter, not less than 1-1/2 times the maximum size of the coarse aggregate, nor less than 1-1/2 inches. D. The clear distance between bars shall also apply to the distance between a contact splice and adjacent splices or bars. 3.05 Splicing A. General Reinforcement bar splices shall only be used at locations shown. When it is necessary to splice reinforcement at points other than where shown, the character of the splice shall be as acceptable to the Engineer. B. Splices of Reinforcement The length of lap for reinforcement bars, unless otherwise shown shall be in accordance with ACI 318, Section 12.15.1 for a class B splice. C. Laps of welded wire fabric shall be in accordance with the ACI 318. Adjoining sheets shall be securely tied together with No. 14 tie wire, one tie for each 2 running feet. Wires shall be staggered and tied in such a manner that they cannot slip. D. Splices in column spiral reinforcement, when necessary, shall be made by welding or by a lap of 1-1/2 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. 3.06 Cleaning and Protection A. Reinforcement steel shall at all times be protected from conditions condusive to corrosion until concrete is placed around it. B. The surfaces of all reinforcement steel and other metalwork to be in contact with concrete shall be thoroughly cleaned of all dirt, grease, loose scale and rust, grout, mortar and other foreign substances immediately before the concrete is placed. Where there is delay in depositing concrete, reinforcement shall be reinspected and, if necessary recleaned. o o o 04/10/07 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 CONCRETE REINFORCEMENT 03200-6 SECTION 03300 BASIC CONCRETE SPECIFICATIONS PART 1 - GENERAL 1.01 General Requirements A. Contractor shall furnish all materials for concrete in accordance with the provisions of this Section and shall form, mix, place, cure, repair, finish, and do all other work as required to produce finished concrete, all in accordance with the requirements of the Contract Documents. B. All cast-in-place concrete falls into one of the following categories and shall comply with all requirements of this basic specification. 1. Structural Concrete (or Class "A" Concrete). Concrete to be used in all cases except where noted otherwise in the Contract Documents. 2. Sitework Concrete (or Class "B" Concrete). Concrete to be used for curbs, gutters, catch basins, sidewalks, pavements, fence and guard post embedment, underground duct bank encasement and all other concrete appurtenant to electrical facilities unless otherwise shown. 3. Lean Concrete (or Class "C" 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. 1.02 Reference Specifications, Codes, and Standards A. Specifications Items specified elsewhere in these Contract Documents: Concrete Formwork - See Basic Concrete Formwork Specification. Concrete Reinforcement - See Basic Concrete Reinforcement Specification. B. Codes The Building Code, as referenced herein, shall be the Uniform Building Code (UBC), of the International Conference of Building Officials (ICBO), latest edition. 04/10/07 CONCRETE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03300-1 C. Commercial Standards Where not covered in this specification, all work shall comply with the following standards, latest editions: ACI 214 Recommended Practice for Evaluation of Strength Test Results of Concrete ACI 301 Specifications for Structural Concrete for Buildings ACI 315 Details and Detailing of Concrete Reinforcement ACI 347 Recommended Practice for Concrete Formwork ACI 318 Building Code Requirements for Reinforced Concrete ASTM C 494 Specification for Chemical Admixtures for Concrete 1.03 Contractor Submittals A. Mix Designs Prior to beginning the work, Contractor shall submit to Engineer, for review, preliminary concrete mix designs which shall show the proportions and gradations of all materials proposed for each class and type of concrete to be used on the job. The mix designs shall be designed by an independent testing laboratory acceptable to Engineer. All costs related to such mix design shall be borne by the Contractor. B. Certified Delivery Tickets Where ready-mix concrete is used, Contractor shall provide certified delivery tickets at the time of delivery of each load of concrete. Each certificate shall show the total quantities (by weight) of cement, sand, each class of aggregate, and admixtures, and the amounts of water (by gallons) in the aggregate and added at the batching plant as well as the amount of water allowed to be added at the site for the specific design mix. Each certificate shall, in addition, state the mix number, total yield in cubic yards, and the time of day, to the nearest minute, corresponding to when the batch was dispatched, when it left the plant, when it arrived at the job, the time that unloading began, and the time that unloading was finished. 1.04 Quality Assurance A. Tests on component materials and for compressive strength of concrete will be performed as specified herein. Test for determining slump will be in accordance with the requirements of ASTM C 143. 04/10/07 CONCRETE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03300-2 B. The cost of all laboratory tests on concrete will be borne by the Owner. However, Contractor shall be charged for the cost of any additional tests and investigation on work performed which fails to meet specification. C. Concrete for testing shall be supplied by Contractor at no cost to the Owner, and Contractor shall provide assistance to the Engineer in obtaining samples, and disposal and cleanup of excess material. D. Field Compression Tests 1. Compression test specimens will be taken during construction from the first placement of each class of concrete specified herein and at intervals thereafter as selected by the Engineer to insure continued compliance with these specifications. Each set of test specimens will be a minimum of 4 cylinders. 2. Compression test specimens for concrete shall be made in accordance with ASTM C 31. Specimens shall be 6 inch diameter by 12 inch high cylinders. 3. Compression tests shall be performed in accordance with ASTM C 39. One test cylinder will be tested at 7 days and 2 at 28 days. The remaining cylinder will be held to verify test results, if needed. E. Evaluation and Acceptance of Concrete 1. Evaluation and acceptance of the compressive strength of concrete shall be according to the requirements of ACI 318, Chapter 4 "Concrete Quality", and as specified herein. 2. If any concrete fails to meet these requirements, immediate corrective action shall be taken to increase the compressive strength for all subsequent batches of the type of concrete affected. 3. All concrete which fails to meet the ACI requirements and these specifications is subject to removal and replacement at the cost of the Contractor. F. Construction Tolerances Contractor shall set and maintain concrete forms and perform finishing operations so as to insure that the completed work is within the tolerances specified herein. Surface defects and irregularities are defined as finishes and are to be distinguished from tolerances. Tolerance is the specified permissible variation from lines, grades, or dimensions shown. Where tolerances are not stated in the specifications, permissible deviations will be in accordance with ACI 347. 04/10/07 CONCRETE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03300-3 G. The following construction tolerances are hereby established and apply to finished walls and slab unless otherwise shown: Item Tolerance Variation of the constructed linear outline In 10 feet: 1/4 inch; from the established position in plan In 20 feet or more: 1/2 inch Variation from the level or from the grades shown In 10 feet: 1/8 inch; In 20 feet or more: 1/4 inch Variation from the plumb In 10 feet: 1/8 inch; In 20 feet or more: 1/4 inch Variation in the thickness of slabs and walls Minus 1/4 inch; Plus 1/2 inch Variation in the locations and sizes of slab Plus or minus 1/4 inch and wall openings Regardless of the tolerances listed herein, it shall be the responsibility of the Contractor to limit deviations in line and grade to tolerances which will permit proper installation and operation of mechanical equipment and piping. PART 2 - PRODUCTS 2.01 Concrete Materials A. Materials shall be delivered, stored, and handled so as to prevent damage by water or breakage. Only one brand of cement shall be used. Cement reclaimed from cleaning bags or leaking containers shall not be used. All cement shall be used in the sequence of receipt of shipments. B. All materials furnished for the work shall comply with the requirements of Sections 201 , 203, and 204 of ACI 301 , as applicable. C. Storage of materials shall conform to the requirements of Section 205 of ACI 301. D. Materials for concrete shall conform to the following requirements: 1 . Cement shall be standard brand portland cement conforming to ASTM C 150 for Type II or Type V. Portland cement shall contain not more than 0.60 percent alkalies. A single brand of cement shall be used throughout the work, and prior to its use, the brand shall be acceptable to the Engineer. The cement shall be suitably protected from exposure to moisture until used. Cement that has become lumpy shall not be used. Stacked cement shall be stored in such a manner so as to permit access for inspection and sampling. Certified mill test reports for each shipment 04/10/07 CONCRETE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03300-4 of cement to be used shall be submitted to the Engineer if requested regarding compliance with these specifications. 2. Water shall be potable, clean, and free from objectionable quantities of silty organic matter, alkali, salts and other impurities. The water shall be considered potable, for the purposes of this section only, if it meets the requirements of the local governmental agencies. Agricultural water with high total dissolved solids (over 1000 mg/l IDS) shall not be used. 3. Aggregates shall be obtained from pits acceptable to the Engineer, shall be non-reactive, and shall conform to ASTM C 33. Maximum size of coarse aggregate shall be as specified in Paragraph 2.07B. 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. 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. 4. Ready-mix concrete shall conform to the requirements of ASTM C 94. 5. 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 4 to 6 percent; provided that, when the mean daily temperature in the vicinity of the worksite falls below 40 degrees F for more than one day, the total air content provided shall be 5 to 7 percent. The Owner reserves the right, at any time, to sample and test the air-entraining agent received on the job by the Contractor. The air-entraining agent shall be added to the batch in a portion of the mixing water. The solution shall be batched by means of a mechanical batcher capable of accurate measurement. 6. Admixtures. Admixtures shall be required as stated herein and at the Engineer's discretion or, if not required, may be added at the Contractor's option to control the set, effect water reduction, and increase workability. In either case, the addition of an admixture shall be at the Contractor's expense. The use of an admixture shall be subject to acceptance by the Engineer. Concrete containing an admixture shall be first placed at a 04/10/07 CONCRETE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03300-5 location determined by the Engineer. If the use of an admixture is producing an inferior end result, Contractor shall discontinue use of the admixture. Admixtures specified herein shall conform to the requirements of ASTM C 494. The required quantity of cement shall be used in the mix regardless of whether or not an admixture is used. Admixtures shall contain no free chloride ions, be non-toxic after 30 days, and shall be compatible with and made by the same manufacturer as the air entraining admixture. a. Low range water reducer shall be used in all structural and sitework concrete and 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. b. 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. c. High range water reducer may be used if approved by Engineer. If allowed it shall be sulfonated polymer conforming to ASTM C 494, Type F or G. High range water reducing agent shall only be added to the concrete at the batch plant. It shall be second generation type, Daracem 100. as manufactured by W.R. Grace & Co.: Rhedbuild 1000. 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. Concrete shall be mixed at mixing speed for a minimum of 30 mixer revolutions after the addition of the high range water reducer. 7. Calcium Chloride shall not be added to or used in concrete. 2.02 Curing Materials Materials for curing concrete shall conform to the following requirements: A. Concrete curing compound shall be Masterkure manufactured by Masterbuilders, Cleveland. OH. or approved equal. The curing compound shall contain a fugitive dye so that areas of application will be readily distinguishable. 04/10/07 CONCRETE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03300-6 B. Polyethylene sheet for use as concrete curing blanket shall be white, and shall have a nominal thickness of 6 mils. The loss of moisture when determined in accordance with the requirements of ASTM C 156 shall not exceed 0.055 grams per square centimeter of surface. C. 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. D. Polyethylene-coated burlap for use as concrete curing blanket shall be 4 mil thick, white opaque polyethylene film impregnated or extruded into one side of the burlap. Burlap shall weigh not less than 9 ounces per square yard. The loss of moisture, when determined in accordance with the requirements of ASTM C 156, shall not exceed 0.055 grams per square centimeter of surface. E. Curing mats for use in Curing Method 6 as specified in Paragraph 3.09G herein, shall be heavy shag rugs or carpets or cotton mats quilted at 4 inches on center. Curing mats shall weigh a minimum of 12 ounces per square yard when dry. F. Evaporation retardant shall be a material such as Confilm as manufactured by Masterbuilders. Cleveland. OH: or equal. 2.03 Waterstop A. Contractor shall provide waterstops at all construction and expansion joints in all water holding structures. Waterstop shall be Greenstreak PVC Style 732, 6 inches wide, or Style 735, 9 inches wide, as specified on drawings. B. Contractor shall heat fuse joints and connections in strict compliance with manufacturer's instructions using heating tools and devices recommended by same. Waterstops shall be continuous in joints, following offsets and angles in joint until spliced to waterstops at intersecting joints, completely sealing the structure. Waterstops shall be aligned and centered in joints. Contractor shall secure flanges of waterstops to reinforcing bars with 18 gauge wire ties spaced maximum 18 inches on center. Waterstop joints shall be properly heat-spliced at ends and crosses to preserve continuity. Contractor shall locate waterstops where shown on drawings and in all waterbearing walls and slabs where common to: earth-bearing or earth-support; occupied areas; or above-grade exposed surfaces. C. All joints with waterstops involving more than 2 ends to be jointed together, and all joints which involve an angle cut, alignment change, or the joining of 2 dissimilar waterstop sections shall be prefabricated by the Contractor prior to placement in the forms, allowing not less than 24 inch long strips of waterstop material beyond the joint. Upon being inspected and approved, such 04/10/07 CONCRETE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03300-7 prefabricated waterstop joint assemblies shall be butt welded to the straight run portions of waterstop. D. Waterstop splices shall have a tensile strength of not less than 60 percent of the unspliced materials tensile strength. 2.04 Expansion Joints A. Contractor shall provide expansion joints where indicated on Construction Drawings. Expansion joints shall consist of joint filler material and joint sealant. Filler material shall be held down 1/2 inch for sealant unless otherwise shown. B. Expansion joint filler material shall be preformed sponge neoprene or cork conforming to ASTM D 1752. Filler material containing asphalt shall not be used. 2.05 Joint Sealant A. Joint sealant for use in construction, control, and expansion joints shall be Sika Flex 2c as supplied by Sika Corporation, Select Seal U-227 reservoir grade as supplied by Select Products Co., or approved equal. Joint primer shall be as produced and/or recommended by sealant manufacturer. B. Contractor shall clean all locations where sealant is placed by sandblasting and be free from oil, foreign materials, and moisture. Lower surfaces of joints shall be isolated with a bond breaker such as polyethylene, polyethylene tape, or equal as recommended by sealant manufacturer. C. Sealant shall be placed in strict accordance with manufacture's recommendations by a firm specializing in this type of work, or by the Contractor under direct supervision of the manufacturer. If the Contractor chooses to apply sealant, manufacturer's technical representative shall be present at the beginning of sealant placement to observe and advise on methods for mixing, joint preparation, and application of sealant. 2.06 Concrete Bond Breaker A. Bond breaker shall be Super Bond Breaker as manufactured by Burke Company. San Mateo. California: Select Cure CRB as manufactured by Select Products Co.. Upland. CA: Tilt-EEZ Bond Breaker as manufactured by Conspec: or approved equal. It shall contain a fugitive dye so that areas of application will be readily distinguishable. B. Contractor shall strictly follow manufacturer's application guidelines. Just prior to application, joint shall be thoroughly soaked so that concrete contains approximately the same surface moisture as newly cast concrete. Bond breaker shall be brush applied with a minimum of two coats. Extreme care must be taken to prevent any bond breaker from contacting waterstops. If necessary, wrap waterstop during bond breaker application. 04/10/07 CONCRETE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03300-8 2.07 Concrete Design Requirements A. General Concrete shall be composed of cement, admixtures, aggregates and water. These materials shall be of the qualities specified. The exact proportions in which these materials are to be used for different parts of the work will be determined during the trial batch. In general, the mix shall be designed to produce a concrete capable of being deposited so as to obtain maximum density and minimum shrinkage and, where deposited in forms, to have good consolidation properties and maximum smoothness of surface. Mix designs shall not contain more than 45 percent of sand of the total weight of fine and coarse aggregate. The aggregate gradations shall be formulated to provide fresh concrete that will not promote rock pockets around reinforcing steel or embedded items. The proportions shall be changed whenever necessary or desirable to meet the required results at no additional cost to the Owner. All changes shall be approved by Engineer. B. Water-Cement Ratio and Compressive Strength The minimum compressive strength and cement content of concrete shall be not less than that specified in the following tabulation. Min. 28-Day Max. Size Min. Max. Compressive Aggregat Cement W/C Strength e per cu yd Ratio Type of Work (psi) (in.) (sacks) (by wt.) Structural Concrete (Class "A"): Walls, roof slabs, floor 4,000 1 6.2 0.48 slabs, columns, and footings and all other concrete items not specified elsewhere Sitework concrete (Class "B"): 3,000 1 5.5 0.52 Lean concrete (Class "C"): 2,000 1 4.0 0.60 Note: One sack of cement equals 94 Ibs. C. Adjustments to Mix Design Mixes used shall be changed whenever such change is necessary or desirable to secure required strength, density, workability, and surface finish and Contractor shall be entitled to no additional compensation because of such changes. Approval shall be obtained from Engineer prior to any changes. 04/10/07 CONCRETE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03300-9 2.08 Consistency The quantity of water entering into a batch of concrete shall be just sufficient, with a normal mixing period, to produce concrete which can be worked properly into place without segregation, and which can be compacted by vibratory methods herein specified to give desired density, impermeability and smoothness of surface. The quantity of water shall be changed as necessary, with variations in the nature of moisture content of the aggregates, to maintain uniform production of desired consistency. The consistency of the concrete in successive batches shall be determined by slump tests in accordance with ASTM C 143. The slumps shall be as follows: Part of Work Slump (in.) Structural concrete 3 inches (±1 inch) Other work 4 inches (±1 inch) With high range water reducer added 8 inches max. 2.09 Ready-Mixed Concrete A. At Contractor's option, ready-mixed concrete may be used provided it meets all requirements as to materials, batching, mixing, transporting, and placing as specified herein and in accordance with ASTM C 94, including the supplementary requirements specified in Paragraphs 2.09B through 2.09F, herein. B. Ready-mixed concrete shall be delivered to the site of the work, and discharge shall be completed within 90 minutes after the addition of the cement to the aggregates or before the drum has been revolved 250 revolutions, whichever is first. In hot weather (ambient temperature above 95°F) or under conditions contributing to quick stiffening of the concrete, or when the temperature of the concrete is 85 degrees F or above, the time between the introduction of the cement to the aggregates and discharge shall not exceed 45 minutes. C. Truck mixers shall be equipped with electrically-actuated counters by which the number of revolutions of the drum or blades may be readily verified. The counter shall be of the resettable, recording type, and shall be mounted in the driver's cab. The counters shall be actuated at the time of starting mixers at mixing speeds. D. Each batch of concrete shall be mixed in a truck mixer for not less than 70 revolutions of the drum or blades at the rate of rotation designated by the manufacturer of equipment. Additional mixing, if any, shall be at the speed 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.o 04/10/07 CONCRETE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03300-10 E. Truck mixers and their operation shall be such that the concrete throughout the mixed batch as discharged is within acceptable limits of uniformity with respect to consistency, mix, and grading. If slump tests taken at approximately the 1/4 and 3/4 points of the load during discharge give slumps differing by more than 1 inch when the specified slump is 4 inches or less, or if they differ by more than 2 inches when the specified slump is more than 4 inches, the mixer shall not be used on the work unless the causing condition is corrected and satisfactory performance is verified by additional slump tests. All mechanical details of the mixer, such as water measuring and discharge apparatus, condition of the blades, speed of rotation, general mechanical condition of the unit, and clearance of the drum, shall be checked before a further attempt to use the unit will be permitted. F. Each batch of ready-mixed concrete delivered at the job site shall be accompanied by a certified weighmaster delivery ticket furnished to the Engineer in accordance with Paragraph 1.036, herein. G. Non-agitating equipment for transporting ready-mixed concrete shall not be used. Combination truck and trailer equipment for transporting ready-mixed concrete shall not be used. The quality and quantity of materials used in ready- mixed concrete and in batch aggregates may be subject to continuous inspection at the batching plant by the Engineer. H. Transit mix trucks delivering concrete to the site shall have full water tanks upon arrival at the site. Any addition of water must be approved by Engineer. Added water must be incorporated by additional mixing of at least 35 revolutions. PART 3 - EXECUTION 3.01 Proportioning and Mixing A. 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 in Paragraph 2.08A, herein. D. Retempering Concrete or mortar which has partially hardened shall not be retempered. 04/10/07 CONCRETE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03300-11 3.02 Preparation of Surfaces for Concreting A. General Earth surfaces shall be thoroughly wetted by sprinkling, prior to placing any concrete, and these surfaces shall be kept moist by frequent sprinkling up to the time of placing concrete thereon. These surfaces shall be free from standing water, mud, and debris at the time of placing concrete. B. Joints in Concrete The location of all construction joints not specifically noted or shown shall be approved by Engineer. Concrete surfaces upon or against which concrete is to be placed, where the placement of the old concrete has been stopped or interrupted so that, as determined by the Engineer, the new concrete cannot be incorporated integrally with that previously placed, are defined as construction joints. The surfaces of horizontal joints shall be given a compacted, roughened surface for good bond. Except where the drawings call for joint surfaces to be coated, the joint surfaces shall be cleaned of all laitance, loose or defective concrete, and foreign material. Such cleaning shall be accomplished by sandblasting to remove laitance and to provide a uniform surface texture with approximately 1/4 inch of surface sandblasted off. Sandblasting shall be followed by thorough washing. All pools of water shall be removed from the surface of construction joints before the new concrete is placed. /•<•% C. Placing Interruptions When placing of concrete is to be interrupted long enough for the concrete to take a set, the working face shall be given a shape by the use of forms or other means, that will secure proper union with subsequent work; provided that construction joints shall be made only where acceptable to the Engineer. D. Embedded Items Concrete shall not be placed until all formwork, installation of parts to be embedded, reinforcement steel, and preparation of surfaces involved in the placing have been completed and accepted by the Engineer at least 4 hours before placement of concrete. All surfaces of forms and embedded items that have become encrusted with dried grout from concrete previously placed shall be cleaned of all such grout before the surrounding or adjacent concrete is placed. E. All inserts or other embedded items shall conform to the requirements herein. F. All reinforcement, anchor bolts, sleeves, inserts, and similar items shall be set and secured in the forms where shown on Contract Drawings and shall be acceptable to the Engineer before any concrete is placed. Accuracy of placement is the responsibility of the Contractor. >*^ 04/10/07 CONCRETE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03300-12 G. Concrete anchor bolts and expansion anchors shall be inserted to the minimum depths listed below unless noted otherwise: Reinforced Size Concrete 1/4" 3" 3/8" 4" 1/2" 5" 3/4" 6" Expansion anchors shall be red head wedge, self-driving, stud, multi-set, or equal. H. All smooth dowels shall have at least one side coated with a bond breaker. Dowel bond breaker shall be a heavy duty industrial grease hand applied. A wax paper or PVC sleeve may be used at the Contractor's option if specifically manufactured to create slip dowels. Paper tubing shall be multi-ply stock and heavily impregnated with paraffin. Maximum sleeve thickness shall be 1/16" and sleeve shall fit snugly over dowel. I. Casting New Concrete Against Old Where concrete is to be cast against old concrete (any concrete which is greater than 60 days of age), surfaces of the old concrete shall be thoroughly cleaned and roughened by sand-blasting (exposing aggregate) prior to placement. J. Concrete shall not be placed in any old or new structure until all water entering the space to be filled with concrete has been properly cut off or has been diverted by pipes, or other means, and carried out of the forms, clear of the work. Concrete shall not be deposited underwater nor shall the Contractor allow still water to rise on any concrete until the concrete has attained its initial set. Water shall not be permitted to flow over the surface of any concrete in such a manner and at such velocity as to injure the surface finish of the concrete. Contractor shall provide pumping or other necessary dewatering operations for removing groundwater, if required, with methods subject to review by Engineer. K. Corrosion Protection Pipe, conduit, dowels, and other ferrous items required to be embedded in concrete construction shall be so positioned and supported prior to placement of concrete that there will be a minimum of 2 inches clearance between said items and any part of the concrete reinforcement. Contractor shall not secure such items in position by wiring or welding them to the reinforcement. L. Anchor Bolts shall be accurately set, and shall be maintained in position by templates while being embedded in concrete. 04/10/07 CONCRETE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03300-13 M. Cleaning Surfaces of all metalwork to be in contact with concrete shall be thoroughly cleaned of all dirt, grease, loose scale and rust, grout, mortar, and other foreign substances immediately before concrete is placed. 3.03 Handling, Transporting, and Placing A. General Placing of concrete shall conform to the applicable requirements of Chapter 8 of ACI 301 and the requirements of this section. B. Non-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. Unauthorized Placement Concrete shall not be placed except in the presence of duly authorized representative of the Engineer. Contractor shall notify Engineer at least 24 hours in advance of placement of any concrete. D. Placement in Wall Forms Concrete shall not be dropped through reinforcement steel or into any deep form, whether reinforcement is present or not, causing separation of the coarse aggregate from the mortar on account of repeatedly hitting rods or the sides of the form as it falls, nor shall concrete be placed in any form in such a manner as to leave accumulation of mortar on the form surfaces above the placed concrete. In such cases, some means such as the use of hoppers and, if necessary, vertical ducts of canvas, rubber, or metal shall be used for placing concrete in the forms in a manner that it may reach the place of final deposit without separation. In no case shall the free fall of concrete exceed 4 feet below the ends of ducts, chutes, or buggies. Concrete shall be uniformly distributed during the process of depositing and in no case after depositing shall any portion be displaced in the forms more than 6 feet in horizontal direction. Concrete in forms shall be deposited in uniform horizontal layers not deeper than 2 feet; and Contractor shall take care to avoid inclined layers or inclined construction joints except where such are required for sloping members. Each layer shall be placed while the previous layer is still soft. 04/10/07 CONCRETE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03300-14 E. Placement in Slabs Concrete placed in sloping slabs shall proceed uniformly from the bottom of the slab to the top, for the full width of the placement. As the work progresses, concrete shall be vibrated and carefully worked around the slab reinforcement, and the surface of the slab shall be screeded in an up-slope direction. F. Temperature of Concrete Temperatures of concrete when it is being placed shall be not more than 90 degrees F nor less than 40 degrees F in moderate weather, and not less than 50 degrees F in weather during which the mean daily temperature drops below 40 degrees F. Concrete ingredients shall not be heated to a temperature higher than that necessary to keep the temperature of the mixed concrete, as placed, from falling below the specified minimum temperature. If concrete is placed when the weather is such that the temperature of the concrete would exceed 90 degrees F, Contractor shall employ effective means, such as precooling of aggregates and mixing water using ice or placing at night, as necessary to maintain the temperature of the concrete, as it is placed, below 90 degrees F. Contractor shall be entitled to no additional compensation on account of the foregoing requirements. G. Cold Weather Placement Earth foundations shall be free from frost or ice when concrete is placed upon or against them. Fly ash concrete shall not be placed when the air temperature falls below 50 degrees F. 3.04 Pumping of Concrete A. General If the pumped concrete does not produce satisfactory end results, Contractor shall discontinue the pumping operation and proceed with the placing of concrete using conventional methods. B. Pumping Equipment Pumping equipment must have 2 cylinders and be designed to operate with one cylinder only in case the other one is not functioning. In lieu of this requirement, Contractor may have a standby pump on the site during pumping. C. The minimum diameter of hose (conduits) shall be 4 inches. D. Contractor shall replace pumping equipment and hoses (conduits) that are not functioning properly. E. Contractor shall not use aluminum conduits for conveying the concrete. 04/10/07 CONCRETE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03300-15 F. Proportioning Minimum compressive strength, cement content, and maximum size of aggregates shall be as specified in Paragraph 2.07, herein. G. Gradation of coarse aggregates shall conform to ASTM C 33 and shall be as close to the middle range as possible. 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 modules of sand used shall not be over 3.00. I. Water and slump requirements shall conform to Paragraphs 2.01 D.2 and 2.07B for water and 2.08A for slump. J. Cement and admixtures shall conform to Paragraph 2.01D, herein. 3.05 Order of Placing Concrete The order of placing concrete in all parts of the work shall be acceptable to the Engineer. In order to minimize the effects of shrinkage, the concrete shall be placed in units as bounded by construction joints shown. The placing of units shall be done by placing alternate units in a manner such that each unit placed shall have cured at least 7 days before the contiguous unit or units are placed. 3.06 Tamping and Vibrating A. As concrete is placed in the forms or in excavations, Contractor shall insure it is thoroughly settled and compacted, throughout the entire depth of the layer which is being consolidated, into a dense, homogeneous mass, filling all corners and angles, thoroughly embedding the reinforcement, eliminating rock pockets, and bringing only a slight excess of water to the exposed surface of concrete during placement. Vibrators shall be high speed power vibrators (8000 to 10,000 rpm) of an immersion type in sufficient number and with (at least one) standby units as required. B. Contractor shall take care in placing concrete around waterstops. Contractor shall carefully work concrete by rodding and vibrating to make sure that all air and rock pockets have been eliminated. Where flat-strip type waterstops are placed horizontally, the concrete shall be worked under the waterstops by hand, making sure that all air and rock pockets have been eliminated. Concrete surrounding the waterstops shall be given additional vibration, over and above that used for adjacent concrete placement to assure complete embedment of the waterstops in the concrete. C. Concrete in walls shall be internally vibrated and at the same time rammed, stirred, or worked with suitable appliances, tamping bars, shovels, or forked tools until it completely fills the forms or excavations and closes snugly against all surfaces. Subsequent layers of concrete shall not be placed until the layers previously placed have been worked thoroughly as specified. Vibrators shall be 04/10/07 CONCRETE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03300-16 inserted vertically into the concrete and pulled out slowly, penetrating 1/3 of the layer depth of the layer previously placed. Vibrators shall be provided in sufficient numbers, with standby units as required, to accomplish the results herein specified within 15 minutes after concrete of the prescribed consistency is placed in the forms. The vibrating head shall be kept from contact with the surfaces of the forms. Care shall be taken not to vibrate concrete excessively or to work it in any manner that causes segregation of its constituents. 3.07 Finishing Concrete Surfaces A. General Surfaces shall be free from fins, bulges, ridges, 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 Paragraphs 1.04F and 1.04G, herein. These tolerances are to be distinguished from irregularities in finish as described herein. Aluminum finishing tools shall not be used. B. Formed Surfaces On surfaces not exposed to view, no treatment is required after form removal except for curing, repair of defective concrete, and treatment of surface defects. An architectural finish is required on exposed to view surfaces in accordance with Section 3.08 unless otherwise specified. C. Unformed Surfaces After proper and adequate vibration and tamping, all unformed top surfaces of slabs, floors, walls, and curbs shall be brought to a uniform surface with suitable tools. The classes of finish specified for unformed concrete surfaces are designated and defined as follows: 1. Class "1". After the floated surface (as specified for Class "3") has hardened sufficiently to prevent excess of fine material from being drawn to the surface, steel troweling shall be performed with firm pressure such as will flatten the sandy texture of the floated surface and produce a dense, uniform surface free from blemishes, ripples, and trowel marks. The finish shall be smooth and free of all irregularities. 2. Class "2". Steel trowel finish (as specified for Class "1") without local depressions or high points. In addition, the surface shall be given a light hairbroom finish with brooming perpendicular to drainage unless otherwise shown. The resulting surface shall be rough enough to provide a nonskid finish. 3. Class "3". After sufficient stiffening of the screeded concrete, surfaces shall be float finished with wood or metal floats or with a finishing machine using float blades. Contractor shall not excessivly float concrete 04/10/07 CONCRETE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03300-17 surfaces while the concrete is plastic or dust concrete surfaces with dry cement and sand to absorb excess moisture. Floating shall be the minimum necessary to produce a surface that is free from screed marks and is uniform in texture. Surface irregularities shall not exceed 1/4 inch. Joints and edges shall be tooled where shown or as determined by the Engineer. 4. Class "4". Contractor shall provide sufficient leveling and screeding to produce an even, uniform surface with surface irregularities not to exceed 3/8 inch. No further special finish is required. Contractor shall finish unformed surfaces according to the following schedule unless otherwise shown or specified: Unformed Surface Finish Schedule Area Finish Grade slabs and foundations to be covered with concrete Class "4" or fill material Floors to be covered with grouted tile or topping grout Class "3" Slabs which are water bearing with slopes 10 percent and lessClass "1" Sloping slabs which are water bearing with slopes greater Class "2" than 10 percent Slabs not water bearing Class "2" Slabs to be covered with built-up roofing Class "3" Interior slabs and floors to receive architectural finish Class "3" 3.08 Architectural Finish A. Smooth Sacked Finish Contractor shall provide architectural finish for exposed to view concrete surfaces. Exposed concrete surfaces include the exterior of structures beginning one foot below grade, the tops of walls, and the interior of water holding structures beginning at the top of wall and extending to one foot below the low water line. Architectural finish shall also be provided for interior exposed to view concrete surfaces. All other incidental exposed to view concrete surfaces shall be provided with an architectural finish such as concrete stairways, concrete containment facilities around chemical storage tanks, elevated walkways, and the like. Architectural finish (i.e., smooth sacked finish) shall also be provided where shown. 04/10/07 CONCRETE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03300-18 B. Immediately after the forms have been stripped, the concrete surface shall be inspected by Engineer and any pour joints, voids, rock pockets, or other defective areas shall be repaired by Contractor and all form-tie fastener holes filled as required in Paragraphs 3.12 and 3.13, herein. C. After the concrete has cured at least 14 days, Contractor shall remove curing compound by sandblasting, the surface shall be wetted, and a grout shall be applied with a brush. The grout shall be made by mixing one part portland cement and one part of fine sand that will pass a No. 16 sieve with sufficient water to give it the consistency of thick paint. The cement used in said grout shall be 1/2 gray and 1/2 white portland cement, as determined by the Engineer. White portland cement shall be Atlas white, or equal, furnished by the Contractor. The freshly applied grout shall be vigorously rubbed into the concrete surface with a wood float filling all small air holes. After all the surface grout had been removed with a steel trowel, the surface shall be allowed to dry and, when dry, shall be vigorously rubbed with burlap to remove completely all surface grout so that there is no visible paint-like film of grout on the concrete. The entire cleaning operation for any area shall be completed the day it is started, and grout shall not be left on the surface overnight. D. Surface Overnight Cleaning operations for any given day shall be terminated at panel joints. Contractor shall insure that the various operations be carefully timed to secure the desired effect which is a light-colored concrete surface of uniform color and texture without any appearance of a paint or grout film. E. In the event that improper manipulation results in an inferior finish, Contractor shall rub such inferior areas with carborundum bricks. F. Before beginning any of the final treatment on exposed surfaces, Contractor shall treat in a satisfactory manner a trial area of at least 200 square feet in some inconspicuous place selected by the Engineer and shall preserve said trial area undisturbed until the completion of the job. G. All architecturally-treated concrete surfaces shall conform to the accepted sample in texture, color, and quality. It shall be the Contractor's responsibility to maintain and protect the concrete finish. 3.09 Curing and Dampproofmg A. General All concrete shall be cured for not less than 14 days after placing in accordance with the methods specified herein for the different parts of the work as follows: Surface to be Cured or Dampproofed Method Unstripped forms 1 04/10/07 CONCRETE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03300-19 Wall sections with forms removed 4 ***± Construction joints between footings and walls, and 2 between floor slab and columns Encasement concrete and thrust blocks 3 All concrete surfaces not specifically provided for 4 elsewhere in this Paragraph Floor slabs on grade in hydraulic structures 5 Roof and slabs not on grade 6 B. Method 1 Wooden forms shall be wetted immediately after concrete has been placed and shall be kept wet with water until removed. If steel forms are used the exposed concrete surfaces shall be kept continuously wet until the forms are removed. If forms are removed within 14 days of placing the concrete, curing shall be continued in accordance with Method 4, Paragraph 3.09E herein. C. Method 2 The surface shall be covered with burlap mats which shall be kept wet with water x"% for the duration of the curing period, until the concrete in the walls has been ^JP placed. No curing compound shall be applied to surfaces cured under Method 2. D. 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. E. Method 4 The surface shall be sprayed with a liquid curing compound. 1. Curing compound shall be applied in accordance with the manufacturer's printed instructions at a maximum coverage rate of 175 square feet per gallon and in such a manner as to cover the surface with a uniform film which will seal thoroughly. Two spray coats shall be applied, with the second coat sprayed at right angle direction from first coat. 2. Where the curing compound method is used, care shall be exercised to avoid damage to the seal during the curing period. Should the seal be damaged or broken before the expiration of the curing period, Contractor shall repair break immediately by the application of additional curing ^^. compound over the damaged portion. ./ 04/10/07 CONCRETE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03300-20 3. Wherever curing compound may have been applied by mistake to surfaces against which concrete subsequently is to be placed and to which it is to adhere, said compound shall be entirely removed by wet sandblasting just prior to the placing of new concrete. 4. Where curing compound is specified, it shall be applied as soon as the concrete has hardened enough to prevent marring on unformed surfaces, and within 2 hours after removal of forms from contact with formed surfaces. Repairs required to be made to formed surfaces shall be made within the said 2-hour period; provided, however, that any such repairs which cannot be made within the said 2-hour period shall be delayed until after the curing compound has been applied. When repairs are to be made to an area on which curing compound has been applied, the area involved shall first be wet-sandblasted to remove the curing compound, following which repairs shall be made as specified herein. F. Method 5 Immediately after the concrete has been screeded, it shall be treated with a liquid evaporation retardant. The retardant shall be used again after each work operation as necessary to prevent drying shrinkage cracks. 1. Immediately after each square foot of the concrete has been finished, it shall be given a coat of curing compound in accordance with Method 4, Paragraph 3.09E herein. Not less than one hour nor more than 4 hours after the coat of curing compound has been applied, the surface shall be wetted with water delivered through a fog nozzle, and concrete-curing blankets shall be placed on the slabs. The curing blankets shall be polyethylene sheet, polyethylene-coated waterproof paper sheeting or polyethylene-coated burlap. The blankets shall be laid with the edges butted together and with the joints between strips sealed with 2 inch wide strips of sealing tape or with edges lapped not less than 3 inches and fastened together with a waterproof cement to form a continuous watertight joint. 2. Curing blankets shall be left in place during the 14 day curing period and shall not be removed until after concrete for adjacent work has been placed. Should the curing blankets become torn or otherwise ineffective, Contractor shall replace damaged sections. During the first 3 days of the curing period, Contractor shall not allow traffic of any nature or depositing, temporary or otherwise, of any materials on the curing blankets. During the remainder of the curing period, foot traffic and temporary depositing of materials that impose light pressure will be permitted only on top of plywood sheets 5/8 inch minimum thickness, laid over the curing blanket. Contractor shall add water under the curing blanket as often as necessary to maintain damp concrete surfaces at all times. 04/10/07 CONCRETE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03300-21 G. 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 14 consecutive days beginning immediately after the concrete has been placed or forms removed. Heavy curing mats shall be used as a curing medium to retain the moisture during the curing period. The curing medium shall be weighted or otherwise held in place to prevent being dislodged by wind or any other causes. Until the concrete surface is covered with the curing medium, the entire surface shall be kept damp by applying water using nozzles that atomize the flow so that the surface is not marred or washed. Curing blankets and concrete shall be kept continuously wet by the use of sprinklers or other means both during and after normal working hours. Immediately after the application of water has terminated at the end of the curing period, the curing medium shall be removed and curing compound immediately applied in accordance with Method 4, Paragraph 3.09E herein. Contractor shall dispose of excess water from the curing operation to avoid damage to the work. 3.10 Protection Contractor shall protect all concrete against injury until final acceptance by the Owner. Fresh concrete shall be protected from damage due to rain, hail, sleet, or snow. Contractor shall provide such protection while the concrete is still plastic and whenever such precipitation is imminent or occurring. Immediately following the first frost in the fall, Contractor shall be prepared to protect all concrete against freezing. After the first frost, and until the mean daily temperature in the vicinity of the worksite falls below 40 degrees F for more than one day, the concrete shall be maintained at a temperature not lower than 50 degrees F for at least 72 hours after it is placed. 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, concrete shall be protected against freezing temperatures for 72 hours immediately following 72 hours protection at 50 degrees F. Concrete cured by water curing shall be protected against freezing temperatures for 3 days immediately following the 72 hours of protection at 50 degrees F. C. Discontinuance of protection against freezing temperatures shall be such that the drop in temperature of any portion of the concrete will be gradual and will not exceed 40 degrees F in 24 hours. In the spring, when the mean daily 04/10/07 CONCRETE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03300-22 temperature rises above 40 degrees F for more than 3 successive days, the specified 72 hour protection at a temperature not lower than 50 degrees F may be discontinued for as long as the mean daily temperature remains above 40 degrees F; provided, that the concrete shall be protected against freezing temperatures for not less than 48 hours after placement. D. Where artificial heat is employed, Contractor shall take special care to prevent the concrete from drying. Use of unvented heaters will be permitted only when unformed surfaces of concrete adjacent to the heaters are protected for the first 24 hours from an excessive carbon dioxide 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 by Engineer and any irregularities shall be immediately rubbed or ground by the Contractor in a satisfactory manner in order to secure a smooth, uniform, and continuous surface. Contractor shall not plaster or coat surfaces to be smoothed. Repairs shall not be made until after inspection by the Engineer. Contractor shall not in any case perform extensive patching of honeycombed concrete. Concrete containing minor voids, holes, honeycombing, or similar depression defects shall be repaired as specified herein. Concrete containing extensive voids, holes, honeycombing, or similar depression defects, shall be completely removed and replaced. All repairs and replacements herein specified shall be promptly executed by the Contractor at its own expense. B. Defective surfaces to be repaired as specified in Paragraph 3.12A, shall be cut back from trueline a minimum depth of 1/2 inch over the entire area. Edges shall not be feathered. Where chipping or cutting tools are not required in order to deepen the area properly, the surface shall be prepared for bonding by the removal of all laitance or soft material, and not less than 1/32 inch depth of the surface film from all hard portions, by means of an efficient sandblast. After cutting and sandblasting, the surface shall be wetted sufficiently in advance of applying cement mortar so that while the repair material is being applied, the surfaces under repair will remain moist, but not so wet as to overcome the suction upon which a good bond depends. The concrete shall then be patched as follows: A bonding material such as acryl 60 shall be applied to the surface of the area to be repaired just prior to application of the repair mixture. The repair mixture shall consist of one part of Type II, low alkali, portland cement to 3 parts concrete sand. Mix solution shall contain 1/3 bonder, such as acryl 60, to 2/3 water and added in quantities sufficient to allow placement but not cause hairchecking or slippage. Quantities prepared should be limited to that able to be completed within 30 minutes. Areas repaired shall be compacted with a wood ramming device and cured with the water/acryl 60 solution. Repair mixture shall be applied in maximum 1 inch lifts. 04/10/07 CONCRETE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03300-23 For exposed walls, the cement shall contain such a proportion of Atlas white Portland cement as is required to make the color of the patch match the color of the surrounding concrete. C. Holes left by tie-rod cones shall be reamed with suitable toothed reamers so as to leave the surfaces of the holes clean and rough. These holes then shall be repaired as described in Paragraph 3.12B. D. All repairs shall be built up and shaped in such a manner that the completed work will conform to the requirements of Paragraph 3.08 or 3.09, as applicable, using approved methods which will not disturb the bond, cause sagging, or cause horizontal fractures. 3.13 Testing of Hydraulic Structures A. General Contractor shall water test all concrete tanks, hydraulic channels, sumps, basins, and other structures designed to contain water prior to backfilling. Testing shall be accomplished by filling the structure with water. Testing shall not be performed until roof is in place (if applicable) and all concrete has attained full design strength. Contractor shall provide the following: 1. All pumps, power, piping, and any other equipment required to fill tanks for testing. 2. Necessary provisions to dispose of test water after testing, including pumping if necessary. At completion of tests all temporary piping and connections shall be removed. Waste water shall be disposed of without creating a nuisance or damage to adjacent property. B. Test Procedure The structure shall be full to high water level at beginning of test. Contractor may elect to keep the tank full of water for as long as 48 hours prior to the test to allow for water absorption by the concrete. Test period shall be 5 consecutive 24 hour periods totaling 5 consecutive days. Liquid level shall be accurately measured at the beginning and end of test to determine amount of leakage. All visible leaks shall be marked for repair after draining. Permissible leakage from the structure shall not exceed 0.5 gpm per million gallon storage capacity in each 24 hour period over a period of 5 consecutive days after allowance is made for evaporation. If the leakage exceeds the permissible amount, the structure shall be emptied, leaks shall be repaired (in a manner favorably reviewed by the Engineer), and the test rerun. Even if structure passes water loss test, all visible leakage shall be repaired. D 04/10/07 CONCRETE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03300-24 3.14 Care and Repair of Concrete Contractor shall protect all concrete against injury or damage from excessive heat, lack of moisture, overstress, or any other cause until final acceptance of the Owner. Particular care shall be taken to prevent the drying of concrete and to avoid roughening or otherwise damaging the surface. Any concrete found to be damaged, or which may have been originally defective, or which becomes defective at any time prior to the final acceptance of the completed work, or which departs from the established line or grade, or which, for any other reason, fails to conform to the requirements of the Contract Documents, shall be satisfactorily repaired or removed and replaced with acceptable concrete at the Contractor's expense. 04/10/07 CONCRETE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 03300-25 SECTION 04230 REINFORCED CONCRETE BLOCK MASONRY PART 1 - GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall provide concrete masonry and other appurtenant WORK, complete and in place, in accordance with the Contract Documents. 1 .2 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Commercial Standards ANSI/ASTM C 5 Quicklime for Structural Purposes ASTMA615 Deformed and Plain Billet-Steel Bars for Concrete Reinforcement ASTM C 90 Load-Bearing Concrete Masonry Units ASTM C 129 Non load bearing Concrete Masonry Units ASTM C 140 Test Methods of Sampling and Testing Concrete Masonry and Related Units ASTM C 144 Aggregate for Masonry Mortar ASTM C 150 Portland Cement ASTM C 207 Hydrated Lime for Masonry Purposes ASTM C 404 Aggregates for Masonry Grout ASTM C 1314 Test Methods for Compressive Strength of Masonry Prisms UBC 21-16 Field Test Specimens for Mortar 1.3 CONTRACTOR SUBMITTALS A. Furnish submittals in accordance with General Provisions. B. Samples 1. Samples of concrete masonry unit colors with texture ranges indicated for selection of color. Full size samples of the blocks selected shall be submitted for final approval by the ENGINEER after color selection, if requested. If the specified product is a colored and textured unit, the samples shall be colored and textured units. 01/19/06 REINFORCED CONCRETE BLOCK MASONRY CARLSBAD MASTER SPECIFICATIONS 04230-1 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 2. Samples of mortar colors for color selection. 3. A 4-ft minimum square free-standing sample panel shall be prepared for approval before starting masonry WORK. The panel shall remain at the Site for reference until all masonry WORK is completed. C. Documentation 1. Reports from testing masonry units. 2. Reports from mortar and grout testing. 3. Reports from prism testing. D. Grout and mortar mix design 1. Proportions for all components. 2. Mill tests for cement. 3. Admixture certification. Include chloride ion content. 4. Aggregate graduation and certification. 5. Lime certification. 1.4 QUALITY ASSURANCE A. Applicable Standards: Concrete masonry shall conform to the Building Code, the Masonry Design Manual published by the Masonry Industry Advancement Committee, and other applicable codes and standards of governing authorities. B. All WORK shall conform to the standard of quality established by the approved freestanding sample panel. C. Concrete block masonry units shall be sampled and tested in accordance with ASTM C 140. D. Testing of Mortar and Grout: The CONTRACTOR shall have the mortar and grout tested to assure compliance with the Specifications and the governing codes by a recognized testing laboratory approved by the ENGINEER. Test reports shall be submitted to the ENGINEER. 1. Tests shall be taken at the following times: a. At commencement of masonry WORK, at least two test samples each of mortar and grout shall be taken on three successive working days. b. At any change in materials or job conditions, at least two samples of each modified material, grout, and mortar shall be tested. 01/19/06 REINFORCED CONCRETE BLOCK MASONRY CARLSBAD MASTER SPECIFICATIONS 04230-2 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 c. Four random tests each of mortar and grout shall be made. The random ^m^. test samples shall be taken when requested by the ENGINEER. t '***r d. Additional samples and tests may be required whenever, in the judgment of the ENGINEER, additional tests (beyond the random tests) are necessary to determine the quality of the materials. e. The costs of tests and test reports, except for any additional tests requested by the ENGINEER, shall be paid by the CONTRACTOR. The costs of the additional tests and reports, when reports verify compliance with the Contract Documents, will be paid by the OWNER. When tests or reports do not verify compliance, the cost of all additional tests and reports shall be paid by the CONTRACTOR. 2. Test samples shall be stored in a moist environment until tested, unless directed otherwise by the ENGINEER or the testing laboratory. Tests shall be in accordance with Uniform Building Code Standard No. 21-16 for mortar. E. Test of Masonry Prisms: the OWNER will test masonry prisms to assure compliance with the Specifications and the governing codes by a recognized testing laboratory. 1. Tests will be made of the following items: a. At the time of the construction of the sample panel above, at least five masonry prisms shall be made for each type of block herein, except /^^ separate prisms are not required for block which only varies by texture. \^J b. At any change in materials during construction, at least five masonry prisms will be made for each type of block affected. c. One set of at least five masonry prisms will be made for each masonry structure, besides the structure that the sample is part of, or for each week in which block is laid, for each type of block involved; whichever occurs first. d. Additional sets of at least five masonry prisms may be required whenever, in the judgment of the ENGINEER, additional tests are necessary to determine the quality of the materials. 2. The prisms shall be constructed by the CONTRACTOR in the presence of the ENGINEER. The same personnel who are laying the block in the structure shall construct the masonry prism. 3. The masonry prism shall be constructed and will be tested in accordance with ASTM C 1314, except as modified herein. The prisms shall be composed of one complete cell using full-size blocks which are saw-cut. The minimum ratio of height to smaller width dimension shall be 1.5. The prism shall be at least 15 inches high. A minimum of two horizontal bed joints shall be used to form the prism. The prism shall be grouted, after the required 24-hour minimum cure period, using the same grout used in the walls. 01/19/06 REINFORCED CONCRETE BLOCK MASONRY CARLSBAD MASTER SPECIFICATIONS 04230-3 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 4. Compression tests made on sets of specimens made during construction shall include 2 prisms tested at 7 days after grouting and 3 prisms tested at 28 days after grouting. 5. The average compressive strength of prisms tested at 28 days after grouting, multiplied by the appropriate correction factor as given in the UBC, shall not be less than the indicated masonry compressive strength. 6. If the compressive strength of the prisms fails to meet or exceed that required, adjustments shall be made to the mix designs for the mortar, or grout, or both, as needed to produce the required strength. The masonry units shall also be retested to verify compliance to the requirements of ASTM C 90. 7. If the compressive strength of the prism fails to meet or exceed that required, prisms or cores shall be cut from the walls in sufficient numbers and in sufficient locations to adequately determine the strength of the walls. Those portions of the walls represented by specimens failing to meet the required compressive strength are subject to being removed and replaced. F. Inspection: Whenever required under the provisions of the Building Code, WORK hereunder will be subject to continuous inspection by a Special Inspector selected by the ENGINEER and approved by the local Building Official having jurisdiction. Costs of such inspection will be paid by the AGENCY. The Special Inspector will work under the supervision of the ENGINEER. G. Weather Conditions: Concrete masonry units shall not be placed when air temperature is below 40 degrees F (4 degrees C) and shall be protected against direct exposure to the wind and sun and when erected when the ambient air temperature exceeds 99 degrees F (37 degrees C) in the shade with relative humidity less than 50 percent. Cold weather installation shall be per code and Reference Standards and as approved by the ENGINEER. H. Product Storage: Cement, lime, and other cementitious materials shall be delivered and stored in dry, weather-tight sheds or enclosures, in unbroken bags, barrels, or other approved containers, plainly marked and labeled with the manufacturers' names and brands. Mortar and grout shall be stored and handled in a manner which will prevent the inclusion of foreign materials and damage by water or dampness. Masonry units shall be handled with care to avoid chipping and breakage, and shall be stored as directed in the Masonry Design Manual. Materials stored on newly constructed floors shall be stacked in such manner that the uniformly-distributed loading does not exceed 30 psf. Masonry materials shall be protected from contact with the earth and exposure to the weather and shall be kept dry and clean until used. 01/19/06 REINFORCED CONCRETE BLOCK MASONRY CARLSBAD MASTER SPECIFICATIONS 04230-4 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 PART 2 - PRODUCTS 2.1 CONCRETE MASONRY UNITS A. Load-bearing concrete masonry units shall conform to ASTM C90 with maximum linear shrinkage of 0.6 percent from standard to oven-dried condition. All units shall be medium weight units, as manufactured by Angelas Block Company, Inc., 1705 N. Main Street, Orange, CA 92865, (714) 637-8594 or equals when approved in advance by the OWNER'S Representative. 1. Split face concrete masonry units shall be nominal 8-inch by 8-inch by 16-inch. 2. Smooth face (precision) concrete masonry units shall be nominal 8-inch by 4-inch by 16-inch. 3. Split free veneer concrete masonry units shall be selected to match color of existing building. B. All bond beam, corner, lintel, sill, and other specially shaped blocks shall be provided where required or necessary. Specially shaped non-structural blocks may be constructed by saw cutting. Color and texture shall match that of adjacent units. C. Concrete masonry units hidden from view entirely may be natural color units the same size as other adjacent masonry units. 2.2 MATERIALS A. Portland cement shall be Type I or II, low alkali, conforming to ASTM C 150. B. Lime paste shall be made with pulverized quicklime or with hydrated lime which shall be allowed to soak not less than 72 hrs before use except that hyd rated lime processed by the steam method shall be allowed to soak not less than 24 hrs and shall be made by adding the lime to the water. In lieu of hydrated lime paste for use in mortar, the hydrated lime may be added in the dry form. Hydrated lime shall be Type S, conforming to ASTM C 207. Pulverized quicklime shall conform to ANSI/ASTM C 5, shall pass a No. 20 sieve, and 90 percent shall pass a No. 50 sieve. C. Sand shall conform to ASTM C 144. Coarse aggregate shall conform to ASTM C 404. D. Water for mixing shall be clear potable water. E. Reinforcing steel shall be deformed bars conforming to ASTM A 615, Grade 60. F. Admixture for mortar shall be Master Builders "PS-235 or Rheomix-235";" Sika Co., "Sika Red Label," or equal. The admixture shall not be detrimental to the bonding or help the process of efflorescence. G. Admixture for grout shall be Sika Co., "Sika Grout Aid," Type II; Master Builders "Pozzolith" normal; or equal. H. Veneer ties shall be per local governing code. 01/19/06 REINFORCED CONCRETE BLOCK MASONRY CARLSBAD MASTER SPECIFICATIONS 04230-5 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 2.3 MORTAR A. Mortar for concrete block masonry shall be Type S with a minimum 28-day compressive strength of 1800 psi. Proportions shall be one part portland cement, 1/4- to 1/2-part lime paste or hydrated lime, and damp, loose sand in an amount (by volume) of not less than 2-1/4 nor more than 3 times the sum of the volumes of cement and lime used, with the precise amount of water required to produce the required workability and strength. B. Mortar for use with colored masonry units shall have integral color as approved by the ENGINEER. 2.4 GROUT A. Grout shall have a minimum 28-day compressive strength of 2000 psi. Proportions shall be one part portland cement, not more than 1/10-part lime paste or hydrated lime, 2-1/4 to 3 parts damp, loose sand, not more than 2 parts pea gravel, and water in the amount necessary to produce a consistency for pouring without segregation of components. Where the grout space is less than 4 inches, pea gravel shall be omitted. B. Admixtures may only be used when approved by the ENGINEER. When approved for use, admixtures shall be used in accordance with the manufacturer's published recommendations for the grout. PART 3 - EXECUTION 3.1 GENERAL A. Measurements for mortar and grout shall be accurately made. Shovel measurements are not acceptable. Mortar proportions shall be accurately controlled and maintained. B. WORK shall be performed in accordance with the provisions of the applicable code for reinforced concrete hollow-unit masonry. C. The CONTRACTOR shall set or embed all anchors, bolts, reglets, sleeves, conduits, and other items as required. D. All block cutting shall be by machine. E. Masonry units shall be supported off the ground and shall be covered to protect them from rain. Only clean, dry, uncracked units shall be incorporated. F. Reinforcing steel shall be cleaned of all loose rust and scale, and all oil, dirt, paint, laitance, or other substances which may be detrimental to or reduce bonding of the steel and concrete. G. Immediately before starting WORK, the concrete upon which the masonry will be laid shall be cleaned with water under pressure. H. Full mortar joint for first course shall be provided. I. Units shall be shoved tightly against adjacent units to assure good mortar bond. J. All equipment for mixing and transporting the mortar and grout shall be clean and free from set mortar, dirt, or other foreign matter. 01/19/06 REINFORCED CONCRETE BLOCK MASONRY CARLSBAD MASTER SPECIFICATIONS 04230-6 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 3.2 MIXING A. Mortar shall be mixed by placing 1/2 of the water and sand in the operating mixer, following which the cement, lime, and remainder of the sand and water shall be added. After all ingredients are in the mixer, they shall be mechanically mixed for not less than 5 minutes. Retempering shall be done on the mortar board by adding water within a basin formed within the mortar, and the mortar reworked into the water. Mortar which is not used within one hour shall be discarded. 3.3 ERECTION OF CONCRETE BLOCK MASONRY A. Masonry WORK shall be erected in-plane, plumb, level, straight, and true to dimensions and executed in accordance with acceptable practices of the trade. B. Unless indicated otherwise, masonry shall be laid up in straight uniform courses with running bond. C. All masonry shall be erected to preserve the unobstructed vertical continuity of the cells measuring not less than 3-inch by 3-inch in cross-section. Walls and cross webs shall be full bedded in mortar. All head (or end) joints shall be solidly filled with mortar for a distance in from the face of the wall or unit not less than the thickness of the longitudinal face shells. 3.4 JOINTS A. Vertical and horizontal joints shall be uniform and approximately 3/8-inch wide. Exterior joints and interior exposed block joints shall be concave-tooled to a dense surface. Special care shall be used in tooling joints so as to match existing construction. Interior or exterior non-exposed masonry and masonry behind plaster shall have flush joints. 3.5 CLEANOUTS A. Cleanout openings shall be provided at the bottoms of all cells to be filled at each lift or pour of grout, where such lift or pour is over 4 ft in height. Any overhanging mortar or other obstructions or debris shall be removed from the insides of such cell walls. The cleanouts shall be sealed before grouting and after inspection. Cleanout openings shall match the finished wall in exposed masonry. 3.6 REINFORCEMENT A. Deep cut bond beam blocks shall be used where horizontal reinforcing steel is embedded. H-block bond beams may be used at locations other than openings. B. Knock-out openings shall have no steel or joint reinforcing running through the opening. Head, jambs, and sill blocks shall be used to provide an even finish surface to install window when blocks are removed. Joints at head, jambs, and sills shall be stacked and continuous. C. Vertical reinforcement shall be held in position at top and bottom and at intervals not exceeding 192 diameters of the reinforcement. 01/19/06 REINFORCED CONCRETE BLOCK MASONRY CARLSBAD MASTER SPECIFICATIONS 04230-7 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 3.7 GROUTING A. All cells and bond beam spaces shall be filled solidly with grout unless indicated otherwise. Grouting shall not be started until the wall has cured for 24 hours. Grout shall not be poured in more than 8-ft lifts. B. All grout shall be consolidated at time of pouring by puddling or vibrating. Where the grouting operation has been stopped for one hour or longer, horizontal construction joints shall be formed by stopping the grout pour 1-1/2 inches below the top of the uppermost unit. 3.8 PROTECTION A. Wall surfaces shall be protected from droppings of mortar or grout during construction. B. FINISHING AND CLEANING C. Masonry shall not be wet-finished unless exposed to extreme hot weather or hot wind and then only by using a nozzle-regulated fog spray sufficient only to dampen the face but not of such quantity to cause water to flow down over the masonry. D. Finish masonry shall be cleaned and pointed in a manner satisfactory to the ENGINEER, based upon the standards established by the approved sample panel. E. All interior and exterior colored masonry WORK exposed to view shall be cleaned by whip light sandblasting to remove all stains and other imperfections. F. All exposed masonry surfaces of openings and window and door openings such as sills, heads, and jambs shall be finish block surfaces, not formed surfaces, unless indicated otherwise. Closed bottom bond beam blocks shall be used at heads and sills. Pour holes may be used at the sill under window frame and where approved by the ENGINEER. 3.9 VENEER TIES A. Veneer ties shall be provided per Building Code and trade standards where veneered surfaces are indicated. 01/19/06 REINFORCED CONCRETE BLOCK MASONRY CARLSBAD MASTER SPECIFICATIONS 04230-8 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 SECTION 05100 BASIC STRUCTURAL STEEL AND MISCELLANEOUS METAL WORK SPECIFICATIONS PART 1 - GENERAL 1.01 General Requirements Contractor shall furnish all labor, equipment, and material and perform all operations necessary for fabrication, construction, and installation of structural and miscellaneous metal specified. Where miscellaneous metal and equipment items are required to fit spaces previously constructed, measurements for the fabrication of such items shall be made at the site so that items fit as required. Standard commercial products which meet general requirements, and vary only in nonessential detail, will be acceptable, subject to Owner's approval. All work shall be executed and finished in accordance with approved shop drawings and conform with the best practice required to produce the highest grade construction. Contractor shall be solely responsible for errors of fabrication and correct fitting of structural members shown on the shop drawings. 1.02 Quality Assurance Unless otherwise specified, all work specified in the Contract Documents shall comply with requirements of the following specifications and codes: A. Steel Work Fabrication and erection of structural steel shall be in accordance with AISC "Specification for the Design, Fabrication, and Erection of Structural Steel for Buildings," and "Code of Standard Practice for Steel Buildings and Bridges", latest editions. B. Aluminum Work Fabrication and erection of aluminum shall be in accordance with the applicable requirements of Chapter 28 of the Uniform Building Code, latest edition, and herein referenced standards of the Aluminum Association. C. Welding Inspection All welding of structural steel assemblies shall be performed under continuous inspection of a "Special Inspector" selected by the Owner. Should such fabrication be performed in the shop of a licensed fabricator approved by the governing Building Official, only the field welding of structural steel assemblies will be required to be performed under continuous inspection of the "Special Inspector". Contractor shall notify inspector at least 24 hours in advance of needed inspections. Contractor shall provide copies of Inspection Reports for Owner. 04/10/07 METAL POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 05100-1 1.03 Submittals All submittals shall be in accordance with the General Provisions, Section 2-5.3. A. Shop Drawings Contractor shall submit shop drawings for approval before fabrication of any of the work. Shop drawings shall show complete fabrication details with material lists, including all welds, fabrication and finish details, and shop painting. In approved shop drawings, the Owner does not assume responsibility for accuracy of the work relative to other components as constructed. Also refer to applicable requirements hereafter specified in paragraph "Substitutions". All dimensions shall be field verified by the Contractor prior to fabrication. B. Test Reports Contractor shall furnish notarized certified physical and chemical mill test reports for material used for major structural members. All tests shall be performed in accordance with applicable ASTM Standards. C. Shop Painting Data In coordinated manner with requirements for Painting and Protective Coatings, Contractor shall submit product list with product data sheets of intended shop coats which, for compatibility, shall be the same products and manufacturer as those field-applied systems specified in the Basic Painting Specifications. PART 2 - PRODUCTS 2.01 Materials - General Materials shall be new, sound, and shall comply with the following: A. Steel Rolled shapes, plates, and bars shall conform to AISC "Manual of Steel Construction" and ASTM Specification A-36, latest editions. 1. Stainless Steel Unless otherwise designated or approved, Contractor shall use Type 316 stainless steel alloy conforming to ASTM A-167 and ASTM A-276, latest editions, for plates and bars. 2. Steel Pipe Material shall conform to ASTM A-53, Grade B seamless galvanized as required, Schedule 40. 04/10/07 METAL POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 05100-2 B. Cast Iron Material shall conform to ASTM A-48, Class 30, except as specifically designated otherwise. C. Ductile Iron Material shall conform to ASTM A-536 using grade 60-40-18 or better, except as specifically designated otherwise. D. Aluminum 1. All plate, pipe, and structural shapes shall be new and shall conform to ASTM B209 (Plate), B308 (Shapes), B429 (Pipe and Tubing), B211 (Bar Stock), and applicable Federal Specifications for 6061-T6 alloy, unless otherwise designated. 2. Aluminum pipe rail shall be of 6061-T6 alloy and be Schedule 40 or greater. 3. Alloys and tempers for various members where not otherwise designated, shall be as required for proper forming and fabrication to meet or exceed structural requirements, and shall be of alloys specially produced to best achieve specified color anodized finishes. Contractor shall provide supporting printed recommendations from parent aluminum producer. For sheet fabricated members Contractor shall use only homogenous aluminum products and no clad products. 4. Contingent upon alloys being welded, Contractor shall use only inert gas shielded arc or resistance welding process with filler alloys as specified in the UBC. Contractor shall not use any process requiring a welding flux. E. Checkered Plate Raised lugs shall be diamond shaped and have an angled and opposed pattern. Contractor shall use 6061-T6 alloy aluminum, except where steel is specified. Steel shall be of ASTM A36 carbon steel, hot dip galvanized. F. Manhole Covers Castings for manhole covers and frames shall be of tough gray iron free from cracks, holes, and swells, and of workmanlike finish. They shall conform to ASTM A-48, latest, Class 30, and shall be of the type specified. G. Common Bolts Except as otherwise designated or specified, bolts shall be standard commercial quality steel units conforming to ASTM A-307; galvanize where used with galvanized work. 04/10/07 METAL POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 05100-3 H. High Strength Bolts & Studs Except as otherwise designated or specified, bolts shall conform to ASTM A325; studs shall conform to ASTM A449; nuts shall conform to ASTM A194, 2H heavy hex; washers shall conform to ASTM F436. They shall be galvanized where specified or where used with galvanized steel. I. Stainless Steel Bolts Except as otherwise designated or specified, bolts, cap screws, and studs shall be Type 316L conforming to ASTM F-593; nuts shall conform to ASTM F-594. J. Deferred Bolting Devices (Noted D.B.D. or Expansion Anchor on Contract Drawings) Deferred bolting devices shall be used in lieu of anchor bolts only where specifically noted or detailed; they shall be installed in accordance with current I.C.B.O. Research Report Approval and shall consist of the following: 1. D.B.D. shall be Molly Parabolt Concrete Anchors, Phillips Wedge Anchors, Hilti Anchors, or approved equal. 2. D.B.D. shall not be used for anchorage of any vibrating machinery or equipment. K. Galvanizing 1. Iron and Steel Galvanizing shall conform to ASTM A123, with minimum weight per square foot of 1.25 ounces. 2. Ferrous Metal Hardware Items Galvanizing shall conform to A153, with average coating weight of 1.25 ounces per square foot. 3. Touch-Up Material for Galvanized Coatings Galvanized coatings marred or damaged during erection or fabrication shall be repaired by use of DRYGALV as manufactured by the American Solder and Flux Company, Galvalloy, Galvion, or equal, applied in accordance with the manufacturer's instructions. 04/10/07 METAL POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 05100-4 L. Welding Electrodes 1. Steel Electrodes Contractor shall use E70XXX rod for shielded metal arc welding conforming to AWS A5.1 or A5.5 and F7X-EXXX for submerged arc welding conforming to AWS A5.17. For steel alloys other than ASTM A- 36 and A-53, Contractor shall use electrodes recommended in writing by AWS and by the parent steel manufacturer. 2. Aluminum Electrodes Contingent upon alloys being welded, Contractor shall use only inert gas shielded arc or resistant welding process with filler alloys conforming to U.B.C. Standard No. 28, Table 28-1-C. Contractor shall not use any process requiring a welding flux. 3. Stainless Steel Electrodes Contractor shall weld stainless steel with electrodes and by techniques specified in pertinent AWS A5 Series Specification, and as recommended in Welded Austenitic Chromium-Nickel Stainless Steel Techniques and Properties as published by the International Nickel Company, Inc., New York, N.Y. M. Shop Prime Paint To assure compatibility with field-applied paint or coating systems, for ferrous metals other than stainless steel, galvanized steel, and cast iron, Contractor shall use same shop prime paint product and manufacturer as painting or protective coating system intended for field application specified in the Basic Painting Specifications. Contractor shall not shop prime portions of work immediately adjacent to intended field welds or portions intended for embedment in concrete. N. Storage of Materials Structural material, either plain or fabricated, shall be stored above ground upon platforms, skids, or other supports. Material shall be kept free from dirt, grease, and other foreign matter and shall be protected from corrosion. PART 3 - EXECUTION 3.01 Fabrication A. Workmanship shall conform to AISC specifications, latest edition. Work shall conform to the Contract Documents and approved shop drawings. Work shall be performed by Fabricator approved by governing Code Authorities. Aluminum work shall conform to the applicable requirements of "Specifications for 04/10/07 METAL POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 05100-5 o Aluminum Structures, Aluminum Construction Manual" of the Aluminum Association, latest edition. 1. Shop connections shall be welded or bolted unless otherwise indicated. 2. Insofar as possible, Contractor shall fit and assemble all work in shop, ready for erection. B. Members 1. All members shall be free from twists, kinks, buckles, or open joints. 2. All members, holes, and their spacing shall be so accurately made that, when assembled, the parts shall come together and bolt without distortion. 3. Parts assembled with bolts shall be in close contact, except where separators are required. Where unlike metals are in contact, Contractor shall insulate as necessary to prevent corrosion. 4. Bearing surfaces shall be planned to true beds. Abutting surfaces shall be closely fitted. Steel requiring accurate alignment shall be provided with slotted holes and/or washers for aligning the steel members. C. Welding 1. Welding in shop and field shall be done by operators who have previously been qualified by tests, as prescribed in the American Welding Society, "Standards Qualifications Procedure". All welds shall exhibit characteristics required by AWS D1.0. 2. All welds shall be made with E70-XX classification mild or low-alloy steel covered arc-welding electrodes conforming to AWS A5.1 and A5.5 Specifications for filler metal, except as otherwise designated on Structural Drawings and except as otherwise recommended by AWS and AISC for welding high strength steel alloys other than ASTM A36 and A53 Steels. 3. All steel, before being fabricated, shall be thoroughly wire brushed, cleaned of all scale and rust, and thoroughly straightened by approved methods that will not injure the materials being used. Welding shall be continuous along the entire line of contact except where tack or intermittent welding is permitted by Engineer. Where exposed, welds shall be cleaned of flux and slag and ground smooth. 4. Welding of aluminum shall conform to the applicable requirements of Uniform Building Code, Chapter 28 and to the detail requirements of "Welding Aluminum" by the American Welding Society and the Aluminum Association. 04/10/07 METAL POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 05100-6 3.02 Erection A. Erection shall include the installation and erection of all steel referred to in this Basic Specification. Contractor shall verify correctness before starting erection. Erection shall be performed in accordance with the latest edition of AISC Code of Standard Practice. B. As erection progresses, Contractor shall securely bolt up all members to take care of all dead-load, wind, and erection stresses. C. Contractor shall not perform final bolting or welding until each portion of the structure has been properly aligned and plumbed. D. Contractor shall insure bolts are drawn up tight and threads set so that nuts cannot become loose. E. Damaged Members During erection, members which are bent, twisted, or damaged shall be straightened or replaced by Contractor as directed. If heating is required in straightening, heating shall be done in the presence of the inspector and a heating method shall be used which will ensure uniform temperature throughout the entire member. Members, which, in the opinion of the Owner, are damaged to an extent impairing their appearance, strength, or serviceability, shall be removed and replaced with new members by Contractor. F. Anchor Bolts and Anchors Anchor bolts and anchors shall be properly located and built into connection work in accordance with the Contract Documents. Bolts and anchors shall be preset by the use of templates or such other methods as may be required to locate the anchors and anchor bolts accurately. Embedded anchor bolts that are submerged in process water or sludge, or are in enclosed tanks or spaces exposed to process gas or moisture, shall be Type 316 stainless steel with nuts of the same material. To such stainless steel bolts Contractor shall apply a non- oxidizing lubricant grease before bolting using a molybdenum disulphide grease compound or a NO-OX-10 type compound. Specialty anchoring systems shall be as specified or shown on Construction Drawings. G. Steel and Aluminum Pipe Rails and Railings Pipe rail shall be painted steel or anodized aluminum as specified in Contract Documents. Steel and aluminum pipe rails and railings, complete with stanchions, toe plates, welded and bolted fittings, and attachments shall be fabricated true to size configurations and detail shown on Construction Drawings. Grind and polish welds flush and smooth. Curves, where indicated or necessary, shall be bent on a radius of not less than six (6) inches. 1. All pipe materials shall be Schedule 40 steel or aluminum. 04/10/07 METAL POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 05100-7 2. If proprietary substitutions are proposed for railings and attachments, submittals shall be accompanied by acceptable test data by an independent testing laboratory showing that: the fitting and attachment will withstand the bending moment induced by a 200 Ib. force applied at the top of the stanchion in any direction; and the railings will safely resist forces as required by Cal/OSHA and the Uniform Building Code. Test data shall be for attachments in similar materials as the field condition. 3. Safety chains shall be 5/16 inch carbon steel minimum grade 30 link chain with common swivel bolt harness type snap, all hot dip galvanized. 4. Contractor shall isolate aluminum from dissimilar metals and concrete for protection from galvanic deterioration. Aluminum shall be mill finished and free of damage and detracting appearance flaws. Contractor shall provide uniform AA-KA41 Architectural Class I clear anodic finish. 5. Contractor shall not provide attachments which require the post to be embedded in concrete or grout. H. Bearing Plates Contractor shall provide bearing plates under beams and columns resting on walls or footings. Bearing plates may be attached or loose and aligned on steel wedges or shims. After the supported members have been plumbed and properly positioned and the anchor nuts tightened, Contractor shall solidly dry- pack entire bearing area under the plate with approved bedding mortar. Wedges and shims shall be cut off flush with edge of bearing plate, and shall be left in place. I. Substitutions Unless otherwise directed, the exact sections, shapes, thicknesses, sizes, weights, and the details of construction shown for the structural steelwork shall be furnished as specified in the Contract Documents; however, Contractor, because of his stock or shop practices, may suggest substitutes if the net section area is not thereby reduced, if the section properties are at least equivalent, and if the overall dimensions are not exceeded. All substitutions or other deviations from Contract Drawings and/or Specifications shall be specifically noted or "clouded" on the shop drawing submittals. J. Flame Cutting Contractor shall not flame cut with a gas cutting torch in the field to correct fabrication errors on any major member in the structural framing. Contractor may flame-cut on minor members, when the member is not under stress, and then only following Owner's approval. 04/10/07 METAL POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 05100-8 K. Dissimilar Metals Contractor shall isolate aluminum from contact with dissimilar metals and materials, other than stainless steel, as follows: 1. Metals Contractor shall apply on contact surfaces a heavy brush coat of approved zinc chromate primer made with a synthetic resin vehicle, followed by two brush coats of approved aluminum metal and masonry paint or a heavy coat of approved alkali-resistant bituminous paint. Alternatively, Contractor may separate surfaces with a non-absorptive tape or gasket. 2. Masonry, Concrete, or Plaster Contractor shall apply a heavy brush coat of approved, alkali-resistant bituminous paint, or separate surfaces with non-absorptive tape or gasket. 3. Moisture-Absorbent Materials and Preservatively Treated Wood Contractor shall paint such absorbent materials with two coats of approved aluminum house paint and protect aluminum contact surfaces with bituminous paint. /o% 04/10/07 METAL POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 05100-9 SECTION 07920 SEALANTS AND CAULKING PART 1 - GENERAL 1.1 THE REQUIREMENT A. 1.2 A. B. C. 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 Latex Sealing Compounds Practice for Use of Sealants in Acoustical 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 Materials Characteristics of Building 01/19/06 CARLSBAD MASTER SPECIFICATIONS POINSETTIA SEWAGE LIFT STATION UPGRADE SEALANTS AND CAULKING 07920-1 CONTRACT 38751 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" 01/19/06 SEALANTS AND CAULKING CARLSBAD MASTER SPECIFICATIONS 07920-2 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 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. 01/19/06 SEALANTS AND CAULKING CARLSBAD MASTER SPECIFICATIONS 07920-3 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 5. Tape Sealant: Dimensions shall be as required for application conditions. ^^ Tape sealants shall be type recommended by tape manufacturer for connecting "^i 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 ^~J 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. 01/19/06 SEALANTS AND CAULKING CARLSBAD MASTER SPECIFICATIONS 07920-4 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 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, weatherproof ing, 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. 01/19/06 SEALANTS AND CAULKING CARLSBAD MASTER SPECIFICATIONS 07920-5 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 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. 01/19/06 SEALANTS AND CAULKING CARLSBAD MASTER SPECIFICATIONS 07920-6 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 SECTION 08100 DOORS, FRAMES, AND HARDWARE TECHNICAL SPECIFICATIONS PART 1 - GENERAL 1.01 Description and Scope Contractor shall furnish and install all doors, frames, hardware, and related items, complete and operable, as specified herein and shown on the Drawings. The chlorine room shall be provided with one single hollow metal door and one insulated rolling metal door as shown on the Drawings. Insulation for rolling door shall be 13/16" thick rigid insulation. 1.02 Field Measurements Prior to fabrication, Contractor shall verify all conditions affecting the work specified herein, including obtaining accurate opening dimensions and embedded anchorage arrangements. Discrepancies shall be reported to the Owner prior to commencing work. 1.03 Submittals Complete fabrication, assembly, and installation drawings, together with details and data governing materials used and other accessories furnished, shall be submitted for approval in accordance with the General Provisions, Section 2-5.3. Data shall include, but not be limited to, the following: A. Door and frame details. B. Hardware reinforcement. C. Schedules showing sizes, types, and locations of door louvers and glazing, if any. D. Anchorage details. E. Manufacturer's literature and any engineering calculations that may be required elsewhere in this section. F. Complete detailed hardware list, hardware schedule, and manufacture's literature on each item. G. Hardware schedule shall indicate type, manufacturer's name, catalog number, location, and finish of each item to be furnished. Schedule shall also include a complete template list showing template references and data for each item requiring preparation of metal doors and frames. 04/10/07 DOORS, FRAMES, & HARDWARE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 08100-1 PART 2 - PRODUCTS 2.01 Manufacturer A. Hollow Metal Doors and Frames Doors and frames shall be as manufactured by Krieger Steel Products Co., Security Metal Products Corp., or approved equal. All doors and frames shall be manufactured by a single manufacturer. B. Fiberglass Reinforced Doors and Frames Doors and frames shall be as manufactured FIB-R-DOR, A Division of Advance Fiberglass, Inc., or approved equal. All doors and frames shall be manufactured by a single manufacturer. C. Rolling Metal Door Assemblies Rolling metal door assemblies shall be as manufactured by Cookson Co., Pacific Rolling Door, Lawrence Roll-Up Doors, Inc., or approved equal. All doors and frames shall be manufactured by a single manufacturer. D. Door Hardware Refer to Hardware Schedule, herein. 2.02 Hollow Metal Door and Frame Fabrication A. General Hollow metal doors and frames shall be manufactured in accordance with the Steel Door Institute. B. Doors Doors shall be of hollow metal construction, full flush design, 1-3/4" thick, with no visible seams. Door face sheets shall be formed with seamless 16 gauge steel. Seams at edges shall be continuously and fully welded and ground smooth. Filled joints will not be acceptable. Vertical edges of door shall be reinforced with 14 gauge steel channels the entire height of door. Top and bottom of doors shall have continuous 16 gauge reinforcing channels welded to the face sheets. Doors shall be mortised, reinforced (not less than 8 gauge reinforcement for hinges and 12 gauge for locks and closers), drilled, and tapped in accordance with hardware templates. Reinforcement plates (not less than 14 gauge) shall be provided at all surface applied hardware locations. Reinforcement around openings for louvers and glazing shall be 12 gauge channel reinforcement welded to face sheets. Opening sizes shall be as shown on the Drawings. Louvers shall be mounted in the doors prior to painting. Doors shall be rigid and 04/10/07 DOORS, FRAMES, & HARDWARE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 08100-2 free from warpage or buckle. Tops of exterior doors shall be provided with flush, water, and weather tight top enclosures. Doors shall be formed and bonded to a rigid fire proof and moisture proof honeycomb core. Doors and frames specified or shown on Drawings as fire rated shall conform to Underwriters Laboratories listings and shall be UL labeled, indicating the type of certification rating. C. Double Doors Double doors shall be provided with a "T" type steel astragal, unless specified otherwise on the Drawings. D. Door Frames Door frames shall be of type and sizes as shown, formed of 14 gauge steel. Frames shall have integral stops. All seams and joints shall be continuously and fully welded. All exposed welding shall be ground smooth. Frames shall be mortised, reinforced, drilled, and tapped in the shop to receive mortised template hardware as required. Reinforcement shall be 8 gauge at hinges and 12 gauge at strikes and closers. Provide a minimum of 3 adjustable masonry/concrete or steel stud type anchors at each jamb (30" on center, maximum). Provide a minimum of 2 frame head anchors. Spot weld 14 gauge metal clip angles to bottom of each jamb member to provide floor anchorage. E. Factory Prime Coating Requirements All interior and exterior doors and frames shall be thoroughly cleaned to remove all rust, scale, grease, and oil, then treated with a chemical compound to assure maximum paint adherence, and prime coated with corrosion-inhibiting primer compatible with finish paint specified on Drawings or in the Basic Coating and Painting Specification for Water and Wastewater Facilities. 2.03 Fiberglass Reinforced Plastic Door and Frame Fabrication A. General Fiberglass reinforced plastic doors and frames shall conform to Steel Door Institute requirements for performance equivalent to hollow metal doors and frames specified herein. B. Doors Doors shall be of reinforced fiberglass construction, full flush design, 1-3/4" thick, with no visible seams. Door plates shall be molded in one continuous piece, resin reinforced with hand-laid glass fibermat, nominal 1/8" thick, and have a minimum 25 mil gel-coat. Door plates shall be formed and bonded to a rigid fire proof and moisture proof honeycomb core. All seams at edges shall be a 04/10/07 DOORS, FRAMES, & HARDWARE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 08100-3 minimum of two layers of resin reinforced glass fibermat (minimum glass fiber to resin ratio of 30 percent), nominal 1/4" thick, and machine tooled. Doors shall be mortised (mortise for lockset, and recess for strike plate in lock stile) drilled and tapped in accordance with the hardware templates. Reinforcement (embed steel reinforcement for hinges in fiberglass matrix; provide for hinge leaf recesses in hinge stile) shall be provided at all surface applied hardware locations. Reinforcement around openings for louvers and glazing shall be type 304 stainless steel channel reinforcement fastened to door plates with stainless steel screws. Opening sizes shall be as shown on the Drawings. Louvers shall be mounted in the doors prior to gel-coating. Doors shall be rigid and free from warpage or buckle. Tops of exterior doors shall be provided with flush, water and weather tight top enclosures. Doors and frames specified or shown on Drawings as fire rated shall conform to Underwriters Laboratories listings and shall be UL labeled, indicating the type of certification rating. C. Double Doors Double doors shall be provided with a "T" type steel astragal, unless specified otherwise on the Drawings. D. Door Frames Door frames shall be of type and sizes as shown, formed of 14 gauge type 304 stainless steel. Frames shall have integral stops. All seams and joints shall be continuously and fully welded. All exposed welding shall be ground smooth. Frames shall be mortised, reinforced, drilled, and tapped in the shop to receive mortised template hardware as required. Reinforcement shall be type 304 stainless steel, 8 gauge at hinges and 12 gauge at strikes and closers. Provide a minimum of 3 adjustable masonry/concrete or steel stud type anchors at each jamb (30" on center, maximum). Provide a minimum of 2 frame head anchors. Spot weld 14 gauge metal clip angles to bottom of each jamb member to provide floor anchorage. E. Finish All interior and exterior doors shall be provided with smooth gloss surface, minimum Value 88 in accordance with ASTM D523. Color shall be as selected by Owner. Stainless steel frames shall be uncoated and provided with a uniform brushed finish. 2.04 Rolling Metal Door Assemblies A. General Roll up doors shall be of the metal curtain, flat slat design and shall be chain operated, and weather and dust resistant. Doors shall be provided complete with curtain slats, guides, endlocks, gears, chain, operating mechanism, hood, 04/10/07 DOORS, FRAMES, & HARDWARE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 08100-4 motors, controls, wiring, hardware brackets, head, bottom and side weather stripping, and all other accessories necessary for a complete and operable system. B. Design Loading Doors and guides shall be designed for a wind load of 30 pounds per square foot. C. Door Curtain Door curtains shall have interlocking flat slats roll-formed in easy curves from galvanized steel sheet. Slats shall be of a gauge size suitable for the design loading and opening dimension, but shall not be lighter than 20 gauge. Galvanized stamped steel endlocks shall be provided on alternate slats. Windlocks shall be provided as required to meet design wind loading. D. Bottom Bar The bottom bar shall consist of 2 galvanized angles bolted back-to-back on each side of the curtain, complete with tamper-proof slide bolt locks pre-punched for padlocking on inside of door. A replaceable flexible vinyl or neoprene gasket shall be provided as a weather seal and cushion bumper. E. Guides Guides shall be formed of galvanized steel angles, minimum 3/16" thick, properly sized to retain the door curtain. Windlock bar shall be provided as required to meet design wind loading. Guides shall be attached to jambs with 3/8" galvanized steel bolts spaced not more than 30" apart. Guides shall be provided with weather stripping. F. Counterbalance Shaft Assembly The barrel shaft shall be a steel pipe of sufficient diameter and thickness to support the roll-up curtain without distortion of slats, and to limit deflection of the barrel to not more than 0.03" per foot of span under full load. The barrel shaft shall have a minimum diameter of 4". The spring balance shall consist of one or more helical torsion springs of oil-tempered heat-treated steel designed for proper balance of the door and to ensure that effort to operate door will not exceed 35 pounds. Rotating members shall turn on self-lubricating graphite or grease-sealed ball bearings, with adjustment for counterbalance springs accessible from outside shaft assembly. Brackets to support counterbalance shaft assembly shall be not less than 5/16" thick, cold-rolled steel plate with ball or roller bearings at rotating support points and attached to extension of guide wall angles with 1/2" galvanized steel bolts. Brackets have a bell-mouth guide groove for the door curtain. 04/10/07 DOORS, FRAMES, & HARDWARE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 08100-5 G. Hood The hood shall be manufactured of 24 gauge galvanized steel sheet. The hood shall fit over the end brackets. Top and bottom edges of hood shall be rolled and reinforced for stiffness, and intermediate supports shall be provided as necessary. Equip hood with a neoprene or vinyl air baffle to close space between hood and door curtain. H. Chain Operation Operation shall be accomplished by endless hand chain, sprocket, and reduction gearing to barrel shaft. Bearings shall be either self lubricating graphite bearings or grease-sealed ball bearings, lubricated for life and self-aligning. Operating chain shall be galvanized extending to 24" above floor. A chain holder shall be provided on wall with provision for padlocking. I. Factory Prime Coating Requirements Galvanized surfaces shall be phosphate treated for paint adhesion, and prime coated with corrosion-inhibiting gray primer compatible with finish paint specified on Drawings or in the Basic Coating and Painting Specification for Water and Wastewater Facilities. All other ferrous metal parts shall be thoroughly cleaned to remove all rust, scale, grease, and oil, then treated with a chemical compound to assure maximum paint adherence, and prime coated with corrosion-inhibiting gray primer compatible with finish paint specified. 2.05 Door Hardware A. General Provide all items of hardware indicated on the Drawings and as herein specified, or where necessary for complete installation and proper operation. Door hardware shall be coordinated with all other related work, including template information for door and frame fabrication. All hardware furnished in connection with doors bearing UL labels or where necessary to meet special requirements will be in strict accordance with conditions established by the authority having jurisdiction and shall be subject to approval of that authority. B. Finish The finish of all hardware shall be 630 (US32D) brush stainless steel, unless otherwise specified in the Hardware Schedule. C. Keying All locks and cylinders shall be master keyed to the Owner's requirements. Hardware supplier shall submit a keying schedule for approval by Owner prior to 04/10/07 DOORS, FRAMES, & HARDWARE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 08100-6 order for locks and keying of cylinders. Contractor shall coordinate between Owner and hardware supplier in developing keying schedule. At the completion of the project, Contractor shall furnish Owner with 5 master keys and 3 keys per cylinder keying combination. During construction, all locks shall be furnished with construction cylinders and construction keys. Contractor shall furnish Owner with 2 construction master keys. D. Hinges and Pivots Hinges shall be full mortise, template type, unless otherwise specified. All doors over 7'-6" shall have one extra hinge for each 2-1/2' of height. Width of hinges shall be determined by trim conditions. All door hinges shall be provided with non-removable and non-rising pins. E. Locksets and Latchsets All locksets and latchsets shall be mortise type with anti-friction, 2 piece latchbolts, with a minimum 3/4" throw and minimum 1" throw deadbolt. Locksets and latchsets at fire rated doors shall meet code requirements. Function shall be appropriate for door use. All locks shall be provided with the same cylinder and keyway for master keying. All locks shall be the product of the same manufacturer as the locksets, unless otherwise specified. Padlocks shall be heavy duty type, keyed as directed, and shall be of the same manufacturer as the locksets. F. Panic Bars (Exit Devices) Where shown on Drawings or specified herein, doors shall be equipped with UL labeled, touchbar exit devices (panic bars) capable of opening door even when locked. Panic bars shall be provided with mortise lock devices and auxiliary bolt for deadlocking, and shall be constructed of corrosion-resistant hardware. Panic bars and shall be as manufactured by Von Duprin, Inc., Sargent, or approved equal. G. Door Closers All door closers shall be the product of one manufacturer. All door closers shall have full metal covers, adjustable spring power and adjustable backcheck. Closers shall have backcheck regulating screws, with separate screws for closing and latching speeds. Whenever possible, closers shall be installed with arms parallel to the closed door. Closers for out-swinging exterior doors shall be top-jamb mounted and furnished with adapter plates for doors under 7'-6". If necessary, closers may be mounted on drop brackets on doors 7'-6" and over. On double doors, provide a door closer on each leaf. Maximum allowable "door closer" opening force shall be: 5 pounds for interior doors, 8.5 pounds for exterior doors, and 15 pounds for fire doors. 04/10/07 DOORS, FRAMES, & HARDWARE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 08100-7 H. Door Stops and Holders Stops shall be provided with machine screws and threaded anchors at concrete or masonry, and toggle bolts at plaster and gypsum board. I. Push Plates. Pulls, and Kickplates Push plates shall be 4" x 16" x 0.050" thick, unless otherwise specified. All pulls shall be thru-bolted under the push plates. Kickplates shall be stainless steel, 0.050" thick, beveled on 3 sides, 10" high; except where necessary to clear a louver in which case they shall be 8" high. Width shall be door size, less 2" for single doors and door width, less 1" for double doors. J. Thresholds All thresholds not extending beyond face of door frame shall be 1 piece, full width of opening, 1/2" maximum rise. Thresholds extending beyond face of door frame may be two piece and shall have mitered ends for the portion of threshold extending beyond the door frame. All thresholds shall be provided with stainless steel machine screws in threaded expansion anchors at concrete. K. Hardware Schedule The following hardware schedule is provided as a guide. Contractor shall furnish all hardware necessary for the project. Hardware required for any particular location, but not scheduled, shall be the same as that scheduled for similar locations. Catalog numbers listed in the hardware schedule are from the catalogs of the following manufacturers: BBW Builders Brass Works C Corbin Co. H Hager LCN LCN Closers N Norton Door Controls Me McKinney Mfg. Co. P Pemko Mfg. Co. Q Quality Hardware Co. RE Reese Enterprises, Inc. RU Russwin SCH Schlage (No substitute) STA Stanley VD Von Duprin, Inc. Z Zero Weatherstripping 04/10/07 DOORS, FRAMES, & HARDWARE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 08100-8 Listed manufacturers are used to establish the quality and type of hardware to be furnished. Hardware equal in quality and function may be submitted to Owner for approval, provided Contractor demonstrates substitute hardware conforms in function, quality, finish, and workmanship to the products hereinafter specified. Provide product of one manufacturer for each specified hardware item for standardization of appearance, maintenance, and replacement. Hardware Schedule Quantity Item Manuf. Description. Catalog No. Finish HW-1 (Int. Single Door) Each door shall have: 1-1/2 pr Hinges Me TB2314 (4-1/2") US32D 1 Lockset SCH L9070P03A US26D 1 Closer LCN 4040 Series (180°) USP 1 Stop Q 38 US26D 1 Holder Q 1149A US26D 1 Threshold P 270A ALUM 1 set Head/Jamb P 290AS USP 1 Bottom P 216AV USP PART 3 - EXECUTION 3.01 Hollow Metal/Fiberglass Doors and Frames A. Doors and frames shall be shipped and stored with temporary stiffeners and spreaders to maintain frames in alignment. Storage shall be in a manner that will prevent rusting, damage, or marring of finish. B. All work shall be shop fabricated to required profiles with edges straight, true, and sharp. Fabricate and fit accurately with hairline joints at corners, surfaces free of warp, wave, buckle, and other defects. Welding "Best Grade Commercial Work", with all exposed beads ground smooth. C. Door and frame assemblies shall be installed plumb, square, and level, and be securely and rigidly anchored to the adjoining construction. Door and frame assemblies shall be installed in accordance with approved shop drawings and printed recommendations and instructions of the manufacturer. D. Doors shall be installed with a maximum clearance of 1/8" at head, 3/32" at strike jamb, 1/8" at butt jamb, and as required where thresholds are listed, and shall not exceed the manufacturer's specified limits. E. All work shall be coordinated with the work of related subcontractors and suppliers to assure a proper installation. F. Protect installed doors against damage during construction. 04/10/07 DOORS, FRAMES, & HARDWARE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 08100-9 3.02 Rolling Metal Door Assemblies A. Rolling metal door assemblies shall be installed in accordance with the manufacturer's printed recommendations and instructions. B. Rolling metal door assemblies shall be installed plumb, square, and level. Fasteners shall be of sufficient size, length, and spacing for loads imposed. C. Protect installed doors against damage during construction. D. Provide completed installation, secure, and operating freely without binding or stoppage. 3.03 Door Hardware A. Installation 1. All hardware items shall be installed in accordance with manufacturer's written recommendations and instructions. 2. All finish hardware work shall be neat and secure, installed to develop full strength of components and provide proper function. 3. Contractor shall take preventative measures to avoid marring, scratching, or otherwise damaging adjacent finishes during installation. 4. Latchbolts shall be installed to automatically engage in strikes, whether activated by closers or manually. In no case shall additional manual pressure be required to engage latchbolt in strike. 5. Closers and hinges shall be adjusted to operate doors evenly without noise and binding. Closers, closer arms, and hold-open arms shall be attached with sex bolts. 6. Stops and holders shall be installed to allow doors to open as far as possible. 7. Wall mounted hardware shall be installed over solid structural backing or solid blocking in hollow walls. 8. Thresholds shall be installed with ends neatly coped to fit profile of door jamb. Thresholds shall be set in sealant with ends sealed to door jambs, or closed with mitered ends when threshold extends beyond door jamb. 9. All doors shall be provided with weatherstripping or seals unless product weatherstripping or other special seals are specified. 10. Mounting of door hardware shall be in accordance with the published recommendations of the Door and Hardware Institute. 04/10/07 DOORS, FRAMES, & HARDWARE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 08100-10 D B. Protection 1. Contractor shall provide removable protection on exposed surfaces of hardware to prevent damage or staining of hardware during construction. Hardware protection shall be removed just prior to final cleaning and polishing. 2. All finish hardware shall be fitted and dismantled before painting work and shall be reinstalled after finish painting work or provided with paint protection prior to painting work. C. Warranty All hardware shall be warranted for a period of 2 years from the date of acceptance of the project. Defects in material and workmanship occurring during the warranty period shall be corrected to the satisfaction of the Owner. D. Special Tools Contractor shall provide 2 sets of installation and adjusting tools. 04/10/07 DOORS, FRAMES, & HARDWARE POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 08100-11 SECTION 09900 BASIC COATING AND PAINTING SPECIFICATIONS FOR WATER, RECYCLED WATER, AND WASTEWATER FACILITIES PART 1 - GENERAL 1.01 Scope A. The work included in this section consists of furnishing all labor, materials, apparatus, scaffolding and all appurtenant work in connection with coating and painting, as indicated on the drawings and as specified herein. B. In general, the following surfaces are to be coated or painted: 1. Exposed piping and other metal surfaces, interior and exterior. 2. All submerged and intermittently submerged metal surfaces, except stainless steel. 3. All structural and miscellaneous steel, including tanks. 4. The interior of wet wells, manholes, junction structures, headworks, and similar structures. 5. All exterior above ground concrete and masonry. 6. The interior of certain structures as specified in the Painting and/or Coating Schedule. 7. Equipment furnished with and without factory finish surfaces. 8. Doors, frames, woodwork and architectural trim work. C. The following surfaces shall not be coated or painted unless shown or specified herein, or elsewhere in the Contract Documents. 1. Stainless steel. 2. Equipment nameplates, machined surfaces and grease fittings. 3. Non-ferrous and galvanized ferrous metal, including: (a) floor gratings, plates and frames, (b) handrailing, (c) stair treads, stringers and supports, (d) ladders and supports, (e) chain link fencing and appurtenances, (f) conduits. D. In no case shall any concrete, wood, metal or any other surface requiring protection be left uncoated or unpainted, even though not specifically defined herein. 04/10/07 COATING AND PAINTING POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 09900-1 1.02 Reference Specifications and Standards Without limiting the general aspects of other requirements of these specifications, all surface preparation, coating and painting of surfaces shall conform to the applicable requirements of the National Association of Corrosion Engineers (NACE), the Steel Structures Painting Council (SSPC), the American Concrete Institute, the Forest Products Research Society, and the manufacturer's printed recommendations. In the event of a conflict between codes, reference standards, drawings, and these specifications, the most stringent requirements shall govern. All conflicts shall be brought to the attention of the Owner for clarification and direction prior to ordering or providing any materials or labor. 1.03 Painting Subcontractor Where protective coatings are to be performed by a subcontractor, said subcontractor must possess a valid state license as required for performance of the painting and coating work called for in this specification and shall have a minimum of five years practical experience and successful history in the application of specified products to surfaces and facilities of water and wastewater treatment facilities. Upon request, he shall substantiate this requirement by furnishing a list of references. 1.04 Shop Drawing Submittals All submittals shall be in accordance with the General Provisions, Section 2-5.3. For each coating system to be used, the Contractor shall submit for Owner's review and approval the following data: 1. Paint manufacturer's data sheet for each product used, including statements on the suitability of the material for the intended use. 2. Paint manufacturer's instructions and recommendations on surface preparation and application. 3. Samples of colors and finishes available for each product. Where custom mixed colors are specified (e.g. to match colors of existing coated surfaces), the submitted color samples shall be made using color formulations prepared to match the color samples furnished or specified by the Owner. The color formula shall be provided with each color sample. 4. Compatibility of shop and field applied coatings (where applicable). 5. Material safety data sheet for each product used. 6. Submit written certification that all paint/coatings conform to applicable local Air Quality Management District rules and regulations for products and applications. 04/10/07 COATING AND PAINTING POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 09900-2 1.05 Quality Assurance A. Surface Preparation Surface preparation will be based upon comparison with "Pictorial Surface Preparation Standards for Painting Steel Surfaces", SSPC-Vis 1 ASTM Designation D220; "Standard Methods of Evaluating Degree of Rusting on Painted Steel Surfaces", SSPC-Vis 2 ASTM Designation D610; Visual Standard for Surfaces of New Steel Airblast Cleaned with Sand Abrasive", NACE Standard TM-01-70; and as described below. Anchor profile for prepared surfaces shall be measured by use of a non-destructive instrument such as a Keane-Tator Surface Profile Comparator. To facilitate inspection, the Contractor shall on the first day of sandblasting operations, sandblast metal panels to the standard specified. Plates shall be 1/8" (3.75 mm) plate stock and shall measure a minimum of 8-1/2" x 11" (216 mm x 280 mm). After mutually agreeing a specific panel meets the requirement of the specification, it shall be initialed by the Contractor and Inspector and securely sealed in clear plastic with desiccant to prevent rusting. Panels shall be prepared for each type sandblasting specified and shall be utilized by the Inspector throughout the duration of sandblasting operations. B. Coating and Painting Application No coating or paint shall be applied: when the surrounding air temperature or the temperature of the surface to be coated or painted is below 40°F (4.4°C); to wet or damp surfaces or in rain, snow, fog, or mist; when the temperature is less than 5°F (2.8°C) above the dew point; when it is expected the air temperature will drop below 40°F (4.4°C) or less than 5°F (2.8°C) above the dew point within 8 hours after application of coating or paint. Dewpoint shall be measured by use of an instrument such as a Sling Psychrometer in conjunction with U.S. Department of Commerce Weather Bureau Psychrometric Tables. If above conditions are prevalent, coating or painting shall be delayed or postponed until conditions are favorable. The day's coating or painting shall be completed in time to permit the film sufficient drying time prior to damage by atmospheric conditions. C. Inspection Concrete, non-ferrous metal, plastic and wood surfaces shall be visually inspected to insure proper and complete coverage has been attained. A destructive testing instrument, such as a Tooke Gage, shall be used if deemed necessary. Thickness of coatings and paint on ferrous metal surfaces shall be checked with a non-destructive, magnetic type dry film thickness gauge. Coating integrity of Systems A and C surfaces shall be tested with an approved inspection device. Holiday detectors shall not exceed the voltage recommended by the manufacturer of the coating system. For film thicknesses between 10 and 20 mils (0.25 mm and 0.50 mm) a non-sudsing type wetting agent such as Kodak Photo-Flo, shall be added to the water prior to wetting the detector 04/10/07 COATING AND PAINTING POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 09900-3 sponge. All pinholes shall be marked, repaired in accordance with the manufacturer's printed recommendations and retested. No pinholes or other irregularities will be permitted in the final coating. In cases of dispute concerning film thickness or "holidays", the Owner's calibrated instruments and measurements shall predominate. Wide film thickness discrepancies shall be measured and verified with a micrometer or other approved measuring instrument. Contractor shall give the Owner a minimum of 3 working days advance notice of the start of any field surface preparation work or coating application work, and a minimum of 7 working days advance notice of the start of any shop surface preparation work or coating application work. D. Inspection Devices The Contractor shall furnish, until final acceptance of coating and painting, inspection devices in good working condition for detection of holidays and measurement of dry-film thickness of coating and paint. The Contractor shall also furnish U.S. Department of Commerce, National Bureau of Standards certified thickness calibration plates to test the accuracy of dry-film thickness gauge and certified instrumentation to test the accuracy of holiday detectors. Dry-film thickness gauges shall be made available for the Owner's use at all times until final acceptance of application. Holiday detection devices shall be operated by the Contractor in the presence of the Owner. Acceptable devices for ferrous metal surfaces include, but are not limited to K-D "Bird-Dog" holiday detector for coatings to 20 mils (0.50 mm) dry film thickness, Tinker-Rasor Models AP and AP-W holiday detectors for coatings in excess of 20 mils (0.50 mm) dry-film thickness, and "Owner" units for dry-film thickness gauging. Non- ferrous metal surfaces shall be checked with an instrument such as an Elcometer "Eddy Current" Tester. Inspection devices shall be operated in accordance with the manufacturer's instructions. E. Warranty Inspection Warranty inspection shall be conducted during the eleventh month of the Contract warranty period. The Contractor and a representative of the coating material manufacturer shall attend this inspection. All defective work shall be repaired in accordance with this specification and to the satisfaction of the Owner. 1.06 Safety and Health Requirements A. General Surface preparation and application of coatings shall be performed by the Contractor in compliance with all applicable federal, state, and local occupational safety, health, and air pollution control regulations. The Contractor shall obtain and comply with all safety precautions recommended by the paint manufacturer 04/10/07 COATING AND PAINTING POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 09900-4 in printed instructions or special bulletins. The Contractor shall provide and require use of personnel protective lifesaving equipment for persons working in or about the project site. B. Head and Face Protection and Respiratory Devices Equipment shall include protective helmets which shall be worn by all persons while in the vicinity of the work. In addition, workers engaged in or near the work during sandblasting shall wear eye and face protection devices and air-purifying, half-mask or mouthpiece respirator with appropriate filter. C. Ventilation Where ventilation is used to control hazardous exposure, all equipment shall be explosion-proof. Ventilation shall reduce the concentration of air contaminant to the degree a hazard does not exist. D. Sound Levels Whenever the occupational noise exposure exceeds the maximum allowable sound levels, the Contractor shall provide and require the use of approved ear protective devices. E. Illumination Adequate illumination shall be provided while work is in progress, including explosion-proof lights and electrical equipment. Whenever required by the Owner, the Contractor shall provide additional lighting and necessary supports to illuminate all areas to be inspected. The level of illumination for inspection purposes shall be determined by the Owner. F. Temporary Ladders and Scaffolding All temporary ladders and scaffolding shall conform to applicable safety requirements. They shall be erected where requested by the Owner to facilitate inspection and be moved by the Contractor to locations requested by the Owner. 1.07 Extra Stock Upon completion of all coating and painting work, Contractor shall deliver to the Owner a minimum of two 1 gallon cans of each type and color of finish paint and coating used on the project and two 1 gallon cans of each primer. Each container shall be unopened and properly labeled for identification and have a manufacture date within two months of the date of delivery to the Owner. 04/10/07 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 COATING AND PAINTING 09900-5 PART 2 - PRODUCTS 2.01 General A. Products specified are those which have been evaluated for the specific service and are listed to establish a standard of quality. Requests for product substitution are subject to the requirements of section "Contractor Submittals Technical Specifications". B. All materials shall be brought to job site in original sealed containers. Contractor shall provide coating material name, formula or specification number, batch number, color and date of manufacture to the Owner. Coating materials shall not be used until the Owner has inspected contents and checked information on containers or label. Materials exceeding storage life recommended by the manufacturer shall be rejected. C. All coatings and paints shall be stored in enclosed structures to protect them from weather and excessive heat or cold. Flammable coatings or paints must be stored to conform with city, county, state, and federal safety codes for flammable coating or paint materials. Water based coatings or paints shall be protected from freezing. D. Contractor shall use products of same manufacturer for all coating systems unless approved in writing by the Owner. E. It is the intent of this specification that all coatings used meet local, state, and federal air pollution control regulations. These regulations change frequently. If a listed coating does not meet local, state, and federal air pollution control regulations at the time the work is actually performed, the Contractor shall provide the manufacturer's compliant, recommended substitute coating at no additional cost to the Owner. 2.02 Service Condition A Ferrous metals subject to corrosive moisture or atmosphere and condensation such as outside of tanks, out-of-doors piping, valves, and equipment, bridges over process units, etc. shall receive the following surface preparation and coating: A. Surface Preparation All surfaces shall be field sandblasted in conformance with Steel Structures Painting Council Specifications SSPC-SP10 and National Association of Corrosion Engineers Surface Finish NACE No. 2 (Near-White Blast Cleaning) to achieve a 1.5-2.5 mil (40-60 micron) blast profile. B. Application Application shall be in strict accordance with manufacturer's recommendations. The minimum and maximum required times between coats shall be per the manufacturer's product data sheet. Written requests for shop surface 04/10/07 COATING AND PAINTING POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 09900-6 preparation and application of the prime coat shall be reviewed and approved by Owner on a case-by-case basis. If approved by Owner, shop applied prime coat surface shall be field scarified by brush-blasting prior to application of intermediate coat. C. Coating System Except as otherwise noted, the prime coat shall have a minimum dry film thickness (MDFT) of 4.0 mils. The intermediate coat shall have a MDFT of 4.0 mils and the finish coat shall have a MDFT of 2.0 mils. The total dry film thickness of the complete system shall be 10.0 mils, minimum. Carboline System Primer - Carboline 893 Intermediate - Carboline 890 Finish - Carbothane D134HS Ameron System Primer - Amercoat 385 Intermediate - Amercoat 385 Finish - Amercoat 450 HS Tnemec System Primer - Series 69 Hi-Build Epoxoline II Intermediate - Series 69 Hi-Build Epoxoline II Finish - Series 1074 Endurashield II 2.03 Service Condition B Ferrous metals not subject to corrosive moisture or atmosphere and condensation; normal indoor or outdoor exposure such as metal doors, other architectural items; piping, valves, and pumps indoors, etc. shall receive the following surface preparation and coating: A. Surface Preparation All surfaces shall be field sandblasted in conformance with SSPC-SP6 and NACE No. 3 (Commercial Blast Cleaning). B. Application Application shall be in strict accordance with manufacturer's recommendations. The minimum and maximum times required between coats shall be per the manufacturer's product data sheet. Written requests for shop surface preparation and application of the prime coat shall be reviewed and approved by Owner on a case-by-case basis. If approved by Owner, shop applied prime coat surface shall be scarified by brush-blasting prior to application of finish coat. 04/10/07 COATING AND PAINTING POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 09900-7 C. Coating System Except as otherwise noted, the prime coat shall have a MDFT of 4.0 mils. The finish coat (one or more) shall have a MDFT of 3.0 mils. The total dry film thickness of the complete system shall be 7.0 mils, minimum. Carboline System Primer - Carboline 893 Finish - Carbothane D134 HS Ameron System Primer - Amercoat 385 Finish - Amercoat 450 HS Tnemec System Primer - Series 69 Hi-Build Epoxoline II Finish - Series 1074 Endurashield II 2.04 Service Condition C Ferrous metals submerged or intermittently submerged in sewage or similar corrosive liquid, shall receive the following surface preparation and coating: A. Surface Preparation All surfaces shall be field sandblasted in conformance with SSPC-SP10 and NACE No. 2 (Near-White Blast Cleaning) to achieve a 2-4 mil (50-100 micron) blast profile. B. Application Application shall be in strict accordance with manufacturer's recommendations. If recoating is required to correct pinholes, holidays or insufficient coating thickness; surfaces shall be scarified by brush-blasting prior to recoat. C. Coating System Except as otherwise noted, one coat shall be applied at a MDFT of 16.0 mils. Carboline System Bitumastic 300M (coal tar epoxy) Ameron System Amercoat 78HB (coal tar epoxy) Tnemec System Series 46H-413 Hi-Build Tneme-Tar (coal tar epoxy) 04/10/07 COATING AND PAINTING POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 09900-8 2.05 Service Condition D Buried metal surfaces shall receive the following surface preparation and coating: A. Surface Preparation All surfaces shall be cleaned in conformance with SSPC-SP3 (Power Tool Cleaning) or SSPC-SP6 and NACE No. 3 (Commercial Blast Cleaning). B. Application Application shall be in strict accordance with manufacturer's recommendations. The minimum time required between coats and prior to backfilling shall be per the manufacturer's product data sheet. C. Coating System Except as otherwise noted, two or more coats shall be applied to a minimum total dry film thickness of 30 mils. Carboline System Bitumastic No. 50 (coal tar) Ameron System Base Coat - Amerlastic 281 (15 mils MDFT) Top Coat - Amerlastic 282 (15 mils MDFT) Tnemec System Series 46-465HB Tnemecol (coal tar) 2.06 Service Condition E Ferrous metals subject to high temperature exposure (resistant to 1000°F, continuous) shall receive the following surface preparation and coating: A. Surface Preparation All surfaces shall be field sandblasted in conformance with SSPC-SP10 and NACE No. 2 (Near-White Blast Cleaning) to achieve a 1.0 mil (25 micron) blast profile. B. Application Application shall be in strict accordance with manufacturer's recommendations. The maximum dry film thickness of this system shall not exceed the limits established by the manufacturer. 04/10/07 COATING AND PAINTING POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 09900-9 C. Coating System Except as otherwise noted, two coats shall be applied at 1.0 mil per coat to a total 2.0 mil dry film thickness for the system. Carboline System Primer - Carboline 4631 Finish - Carboline 4631 Ameron System Primer - Amercoat 892HS Finish - Amercoat 892HS Tnemec System Primer - Series 39 Silicone Aluminum Finish - Series 39 Silicone Aluminum 2.07 Service Condition F Non-ferrous or galvanized ferrous metals, specifically identified in the Contract Documents as requiring coating, shall receive the following surface preparation and coating: A. Surface Preparation All surfaces shall be cleaned in conformance with Steel Structures Painting Council Specifications SSPC-SP1 (solvent cleaning). B. Application Application shall be in strict accordance with manufacturer's recommendations. C. Coating System Except as otherwise noted, one pre-treatment coat shall be applied to a minimum dry film thickness of 0.5 mils and shall be self priming on non-ferrous metals and galvanized surfaces. The primer and finish coats shall be the system recommended for the specific Service Condition. Carboline System Pre-Treatment Coat - Carbozinc 11 Ameron System Pre-Treatment Coat - Galvaprep (Parker Amchem) 04/10/07 COATING AND PAINTING POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 09900-10 2.08 Service Condition G Metals finished with asphalt, coal tar, or other bleeding type finish, specifically identified in the Contract Documents as not requiring removal prior to field coating, shall receive the following surface preparation and coating: A. Surface Preparation All surfaces shall be cleaned in conformance with Steel Structures Painting Council Specification SSPC-SP1 (Solvent Cleaning). B. Application Application shall be in strict accordance with manufacturer's recommendations. C. Coating System Except as otherwise noted, one barrier coat shall be applied to a MDFT of 3.0 mils. Finish coats shall be the system recommended for the specific Service Condition. Carboline System Barrier Coat - Carboline 893 Ameron System Barrier Coat - Amerlock 400 Tnemec System Barrier Coat - Series 69 Hi-Build Epoxoline II 2.09 Service Condition H - Not Used 2.10 Service Condition I Concrete subject to continuous or intermittent submergence in sewage, scum, sludge or other corrosive liquid where specified shall receive the following surface preparation and coating: A. Surface Preparation All surfaces shall be thoroughly cleaned by sandblasting or other approved methods, removing all traces of previous materials. Remove all loose concrete by chipping, etc. to leave only sound firmly bonded concrete. All cracks and voids shall be filled with the specified epoxy filler and surfacer. Final surface shall be smooth and free of voids, cavities, dirt, dust, oils, grease, laitance or other contaminants. B. Application Application shall be in strict accordance with manufacturer's recommendations. The minimum and maximum required times between coats shall be per the manufacturer's product data sheet. If recoating is required to correct pinholes or insufficient system coating thickness, surfaces shall be brush-blasted prior to recoat. 04/10/07 COATING AND PAINTING POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 09900-11 C. Coating System The prime coat shall be applied at a coverage rate not to exceed 200 S.F. per gallon. Finish coats shall be two or more coats to a total dry film thickness of 16.0 mils (minimum) for the system. Carboline System Ameron System Tnemec System Filler - Carboline 195 Surfacer Primer - Bitumastic 300M Thinned 30% with 2000 Thinner Finish - Bitumastic 300M (undiluted) Filler - NU-KLAD 114A Primer - Amercoat 385 Finish - Amercoat 351 Filler - Series 63-1500 Epoxy Filler and Surfacer Primer - Series 46H-413HB Tneme-Tar Thinned 30% with Tnemec #2 Thinner Finish - Series 46H-413HB (undiluted) 2.11 Service Condition J Concrete surfaces subject to corrosive spillage and mechanical wear shall receive the following surface preparation and coating: A. Surface Preparation All surfaces shall be thoroughly cleaned by sandblasting or other approved methods, removing all traces of previous materials. Remove all loose concrete by chipping, etc. to leave only sound firmly bonded concrete. All cracks and voids shall be filled with the specified filler and surfacer. Final surface shall be smooth and free of voids, cavities, dirt, dust, oils, grease, laitance or other contaminants. B. Application Application shall be in strict accordance with manufacturer's recommendations. The minimum and maximum required times between coats shall be per the manufacturer's product data sheet. If recoating is required to correct pinholes of insufficient system coating thickness, surfaces shall be brush-blasted prior to recoat. 04/10/07 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 COATING AND PAINTING 09900-12 C. Coating System Total dry film thickness of the complete system shall be 24.0 mils, minimum. Ameron System Filler - NU-KLAD 114A Primer - Amercoat 385 (6 mils MDFT) Finish - Amercoat 351 (9 mils MDFT, each coat) Tnemec System Filler - Series 120-5003 Vinester F&S Primer - Series 120-5002 Beige Vinester (12 mils MDFT) Finish - Series 120-5001 Grey Vinester (12 mils MDFT) 2.12 Service Condition K Interior and exterior concrete surfaces exposed to view, not subject to immersion and not subject to pedestrian traffic, and concrete block and masonry without integral color or architectural treatment, shall receive the following surface preparation and coating: A. Surface Preparation All surfaces shall be thoroughly cleaned by sandblasting or other approved methods, removing all traces of previous materials. Remove all loose concrete, mortar splatter and protrusions by chipping, etc. to leave only sound firmly bonded concrete, concrete block, or masonry. All cracks and voids shall be filled with an approved concrete and masonry patching compound. Final surface shall be smooth and free of voids, cavities, dirt, dust, oils, grease, laitance or other contaminants. B. Application Application shall be in strict accordance with manufacturer's recommendations. A minimum of 12 hours is required before additional coats may be applied to the prime coat and two hours for the finish coats. C. Coating System Prime coat shall be applied at a rate of 75-100 square feet per gallon. A minimum of two finish coats shall be applied at a coverage rate not to exceed 150 square feet per gallon per coat. Carboline System Primer - Sanitile 100 Finish - Sanitile 155 Ameron System Primer - Amerlastic 172 Finish - Amerlastic 290 LT (Smooth) or Amerlastic 290 TC (Textured) Tnemec System Primer - Series 130 Envirofill Finish - Series 180 (Smooth) or 181 (Textured) 04/10/07 COATING AND PAINTING POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 09900-13 2.13 Service Condition L Concrete floors subject to corrosive moisture and pedestrian traffic where specified shall receive the following surface preparation and coating: A. Surface Preparation All surfaces shall be thoroughly cleaned by sandblasting or other approved methods; removing all traces of previous materials. Remove all loose concrete by chipping, etc. to leave only sound firmly bonded concrete. Cracks and voids shall be repaired or filled with the specified filler and surfacer. Final surfaces shall be smooth and free of voids, cavities, dirt, dust, oils, grease laitance or other contaminants. B. Application Application shall be in strict accordance with manufacturer's recommendation. Where a non-skid finish is specified broadcast #50 dry washed silica sand onto primer coat while still wet and follow with finish coat after required drying time. C. Coating System Prime coat shall be thinned 15-20% with manufacturer recommended thinner and applied at a coverage rate not to exceed 250 square feet per gallon. Finish coat shall be applied at a coverage rate not to exceed 200 square feet per gallon. Total dry film thickness of the complete system shall be a minimum of 10 mils. Carboline System Filler - Carboline 195 Surfacer Primer - Carboline 890 Finish - Carboline 890 Ameron System Tnemec System 2.14 Service Condition M Filler - NU-KLAD 114A Primer - Amerlock 400 Finish - Amerlock 400 Filler - Series 63-1500 Filler and Surfacer Primer - Series 104 H.S. Epoxy Finish - Series 104 H.S. Epoxy Concrete and concrete block masonry furnished with an approved architectural finish (e.g. integral color or architectural treatment) shall receive the following surface preparation and clear water repellent sealing system: 04/10/07 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 COATING AND PAINTING 09900-14 A. Surface Preparation All surfaces shall be cleaned of all dirt, dust, grease, and other foreign matter before sealing. B. Application Application shall be in strict accordance with manufacturer's recommendations. C. Coating System Apply one coat at a coverage rate not to exceed 100 square feet per gallon. Rainguard System Super Monopole System Monochem Aquaseal 2.15 Service Condition N Interior and exterior architectural woodwork shall receive the following surface preparation and coating: A. Surface Preparation Sand new and bare wood to remove any surface contamination and surface cells. For previously coated surfaces sand loose paint to a tight, adherent surface. Cracks, nail holes, and other defects shall be filled with putty or plastic wood after priming. All knots shall be sealed with an approved knot sealer. Prior to coating, all surfaces shall have a moisture content below level recommended by coating manufacturer and be thoroughly cleaned and free of all foreign matter. B. Application Application shall be in strict accordance with manufacturer's recommendations. C. Coating System Prime coat shall be applied at a coverage rate not to exceed 280 square feet per gallon. The finish coat shall be applied at a coverage rate not to exceed 280 square feet per gallon. Carboline System Primer - Carbocrylic 120 (satin) Finish - Carbocrylic 3359 (semi-gloss) Ameron System Primer - Amercoat 220 (satin or gloss) Finish - Amercoat 220 (satin or gloss) Tnemec System Primer - Series 6 (flat) or 7 (semi-gloss) Finish - Series 6 (flat) or 7 (semi-gloss) 04/10/07 COATING AND PAINTING POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 09900-15 2.16 Service Condition O Exposed plastic and fiberglass surfaces, specifically identified in the Contract Documents as requiring coating, shall receive the following surface preparation and coating (coating to be used for this category shall be certified by the plastic and fiberglass manufacturer to be completely acceptable and non-injurious to the material): A. Surface Preparation Surface preparation shall consist of hand sanding to remove gloss. All remaining dust shall be removed with vacuum brushing or tack rag. Sanded surfaces shall not be washed with either solvent or water. B. Application Application shall be in strict accordance with manufacturer's recommendations. C. Coating System Except as otherwise noted, two coats shall be applied at 4.0 mils per coat to a total 8.0 mil MDFT for the system. Carboline System Carbothane D134 HS Ameron System Amercoat 450 HS Tnemec System Series 1074 Endurashield II 2.17 Service Condition P Manufactured items furnished with shop-applied coat of primer requiring field touch-up or with a shop applied primer which is not compatible with the required coating system shall receive the following surface preparation and coating system: A. Surface Preparation All surfaces shall be cleaned in conformance with Steel Structures Painting Council Specification SSPC-SP2 (Hand Tool Cleaning), including hand sanding and feathering of damaged areas. If determined by the Owner that damage is too extensive for touch-up, item shall be recleaned and coated or painted as directed by Owner. B. Coating System Prime and finish coats shall be the system recommended for the specific Service Condition. Prime coat shall be compatible with the required system. If not (as determined by the Owner) the prime coat shall either be removed by sandblasting or coated with a suitable primer which is compatible with the shop primer utilized and the coating system required. Costs incurred for repair or replacement of shop-applied primers shall be the sole responsibility of the Contractor. 04/10/07 COATING AND PAINTING POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 09900-16 2.18 Service Condition Q Manufactured items furnished with shop-applied primer and finish coats requiring field touch-up shall receive the following surface preparation and coating system: A. Surface Preparation All surfaces shall be cleaned in conformance with Steel Structures Painting Council Specification SSPC-SP2 (Hand Tool Cleaning), including hand sanding and feathering of damaged areas. If determined by the Owner that damage is too extensive for touch-up, item shall be recleaned and coated or painted as directed by Owner. B. Coating System Prime and finish coats shall be the system recommended for the specific Service Condition. Costs incurred for repair or replacement of shop-applied coatings or finishes shall be the sole responsibility of the Contractor. 2.19 Service Condition R Ferrous metal tanks, vessels, or equipment containing raw water or potable water shall receive the following surface preparation and coating: A. Surface Preparation All interior surfaces, including miscellaneous accessories and components, submerged or unsubmerged, shall be field sandblasted in conformance with SSPC-SP10 and NACE No. 2 (Near-White Blast Cleaning) to achieve a 2-4 mil (50-100 micron) blast profile. All exterior surfaces, including miscellaneous accessories and components, shall be field sandblasted in conformance with SSPC-SP6 and NACE No. 3 (Commercial Blast Cleaning). B. Application Application shall be in strict accordance with manufacturer's recommendations. The minimum and maximum required times between coats shall be per the manufacturer's product data sheet. Written requests for shop surface preparation and application of the prime coat shall be reviewed and approved by Engineer on a case-by-case basis. If approved by Engineer, shop applied prime coat surface shall be field scarified by brush-blasting prior to application of finish coat. 04/10/07 COATING AND PAINTING POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 09900-17 C. Coating System Interior Surfaces: Interior coating system shall be certified by the National Sanitation Foundation to be in accordance with ANSI/NSF Standard 61 for potable water contact. Except as otherwise noted, the prime coat shall have a MDFT of 6.0 mils. The finish coat shall have a MDFT of 6.0 mils. The total dry film thickness of the complete system shall be 12.0 mils, minimum. Carboline System Primer - Super Hi-Gard 891 Finish - Super Hi-Gard 891 Tnemec System Primer - Series 139 Pota-Pox II Finish - Series 139 Pota-Pox II Exterior Surfaces: Except as otherwise noted, the prime coat shall have a MDFT of 6.0 mils. The finish coat (one or more) shall have a MDFT of 3.0 mils. The total dry film thickness of the complete system shall be 9.0 mils, minimum. Carboline System Primer - Super Hi-Gard 891 Finish - Carbothane D134 HS Tnemec System Primer - Series 139 Pota-Pox II Finish - Series 1074 Endurashield II 2.20 Service Condition S Concrete subject to continuous or intermittent submergence in sewage, scum, or sludge shall receive the following surface preparation and coating: A. Surface Preparation All surfaces shall be thoroughly cleaned by sandblasting, removing all traces of previous materials. Remove all loose concrete by chipping, etc. to leave only sound firmly bonded concrete. All cracks and voids shall be filled with a non-sag epoxy resin adhesive. Surfaces to be coated shall be roughened by blast cleaning or equivalent mechanical means to achieve the coating manufacturer's minimum designated degree of roughness. Final surface shall be rough and free of voids, cavities, dirt, dust, oils, grease, laitance or other contaminants. B. Application Application shall be in strict accordance with manufacturer's written recommendations. The minimum and maximum coating thickness per lift shall be in accordance with the manufacturer's requirements. Coating manufacturer shall provide the services of a technical field representative to review and approve the surface preparation and to assist the coating applicator during the initial phase of coating. 04/10/07 COATING AND PAINTING POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 09900-18 C. Coating System The finished coating thickness shall be a minimum of 1/2 inch. Lafarge Calcium Aluminates System Primer/Finish - Sewpercoat Sika System Primer - Armatec 110 Finish - Sikadur 45 Epocem 2.21 Miscellaneous Coatings A. Aluminum Metal Isolation All aluminum bearing on, or embedded in, concrete shall be coated with a wash primer (0.5 mils) followed by one coat (8 mils) of heavy bodied bituminous paint, Kop-Coat Bitumastic Super Service Black or Tnemec 46-465. PART 3 - EXECUTION 3.01 General A. All surface preparation, coating and painting shall conform to applicable standards of the National Association of Corrosion Engineers, the Steel Structures Painting Council, the American Concrete Institute, the Forest Products Research Society, and the Manufacturer's printed instructions. Material applied prior to approval of surface preparation by the Owner shall be removed and reapplied to the satisfaction of the Owner at the expense of the Contractor. B. All work shall be performed by skilled craftsmen qualified to perform the required work in a manner comparable with the best standards of practice. Continuity of personnel shall be maintained and transfers of key personnel shall be coordinated with the Owner. C. Unless otherwise specified, dust, dirt, oil, grease or any foreign matter that will affect the adhesion or durability of the finish must be removed by washing with clean rags dipped in an approved cleaning solvent and wiped dry with clean rags. D. Coating and painting systems include surface preparations, prime coatings and finish coatings. Surface preparation for a specific Service Condition shall be as specified for that coating or painting system. Unless otherwise specified, prime coatings shall be field applied. Where prime coatings are shop applied, they shall be thoroughly cleaned and touched up in the field as specified. If shop coatings are deficient or damaged too extensively for adequate repair, they shall be removed and coated and painted as directed by the Owner. Contractor shall instruct suppliers to provide prime coats compatible with the finish coats specified. Any off site work which does not conform to this specification is subject to rejection by the Owner. 04/10/07 COATING AND PAINTING POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 09900-19 E. The Contractor's coating and painting equipment shall be designed for application of materials specified and shall be maintained in first class working condition. Compressors shall have suitable traps and filters to remove water and oils from the air. Contractor's equipment shall be subject to approval by the Owner. 3.02 Surface Preparation, Ferrous Metal A. General The latest revision of the following surface preparation specifications of the Steel Structures Painting Council and the National Association of Corrosion Engineers shall form a part of this specification: 1. Solvent Cleaning (SSPC-SP1). Removal of oil, grease, soil and other contaminants by use of solvents, emulsions, cleaning compounds, steam cleaning or similar materials and methods which involve a solvent or cleaning action. 2. Hand Tool Cleaning (SSPC-SP2). Removal of loose rust, loose mill scale and other detrimental foreign matter to degree specified by hand chipping, scraping, sanding and wire brushing. 3. Power Tool Cleaning (SSPC-SP3). Removal of loose rust, loose mill scale and other detrimental foreign matter to degree specified by power wire brushing, power impact tools or power sanders. 4. White Metal Blast Cleaning (SSPC-SP5). Blast cleaning to a gray-white uniform metallic color until each element of surface area is free of all visible residues. 5. Commercial Blast Cleaning (SSPC-SP6 and NACE No. 3). Blast cleaning until at least two-thirds of each element of surface area is free of all visible residues. 6. Brush-Off Blast Cleaning (SSPC-SP7 and NACE No. 4). Blast cleaning to remove loose rust, loose mill scale and other detrimental foreign matter to degree specified. 7. Near White Blast Cleaning (SSPC-SP10 and NACE No. 2). Blast cleaning to nearly white metal cleanliness, until at least 95% of each element of surface area is free of all visible residues. B. Slag and weld metal accumulation and spatters not removed by the fabricator, erector, or installer shall be removed by chipping and grinding. All rough welds shall be ground smooth and sharp edges shall be ground to approximately 1/8" radius. 04/10/07 COATING AND PAINTING POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 09900-20 C. Field blast cleaning for all surfaces shall be dry sandblasting unless otherwise directed. D. The Contractor shall comply with all applicable local, state, and federal, air pollution control regulations for blast cleaning. E. All oil, grease, welding fluxes and other surface contaminants shall be removed by solvent cleaning per SSPC-SP1 prior to blast cleaning. F. Maximum particle size of abrasives used in blast cleaning shall be that which will produce a surface profile in accordance with these specifications and the recommendations of the manufacturer of the specified coating system to be applied. G. Sand used in blast cleaning operations shall be washed, graded and free of contaminants that would interfere with adhesion of coating or paint and shall not be reused. H. Shop applied temporary coatings or shop applied coatings of unknown composition shall be completely removed before the specified coatings are applied. I. During blast cleaning operations, caution shall be exercised to insure that existing coatings or paint are not exposed to abrasion from blast-cleaning. J. The Contractor shall keep the area of his work in a clean condition and shall not permit blasting materials to accumulate as to constitute a nuisance or hazard to the prosecution of the work or the operation of the existing facilities. K. Surfaces shall be cleaned of all dust and residual particles of the cleaning operation by dry air blast cleaning, vacuuming or another approved method prior to application of specified coatings or paint. No coatings or paint shall be applied over damp or moist surfaces. L. All welds shall be neutralized with a suitable chemical compatible with the specified coating materials. 3.03 Surface Preparation, Galvanized Ferrous Metal Prior to application of specified pretreatment coating, galvanized ferrous metal shall be alkaline cleaned per SSPC-SP1 to remove oil, grease, and other contaminants detrimental to adhesion of the protective coating system to be used. 3.04 Surface Preparation, Ferrous Metal with Existing Coatings A. All grease, oil, heavy chalk, dirt, or other contaminants shall be removed by solvent or detergent cleaning prior to abrasive blast cleaning. The generic type of the existing coatings shall be determined by laboratory testing. 04/10/07 COATING AND PAINTING POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 09900-21 B. The Contractor shall provide the degree of cleaning specified in the coating system schedule for the entire surface to be coated. If the degree of cleaning is not specified in the schedule, deteriorated coatings shall be removed by abrasive blast cleaning to SSPC-SP6, Commercial Blast Cleaning. Areas of tightly adhering coatings shall be cleaned to SSPC-SP7, Brush-off Blast Cleaning, with the remaining thickness of existing coating not to exceed 3 mils. C. If coatings to be applied are not compatible with existing coatings the Contractor shall apply intermediate coatings per the paint manufacturer's recommendation for the specified coating system or shall completely remove the existing coating prior to abrasive blast cleaning. A small trial application shall be conducted for compatibility prior to painting large areas. D. Coatings of unknown composition shall be completely removed prior to application of new coatings. 3.05 Surface Preparation, Concrete and Masonry A. Surface preparation shall not begin until at least 30 days after the concrete or masonry has been placed. B. All oil, grease, and form release and curing compounds shall be removed by detergent cleaning per SSPC-SP1 before abrasive blast cleaning. C. Concrete and masonry surfaces and deteriorated concrete surfaces to be coated shall be abrasive blast cleaned to remove existing coatings, laitance, deteriorated concrete, and to roughen the surface. The abrasive used should be dry and clean with the maximum particle size that will pass through a 16 mesh screen. Cracks and voids shall be repaired or filled with the specified filler and surfacer. Final surface shall be sound, firmly bonded, smooth and free of voids, cavities, dirt, dust, oils, grease, laitance, or other contaminants. D. Residual abrasive, dust and loose particles shall be removed from the surface by vacuuming or blowing off with dry high pressure air. E. Unless required for proper adhesion, surfaces shall be dry prior to coating. The presence of moisture shall be determined with an approved moisture detection device. 3.06 Surface Preparation, Wood and Composition Materials All surfaces shall be cleaned of dirt, oil, or other foreign substances with mineral spirits, scrapers, sandpaper, or wire brushes. Finished surfaces exposed to view shall, if necessary, be made smooth by planing or sandpapering. Small, dry, seasoned knots shall be surface scraped, sandpapered, and thoroughly cleaned, and shall be given a thin coat of WP-578 Western Pine Association knot sealer before application of the priming coat. Large, open unseasoned knots, and all beads or streaks of pitch shall be scraped off, or if the pitch is still soft, it shall be removed with mineral spirits or turpentine and the resinous area shall be thinly coated with knot sealer. After priming, all holes and imperfections shall be filled with putty or plastic wood (colored to match the 04/10/07 COATING AND PAINTING POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 09900-22 finish coat), allowed to dry, and sandpapered smooth. Existing surfaces shall be cleaned of all loose or flaking paint and sandpapered to a tight, adherent surface. 3.07 Coating and Painting Application, General A. Coating and painting application shall conform to the requirements of the Steel Structures Painting Council Paint Application Specifications SSPC-PA1, latest revision, for "Shop, Field and Maintenance Painting", and recommended practices of the National Association of Corrosion Engineers, the American Concrete Institute, the Forest Products Research Society and the Manufacturer of the coating and paint materials. B. Application of the first coat shall follow immediately after surface preparation and cleaning and within an eight hour working day. Any cleaned areas not receiving first coat within an eight hour period shall be recleaned prior to application of first coat. Cleaned surfaces and all coats of the specified system shall be inspected prior to application of each succeeding coat. Contractor shall schedule such inspection with Owner in advance. C. Prior to assembly, all surfaces made inaccessible after assembly, shall be prepared as specified herein and shall receive the coating or painting system specified. D. Thinning shall be permitted only as recommended by the Manufacturer and approved by the Owner. E. Coating materials shall be protected from exposure to cold weather, and shall be thoroughly stirred, strained, and kept at a uniform consistency during application. F. Each application of coating or paint shall be applied evenly, free of brush marks, sags, runs, and variations in color, texture and finish, with no evidence of poor workmanship. Care shall be exercised to avoid lapping on glass or hardware. Coatings and paints shall be sharply cut to lines. Finished surfaces shall be free from defects or blemishes. G. Protective coverings or drop cloths shall be used to protect floors, fixtures and equipment. The working parts of all mechanical and electrical equipment shall be protected from damage during surface preparation and coating operations. Openings in motors shall be masked to prevent entry of coating or other materials. Care shall be exercised to prevent coatings or paints from being spattered onto surfaces which are not to be coated or painted. Spray painting shall be conducted under carefully controlled conditions. The Contractor shall be fully responsible for and shall promptly repair any and all damage to adjacent facilities or adjoining property occurring from blast cleaning or coating operations. H. When two or more coats of coating or paint are specified, each coat shall be of a slightly different shade to facilitate inspection of surface coverage of each coat. 04/10/07 COATING AND PAINTING POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 09900-23 I. Specified film thicknesses per coat for the Service Conditions are minimum required. Contractor shall apply additional coats as necessary to achieve the specified thickness. J. All material shall be applied as specified. K. All welds and irregular surfaces shall receive a brush coat of the specified product prior to application of the first complete coat. L. Cleaning and coating shall be coordinated so that dust and other contaminants from the cleaning process will not fall on wet, newly-coated surfaces. M. Drying time between coats and surface curing shall be as recommended by the coating manufacturer depending upon field conditions of temperature and humidity. Times shall be submitted with the shop drawings based on 70°F and relative humidity of 50%. N. In the case of enclosed areas, the forced air ventilation system shall operate continuously to provide air circulation and exhausting of solvent vapors. 3.08 Shop Coating A. All items of equipment, or parts of equipment which are not submerged in service, shall be shop primed and then finish coated in the field, after installation, with the specified or approved color. The methods, materials, application equipment and all other details of shop painting shall comply with these specifications. If the shop primer requires topcoating within a specified period of time, the equipment shall be finish coated in the shop and then touch-up painted after installation. B. All items of equipment, or parts and surfaces of equipment which are submerged or inside an enclosed hydraulic structure when in service, with the exception of pumps and valves, shall have all surface preparation and coating work performed in the field. C. For certain pieces of equipment it may be undesirable or impractical to apply finish coatings in the field. Such equipment may include engine generator sets, equipment such as electrical control panels, switchgear or main control boards, submerged parts of pumps, ferrous metal passages in valves, or other items where it is not possible to obtain the specified quality in the field. Such equipment shall be shop primed and finish coated and touched up in the field with the identical material after installation. The Contractor shall require the manufacturer of each such piece of equipment to certify as part of its shop drawings that the surface preparation is in accordance with these specifications. Copies of applicable coating manufacturer's material data sheets shall be submitted with equipment shop drawings. D. For certain small pieces of equipment the manufacturer may have a standard coating system which is suitable for the intended service conditions. In such cases, the final determination of suitability will be made during review of the shop 04/10/07 COATING AND PAINTING POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 09900-24 drawing submittals. Equipment of this type generally includes only indoor equipment such as instruments, small compressors, and chemical metering pumps. E. Shop painted surfaces shall be protected during shipment and handling. Primed surfaces shall not be exposed to the weather for more than 6 months before topcoated, or less time if recommended by the coating manufacturer. F. Damage to shop-applied coatings shall be repaired in accordance with these specifications and the coating manufacturer's printed instructions. G. The Contractor shall make certain that the shop primers and field topcoats are compatible and meet the requirements of these specifications. 3.09 Protective Coating and Painting Schedule The protective coating and painting schedule provided herein or on the drawings shall indicate the coating system to be used. The schedule shall not be construed as a complete list of all surfaces to be coated but rather as a guide as to the application of the various coating systems. All surfaces shall be coated and painted except those specifically excluded herein or on the drawings. 3.10 Color Scheme All colors and shades of colors of all coats of paint and protective coating material shall be as selected by the Owner, except as noted below under "Pipe Color Coating". The Contractor shall submit a current chart of the manufacturer's available colors to the Owner at least forty-five days prior to the start of coating and painting operations. 3.11 Pipe Color Coding and Labelling All exposed piping shall be color coded and labeled to conform to all OSHA requirements and "Scheme for the Identification of Piping Systems" (ANSI A13.1). "State (10) Standards" color scheme shall be used to further identify specific commodity. As a guideline the following color coding schedule is provided. Color codes shall be confirmed with Owner prior to commencing work. A. Color Code Schedule Item Color Code Aeration Air Safety Green Aftercooler Return Safety Red Aftercooler Supply Safety Red Air Scour Safety Green Alum Safety Yellow/Red Bands AWT Bypass Safety Red Belt Press Return Water Gray 04/10/07 COATING AND PAINTING POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 09900-25 (continued) Item Color Code Caustic Soda Chemical Drain Chlorine Gas Chlorine Liquid Chlorine Solution Chlorine Vacuum Cold Sludge Digested Sludge Digested Sludge Exchange Drain Engine Cooling Water Engine Exhaust Filter Backwash Filter Backwash Return Filter Effluent Filter Influent Fire Water Flotation Thickener Overflow Flotation Thickener Return Foul Air Froth Spray Fuel Oil Fuel Oil Return Fuel Oil Supply Gravity Thickener Overflow Ground Water Drainage Grit Grit Chamber Influent Grit Washer Overflow Heat Recovery Return Heat Recovery Supply Heated Sludge Holding Tank Overflow High Pressure Digester Gas High Temperature Wash Water Hydrogen Peroxide Industrial Water Influent Force Main Safety Orange Safety Orange Safety Orange Safety Orange Safety Orange Safety Orange Brown Brown Brown Gray Safety Red Safety Red Safety Red Safety Red Safety Red Safety Red Safety Red Brown Gray White Safety Red Black Black Black Brown Gray Brown Brown Gray Safety Blue/Orange Bands Safety Blue/Orange Bands Brown/Yellow Bands Brown Light Yellow Safety Blue/Orange Bands Safety Orange Safety Red Brown 04/10/07 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 COATING AND PAINTING 09900-26 (continued) Item Color Code Jacket Water Return Jacket Water Supply Liquid Propane Gas Low Pressure Digester Gas Lube Oil Return Lube Oil Supply Lube Oil Waste Methanol Natural Gas Plant Air Plant Effluent Polymer Potable Water Primary Influent Primary Skimmings Primary Sludge Pumped Drainage Water Raw Influent Recycled Water Return Activated Sludge Return Water Sample Sanitary Drain Seal Water Secondary Effluent Secondary Skimmings Secondary Sludge Skimmings Sludge Heater Bypass Sludge Return Sludge Transfer Spray Wash Storm Drain Sulfer Dioxide Gas Sulfer Dioxide Liquid Sulfer Dioxide Solution Sulfer Dioxide Vacuum Tank Drain Tertiary Effluent Safety Red Safety Red Light Yellow Light Yellow Black Black Black Safety Yellow/Red Bands Light Yellow Safety Green/Yellow Band Safety Red Safety Yellow/Blue Bands Safety Blue Brown Brown Brown Gray Brown Safety Purple Brown Safety Red Safety Red Gray Safety Red Safety Red Brown Brown Brown Brown Brown Brown Safety Red Gray Safety Orange Safety Orange Safety Orange Safety Orange Brown Safety Red 04/10/07 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 COATING AND PAINTING 09900-27 (continued) Item Color Code Thickened Digested Sludge Brown Thickened Sludge Brown Thickened Waste Activated Sludge Brown Thickener Dilution Water Safety Red Vent Ventilation Air White White B. Wash Water Waste Activated Sludge Waste Sludge Label Coding Safety Red Brown Brown Pipe labels (or markers) shall be pressure-sensitive, self-adhesive, vinyl film pipe markers as manufactured by Seton Name Plate Corporation, or equal. Background colors, letter colors, letter heights and spacing shall conform with ANSI A13.1. Pipe designation labels and direction-of-flow arrows shall be placed at 10 foot intervals (maximum) and at every change in direction. Pipe designation wordings shall be selected by the Owner and may not correspond to standard wordings available from the manufacturer. 3.12 Cleanup Upon completion of the work, all staging, scaffolding, and containers shall be removed from the site or destroyed in a manner approved the Owner. Coating or paint spots and oil or stains upon adjacent surfaces shall be removed and the job site cleaned. All damage to surfaces resulting from the work of these specifications shall be cleaned, repaired or refinished to the satisfaction of the Owner and at no additional cost to the Owner. 04/10/07 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 COATING AND PAINTING 09900-28 SECTION 11005 GENERAL MECHANICAL AND EQUIPMENT TECHNICAL SPECIFICATIONS PART 1 - GENERAL 1.01 Description A. These General Mechanical and Equipment Specifications, which apply to all systems and equipment unless specified otherwise in the equipment Technical Specifications or on the Drawings, are hereby made a part of each and all of the separate Sections of this Specification. Contractor shall direct the attention of all subcontractors and suppliers of mechanical and related appurtenances to the provisions of the Contract Documents and this Section. B. The Contractor shall provide all tools, supplies, materials, equipment, and all labor necessary for the furnishing, construction, installation, testing, and operation of all equipment and appurtenant work, complete and operable, all in accordance with the requirements of the Contract Documents. 1.02 Submittals All submittals shall be in accordance with the General Provisions, Section 2-5.3. A. Shop Drawings. The Contractor shall furnish complete shop drawings for all equipment specified in the various sections of the Specifications and the Construction Drawings, together with all piping, valves, and controls for review by the Owner. B. Lateral Design Data. Submit with the shop drawings, details of constructions, and method of attachment for all manufactured products showing compliance with Paragraph 3.04, "Lateral Design and Restraint". Where specified in the Special Requirements or Special Construction Provisions for certain equipment, calculations and details signed by a Professional Engineer who has demonstrated proficiency in Structural Engineering or Civil Engineering and is registered in the State of California shall be submitted. The calculations shall be performed specifically for this project, during the time frame of the project and be dated by the Engineer performing them. C. Tools. The Contractor shall supply one complete set of special wrenches or other special tools necessary for the assembly, adjustment, and dismantling of the equipment. All tools shall be of best quality hardened steel forgings with bright, finished heads and with work faces dressed to fit nuts. The set of tools shall be neatly mounted in a labeled tool box of suitable design provided with a hinged cover. D. Operation and Maintenance Manuals. Prepare and submit manuals covering all mechanical equipment and machinery and its electrical components in accordance with Special Construction Provisions. 04/10/07 MECHANICAL AND EQUIPMENT POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 11005-1 E. Manufacturer's Certified Reports. Each equipment manufacturer, or his authorized representative, shall submit a written report stating that equipment is ready for start-up and interim operation, and a subsequent written report certifying that the equipment has been properly installed, lubricated, aligned, started-up, tested, adjusted, and operated over the equipment range (full to minimum load, speed, range); the equipment is free from any undue stress imposed by connecting piping or anchor bolts, and is ready for operation by the Owner; equipment is safe to operate and that the equipment is fully covered under the terms of the guarantee. Note that interim operation of equipment may be necessary to provide required treatment or suitable plant operation. F. Contractor's Certification Reports. Contractor shall submit a written certification along with the manufacturer's certification for start-up and interim operation that he has examined subject equipment and confirms that it is ready for start-up and interim operation and is safe to operate. Contractor shall submit written certification for relocated, modified, temporarily installed Owner's equipment or Contractor furnished equipment that has been installed for interim operation by the Owner stating that said equipment has been started-up, is ready for operation and is safe to operate. G. Lifting Recommendations. Each manufacturer shall provide details for proper lifting of equipment and materials during unloading, handling, and installation. Means of lifting equipment shall not impose any undue stress to the equipment. Contractor shall strictly adhere to said manufacturers recommendations. H. Storage Requirements. Each manufacturer shall provide details and storage of equipment and materials for protection under the specific conditions of the project site, such as rain, snow, freezing, windy, wind blown sand, high temperatures, direct sunlight, etc. 1.03 Quality A. Factory Inspection. The Owner or its representative may inspect fabricated equipment at the factory without cost to Contractor. The Contractor shall notify the Owner in sufficient time so that factory inspection can be arranged. Factory inspection will be made after manufacturer has performed satisfactory checks, adjustments, tests and operations. Approval of equipment at the factory only allows the manufacturer to ship the equipment to the site, and does not constitute final acceptance by the Owner. B. Standard of Quality. Items of equipment are specified by performance and by name of a manufacturer for the purpose of establishing a standard of quality and acceptable experience. Where "or equal" or "approved equal" is specified Substitute equipment will be acceptable if it can be demonstrated to the Owner that the substitute is in strict accordance with the Specifications and equal in quality to those models specifically named. Substitutions shall be submitted in accordance with Contractor Submittals Technical Specifications. Manufacturers specified have been determined by the Owner to meet or exceed the minimum 04/10/07 MECHANICAL AND EQUIPMENT POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 11005-2 acceptable standard for the designated equipment; however, manufacturer's standard model may require optional equipment, upgrade or modification to meet the intent and requirements of the specifications. All mechanical equipment furnished under this Specification shall be new and of current design. C. Manufacturer's Experience. Unless specifically named in the detailed Specifications, a manufacturer shall have furnished equipment of the type and size specified which has demonstrated successful operation and is in regular use. D. Field Inspection. Start-up, and Adjustment. The Contractor shall demonstrate that all equipment meets the specified performance requirements. Contractor shall provide the services of an experienced, competent, and authorized service representative of the manufacturer of each item of major equipment who shall visit the site of Work to perform the following tasks: 1. Assist the Contractor in the installation of the equipment. 2. To inspect, check, adjust if necessary and approve the equipment installation. 3. To start-up and field-test the equipment for proper operation, efficiency, and capacity and to assure that equipment is ready and safe to operate. 4. To perform necessary field adjustment during the test period until the equipment installation and operation are satisfactory to the Owner. 5. To instruct the Owner's personnel in the operation and maintenance of the equipment. Instruction shall include step-by-step trouble shooting procedures with all necessary test equipment. E. Costs. The costs of all inspection, start-up, testing, adjustment, and instruction work performed by said factory-trained representatives shall be borne by the Contractor. When available, the Owner's operating personnel will provide assistance in the field testing. 1.04 Equipment A. General. All equipment furnished shall be complete, ready for installation and operation. All bolts, nuts, washers, mounting plates, bed plates, bases, anchor bolts and other miscellaneous items necessary to form a complete, installed, operational system shall be furnished whether specifically specified or not. B. Conditions of Service. All equipment shall be capable of operating over the full range specified under the project site environmental conditions including altitude, temperature, relative humidity, freezing, or windy condition as shown on the Drawings or specified in the Special Requirements. 04/10/07 MECHANICAL AND EQUIPMENT POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 11005-3 C. Adaptation of Equipment. No responsibility for alteration of a planned structure to accommodate substitute equipment will be assumed by the Owner. Equipment which requires alteration of the structures will be considered only if the Contractor assumes all responsibility for making and coordinating all necessary alterations. All revisions to structures, mechanical, electrical, or other work made necessary by such substitution shall be approved by the Owner and the cost of said revisions, including cost of redesign, shall be made at the Contractor's expense. D. Motors. Ratings specified and/or shown for the proposed equipment are in accordance with the best information available to the Owner. In the event any equipment item proposed by the Contractor should require motors with larger horsepower rating than indicated on Electrical Drawings, it shall be the Contractor's responsibility to provide the proper control equipment, required modifications to motor control centers, starting equipment, feeder and branch circuits, and accessories as required to make the installation comply with the electrical code and to prevent excessive voltage drop without added cost to the Owner. E. Match Equipment and Driver. Equipment shall be matched such that the motor rating meets or exceeds the driven equipment requirements (over its full operating range) and the motor controller, switchgear, variable speed drive, etc. meets or exceeds the motor requirements. Where the motor controller or variable speed drive will induce additional heat or otherwise cause derating of the motor, the motor shall be oversized accordingly. F. Existing Equipment. Where equipment to be furnished is installed in an existing enclosure or adjacent to existing equipment, the Contractor shall field check the dimensions of existing equipment, location of conduits, etc., and shall familiarize himself with all existing conditions and difficulties to be encountered in performing such work. 1.05 Guarantee and Warranties The Contractor shall guarantee all equipment in accordance with the conditions of the Contract Documents and as specified in the Contract Appendix or Special Provisions. In addition to the general guarantee requirements, equipment guarantee shall cover faulty or inadequate design; improper assembly or erection; defective workmanship or materials; and leakage, breakage, or other failure. For equipment bearing a manufacturer's warranty in excess of one (1) year, furnish a copy of the warranty to Owner with Owner named as beneficiary. PART 2 - PRODUCTS 2.01 General Requirements A. Materials and Workmanship. All equipment furnished shall be new and guaranteed free from defects in materials, design, and workmanship. It shall be the manufacturer's responsibility to ascertain the conditions and service under which the equipment will operate and to warrant that operation under those 04/10/07 MECHANICAL AND EQUIPMENT POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 11005-4 conditions shall be successful. All parts of the equipment shall be amply proportioned for all stresses that may occur during fabrication, erection, and intermittent or continuous operation. B. Standards. All equipment shall be designed, fabricated, and assembled in accordance with the best modern engineering and shop practice. Individual parts shall be manufactured to standard sizes and gages so that repair parts, furnished at any time, can be installed in the field. Like parts of duplicate units shall be interchangeable. Equipment shall not have been in service at any time prior to delivery, except as required by tests. Materials shall be suitable for service conditions. Iron castings shall be tough, close-grained gray iron free from blowholes, flaws, or excessive shrinkage and shall conform to ASTM A48. Except where otherwise specified, structural and miscellaneous fabricated steel used in items of equipment shall conform to the Standards of the American Institute of Steel Construction. All structural members shall be considered as subject to shock or vibratory loads. Unless otherwise specified, all steel which will be submerged, all or in part, during normal operation of the equipment shall have a minimum nominal thickness of 1/4-inch. Provide equipment and materials suitable for the service conditions and meeting standard specifications such as ANSI, ASME, AWWA, ASTM, NEMA, UBC and UL. The location of the fabricator and his shop schedule shall be furnished to the Owner prior to the beginning of fabrication so that the Owner can schedule shop inspection. C. Structural Steel Fabrications. Conform to "Code of Standard Practice for Steel Buildings and Bridges" and "Specification for the Design, Fabrication and Erection of Structural Steel for Buildings" of the AISC unless otherwise indicated or specified. Design all fabrications for dynamic and vibratory loadings. Use structural steel shapes conforming to ASTM A36, A440, A500, A501, A570, A618, or equal, as applicable. Galvanize specified items in accordance with ASTM A123, A153, or A386 as applicable; use galvanized bolts and fasteners with galvanized assemblies. D. Welding. Unless otherwise specified or shown, all welding shall conform to the following: 1. All welding shall be by the metal-arc method or gas-shielded arc method as described in the American Welding Society's "Welding Handbook" as supplemented by other pertinent standards of the AWS. Except as modified herein, welding process qualification and operator qualification shall comply with the applicable requirements of the "Code for Arc and Gas Welding in Building Construction" of the AWS. 2. Latest revision of ANSI/AWWA D100 and AWWA C206. 3. Each weld shall be uniform in width and size throughout its entire length. Each layer shall be smooth, free from slag, cracks, pinholes, and undercut and shall be completely fused to adjacent weld beads and base metal. Cover pass shall be completely free of coarse ripples, irregular surfaces, non-uniform bead pattern, high crown, deep ridges or valleys between beads, and shall blend smoothly and gradually into surface of 04/10/07 MECHANICAL AND EQUIPMENT POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 11005-5 base metal. Butt welds shall be slightly convex, of uniform height, and shall have full penetration. Fillet welds shall be of size indicated, with full throat, and with each leg of equal length. Repair, chipping, or grinding of welds shall not gouge, groove, or reduce base metal thickness. 4. All composite fabricated steel assemblies which are to be erected or installed inside a hydraulic structure, including any fixed or movable structural components of mechanical equipment, shall have continuous seal welds to prevent entrance of air or moisture. 5. In assembly and during welding, the component parts shall be adequately clamped, supported, and restrained to minimize distortion and for control of dimensions. Weld reinforcement shall be as specified by the AWS code. Upon completion of welding, all weld splatter, flux, slag, and burrs left by attachments shall be removed. Welds shall be repaired to produce a workmanlike appearance, with uniform weld contours and dimensions. All sharp corners of material to be painted or coated shall be ground to a minimum of 1/32-inch on the flat. E. Protective Coatings. All equipment shall be painted or coated in accordance with Basic Coating and Painting Specifications for Water and Wastewater Facilities. F. Protection of Equipment. All equipment including valves shall be boxed, crated, or otherwise protected from damage and moisture during shipment, handling, and storage. All equipment shall be protected from exposure to corrosive fumes and shall be kept thoroughly dry at all times. Pumps, motors, drives, or electrical equipment, and other equipment having anti-friction or sleeve bearings shall be stored in weather tight storage facilities prior to installation. For extended storage periods, plastic equipment wrappers should be avoided, to prevent accumulation of condensate in gears and bearings. G. Electrical Equipment. Maintain electrical equipment, controls, and keep insulation dry at all times. Keep heaters in equipment connected and operating until equipment is placed in operation. 2.02 Lubrication A. Lubrication Systems. Lubrication of equipment shall ensure constant presence of lubricant on all wearing surfaces. Lubricant fill and drain openings shall be readily accessible. Easy means for checking the lubricant level shall be provided. Prior to testing and/or operation, the equipment shall receive the prescribed amount and type of lubricant as required by the equipment manufacturer. Equipment lubrication systems shall be systems that require attention no more often than weekly during continuous operation, shall not require attention during start-up or shut down, and shall not waste lubricants. B. Lubrication. Contractor shall have all moving parts of the furnished equipment lubricated prior to shipment to insure protection against corrosion during shipment, storage, and installation. Lubricants furnished by Contractor shall 04/10/07 MECHANICAL AND EQUIPMENT POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 11005-6 conform to the manufacturer's printed recommendations. Safeguard(s) shall be provided where necessary to prevent operation of the equipment without proper lubrication. Contractor shall provide Alemite lubrication fittings at all locations on the equipment which require grease lubrication. All lubrication fittings shall be readily accessible. The grease passages and ports shall be designed so that grease is forced into the normally loaded sides of the bearings. Contractor shall lubricate all equipment prior to start-up. Contractor shall furnish grease lubricants for testing and initial lubrication, and for protection of wearing surfaces of equipment he furnishes during shipment and storage. Where lubricants can come in contact with potable water, the lubricant shall not have any toxic or deleterious effect on potable water and shall be of material approved by the FDA in accordance with Federal Regulation No. 121.253, Category AA. Contractor shall furnish one year's supply of lubrication oils, grease, and other necessary lubricants including applicators and grease guns required for lubrication. All lubricants shall be as specified by the equipment manufacturer. Contractor shall limit the various types of materials by consolidating, with the equipment manufacturer's approval, the required lubricants into the least number of different lubricants. Contractor shall coordinate with Owner to match, where possible, lubricants normally used by Owner. 2.03 Equipment Supports A. Equipment Bases and Bedplates. Mount equipment assemblies on a single heavy cast iron or welded steel bedplate unless otherwise shown or specified. Provide bases and bedplates with machined support pads, tapered dowels for alignment or mating of adjacent items, adequate openings to facilitate grouting, and openings for electrical conduits. Continuously weld seams and contact edges between steel plates and shapes, and grind welds smooth. Do not support machinery or piping on bedplates other than that which is factory installed. Provide jacking screws in equipment bases and bedplates to aid in leveling prior to grouting. All mechanical equipment, tanks, control cabinets, motor control centers, etc. shall be mounted on raised concrete bases, unless otherwise shown or specified. Provide plates of minimum thickness of 1/4-inch. Pump bedplates shall include a drip lip and associated piping and appurtenances for directing gland leakage to a single disposal point. B. Anchors and Sleeves. Each equipment manufacturer shall be responsible to design and specify the required anchor equipment including bolts, nuts, washers, and sleeves for securing equipment bases and bedplates to concrete bases. Loads shall be those induced by the equipment and lateral loads as specified herein. Design calculations are specifically required for certain equipment by the Special Requirements or Special Construction Provisions. Where specified or where specialty anchoring equipment is necessary for the equipment being furnished the anchoring equipment shall be furnished by the manufacturer. 04/10/07 MECHANICAL AND EQUIPMENT POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 11005-7 Sleeves shall be at least 1-1/2 times anchor bolt diameter. Anchor bolts shall be as specified on Drawings or, if not specified, shall be Type 316 stainless steel and of adequate length to allow for 1-1/2 inch of grout under baseplates and adequate anchorage into structural concrete unless otherwise shown or specified. 2.04 Couplings A. Flexible couplings shall be provided between the driver and the driven equipment to accommodate angular misalignment, parallel misalignment, end float, and to cushion shock loads. B. The Contractor shall have the equipment manufacturer select or recommend the size and type of coupling required to suit each specific application. C. Taperlock bushings may be used to provide for easy installation and removal on shafts of various diameters. D. Where universal type couplings are shown they shall be of the needle bearing type construction, equipped with commercial type grease fittings. 2.05 Shafting A. General. All shafting shall be continuous between bearings and shall be sized to transmit the maximum power output of the driver. Keyways shall be accurately cut in line. Shafting shall not be turned down at the ends to accommodate bearings or sprockets whose bore is less than the diameter of the shaft. All shafts shall rotate in the end bearings and shall be turned and polished, straight, and true. B. Materials. Shafting materials shall be appropriate for the type of service and torque transmitted. Environmental elements such as corrosive gases, moisture, and fluids shall be taken into consideration. Materials shall be as shown or specified unless furnished as part of an equipment assembly. 2.06 Bearings A. General. Bearings shall conform to the standards of the Anti-Friction Bearing Manufacturers Association, Inc. (AFBMA). Bearings shall be as specified by the specific equipment specification and as generally specified herein. Bearing application, fitting practice, mounting, lubrication, sealing, static rating, housing strength, and other important factors shall be considered in bearing selection. All re-lubricatable type bearings shall be equipped with a hydraulic grease fitting in an accessible location and shall have sufficient grease capacity in the bearing chamber. All lubricated-for-life bearings shall be factory-lubricated with the 04/10/07 MECHANICAL AND EQUIPMENT POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 11005-8 manufacturer's recommended grease to insure maximum bearing life and best performance. Bearing housings shall be of cast iron or steel and bearing mounting arrangement shall be as specified or shown, or as recommended in the published standards of the manufacturer. Split-type housings may be used to facilitate installation, inspection and disassembly. Sleeve-type bearings shall have a Babbit or bronze liner. B. Bearing Life. Except where otherwise specified or shown, all bearings shall have an L-10 minimum rated life expectancy corresponding to the type of service, as follows: Type of Service Design Life (years) L-10 Design Life (hours) (whichever comes first) 1. 16-hour shift or less 10 40,000 2. Continuous 10 60,000 2.07 Gears and Gear Drives A. Unless otherwise specified, gears shall be machine cut, of the helical or spiral- bevel type, designed and manufactured in accordance with AGMA Standards, with a minimum service factor of 1.7, a minimum L-10 bearing life of 60,000 hours and a minimum efficiency of 94 percent. Worm gears shall not be used, unless specifically approved by the Owner. B. All gear speed reducers or increasers shall be of the enclosed type, oil- or grease-lubricated and fully sealed, self-cooling, with a breather to allow air to escape but keep dust and dirt out. The casing shall be of cast iron or heavy duty steel construction with lifting lugs and an inspection cover for each gear train. An oil level sight glass and an oil flow indicator shall be provided, arranged for easy reading. Where the Contractor elects to furnish equipment requiring external cooling by water or radiator he shall be responsible to furnish and install the cooling facilities necessary for proper operation. C. Gears and gear drives as part of an equipment assembly shall be shipped fully assembled for field installation. D. Material selections shall be left to the discretion of the manufacturer, provided the above AGMA values are met. Input and output shafts shall be adequately designed for the service and load requirements. Gears shall be computer- matched for minimum tolerance variation. The output shaft shall have 2 positive seals to prevent oil leakage. 04/10/07 MECHANICAL AND EQUIPMENT POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 11005-9 E. Oil level and drain location relative to the mounting arrangement shall be easily accessible. Oil coolers or heat exchangers with all required appurtenances shall be furnished when necessary. F. Where gear drive input or output shafts have to connect to couplings or sprockets supplied by others, the Contractor shall have the gear drive manufacturer supply matching key taped to the shaft for shipment. 2.08 Safety Guards All equipment furnished by Contractor shall comply with the applicable requirements of the Safety Orders of the Division of Industrial Safety of the State of California. Copies of the Safety Orders as available at the Printing Division, Documents Section, State of California, Sacramento, California, 95814. Cover belt or chain drives, fan blades, couplings, exposed shafts, other moving or rotating parts and hot surfaces (exhaust pipes) on all sides with safety guards. Safety guards shall be free of all sharp edges and corners. Use corrosion-resistant materials at least equivalent to hot-dip galvanized steel. Safety guards shall be fabricated from 16 USS gage, or heavier, galvanized or aluminum-clad steel or 1/2-inch mesh galvanized expanded metal. Design guards for easy installation and removal. Provide necessary supports, accessories, and fasteners, of hot-dip galvanized steel or stainless steel. Design guards in outdoor locations to prevent entrance of rain and dripping water. 2.09 Manufacturer's Nameplates Manufacturer shall provide Type 316 stainless steel nameplates of ample size with embossed or preprinted lettering, fastened to the equipment in a prominent place with 316 S.S. pins. On nameplates, display manufacturer, serial number, date of manufacture, model number and essential operating characteristics. Inscribe data plates with specific or directed information. 2.10 Equipment Identification Nameplates In addition to manufacturer's nameplates specified in equipment Technical Specifications and herein, Contractor shall provide project specific equipment identification nameplates. Equipment mounted out-of-doors shall be furnished with nameplates constructed of Type 316 stainless steel with 3/8" high embossed lettering and shall be fastened to the equipment in a prominent place with 316 stainless steel pins. Equipment mounted indoors shall be furnished with nameplates constructed of laminated engraving plastic. Nameplates shall be fastened to the equipment in a prominent place with 316 stainless steel pins. Colors, lettering, styles, and sizes shall be as selected by Owner. Nameplates shall display the project specific identification of each equipment item. Proposed nameplate wording shall be submitted to Owner for approval. PART 3 - EXECUTION 04/10/07 MECHANICAL AND EQUIPMENT POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 11005-10 3.01 Coordination Contractor shall coordinate the installation of equipment and assure compliance with Drawings. Said Drawings show in a diagrammatic form the arrangements desired for the principle apparatus, piping, and similar appurtenances, and shall be followed as closely as possible. Contractor shall take all measurements for his Work at the installation sites, verify all subcontractor and equipment drawings and be responsible for the proper installation. Specific equipment furnished may require certain modifications for installation. Contractor shall have all pertinent equipment shop drawings submitted and accepted by Owner prior to performing work impacted by said equipment. Contractor shall coordinate, monitor, schedule the fabrication, and verify compliance with Contract Documents of equipment assembled of several components under the unit responsibility of one manufacturer or equipment supplier. Contractor shall submit the following information to the Owner in writing on a monthly basis: A. Shipment dates of the various components to the unit responsibility manufacturers. B. Scheduled dates of factory tests by unit responsibility manufacturers. C. Schedule shipment dates to site of unit responsibility items. D. Scheduled arrival date, installation date and start-up date. 3.02 Installation A. Inspection. Contractor shall inspect each item of equipment for damage, defects, completeness, and correct operation before installing and inspect previously installed related Work to verify that it is ready for installation of equipment. Contractor shall inspect the completed installation. B. Preparation. Prior to installing equipment, Contractor shall ensure that installation areas are clean and that concrete or masonry operations are completed. Contractor shall maintain the areas in a broom-clean condition during installation operations. Equipment shall be cleaned, conditioned, and serviced in accordance with Instruction Manuals and the Contract Documents before installing. C. Certification. Upon completion of equipment installation certifications from the manufacturer and the Contractor in accordance with Part 1.02 shall be submitted. D. Equipment Installation. Contractor shall employ skilled craftsmen experienced in installation of the types of equipment specified and use specialized tools and equipment, such as precision machinist levels, dial indicators, gages, and micrometers, as applicable. 04/10/07 MECHANICAL AND EQUIPMENT POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 11005-11 E. Anchor Bolts. Equipment shall be attached to concrete base using cast in place anchor bolts. Contractor shall set anchor bolts correctly before structural concrete is placed. Use of templates or setting drawings is required. An acceptable anchorage system is a cast in place sleeve anchor which allows adjustment as manufactured by DECO Manufacturing Co. or equal. Deferred bolting devices shall not be permitted, unless otherwise shown on Drawings. F. Base and Bedplate Grouting. Prior to placing grout, initial fitting and alignment of connected piping shall be completed. Once equipment is leveled and aligned to the manufacturer's tolerances, base or bedplates can be grouted by filling the entire space between the base or bedplate and concrete foundation. Exposed grout, shall be troweled to a smooth dense finish, edges beveled to 45 degrees and damp cured with burlap for three days. When grout is fully hardened, Contractor shall remove jacking screws and tighten nuts on anchor bolts. Equipment alignment and level shall be checked for conformance with manufacturer's tolerances and corrective work performed as necessary. 3.03 Equipment Shop and Field Performance Testing A. General. Equipment shall be shop tested and field tested as specified in the specific Technical Specifications. B. Field Testing. Unless otherwise specified field testing of equipment shall be performed to demonstrate compliance with Contract Documents. Equipment operation, over the entire specified range, shall be free of vibration, noise, or cavitation. Contractor shall furnish test instruments required to confirm performance. Testing shall include the following: 1. Vibration shall be checked and recorded over the operating range and shall be equal to or less than the amplitude limits recommended by the manufacturer or as otherwise specified. As a minimum, pumping units shall meet or exceed the vibration requirements of the Hydraulic Institute Standards. 2. Equipment performance shall be documented by obtaining concurrent readings showing motor voltage and amperage, and equipment output. Readings shall be documented for at least three operating conditions. Each power lead to the motor shall be checked for proper current balance. 3. In the event any equipment fails to meet the performance requirements, it shall be modified and retested. 3.04 Lateral Design and Restraint All manufactured equipment supplied under this Contract shall be designed, constructed and attached to resist stresses produced by seismic forces and wind forces as specified. Equipment that does not vibrate during normal operation shall be rigidly attached. Equipment that vibrates during normal operation shall be attached by means of isolators with mechanical stops that limit movement in all directions unless it can be 04/10/07 MECHANICAL AND EQUIPMENT POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 11005-12 demonstrated by calculations that such stops are not required. Equipment or portions of equipment that move during normal operation shall be restrained with mechanical devices that prevent displacement unless it can be demonstrated by calculations that such restraints are not required. A. Calculations shall be submitted where required by the Special Requirements or Special Construction Provisions. B. Minimum Lateral Forces. The minimum lateral seismic and wind forces shall be those prescribed for Essential Facilities by the Uniform Building Code and applicable supplements as published by the International Conference of Building Officials, 5360 South Workman Mill Road, Whittier, CA 90601. Higher lateral forces shall be utilized where specified. C. Contractor shall make submittals of shop drawings, details and data requested herein in accordance with Contractor Submittals Technical Specifications. END OF SECTION 04/10/07 MECHANICAL AND EQUIPMENT POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 11005-13 SECTION 11062 VERTICAL NON-CLOG DRY PIT PUMPING UNITS TECHNICAL SPECIFICATIONS PART 1 - GENERAL 1.01 Description Contractor shall furnish and install pumping units for installation in dry pit as indicated on the Drawings and specified in the Contract Documents. Each unit shall include vertical non-clog raw sewage pump, pump base, suction base elbow, vertical A.C. motor, drive shafting and anchor bolts as specified, and necessary appurtenances to form a complete, installed, operable pumping unit. Motor shall be directly mounted on pump frame and flexible coupled to pump shaft or shall be mounted on an elevated floor mounted ring base and coupled to pump with intermediate drive shafting, as shown on the Drawings. Pumping units with a single shaft (i.e. pump impeller mounted on motor shaft) are not acceptable. 1.02 Specific Pumping Unit Requirements A. General Provide three (3) vertical non-clog sewage pumping units. Each pumping unit shall have motor mounted on pump frame and pump and motor shafts connected with flexible coupling. All pumps shall be of the same model with identical components and motor. Pumps shall be provided with a tangential discharge suitable to fit existing connections. B. Size and Capacity The new pumping units will replace existing 125 hp dry pit submersible pumping units. Existing switchgear, conductors, and generator are sized for 125 hp pumping units. Therefore, new pumping units' motor hp shall not exceed 125 hp at 1,500 gpm flow rate. This section supersedes Part 2.01, Paragraphs. Each pump shall be designed and constructed to satisfactorily meet the following performance characteristics and be able to continuously operate under said conditions: 1. Discharge Total Minimum Maximum Required Capacity Dynamic Hydraulic Net Positive GPM Head (FT) Efficiency (%) Suction Head (FT) 400 275±5 40 20 800** 260±3 60 20 1,200* 240 68 22 1,500(1) 225±5 71 27 Note: Above performance characteristics are at maximum pump speed. * Design condition with 1 pump operating at full speed. ** Design condition with 2 pumps operating at full speed. (1) Maximum of 125 hp @ 1,500 gpm. 05/11/07 VERTICAL NON-CLOG DRY PIT PUMPING UNITS POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 11062-1 2. Bearing Life per Maximum Design Condition 3. Minimum Shutoff Head - 280 4. Maximum Pump Speed (RPM) -1,800 5. Pump hp at 1,500 gpm shall not exceed 125 hp 6. Size of Solids to Pass - 3" 7. Pump Minimum Discharge and Suction Size - 4" Diameter, 5" Diameter 8. Suction Elbow 5" x 6" or 6" x 6" per Pump Size 9 Motor Horsepower -125 Maximum 10. Pump shall be provided with side (tangential) discharge as shown on the Drawings. 11. Provide fusion bonded epoxy coating on interior wet end of pump (including, but not limited to, suction elbow, volute with suction plate, impeller, and backplate). 12. Pump selections are as follows: Fairbanks Morse 5444 with trimmed 16" impeller Cornell 4NHTB with 15.5" impeller C. Electric Motor Each electric motor shall meet the following additional requirements: 1. Lifting. Lifting eyes shall be provided on the motor housing and shall be of adequate strength to lift the entire pumping unit. 2. Motor shall be provided with space heaters and motor high temperature thermal protection. D. Factory Testing Owner will not witness factory performance test. 1.03 Submittals Contractor shall submit shop drawings showing fabrication, assembly, foundation, and installation, together with detailed specifications and data covering performance and materials of construction, power drive assembly, parts, devices, wiring diagrams, and other accessories forming a part of the equipment furnished shall be submitted in accordance with the Contract Documents and in accordance with the General Provisions, Section 2 - 5.3. Submittals for the equipment shall include, but shall not be limited to, the following: Submit the following minimum information for each pump specified under this section: A. Type and model number with reference to pumps suitability for service for raw sewage and pumps specific intended use. B. Assembly drawing, nomenclature and material list. 05/11/07 VERTICAL NON-CLOG DRY PIT PUMPING UNITS POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 11062-2 C. Type, manufacturer, model numbers, location and spacing of bearings. D. Impeller diameter, eye area, sphere size, number of vanes, and identification number. E. Drawings showing installation of piping and dimensions based on Contractor's field measurements of existing piping. F. Maximum rotative speed of pumps. G. Complete performance curves indicating total dynamic head, flow rate, brake horsepower, shutoff head, net positive suction head required, RPM, and efficiency. The manufacturer shall indicate by arrows to points on the H/Q curves on the limits recommended for stable operation, between which pumps are to be operated to prevent surging, cavitation, and vibration. The stable operating range shall be as large as possible and shall be based on actual hydraulic and mechanical characteristics of the units. H. Motor data, including the manufacturer, size, type designation, minimum guaranteed efficiency and power factor at full load, 3/4 load, and 1/2 load, locked motor current in amps, full load current in amps, the motor speed in rpm, mounting details, and other data as required in the Contract Documents. I. Anchor bolt placement and details including projections from concrete. J. Outline dimensions and weights of pumps, bases, motors, and control enclosures. K. Materials of pump construction including shafts, bearings, impellers, castings, and pump base. L. Protective coating of pumping unit, and required surface preparation prior to field top coating of shop applied coating. M. When requested by Owner, list of similar installations and references complete with phone numbers and contacts. N. Operation and maintenance manuals shall be submitted in accordance with the Supplemental Provisions, Special Construction Provisions. 1.04 Quality A. All pumping equipment furnished under this Section shall be of a design and manufacture that has been used in similar applications. Manufacturer shall demonstrate to the satisfaction of the Owner that pumps of similar construction are in service and functioning properly. Manufacturers as specified herein manufacture pumping units with acceptable quality or experience. Manufacturers must, however, meet 05/11/07 VERTICAL NON-CLOG DRY PIT PUMPING UNITS POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 11062-3 the performance requirements stated herein for the actual pumps specified. Listing of said manufacturers does not imply that said performance requirements can be met for each pumping unit specified. Contractor shall be responsible to verify that manufacturers supplying equipment meet the size and capacity requirement specified herein. The pump to be furnished shall be as manufactured by Fairbanks Morse, Cornell, no substitutes. The pumping unit(s) shall be furnished by a single manufacturer to provide unit responsibility. B. Pump manufacturer shall verify applicability of pumping unit(s) with respect to NPSHA, sump geometry, and water levels to assure prevention of cavitation, vibration, clogging, surging, overheating, corrosion, subsurface vortexing, and excessive surface vortexing. C. Pump manufacturer shall be responsible to furnish the entire pumping unit(s) including pump(s), motor(s), support base(s), suction elbow(s), and appurtenances specified herein. Prior to start up pump manufacturer shall verify that pumping units are installed properly. D. The arrangement shown on the Contract Documents is based upon the best information available to the Owner at the time of design and is not intended to show exact dimensions peculiar to any specific equipment manufacturer unless otherwise shown or specified. Therefore, it may be anticipated that the structural supports, foundations, connected piping, electrical connections, and valves shown, in part or in whole, may have to be changed in order to accommodate the pumping equipment furnished. No additional payment will be made for such changes. All necessary calculations and drawings for any related redesign shall be submitted to the Owner for his approval prior to beginning the work. 1.05 Warranty All pumping equipment shall carry an extended non-prorated warranty for a two-year period from the date of acceptance. All warranties shall be turned into the District prior to project completion. PART 2 - PRODUCTS 2.01 General Pumping units shall be fabricated and installed to suit the arrangement shown on the Drawings. Units shall be of the vertical, dry pit non-clog, single suction, centrifugal type, rated for continuous duty in a dry pit environment, and shall be capable of pumping raw, unscreened sewage with fibrous-material (unless otherwise specified) at the specified flow and speed ranges with the specified sump geometry, and operating water levels without clogging, surging, cavitation, vibration, subsurface vortexing, or excessive surface vortexing. Pumping units shall be as specified herein, including all requirements and modifications provided in Section 1.02, Specific Pumping Unit Requirements. 05/11/07 VERTICAL NON-CLOG DRY PIT PUMPING UNITS POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 11062-4 The pumps shall not overload the motors at any point on the pump performance characteristic curve within the limits of stable pump operation as recommended by the manufacturer. The service factors for the motors, shall not be applied when sizing the motors. To ensure vibration-free operation, all rotative components of each pumping unit shall be statically and dynamically balanced. Excessive vibration shall be sufficient cause for rejection of the equipment. The mass of the unit and its distribution shall be such that resonance at normal operating speeds (50% to 100%) is avoided. In any case, the amplitude of vibration as measured at any point on the pumping unit shall not exceed limits recommended in the Hydraulic Institute Standards over the operating range (speed and head) of the pumping unit. At any operating speed, the ratio of rotative speed to the critical speed of a unit, or components thereof, shall be less than 0.8 or more than 1.3. All parts of each pumping unit shall be designed to withstand the stresses that will be imposed upon them during their handling, shipping, erection and operation. The completed units, when assembled and operating, shall be free of cavitation, vibration, noise, and oil and water leaks over the range of operation. All units shall be so constructed that dismantling and repairing can be accomplished without difficulty. If the pumping unit does not perform within the requirements specified herein, the pumping unit shall be removed and repaired or replaced at no cost to the Owner. 2.02 Materials (Unless Otherwise Specified) A. Strength Castings, fabrications, machined parts, and drives shall be rated for continuous duty over the entire operating range. Service factors, where applicable, shall be minimum 1.5. B. Volute Casing Volute casing shall be made of cast iron, A48 Class 30 or equal, and shall be large enough at all points to pass any size solid which can pass through the impeller. Wall thickness shall be sufficient to withstand all stresses in service at full operating pressure and hydrostatic test pressure of 1.5 times shut-off head. The volute casing shall be cast in one piece with smooth water passages and integral discharge nozzle. The casing shall be designed with removable stuffing box and suction covers, and permit removal of the rotating assembly without disturbing the suction or discharge connections from either end of pump. A hand hole shall be provided on the casing for inspection and cleaning. The inner contour of the hand hole cover shall conform to that of the volute casing. The volute discharge nozzle shall be provided with an ANSI 125 pound flange and be of size to match the discharge piping as shown on the Drawings. Volute casing shall be shop tested to the Hydraulic Institute Standards at a hydrostatic pressure of not less than 1-1/2 times the maximum design shut off head without evidence of leakage or seepage. The casing shall be provided with 1" vent, 1" drain, and 1/4" NPT suction and discharge gauge connections. 05/11/07 VERTICAL NON-CLOG DRY PIT PUMPING UNITS POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 11062-5 C. Impeller Impeller shall be a non-clog enclosed type of cast iron, ASTM A48 Class 30 or equal, cast in one piece and statically and dynamically balanced. Impeller shall be particularly designed with smooth water passages to prevent clogging by stringy or fibrous materials and be capable of passing solids having a sphere size of 3" or larger. Impeller shall be keyed to the shaft by a S.S. key and secured by a streamlined threaded lock nut, and shall be readily removable without the use of special tools. D. Wearing Rings Impeller and suction cover shall be fitted with removable and replaceable stainless steel (AISI 410 or equal) wear rings. Wearing rings shall have a Brinell hardness of 300 to 450 and there shall be a hardness differential of approximately 50 points between the impeller wear ring and suction cover wear ring. E. Suction Cover Suction cover shall be made of cast iron, A48 Class 30 or equal, and accurately machined to fit the volute casing. Inlet contour of the cover shall be designed to match the impeller entrance to ensure maximum performance. Suction cover shall be fitted with a wear ring as specified above. F. Suction Elbow Vertical dry pit pumps shall be fitted with a cast iron suction elbow fitted with a cleanout handhole. Inner contour of the handhole shall conform to that of the elbow. One end of the suction elbow shall be designed to match the suction cover entrance to ensure maximum performance. The other end of the suction elbow shall be fitted with an ANSI 125 pound flange sized to match the suction piping as shown on the Drawings. The elbow shall also be tapped for a 2" drain connection and a 1/4" suction gauge and shall be considered part of the pumping unit. G. Pump Base and Motor Support Pump base shall be of fabricated steel or cast iron. Where shown on the Drawings or specified herein, that motor shall be directly mounted to the pump, the pump shall be furnished with a cast iron or fabricated steel motor support. Where pump size and loadings prohibit connection of the motor support directly to the pump and adequate overhead space is available, a pedestal assembly may be furnished, if approved by Owner. Pump base and motor support shall be designed to support the assembled weight of the pumping unit and shall safely withstand all stresses imposed thereon by vibration, shock, seismic action, and all possible direct and eccentric loads. Pump base shall be of adequate horizontal dimension to provide sufficient footing contact area and anchorage facilities. Pump and motor bases shall have openings large 05/11/07 VERTICAL NON-CLOG DRY PIT PUMPING UNITS POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 11062-6 enough to permit access to the suction elbow, motor and pump shaft coupling, and stuffing box. Pump base shall be mounted flush on concrete floor or raised grout pad, if necessary, as shown on the Drawings. Pump base shall be provided with holes and anchor bolts for attachment to the concrete floor. Anchor bolts shall be sized to meet the loads imposed by the pump and the requirements for earthquake lateral design as specified by the Special Requirements, Lateral Design. H. Sealing Box and Mechanical Seals Sealing box cover shall be made of cast iron, A48 Class 30 or equal, accurately machined to fit onto the volute casing, and of sufficient thickness to withstand the pressure imposed upon it under operating conditions. Sealing box shall be cast integral with the sealing box cover and shall be designed to accept a single mechanical seal. Unless specifically noted otherwise, mechanical seals shall be installed in the sealing box and shall be capable of operating in raw sewage without the addition of an outside source of cooling or flushing water. The seals shall be AES or Cornell Cycloseal with Viton bellows, tungsten carbide primary ring, and silicon carbide mating ring. All metal parts of the seals shall be 316SS. The gland shall be made of bronze or stainless steel and shall be split removable type. AES seals shall be provided with a flush port orifice and shall utilize sewage for cooling mechanical seal. For AES type seals, Contractor shall furnish and install a seal vent/flush line from the seal flush connection on the cartridge seal gland, through a 3-way valve, and into a connection on the suction side or the pump in accordance with the manufacturer's recommendations. I. Bearing Frame Bearing frame shall be cast in one piece, made of cast iron, A48 Class 30 or equal. Frame shall carry both radial and thrust bearings. The upper bearing shall be the thrust bearing and shall carry the entire thrust load. The housing shall be designed to provide axial clearance adjustment between the impeller and suction cover by use of shims or other suitable means. Bearing housing shall be fitted with suitable grease seals to prevent loss of grease and entrance of contaminants. The frame shall be provided with a minimum 1/2" drain connection, located as low as possible to drain the leakage from the packing gland. The bearing frame shall be accurately machined, centered, and securely bolted to the volute casing and stuffing box cover assembly. Large openings shall be provided adjacent to the stuffing box to facilitate mechanical seal replacement, or packing adjustment and repacking. Alemite fittings shall be furnished at each bearing with provisions for forcing out old grease and limiting pressures. J. Bearings Bearing shall be designed for a minimum L-10 life of 100,000 hours at the specified design condition in accordance with AFBMA. Axial thrust outboard bearing shall be angular contact type, suitable for thrust loads in two directions. Radial inboard bearings shall be a single row, roller type 05/11/07 VERTICAL NON-CLOG DRY PIT PUMPING UNITS POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 11062-7 suitable for all loads encountered in the service conditions. Bearing shall be grease lubricated with provision for forcing out old grease and limiting pressure. The grease seals shall be spring loaded using Neoprene ES 16 or approved equal material. Manufacturers shall submit complete calculations demonstrating bearing selection for specified life. K. Shaft Pump shaft shall be high-strength carbon alloy steel with minimum 100,000 psi tensile strength and 75,000 psi yield strength, AISI-4140 or equal, and of such diameter that it shall not deflect more than 0.002" at the face of the stuffing box with the largest impeller installed while operating at the maximum design speed, as determined by calculations from the manufacturer. The entire length of shaft shall be turned, ground, and polished. A renewable corrosion resistant shaft sleeve of chrome steel having a Brinell hardness of at least 350 shall be provided over the shaft through the stuffing box. The shaft sleeve shall be secured to the shaft either by press fitting or by a suitable locking device such as a key or a screw. Where motor is direct mounted to pump, the pump and motor shafts shall be connected with flexible coupling as recommended, sized, and furnished by the pump manufacturer. L. Intermediate Vertical Shafting Where motor and pump are located at different structure levels, intermediate vertical shafting shall be provided to connect motor and pump. The vertical shafting shall be of the flexible type, consisting of two principal shaft sections, connecting flanges, self aligning steady-bearing, slip joint, and universal joints. Shafting shall be installed to obtain the offsets required by the shaft manufacturer. Shafting shall be designed to ensure that the operational shaft speed(s) will always be operated below the half-critical speed of the shaft. Shafting shall be dynamically balanced and sized per pump manufacturer's requirements. OSHA approved safety guards shall be provided for all exposed rotating elements. Shafting shall be manufactured by Dana Corporation, Watson, Parrish Power, or approved equal. M. Fasteners All bolts and cap screws shall be 316 stainless steel. All anchor bolts, nuts, and washers shall be 316 stainless steel. N. Guards Guards shall be provided at all exposed couplings, drives, and shafts in compliance with the requirements of the State of California, Department of Industrial Relations, Division of Safety. O. Electric Motors Each pump shall be driven by a vertical squirrel cage, induction type motor rated 460 volts, 3 phase, 60 hertz in accordance with 05/11/07 VERTICAL NON-CLOG DRY PIT PUMPING UNITS POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 11062-8 Section 16152 Vertical Solid Shaft Electric Motor Technical Specifications and as specified herein. Motors shall be furnished by the pump manufacturer. P. Pump Requirements Performance curve shall be continuously rising from operating point to a shutoff head. Pumping heads and other terms shall be as defined in Hydraulic Institute Standards. Each pump shall have performance characteristics as specified herein. Pump shall be suitable to operate continuously over the range in wet well level as shown on the Drawings. Q. Protective Coating Protective coating shall be manufacturer's standard prime and finish epoxy coating for severe duty unless otherwise specified or shown on the Drawings. In addition, pumping units shall be field top coated by the Contractor in accordance with Specification Section 09900. Pumping unit manufacturer shall submit for approval, data on shop prime and finish coatings, and any required surface preparation by Contractor prior to field top coating. Where specifically required per Part 1.02, provide fusion bonded epoxy coating on interior wet end of pump. Fusion bonded epoxy shall be Scotchkote 104, or equal. R. Nameplates Pump shall have a Type 316 stainless steel plate permanently attached by stainless steel screws or rivets to the pump frame into which the following information shall be impressed, engraved or embossed: manufacturer's name, pump size, serial number, impeller diameter, capacity, head rating, speed, and bearing numbers. Nameplates shall also include information unique to each item of equipment and device to identify its function as described herein. Function nameplates shall be approximately 1" by 3" if made separately. Letters of function titles shall be not smaller than 1/4" high. S. Electrical Work and Controls Electrical work and controls shall conform to Specification Section 16050 and as shown in the Drawings. 2.03 Pump Spare Parts A. General Contractor shall furnish spare parts and lubricants for each type and size of pumping unit specified herein. Spare parts and lubricants, shall be undamaged and packaged and labeled in original containers and supplied to the Owner at time of final acceptance of the work. 05/11/07 VERTICAL NON-CLOG DRY PIT PUMPING UNITS POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 11062-9 B. Spare Parts and Lubricants Contractor shall furnish the following spare parts and lubricants for each type and size of pumping unit: 1. One spare set of mechanical seals. 2. One year's supply of lubricants for all pumps. Supply shall include all changes recommended plus a change after one year's operation. 3. One set of wearing rings. 4. One set of pump bearings. PART 3 - EXECUTION 3.01 Installation and Startup Contractor shall arrange to have the pump manufacturer or supplier of the equipment furnished under this Section furnish the services of competent factory-trained personnel to supervise the installation and start up of the pumps. The lift station must remain in service during replacement of the pumping units. Therefore, only one pumping unit can be replaced at a time. Each pump shall be replaced and started up prior to replacing the next pump. Therefore, three separate startups are required. Costs for same shall be included in the price bid. 3.02 Instruction After the equipment has been installed, tested, adjusted, and placed in satisfactory operating condition, the Contractor shall provide the services of a representative of the manufacturers to instruct the operating personnel in the use and maintenance of the equipment. Two hours class room instruction shall be provided unless otherwise specified in the Special Requirements. The Contractor shall give the Owner formal written notice of the proposed instruction period at least one week prior to the commencement of the instruction period. The manufacturer shall provide a level of instruction which is adequate to train the Owner's personnel regarding use of the equipment. During this instruction period, it shall be the responsibility of the manufacturer to answer any questions from the Owner's operating personnel. Cost for this instruction shall be included in the price bid. 3.03 Equipment Testing A. Pumping Unit Tests 1. Factory Performance Testing a- General. Each pumping unit (includes pump and driver) shall be subjected to a complete factory (shop) performance test as specified herein. Certified test reports, in triplicate, shall be submitted to the Owner. No equipment shall be shipped until receipt of the Owner's written approval. All costs for the factory tests shall be borne by the Contractor and shall be included in his bid price. 05/11/07 VERTICAL NON-CLOG DRY PIT PUMPING UNITS POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 11062-10 D- Pumps. Each assembled pumping unit (pump and driver being furnished for the project) shall be factory tested to determine the following characteristics at the maximum speed at which the pumps are to be operated: 1) Head-Capacity Curve (at least 6 points on curve) 2) Horsepower Curves (input, brake, and water) 3) Efficiency Curve 4) Balance 5) Vibration 6) Percent slip at motor full-load torque 7) Speed c. All tests shall be performed in accordance with the latest Hydraulic Institute Standards and as specified herein. Test conditions shall approximate actual site conditions. Hydraulic pressure at pumps suction shall not exceed that to be provided at actual site conditions. d. Unless otherwise specified in the specific pumping unit requirements herein, the Owner will be present during factory testing. The Contractor shall notify the Owner not less than 10 days prior to the date on which the pump manufacturer shall conduct the performance tests of the pumps, to provide sufficient time for the Owner to arrange to have an Owner's representative present at the performance tests. The cost of providing an Owner's representative at the performance tests shall be borne by the Owner. Testing shall be arranged such that all pumps are ready for testing, thus only requiring one trip and three days at the factory by the Owner's representative. e. In the event any pump does not meet the specified requirements, it shall be modified by the manufacturer to meet the requirements of the specifications and shall be retested in accordance with the provisions of the specifications. All costs of retesting, including costs for additional witnessing and Owner's representative's costs, shall be borne by the manufacturer. f. All units shall be tested in accordance with the above requirements and certified test reports provided to the Owner. 2. Field Testing Following completion of the installation and satisfactory start-up of the equipment, the Contractor shall provide the services of the pump manufacturer's representative to operate each pumping unit over the entire specified range. The operation, over the entire specified range, shall be free of excessive vibration, noise or 05/11/07 VERTICAL NON-CLOG DRY PIT PUMPING UNITS POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 11062-11 cavitation, and overheating of the pump or motor bearings. The pump manufacturer's representative shall supervise the following tasks and shall certify in writing that the equipment and controls have been properly installed, aligned, lubricated, adjusted, and readied for operation. Contractor shall provide all required testing equipment and shall perform said test at no additional cost to the Owner. a. Vibration shall be checked and recorded. The vibration of all pumps shall be equal to or less than the amplitude limits recommended in the Hydraulic Institute Standards and it shall be recorded at a minimum of 4 pumping conditions defined by the Engineer. b. Each pump performance shall be documented by obtaining concurrent readings showing motor voltage and amperage, pump flow rate, pump suction head and pump discharge head. Readings shall be documented at a minimum of three pumping conditions, including the specified design point, to ascertain the actual pumping curves. Another test shall be run at shut-off head. Each power lead to the motor shall be checked for proper current balance. Contractor shall furnish to the Owner calibrated test gauges, one pressure/vacuum gauge for suction and one pressure gauge for discharge, each with diaphragm seal. After testing, the gauges shall become the property of the Owner. Flow shall be measured with the station mag meter. c. The field testing shall be witnessed by the Owner. In the event any of the pumping equipment fails to meet the specified performance requirements, it shall be modified and retested in accordance with the requirements of these Specifications. 05/11/07 VERTICAL NON-CLOG DRY PIT PUMPING UNITS POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 11062-12 SECTION 11301 ODOR CONTROL SCRUBBER SYSTEM TECHNICAL SPECIFICATIONS PART 1 - GENERAL 1.01 Description The Contractor shall furnish, install, test, and leave ready for operation one (1) packaged Odor Control Scrubber System using catalytic activated carbon that can be regenerated by water, including a reactor vessel, multiple activated carbon canisters, fan and motor assembly, piping, fittings, interconnecting ductwork, and appurtenances. The reactor vessel, fan, and activated carbon canisters shall function as a system and shall be the end products of the odor control system supplier to achieve standardization for appearance, operation, maintenance, spare parts, and manufacturer's services. Unit shall be installed as shown on the Drawings and specified herein, including all appurtenances necessary for a complete and operable system. 1.02 Quality Assurance Equipment shall be the product of a manufacturer who has at least five (5) years of successful experience in the development, engineering, design, manufacturing, and assembly of equipment components and complete odor control systems as specified herein. 1.03 Submittals A. Shop Drawings Contractor shall submit shop drawings in accordance with the General Provisions, Section 2 - 5.3 and as specified herein. Shop drawings shall include, but not be limited to, the following: complete information, drawings, diagrams, and technical data for the equipment and components including ratings, operation, accessories, complete wiring diagrams, interconnect diagrams, dimensions, and installation requirements. Contractor shall submit seismic anchorage calculations and anchorage details, for the odor control system. Calculations shall be prepared by a professional Civil or Structural Engineer registered in the State of California. B. Operation and Maintenance Manual Contractor shall submit detailed Operation and Maintenance Manuals covering each component of the odor control scrubber system in accordance with the Supplemental Provisions, Special Construction Provisions. 05/11/07 ODOR CONTROL POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 11301-1 1.04 Permit and Requirements for San Diego County Air Pollution Control District (SDAPCD) An authority to construct and a permit to operate are required from the SDAPCD for the odor control system. The odor control system manufacturer shall provide all information and data required as part of the SDAPCD permit process. Contractor shall provide Owner with application forms for SDAPCD authority to construct and permit to operate. Application forms shall be complete except for Owner information and signature. Owner will execute applications and submit same to SDAPCD for approval, along with all required permit fees. 1.05 Manufacturer A single manufacturer shall be responsible for the overall performance of the odor control system. Only those odor control system manufacturers who also manufacture and furnish scrubber media, which meets the requirements of this specification, shall be considered. Odor control system shall be the Phoenix System, as manufactured by Calgon Carbon Corporation, or equal. PART 2 - PRODUCTS 2.01 Odor Control Scrubber System Description and Performance Requirements Contractor shall furnish and install a packaged odor control scrubber system consisting of reactor vessel, activated carbon canisters, fan and motor assembly, inlet duct to scrubber vessel, controls, and any additional appurtenances required to provide a complete and operable system. All components of the odor control system shall be factory skid mounted. Odor control system shall be designed to draw a minimum of 1000 acfm of air from the Lift Station Wet Well containing 10 ppm H2S and reduce the H2S concentration to a level not to exceed 25 ppb. Air pressure drop through the scrubber unit shall not exceed 10 inches overall at the design air flow rate of 1000 acfm. Supply fan shall be sized to produce 1000 acfm at 12" w.c. static pressure. Air flow shall enter the top air plenum which shall distribute the air evenly and downward into the banks of granular activated carbon canisters. The air shall then contact the activated carbon, flowing rapidly inward to each canister's inner conduit then into an air distribution header standpipe which turns the air upward and out into the exhaust plenum. The air shall discharge out the side of the vessel through a horizontally oriented discharge duct. 2.02 Reactor Vessel The reactor vessel shall be manufactured of polypropylene (PPL) and shall be black in color. The reactor vessel shall house the activated carbon canisters. The carbon canister media contained within the reactor vessel shall be capable of being water regenerated while the system remains on-line for continuous odor treatment during normal operation. Any system which must be taken off-line for media regeneration will not be acceptable. 05/11/07 ODOR CONTROL POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 11301-2 The PPL reactor housing material shall be designed and manufactured to withstand a maximum loading of 15 inches Water Column of positive or negative (i.e. vacuum) pressure. The following accessories shall be provided with the reactor vessel A. Single point water drain B. Single point water connection C. Flanged air inlet and outlet connections D. External sidewall canister access. Canisters shall be able to be removed and replaced from the reactor vessel exterior sidewall without requiring removal of any vessel appurtenances. E. Drain line isolation valve for each canister as shown on the Drawings. F. Clear PVC pipe with unions in feed water line and drain line for each canister for visual confirmation of regeneration process. 2.03 Activated Carbon Canisters The activated carbon utilized by the reactor vessel shall be provided in the form of replaceable carbon-filled canisters. Canisters shall be constructed of porous polyethylene. Each canister shall contain Calgon Carbon Corporation CENTAUR-HP type catalytic activated carbon. Activated carbons that can not be regenerated in-place will not be acceptable. The activated carbon supplied shall be of a type that does not require chemicals to be regenerated. Activated carbons which require hydroxide, permanganate, chlorine, organic, or any solutions other than clean water to regenerate the material will not be accepted. The activated carbon shall have the following properties: A. Iodine Number, mg/g (min): 950 B. Ash Content, % by wt (max): 8 C. Apparent Density, g/cc (min): 0.44 D. H2S Capacity (g/cc): 0.15 2.04 Fan and Motor Assembly The fan shall be a centrifugal industrial fiberglass reinforced plastic (FRP) fan that is AMCA certified and license to bear the AMCA seal. All parts of the fan that are exposed to the airstream shall be encapsulated in FRP to insure corrosion resistance. Each fan shall be equipped with the following features and accessories: A. Type 316 stainless steel shaft B. Flanged inlet and outlet C. Drain D. Shaft seals, Viton E. Inspection port 05/11/07 ODOR CONTROL POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 11301-3 F. Safety belt guard G. Lifting eyes H. Epoxy coated, heavy gauge, all welded steel base I. Constant-speed V-belt drive The fan motor shall be explosion-proof (TEXP), 3 phase, 60 hertz, 460 volt, with a 1.0 service factor. Fans shall be as manufactured by New York Blower, or equal. 2.05 Interconnecting Ductwork Exhaust ductwork and ductwork between the reactor vessel and the exhaust fan shall be constructed of PPL and shall be provided by the odor control system manufacturer. Ductwork assembly and design shall be compatible with the fan and reactor vessel. A flanged PPL rainhood and stainless steel bird screen shall be connected to the reactor vessel outlet flange as shown on the Drawings. An expansion joint shall be included in the ductwork and installed at the outlet of the exhaust fan. The expansion joint shall dampen axial, lateral, and vibrational duct movement. The expansion joint shall be resistant to ultraviolet degradation and to the corrosive gases being processed. The expansion joint shall be of a flanged design with 304 stainless steel hardware and EDDM gaskets. Inlet ductwork and appurtenances shall be provided as shown on the Drawings. Design, construction, and installation of inlet ductwork shall be coordinated with the odor control system manufacturer. 2.06 System Accessories/Options A. Automated Regeneration Package The odor control system shall be provided with an automatic water regeneration package. This package shall permit cyclical regeneration of the odor control system while the system remains on-line. This package shall consist of: 1. One (1) NEMA Type 4X FRP control panel. 2. One (1) programmable logic controller with PLC access module. 3. NEMA Type 4X solenoid valves. 4. One (1) CPVC ball valve with NEMA Type 4X electric actuator. B. System Fan Control Panel 1. A NEMA Type 4X FRP panel with combination motor starter shall be provided to operate the system fan. 2. The panel shall include a circuit breaker disconnect switch, control transformer, motor starter equipped with a solid-state overload relay assembly, start, stop, and reset pushbuttons, and an "ON" pilot light. 05/11107 ODOR CONTROL POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 11301-4 3. Pushbuttons and pilot light shall be door and/or flange mounted and be NEMA Type 4X. 4. Combination motor starter shall be as manufactured by Allen-Bradley, or equal. Motor starter shall be provided with 2 N.O. and 2 N.C. auxiliary contacts. C. Sound Attenuation Package The system shall be provided with a fan sound attenuation package. This package shall consist of a rigid stainless steel acoustical enclosure placed over the fan and motor assembly. The enclosure shall allow for operator access to the fan and motor assembly for maintenance. The enclosure shall contain noise-reduction material, shall be weatherproof, and shall reduce the noise level to 60 dBa at 100 feet away. D. Flow Monitoring Equipment Each reactor vessel shall include a manometer sufficient to give a direct read-out of differential pressure in inches water column across the system. The manometer shall be a Dwyer Series 1230-16, or equal. E. Flow Control Damper A round FRP butterfly damper shall be provided to regulate air flow through the reactor vessel. The damper shall be installed in the supply ductwork. The damper shall be located in accordance with the odor control system manufacturer's recommendations. F. Grease Filter/Mist Eliminator The grease filter/mist eliminator shall consist of a 304L stainless steel pad for grease filtration in front of a PPL pad with 316 stainless steel grid for mist elimination, housed inside an FRP enclosure. The pads shall be removable for cleaning and the housing shall have a door, or drop-out flange, to allow removal and replacement of the filter pads. A Dwyer Series 2000 Magnehelic differential pressure gage shall be installed on the housing to indicate pressure drop through the unit. The unit shall be installed into the reactor system supply ductwork. The FRP housing shall be flanged and drilled per PS 15-69 and be provided with full-faced gaskets. The filter/eliminator unit shall be as manufactured by Diamond Fiberglass Fabricators, Inc., or equal. G. Skid Mounting The odor control system shall be mounted on an epoxy coated carbon steel skid. The system shall be capable of being lifted and moved as required while mounted on the skid. The skid shall include mounting stands for the Automated Regeneration Control Panel and the Fan Control Panel, located as shown on the Drawings. 05/11/07 ODOR CONTROL POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 11301-5 PART 3 - EXECUTION 3.01 Installation The odor control scrubber system shall be installed in strict accordance with the manufacturer's printed instructions. Ductwork, piping, fittings, and electrical connections shall be provided as required for proper installation and operation of the odor control scrubber system. Unless specified otherwise, the odor control system skid base shall be mounted on a concrete slab with cast-in-place or drilled and epoxied 316 stainless steel anchor bolts. Contractor shall submit seismic anchorage calculations and anchorage details prepared by a professional Civil or Structural Engineer registered in the State of California. 3.02 Manufacturer's Services and Instruction Manufacturer or supplier of the equipment furnished under this Section shall furnish the services of competent factory-trained personnel to provide technical assistance during installation and start-up of the odor control system. Prior to start-up, manufacturer shall provide Owner with written certification stating that the odor control system has been properly installed and is ready for operation. After the equipment has been installed, tested, and adjusted, and placed in satisfactory operating condition, the equipment manufacturer shall provide classroom instruction to Owner's operating personnel in the use and maintenance of the equipment. Two (2) hours of instruction shall be provided unless otherwise specified. Contractor shall give the Owner formal written notice of the proposed instruction period at least two weeks prior to commencement of the instruction period. Scheduled training shall be at a time acceptable to the Owner and the manufacturer. During this instruction period, the manufacturer shall answer any questions from the operating personnel. The manufacturer's obligation shall be considered ended when he and the Owner agree that no further instruction is needed. 3.03 Performance Certification A. Factory Testing As a minimum, the odor control system shall be factory tested to demonstrate the following: 1. Proper operation of fan control panel. 2. Proper operation of regeneration panel. 3. Operating air flow rate of 1,000 cfm (minimum). 4. Pressure drop across reactor vessel. 5. Range of operation of flow control damper. 6. Fan motor voltage, amperage, and power factor at vessel minimum and maximum flow rates. B. Field H2S Performance Test 05/11/07 ODOR CONTROL POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 11301-6 The Contractor shall field demonstrate H2S removal by the odor control system. A field performance test shall be conducted by introducing a sufficient quantity of hydrogen sulfide gas into the scrubber suction ducting to raise the average concentration of hydrogen sulfide gas in the influent air stream to 10 ppm ± 10% (excluding moisture) at the design air flow on a continuous basis for a 2-hour period. An outlet sample shall be measured every 30 minutes with instrumentation accurate in the 0-5 ppb range. The air flow shall be measured by a Pitot tube inserted upstream of the odor control unit. After successful completion of the testing, the hole for the Pitot tube shall be plugged. During this test, gas samples shall be monitored at each of the following locations. 1. Inlet odorous air to the odor control system. 2. Outlet treated air from the odor control system. The H2S analyzer shall be calibrated both before and after testing by the testing laboratory previously approved by the Owner. Performance testing shall be performed in the presence of the Owner. 3.04 Report A summary report shall be prepared for the factory performance testing and the field performance testing. The report shall be submitted by the Contractor for the Owner's review and acceptance. The report shall include a one page executive summary, description of test protocol, table of results showing air flow, inlet air analysis results, and outlet air analysis results. 3.05 Acceptance Satisfactory installation, operation, and performance of the required tests shall be the basis of acceptance of the equipment. If the hydrogen sulfide gas concentration in any sample taken from the reactor vessel outlet during the test exceeds 25 ppb excluding moisture, or air flow is less than the design rate throughout the entire test period, the manufacturer shall adjust or modify the equipment and field test shall be repeated at no expense to the Owner. If modifications or adjustments are made which would affect the air flow rate, the air handling system (fan, drive, etc.) shall be modified or replaced accordingly such that the design air flow rate is maintained. Should the installed equipment not meet the performance specification upon retesting, the Contractor shall remove the installed equipment and replace it with equipment which meets the specifications at no cost to the Owner. 05/11 /07 ODOR CONTROL POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 11301-7 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 A. CMWD Standard Drawings B. SECTIONS 15041, 15044 AND 15056 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. 01/19/06 GENERAL PIPING SYSTEM AND APPURTENANCES CARLSBAD MASTER SPECIFICATIONS 15000-1 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 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 (4") and larger, unless otherwise indicated on the Standard Drawings. Gate well box and lid shall be used on all gate wells. 01/19/06 GENERAL PIPING SYSTEM AND APPURTENANCES CARLSBAD MASTER SPECIFICATIONS 15000-2 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 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. 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"). 01/19/06 GENERAL PIPING SYSTEM AND APPURTENANCES CARLSBAD MASTER SPECIFICATIONS 1 5000-3 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 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. 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. 01/19/06 GENERAL PIPING SYSTEM AND APPURTENANCES CARLSBAD MASTER SPECIFICATIONS 15000-4 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 D. Provide a washer under each nut and under each bolthead. Use washers of the same materials as the nuts. 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. 01/19/06 GENERAL PIPING SYSTEM AND APPURTENANCES CARLSBAD MASTER SPECIFICATIONS 15000-5 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 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. 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: Valve Size Larger than 100mm (4") Gate Well Size and Material 200mm (8") diameter Class 150, C-900 PVC 1. PVC gate wells for use in recycled water system applications shall be white. 2. PVC gate wells for use in potable water system applications shall be white or blue. B. Gate well lids shall be as indicated below in accordance with the Approved Materials List. 1. Gate well box 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, and Recycled Water for recycled water systems. 2. Lids shall be Brooks 4TT with long skirt or approved equal. 3. Normally closed potable water valves and recycled water valves shall use box lids by Brooks 3RT or approved equal. 4. Lid sizes shall be as follows: Valves Larger than 1 00mm (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 01/19/06 CARLSBAD MASTER SPECIFICATIONS POINSETTIA SEWAGE LIFT STATION UPGRADE GENERAL PIPING SYSTEM AND APPURTENANCES 15000-6 CONTRACT 38751 2.11 VALVE STEM EXTENSIONS Stem extensions shaii 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 shaii 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. 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 (12" x 20") 425mm x 750mm (17" 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. 01/19/06 GENERAL PIPING SYSTEM AND APPURTENANCES CARLSBAD MASTER SPECIFICATIONS 15000-7 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 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. 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. Note: Collars, bells, fittings, or couplings shall not be within 18-inches of the outer dimension of the tapping saddle. 6. Potential conflicts with existing utilities. 01/19/06 GENERAL PIPING SYSTEM AND APPURTENANCES CARLSBAD MASTER SPECIFICATIONS 15000-8 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 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. 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 after potholing has been completed, materials have been approved and delivered, and wet tap or cut-in installation has been scheduled with approved Connection Permit. 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 in full compliance with NPDES standards where cut-in installations are required and shall be done 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. 01/19/06 GENERAL PIPING SYSTEM AND APPURTENANCES CARLSBAD MASTER SPECIFICATIONS 15000-9 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 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 Section 03000. d. Completing all backfill and compaction of the trench in accordance with Section 02223. e. Repairing or replacing pavement as necessary. 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. 01/19/06 GENERAL PIPING SYSTEM AND APPURTENANCES CARLSBAD MASTER SPECIFICATIONS 15000-10 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 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. 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 non-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. 01/19/06 GENERAL PIPING SYSTEM AND APPURTENANCES CARLSBAD MASTER SPECIFICATIONS 15000-1 1 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 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. 3.8 WARNING/IDENTIFICATION TAPE 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. 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. 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. 01/19/06 GENERAL PIPING SYSTEM AND APPURTENANCES CARLSBAD MASTER SPECIFICATIONS 15000-12 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 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) as recommended by the Engineer. 3. Existing pipe 400mm (16") and larger shall be entirely filled by pressure-grouting or by blown sand as determined by the Engineer. 4. Existing pipe ends shall be filled with concrete. 5. All valves shall be removed with remaining pipe or fittings permanently sealed with blind flange or concrete plug. 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. Service laterals shall be cut back a minimum of 24-inches below the finish grade. 8. Water services to be abandoned that are connected to pipelines that will remain in service shall be abandoned in-place. 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 access holes 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. 01/19/06 GENERAL PIPING SYSTEM AND APPURTENANCES CARLSBAD MASTER SPECIFICATIONS 15000-13 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 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 approval 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, Section 02223 of the 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 shall deliver salvage 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. 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 3.11. B. Existing service laterals or appurtenances to be connected to new pipelines shall be installed as shown on the Approved Plans or as directed by the District Engineer in accordance with the Standard Drawings. 01/19/06 GENERAL PIPING SYSTEM AND APPURTENANCES CARLSBAD MASTER SPECIFICATIONS 15000-14 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 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 Hyppchlorites B301 Standard for Liquid Chlorine C651 Disinfecting Water Mains 1 .3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Specifications 15000, 15044, 15056, 15057, 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 or dechlorination 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. Emergency Response Plan. 01/19/06 DISINFECTION OF PIPING CARLSBAD MASTER SPECIFICATIONS 15041-1 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 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 and 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. 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 hypochlorite is available in liquid form in glass or plastic containers, ranging in 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 hypochiorite may be used if a solution container is utilized to provide a continuous feed method. 01/19/06 DISINFECTION OF PIPING CARLSBAD MASTER SPECIFICATIONS 15041-2 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 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. 3. Water trucks, pumping equipment, piping, appurtenances and all other equipment in contact with potable water shall be disinfected prior to use. 01/19/06 DISINFECTION OF PIPING CARLSBAD MASTER SPECIFICATIONS 15041-3 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 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. 01/19/06 DISINFECTION OF PIPING CARLSBAD MASTER SPECIFICATIONS 15041-4 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 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.) 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. 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, keeping and providing records to the Engineer to ensure that the total residual chlorine effluent limitations listed above are met. B. 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. 01/19/06 DISINFECTION OF PIPING CARLSBAD MASTER SPECIFICATIONS 15041-5 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 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: A. Coliform bacteria: no positive sample, and B. Heterotrophic plate count (HPC): 500 colony forming units/ml or less. 3.6 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. 3.7 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. 01/19/06 DISINFECTION OF PIPING CARLSBAD MASTER SPECIFICATIONS 15041-6 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 SECTION 15044 ,-*, HYDROSTATIC TESTING OF PRESSURE PIPELINES 1 PART 1 - GENERAL 1.1 DESCRIPTION This section describes the requirements and procedures for pressure and leakage testing of all pressure mains. 1.2 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 15000, 15041, 15056, 15061, and 15064 1.3 REQUIREMENTS PRIOR TO TESTING A. Provide testing procedure submittal including testing pressure, testing schedule, test bulkhead locations, and water supply details. B. All piping, valves, fire hydrants, services, and related appurtenances shall be installed prior to testing. C. The pipe trench shall have trench zone backfill placed and compacted with a minimum of 0.76m (2.51) of material over the pipe. <*"%D. All concrete anchor blocks shall be allowed to cure a sufficient time to develop a ^^ minimum strength of 13.79 MPa (2,000 psi) before testing. E. Pressure tests on exposed and aboveground piping shall be conducted only after the entire piping system has been installed and attached to pipe supports, hangers or anchors as shown on the Approved Plans. F. Steel pipelines shall not be tested before the mortar lining and coating on all pipe lengths within the line have been in place for a minimum of fourteen (14) days. Cement-mortar lined pipe shall not be filled with water until a minimum of eight hours has elapsed after the last joint has been mortared. 1.4 CONCURRENT HYDROSTATIC TESTING AND DISINFECTION OF PIPELINES Hydrostatic testing of pipelines shall be performed prior to or concurrently with the disinfection operations in accordance with Section 15041. In the event repairs are necessary, as indicated by the hydrostatic test, the District may require additional disinfection in accordance with Section 15041. 1.5 CONNECTION TO EXISTING MAINS Hydrostatic testing shall be performed prior to connections to existing mains. A District Connection Permit authorizing connection to the existing system shall be given only on the basis of acceptable hydrostatic, disinfection and bacteriological test results. Connection to existing mains shall be performed in accordance with Section 15000. 3 01/19/06 HYDROSTATIC TESTING OF PRESSURE PIPELINES CARLSBAD MASTER SPECIFICATIONS 15044-1 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 PART 2 - MATERIALS 2.1 WATER A. Potable water shall be used for hydrostatic testing of potable and recycled water mains. B. Potable water shall be supplied by a District-approved source. Make-up water for testing shall also be potable water. C. A chlorinated water solution, in accordance with Section 15041, shall be used to charge the line and for make-up water when hydrostatic testing and disinfection operations are combined. D. Meet all applicable state and local requirements for disposal of testing water. 2.2 CONNECTIONS A. Testing water shall be supplied through a metered connection equipped with a backflow prevention device in accordance with Section 15112 at the point of connection to the potable water source used. B. The Contractor shall provide any temporary piping needed to deliver potable water to the piping that is to be tested. Temporary piping shall be in accordance with Section 15000. PART 3 - EXECUTION 3.1 GENERAL A. All water systems shall be pre-tested to insure passage of test prior to scheduling official test with inspector. B. The Contractor shall provide the District with a minimum of 48 hours' notice prior to the requested date and time for hydrostatic tests. C. The Contractor shall furnish all labor, materials, tools, and equipment for testing. D. Temporary blocking during the tests will be permitted only at temporary plugs, caps or where otherwise directed by the District. E. All valves and appurtenances shall be operated during the test period. The test shall be conducted with valves in the open position. The Contractor is not permitted to operate any valves on the District's system. F. At the onset of testing, all valves, air vacuum assemblies, blowoffs, and services shall be monitored for possible leakage and repairs made, if necessary, before the test proceeds. The appurtenances shall be monitored through the duration of the testing. G. For pipe with porous lining, such as cement mortar, the pipe shall be filled with water and placed under a slight pressure for a minimum of forty-eight (48) hours prior to the actual hydrostatic test. 01/19/06 HYDROSTATIC TESTING OF PRESSURE PIPELINES CARLSBAD MASTER SPECIFICATIONS 15044-2 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 H. Testing shall be made before connecting the new line with the existing District pipes and mains. I. The pipeline should be filled at a rate such that the velocity of flow is less than 1 fps. J. Maximum length of pipe to be included in any one (1) test shall not exceed 2,500 linear feet or vertical elevation difference of 58 feet. 3.2 FIELD TEST PROCEDURE A. Before applying the specified test pressure, care shall be taken to release all air within the pipe and appurtenances to be tested. Air shall be released through services, fire hydrants, air release valves, or other approved locations. B. The leakage shall be considered as the total amount of water pumped into the pipeline during the test period. C. Apply and maintain the test pressure by means of a hydraulic force pump. D. Maintain the test pressure for the following duration by restoring it whenever it falls an amount of 5 psi: Pipe Diameter (inches) 18 and less 20 to 36 Greater than 36 Hours 4 8 24 E. After the test pressure is reached, use a meter to measure the additional water added to maintain the pressure. This amount of water is the loss due to leakage in the piping system. The allowable leakage for various sizes of PUC & DIP with rubber gaskets are shown in the following table: TYPE OF PIPE: CLASSES: Pipe Sizes (inches) 4" 6" 8" 10" 12" 14" 16" 18" 20" 24" P.V.C. & D.I.P. 150&200 Allowable Leakage Gals/4 hrs/1000'of pipe .33 Gals. .50 Gals. .66 Gals. .83 Gals. .99 Gals. 1.16 Gals. 1.32 Gals. 1.49 Gals. 1.66 Gals. 1.98 Gals. 01/19/06 CARLSBAD MASTER SPECIFICATIONS POINSETTIA SEWAGE LIFT STATION UPGRADE HYDROSTATIC TESTING OF PRESSURE PIPELINES 15044-3 CONTRACT 38751 F. The allowable leakage for welded steel pipe shall be zero gallons. G. The allowable leakage for piping having threaded, brazed, or welded (including solvent welded) joints shall be zero gallons. H. Repair and retest any pipes showing leakage rates greater than that allowed in the above criteria. 3.3 TEST PRESSURE Pipe sizes in excess of 16" diameter shall be tested at a pressure based on hydraulic gradient elevation (H.G.L) as shown on the drawings. If no test H.G.L. is shown, the pipeline at the low point in test section shall be pumped to a hydrostatic test pressure of 75 p.s.i. in excess of the pressure class of pipe. Pressure shall be maintained for a duration shown in section 3.2 and shall be repumped when it falls an amount of 5 p.s.i. Pipe sizes 16" diameter and less shall be tested at 75 p.s.i. in excess to the pressure class of the pipeline. Pressure shall be maintained for a duration shown in section 3.2 and shall be repumped when it falls an amount of 5 p.s.i. The test pump gauge and meter shall be connected to the water main at a location other than the highest point in the line, in order to allow release of air from the high point. Means shall be provided for accurately measuring the quantity of water pumped through a meter and pumped into the pipe immediately, during and after the test period in order to maintain or restore the initial test pressure. All pipe, fittings, valves, services and appurtenances shall be subjected to the hydrostatic test and irrespective of the measured quantity of leakage, all detectable leaks shall be repaired by the Contractor at the contractor's expense and no cost to Carlsbad Municipal Water district. If a tested system is damaged or a leak occurs after official test the entire system or portion of system will be retested as directed by Inspector. 01/19/06 HYDROSTATIC TESTING OF PRESSURE PIPELINES CARLSBAD MASTER SPECIFICATIONS 15044-4 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 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 ASTM A536 AWWAC104 AWWAC105 AWWAC111 AWWA C600 Ductile iron pipe flanges and flanged fittings, classes 150 and 300 Specification for ductile iron castings Cement mortar lining for ductile iron pipe and fittings for water Polyethylene encasement for ductile iron pipe systems Rubber-gasket joints for ductile iron pipe Installation of ductile iron water mains and their appurtenances 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 15000 and 15044 1.4 SERVICE APPLICATION Ductile-iron pipe shall be used only in specific areas, locations, and uses allowed by the District. 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 300mm (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. 01/19/06 CARLSBAD MASTER SPECIFICATIONS POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 DUCTILE-IRON PIPE AND FITTINGS 15056-1 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. 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. 01/19/06 DUCTILE-IRON PIPE AND FITTINGS CARLSBAD MASTER SPECIFICATIONS 15056-2 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 1.7 SUBMITTALS The following items shall be submitted and reviewed by the District 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. 01/19/06 DUCTILE-IRON PIPE AND FITTINGS CARLSBAD MASTER SPECIFICATIONS 15056-3 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 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 15151. 1.10 POLYETHYLENE ENCASEMENT Polyethylene encasement shall be installed for buried ductile-iron pipe and fittings in accordance with Section 15000. 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 3.2mm (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 District 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. 2.9 BOLTS AND NUTS FOR FLANGES Bolts and nuts shall be in accordance with Section 15000 and shall be selected from the Approved Materials List. 2.10 WARNING/IDENTIFICATION TAPE Warning/Identification tape materials shall be in accordance with Section 15000 and selected from the Approved Materials List. 01/19/06 DUCTILE-IRON PIPE AND FITTINGS CARLSBAD MASTER SPECIFICATIONS 15056-4 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 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 SSPWC. 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. 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. 01/19/06 DUCTILE-IRON PIPE AND FITTINGS CARLSBAD MASTER SPECIFICATIONS 15056-5 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 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 POLYETHYLENE ENCASEMENT Polyethylene encasement shall be used for the buried installation of ductile iron pipe and fittings and shall be installed in accordance with Section 15000. 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 District-approved anti-seize compound. D. Nuts shall be tightened in an alternating "star" pattern to the manufacturer's recommended torque. 01/19/06 DUCTILE-IRON PIPE AND FITTINGS CARLSBAD MASTER SPECIFICATIONS 15056-6 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 E. Coat the exterior of exposed flanges, bolts and nuts located aboveground or within vaults in accordance with Section 09900. 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 75 mm (3") 16 mm (5/8") 61-81 N-M (45-60 ft.-lb.) 100-600 mm (4-24") 19 mm (3/4") 102-122 N-M (75-90 ft.-lb.) 750-900 mm (30-36") 25 mm (1") 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 450mm (18") long for pipe sizes 200mm (8") through 300mm (12"), and 600mm (24") long for pipe sizes 400mm (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 13110. 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 District. A. Grooved joint couplings shall be installed per AWWA C606 and as indicated in Section 15000. 01/19/06 DUCTILE-IRON PIPE AND FITTINGS CARLSBAD MASTER SPECIFICATIONS 15056-7 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 B. Flanged coupling adapters, where allowed by the District, 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 or anchor blocks shall be placed as shown on the approved plans in accordance with Section 03000. 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. 01/19/06 DUCTILE-IRON PIPE AND FITTINGS CARLSBAD MASTER SPECIFICATIONS 15056-8 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 SECTION 15057 COPPER TUBING, BRASS AND BRONZE PIPE FITTINGS PART 1 - GENERAL 1.1 DESCRIPTION This section includes materials and installation of copper tubing, brass and bronze pipe fittings and appurtenances. 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 B1.20.1 Pipe treads, general purpose ANSI B16.18 Case copper alloy solder joint pressure fittings 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 09900, 15000, 15041, 15044, 15056, 15061 and 15064 1.4 SERVICE LATERAL WET TAP CONNECTIONS Contractor shall perform all wet tap connections to existing pipelines in accordance with Section 15000. 1.5 RECYCLED WATER IDENTIFICATION Copper Tubing, Brass, and Bronze Pipe Fittings for recycled water shall be identified with purple color coating, purple polyethylene sleeve, identification labels or signs. 1.6 WARNING/IDENTIFICATION TAPE Warning/Identification Tape shall be used for all copper tubing, except that which is bored or jacked, in accordance with Section 15000. PART 2 - MATERIALS 2.1 COPPER TUBING Copper tubing shall conform to the requirements of ASTM B 88 Type K or ASTM B 88 M (Metric) Type A seamless copper water tube. Copper tubing up to 25mm (1") diameter shall be soft; 50mm (2") may be soft or rigid. Components shall be selected from the Approved Materials List in accordance with the Standard Drawings. 01/19/06 COPPER TUBING, BRASS AND BRONZE PIPE FITTINGS CARLSBAD MASTER SPECIFICATIONS 15057-1 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 2.2 BRASS PIPE, NIPPLES, AND FITTINGS Threaded nipples, brass pipe and fittings shall conform to ASTM B 43, regular wall thickness. Threads shall conform to ANSI B1.20.1. Fittings shall be flared or silver soldered per CMWD Standard Drawings W3 and W4. 2.3 BRONZE APPURTENANCES A. Corporation stops, curb stops, meter and angle meter stops, meter flange adapters, and bronze-bodied service saddles shall be selected from the Approved Materials List in accordance with the Standard Drawings. B. Fittings shall be flared type or silver soldered. C. All items specified herein shall be manufactured of bronze conforming to ASTM B 62. D. Service saddles shall be the double strap type. Service saddles shall be used on all service and appurtenance connections on PVC piping. For piping materials other than PVC, service and appurtenance connections shall be performed in accordance with the Approved Drawings. 2.4 BOLTS AND NUTS FOR FLANGES Bolts and nuts shall be in accordance with Section 15000 and the Approved Materials List. 2.5 WARNING/IDENTIFICATION TAPE Warning/Identification Tape materials shall be in accordance with Section 15000 and shall be selected from the Approved Materials List. PART 3 - EXECUTION 3.1 COPPER TUBING AND FITTINGS A. Trenching, bedding, backfilling and compacting shall be performed in accordance with CMWD Standard Drawings. Provide a minimum cover of 760mm (30") below finished street grade. B. Cut tubing true and square and remove burrs. C. Bends in soft copper tubing shall be long sweep. Shape bends with shaping tools. Form bends without flattening, buckling, or thinning the tubing wall at any point. D. Assemble copper tubing and fittings per the manufacturer's recommendation in accordance with the Standard Drawings. E. Install warning/identification tape in accordance with Section 15000 and the Standard Drawings. 01/19/06 COPPER TUBING, BRASS AND BRONZE PIPE FITTINGS CARLSBAD MASTER SPECIFICATIONS 15057-2 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 F. All fittings shall be soldered or flared as shown on the Approved Plans and Standard Drawings. 3.2 SERVICE SADDLES A. Service saddles shall be located a minimum of 600mm (24") from any pipe joint or fittings. B. Service saddles for connections shall be located a minimum of 600mm (24") from other saddles. Additionally, multiple service saddles for connections that are installed on the same side of a single pipe length shall be alternately staggered between 10o and 30o to prevent a weak plane in the pipe. C. The surface of the pipe shall be clean and all loose material shall be removed to provide a hard, clean surface. D. The service saddle shall be tightened in accordance with the manufacturer's recommendations to ensure a tight seal, using care to prevent damage or distortion of the service saddle or corporation stop due to over-tightening. E. The tap into the pipe shall be made in accordance with the pipe manufacturer's recommendation. Tapping tools and shell cutters with internal teeth or double slots that will retain the coupon shall be used. 3.3 DISINFECTION AND BACTERIOLOGICAL TESTING Disinfection, bacteriological testing, and flushing shall be performed in accordance with Section 15041. 3.4 HYDROSTATIC TESTING Field hydrostatic testing shall be performed in accordance with Section 15044. 01/19/06 COPPER TUBING, BRASS AND BRONZE PIPE FITTINGS CARLSBAD MASTER SPECIFICATIONS 15057-3 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 SECTION 15092 MISCELLANEOUS COUPLINGS, PIPE AND APPURTENANCES PART 1 - GENERAL 1.1 DESCRIPTION All valves, couplings, and appurtenances shall conform to requirements of the standard dimensions and pressure classification of the immediately adjacent pipe, valve or appurtenance as specified. 1.2 RELATED WORK DESCRIBED ELSEWHERE The Contractor shall refer to the following Specification section(s) for additional requirements: A. Painting and Coating: 09900 B. Petrolatum Wax Tape Coating: 09902 1.3 SUBMITTALS Contractor shall furnish submittals in accordance with the requirements of Section 2-5.3, Shop Drawing Submittals. The following submittals are required: A. Submit Shop Drawings for all miscellaneous couplings, pipe and appurtenances. Shop Drawings shall include listing of materials of construction, with ASTM reference and grade, including lining and paint coating intended for use, with lining and coating manufacturers' and paint numbers listed. 1.4 PAYMENT 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. PART 2 - MATERIALS 2.1 GASKETS, NUTS, AND BOLTS Gaskets for flanged joints shall be "drop-in" type asbestos composition sheet packing, graphited on both sides, "drop-in" type, conforming to the requirements of ANSI B16.21 and shall be as manufactured by Crane Co., Garlock or approved equal. Bolts and studs for aboveground installations shall be cadmium plated and shall conform to ASTM A307, Grade B, "Steel Machine Bolts and Nuts and Tap Holes," when a ring gasket is used and shall conform to either ASTM A261, "Heat-Treated Carbon Steel Bolting Material" or ASTM A193, "Alloy-Steel Bolting Material for High Temperature Service," when a full-face gasket is used. Bolts and nuts shall be heavy hexagon series. Nuts shall conform to ASTM A194, "Carbon and Alloy Steel Nuts for Bolts for High Pressure and High Temperature Service" either in Grade 1, 2 or 2H. The fit shall be 01/19/06 MISCELLANEOUS COUPLINGS, PIPE AND APPURTENANCES CARLSBAD MASTER SPECIFICATIONS 15092-1 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 ANSI B1.1, "Unified Screw Threads," Class 2, except that Class 3 fit shall be used in holes tapped for studs. Threads may be made by either cutting or cold forming. Between 1/4-inch and 3/8-inch shall project through the nut when drawn tight. Washers shall be provided for each nut and shall be the same material as each nut. All buried flanges, including bolts, nuts and washers, shall be encased in wax tape per Section 09902. All bolt threads shall be lubricated with non-oxide grease. Flanged faces shall be wire brushed and cleaned prior to joining each flange. 2.2 POLYETHYLENE ENCASEMENT Unless otherwise specified on the Plans, all couplings and appurtenances for underground installation shall be encased in wax tape per Section 09902. 2.3 PAINTING AND COATING All miscellaneous couplings, pipe and appurtenances referenced in this section shall be painted and coated, interior and exterior, in accordance with Section 09900, Painting and Coating. 2.4 FLEXIBLE COUPLINGS Joints for which flexible couplings are required, shall be made with Baker, Smith-Blair, or approved equal. Gaskets shall be plain rubber gaskets. Threads on bolts of compression collars shall be lubricated with non-oxide grease before assembling the coupling. For cast-iron, ductile-iron or asbestos cement pipe sizes 2-inches through 16-inches, use Baker Series 228, Smith-Blair Series 413, or approved equal. Transition couplings shall be Baker Series 212, Smith-Blair Series 413, or approved equal. Flanged coupling adapters for cast iron or ductile iron pipe sizes 4-inches through 12-inches shall be Baker Series 601, Smith-Blair Series 912, or approved equal. Flanged coupling adaptors for cast or ductile iron pipe greater than 12-inches shall be Baker Series 602 or Smith-Blair Series 913. 2.5 PIPE UNIONS Screw unions may be employed on pipelines 2-1/2-inches in diameter and smaller. Pipes and fittings made of non-ferrous metals shall be isolated from ferrous metals by nylon insulating pipe bushings, unions or couplings manufactured by Smith-Blair, Pipe Seal and Insulator Co. or approved equal. PART 3 - EXECUTION (Not Applicable) 01/19/06 MISCELLANEOUS COUPLINGS, PIPE AND APPURTENANCES CARLSBAD MASTER SPECIFICATIONS 15092-2 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 SECTION 15099 PROCESS VALVES, REGULATORS AND MISCELLANEOUS VALVES PART 1 - GENERAL 1.1 DESCRIPTION This section includes materials, testing and installation of manually operated process valves such as check valves, pressure control valves, pressure reducing valves and ball valves. 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. American Water Works Association AWWA C508 Standards for Swing Check Valve ASTM B62 Standards for Ball Vales 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Specification Sections 09900, 15000, 15041, 15044, 15057, 15074, 15108, and 15112. 1.4 SERVICE APPLICATIONS Check valves, pressure control valves, pressure reducing valves, bronze gate valves and ball valves are primarily used in the installation of potable and recycled water main appurtenances and where called for on the Approved Plans and indicated on the Standard Drawings. 1.5 SUBMITTALS The following items shall be submitted to the District for review and approval prior to ordering or delivery of valves per Section 2-5.3 Submittals. A. The valve manufacturers catalog data showing the size to be used, valve dimensions, pressure rating and materials of construction. B. Manufacturers catalog data and proof of NSF certification on the lining materials to be used. C. Installation procedures including field adjustments as required. 01/19/06 PROCESS VALVES, REGULATORS AND MISCELLANEOUS VALVES CARLSBAD MASTER SPECIFICATIONS 15099-1 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 1.6 SIZING OF VALVES Valves shall be the same size as the appurtenance in which they are to be installed with unless otherwise called for on the Approved Plans or indicated on the Standard Drawings. 1.7 VALVE ENDS Valve ends shall be compatible with the piping system or appurtenance in which they are to be installed or as called for on the Approved Plans or indicated on the Standard Drawings. 1 .8 DELIVERY, STORAGE AND HANDLING Valves shall be delivered and stored in accordance with the manufacturer's recommendations. Valves shall remain in factory packaging until ready for installation. Valves shall not be stored in contact with bare ground. 1 .9 POLYETHYLENE WRAP Polyethylene wrap shall be used for the buried installation of valves in accordance with Section 15000. 1.10 GATE WELLS AND EXTENSION STEMS Valve boxes and extension stems shall be installed in accordance with Section 1 5000 and the Standard Drawings. PART 2 - MATERIALS 2.1 RUBBER-FLAPPER SWING CHECK VALVE A. Swing check valves and appurtenant components shall be in accordance with AWWA C508 and selected from the Approved Materials List. A submittal will be required as described in this Section. B. Rubber-flapper swing check valves shall have a heavily constructed ductile-iron body and cover. The body shall be long pattern design (not wafer), with integrally cast-on end flanges. The flapper shall be Buna-N having an "O" ring seating edge and be internally reinforced with steel. C. Flapper shall be captured between the body and the body cover in a manner to permit the flapper to flex from closed to full open position during flow through the valve. Flapper shall be easily removed without need to remove valve from line. Check valves shall have full pipe size flow area. Seating surface shall be on a 45° angle requiring the flapper to travel only 35° from closed to full open position, for minimum head loss and non-slam closure. 01/19/06 PROCESS VALVES, REGULATORS AND MISCELLANEOUS VALVES CARLSBAD MASTER SPECIFICATIONS 15099-2 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 D. Buna-N flapper shall be high-strength coated fabric, coated both sides with 70 DURO, which creates an elastic spring effect, molded internally, to assist the flapper to close against a slight head to prevent slamming. When essential to create backflow through the check valve, as directed by the District Engineer, an external backflow device shall be furnished. E. Valve ends shall be flanged ductile-iron in accordance with Section 15056 unless otherwise called for on the Approved Plans or directed by the District Engineer. F. Check valves shall be tested by the manufacturer and the test results shall be approved by the District Engineer prior to shipment to the project. Check valves must unseat at a head no greater than 600mm (24"). 2.2 SMALL DIAMETER ISOLATING VALVES Provide all small diameter valves and cocks for shut-off process connections, instrumentation and other miscellaneous uses in accordance with the Approved Plans. These valves shall be of the same material and pressure rating as the adjacent process piping. Shutoff valves shall be compatible with instrumentation and other equipment in accordance with the manufacturer's recommendations. 2.3 CORPORATION STOPS Corporation stops shall be in the ball type with a bronze body and T-Head operator. Valve ends shall be compatible with the piping system in which they are being installed or as called for on the Approved Plans or indicated on the Standard Drawings. Corporation stops shall be rated for a minimum pressure of 1,379 KPa (200 psi). Corporation stops shall be selected from the Approved Materials List. 2.4 ANGLE METER STOPS Angle meter stops shall be the ball type with a bronze body and 90° lock wing. Valve ends shall be flare style inlet and swivel meter nut for 25mm (1") and meter flange for 50mm (2") outlets. Angle meter stops shall be rated for a minimum pressure of 1,379 KPa (200 psi). Angle meter stops shall be selected from the Approved Materials List. 2.5 CUSTOMER METER SHUT-OFF VALVE Customer meter shut-off valves shall be the ball type with a bronze body and lever handle operator. Valve ends shall be swivel meter nut for 1" inlets and meter flange for 2" inlets. Customer meter shut-off valves shall be rated for a minimum pressure of 200 psi. The District Engineer may require the use of a customer meter shut-off valve equipped with a 90° lock wing. 01/19/06 PROCESS VALVES, REGULATORS AND MISCELLANEOUS VALVES CARLSBAD MASTER SPECIFICATIONS 15099-3 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 2.6 BALL VALVES Ball valves 50mm (2") and smaller shall be of bronze construction conforming to ASTM B62 and equipped with a T-Head or lever handle operator as required. Valve ends shall be compatible with the piping system in which they are being installed or as indicated on the Approved Plans or Standard Drawings. Ball valves shall be rated for a minimum pressure of 1,379 KPa (200 psi). Ball valves shall be selected from the Approved Materials List. 2.7 BACKFLOW PREVENTERS Backflow preventers shall be in accordance with Section 15112 and selected from the Approved Materials List. 2.8 POLYTHYLENE WRAP Polyethylene wrap shall be in accordance with Section 15000 and selected from the Approved Materials List. 2.9 GATE WELLS AND EXTENSION STEMS Gate wells and extension stems for buried valves shall be in accordance with Section 15000 and selected from the Approved Materials List. PART 3 - EXECUTION 3.1 INSTALLATION A. Valves shall be set in true alignment straddling the centerline of pipe with the valve operator in the vertical position unless otherwise noted on the Approved Plans or shown on the Standard Drawings. B. Valves shall be installed in accordance with the manufacturer's recommendations and the applicable section of these specifications for the piping material and joint type being used. C. Aboveground valves shall be rigidly held in place using supports and hangers in accordance with the Approved Plans and Standard Drawings. The stem orientation of valves in elevated piping shall be as approved by the District Engineer for accessibility, except that no valves shall be installed with stems aligned below horizontal. Saddle type valve supports shall be provided. Supports shall be of rugged construction providing at least one hundred twenty degrees (120°) under support for the valve body. Valve supports shall be constructed of steel, and shall be anchored to the foundations using stainless steel anchor bolts. 01/19/06 PROCESS VALVES, REGULATORS AND MISCELLANEOUS VALVES CARLSBAD MASTER SPECIFICATIONS 15099-4 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 3.2 POLYETHYLENE WRAP Installation of polyethylene wrap for buried valves shall be in accordance with Section 15000. 3.3 GATE WELLS AND EXTENSION STEMS Gate wells and extension stems for buried valves shall be in accordance with Section 15000 and the Standard Drawings. 3.4 DISINFECTION OF THE VALVES Disinfection and flushing shall be in accordance with Section 15041, as part of the progress of disinfecting the main pipeline. The valves shall be operated during the disinfection period to completely disinfect all internal parts. 3.5 HYDROSTATIC TESTING Valves shall be hydrostatically tested in conjunction with the pipelines in which they are installed in accordance with Section 15044. 01/19/06 PROCESS VALVES, REGULATORS AND MISCELLANEOUS VALVES CARLSBAD MASTER SPECIFICATIONS 15099-5 POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 SECTION 15800 HEATING AND VENTILATION EQUIPMENT TECHNICAL SPECIFICATIONS PART 1 - GENERAL 1.01 Specific Project Description The Contractor shall furnish, install, and test the ventilation equipment, including intake and exhaust louvers, exhaust ventilators, duct work, and accessories as specified herein and shown on the Drawings. 1.02 Specific Project Louver Requirements A. Exterior Intake Louvers for Chemical Room Chemical room intake louvers shall be the fixed louver type suitable for mounting in a masonry wall. B. Exterior Exhaust Louvers for Chemical Room Chemical room exhaust louvers shall be the acoustical louver type suitable for mounting in a masonry wall. 1.03 Specific Project Exhaust Ventilator Requirements Contractor shall furnish and install exhaust ventilators in the Chlorine Room as follows and as shown on the Drawings: Ventilator No. EF1«> EF2 Manufacturer Loren Cook Harrington Type Wall Exhaust Inline Exhaust CFM 400 525 Static Pressure ("W.C.) 1/4" 1" Minimum HP i«" i(3> (1) Ventilator shall be operated by timer and thermostat control. (2) 120 volt, single phase motor (3) 240 volt, single phase motor 1.04 Submittals All submittals shall be in accordance with the General Provisions, Section 2-5.3. A. Data to be Submitted by Contractor Contractor shall submit complete information, drawings, and technical data for all 05/11/07 HEATING & VENTILATION POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 15800-1 equipment and components, including, but not limited to, the following: materials, fabrication, assembly, detailed specifications, performance curves, and installation instructions and dimensions. B. Operation and Maintenance Manuals Contractor shall submit a detailed operation and maintenance manual for each item of equipment in accordance with the Supplemental Provisions, Special Construction Provisions. PART 2 - PRODUCTS 2.01 General Not all products specified herein are necessarily required for this project. Contractor shall refer to the Drawings and Sections 1.02 and 1.03 for products required for this project. Said products shall be provided as specified herein and shown on the Drawings. 2.02 Wall Louvers A. General Louvers shall be intake or exhaust as shown on the drawings of the fixed (unless otherwise specified), flat blade, 45° type, having a width of 4" and sized to fit the opening specified. Louvers shall be suitable for mounting in stud wall, with gypsum board and stucco, concrete walls, or masonry walls as shown on the Drawings. Louvers shall be anchored into walls (from inside of building) at corners, top and side, and bottom and side with wood lag screws or expansion anchors as applicable. Additional anchors shall be provided such that maximum anchorage space shall be 24" O.C. Louvers shall be weatherproof with edges caulked with exterior grade caulking compound. B. Wall Mounted Stationary (Fixed) Louvers Fixed blade (stationary) intake or exhaust louvers shall be flat blade type of formed steel with blades at 45° angle. Frame shall be minimum 18 gauge galvanized steel and blades shall be minimum 20 gauge galvanized steel. Each louver shall be provided with a removable 1/4" galvanized 19 gauge mesh insect screen with galvanized steel frame. Screen shall be attached with screws. Screen shall be located on interior side of wall. Stationary wall louvers shall be Model L811 as manufactured by Ruskin Manufacturing, Model 609A as manufactured by Airolite, or equal. 05/11/07 HEATING & VENTILATION POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 15800-2 C. Wall Mounted Adjustable Louver Adjustable blade intake or exhaust louvers shall be of formed steel construction with frame and blade minimum 18 gauge galvanized steel. Blades shall be positioned at 45° when fully opened. Crank handle shall be provided for adjusting and shall be provided with an extension where wall thickness necessitates. Insect screen as specified per Item 2.01.B, herein, shall be provided. Adjustable wall louvers shall be Model L745 as manufactured by Ruskin Manufacturing, Model 645 as manufactured by Airolite, or equal. Where shown on the Drawings or specified herein, adjustable louvers shall be recessed in the wall and be provided with a vandal protection type louver on exterior. D. Wall Mounted Automatic Gravity Type Louvers Intake and exhaust automatic gravity type louvers shall be suitable for high velocity and high static pressure and shall automatically open upon operation of the ventilation system or radiator cooling exhaust fan. Louver shall be intake or exhaust as shown on the Drawings and dictated by the ventilation system. Louvers shall consist of 16 gauge galvanized formed steel frame and 14 gauge aluminum tied blades with felt tip edges. Automatic gravity type louvers shall be as manufactured by Louvers & Dampers, Inc., or equal. Intake and exhaust openings shall be provided with weather protection fixed louvers on exterior face and the gravity louvers on the interior face unless otherwise specified. Where specified, intake and exhaust automatic louvers shall be provided with a fixed vandal protection type louver as shown on the Drawings. E. Wall Mounted Acoustical Louver Formed steel acoustical wall louvers shall be provided where specified or shown on the Drawings. Construction shall be similar to fixed wall louvers. Noise side of louver shall include acoustical insulation covered with 22 gauge (minimum) perforated galvanized steel. Minimum noise reduction of 16 dB at octave band No. 4 shall be provided. Insect screen as specified per Item 2.02.B, herein, shall be provided. Acoustic louver shall be 8" thick Model ACL 845 as manufactured by Ruskin Manufacturing, Model 9108 as manufactured by Airolite, or equal. 05/11/07 HEATING & VENTILATION POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 15800-3 F. Wall Mounted Vandal Protection Type Louvers Where specified herein or shown on the Drawings, fixed louvers of the vandal protection type shall be provided for air supply or exhaust. Louvers shall be as shown on the Drawings. Louvers shall be provided with insect screen as specified in Part 2.02.B, herein. 2.03 Fiberglass Inline Fans A. General Fiberglass inline fans shall be of inline design with fabricated fiberglass reinforced plastic (FRP) housing and centrifugal wheel or propeller, and shall be belt-driven type. Fans shall conform to ASTM D4167 "Standard Specifications for Fiber Reinforced Plastic Fans and Blowers", and shall be licensed to bear the AMCA Seal for air performance. Fans shall be Type HPI as manufactured by Harrington Industrial Plastics, Inc., or equal. B. Construction The fan shall incorporate FRP airfoil wheels or propellers. Each wheel or propeller shall be both statically and dynamically balanced to provide smooth operation. Fan housing inlet and outlet flanges shall be heavy duty with surfaced sealing faces. Fan housing shall be provided with an access door for wheel or propeller inspection and maintenance. The fan wheel or propeller and interior surface of housing shall be constructed with a premium quality, high strength vinyl ester resin (Ashland Chemical's Hetron 922L, or equal), and a "C" veil corrosion barrier. The fan housing exterior shall be constructed with a polyester resin. C. Motors and Drives Motors shall be of the heavy duty, permanently lubricated, sealed ball bearing type. Drives shall be sized for 165% of motor horsepower capabilities and of the cast iron type, keyed to the fan and motor shafts. Motors shall be mounted on epoxy coated steel bases provided with stainless steel threaded supports for adjustment. Motors and drive assemblies shall be provided with weatherproof FRP covers. Stainless steel grease fittings with extended lubrication lines shall be installed outside the fan housing. Variable pitch drives shall be standard. Fan shaft shall be of 416 stainless steel construction, turned, ground, and polished to precise tolerances in relationship to the hub and bearings. Neoprene or viton shaft seals shall be provided to retain lubricant and protect bearings and shaft from corrosive fumes, dust, and dirt. Drive belts shall be of the oil- resistant, non-static, non-sparking type with life expectancy of over 24,000 hours. Bearings shall be greasable type, designed with a minimum B-10 life of 100,000 hours, at maximum fan speed and design operating load. When specified, direct drive units shall be of identical construction as belt drive units, except for drives, belts, and fan shaft bearings. 05/11/07 HEATING & VENTILATION POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 15800-4 Each fan shall be driven by an explosion proof, 240V, single phase, 60 hertz motor. Where specified, fans shall be provided with two speed, two winding motors. Low speed rpm shall be one-half of high speed. At high speed, each fan shall have the performance as specified in Section "Specific Project Ventilator Requirements", herein. D. Miscellaneous Unless shown otherwise on the Drawings, inline fans shall be base mounted. Fan fasteners and mounting hardware shall be 316 stainless steel. Exterior gel coat of fan housing and ductwork shall be pigmented and provided with an inhibitor to prevent ultraviolet light degradation. Color shall be as selected by Owner. Fan appurtenances, including, but not limited to: FRP exhaust and inlet ductwork and mounting hardware shall be provided as shown on the Drawings and as specified herein, and shall be furnished by the ventilator manufacturer. 2.04 Wall Type Exhaust Ventilator Wall type exhaust ventilation shall be steel direct-drive exhaust fans with galvanized steel enclosure, face flange, and adjustable anchor angle suitable for mounting in building walls of masonry block or concrete, as shown on the Drawings. Ventilators shall be completely assembled and weatherproof, with automatic gravity louvers, screen 18 gauge galvanized steel construction with aluminum propeller blades, Loren Cook Type SPD, or equal. Where shown on the Drawings, wall exhaust ventilator shall be provided with a vandal protection louver. 2.05 Fiberglass Reinforced Plastic (FRP) Ductwork and Miscellaneous Accessories A. General All materials and fabrications furnished in accordance with this specification shall comply with all federal, state and local ordinances of the place of installation and with the following codes and standards: NBS PS 15-69: National Bureau of Standards Voluntary Product Standard "Custom Contact Molded Reinforced Polyester Chemical Resistant Process Equipment". ASTM D883: "Definition of Terms Relating to Plastics" ASTM D2563: "Recommended Practice for Classifying Visual Defects in Glass Reinforced Plastic Laminate Parts". ASTM D2583: "Test for Indentation Hardness of Rigid Plastics by Means of Barcol Impressor". ASTM D2996: "Standard Specification for Filament-Wound Glass-Fiber- Reinforced Thermosetting-Resin Pipe". 05/11/07 HEATING & VENTILATION POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 15800-5 ASTM D2997: "Standard Specification for Centrifugally Cast Glass-Fiber- Reinforced Thermosetting-Resin Pipe". ASTM D3982: "Standard Specification for Contact Molded "Fiberglass" (Glass Fiber Reinforced Thermosetting Resin) Duct and Hoods". AVWVA Manual M45: "Fiberglass Pipe Design". Manufacturer shall warranty all FRP ductwork, fittings, and appurtenances against reduction of physical and corrosion ratings due to ultra violet light exposure for a period of 15 years. FRP ductwork, fittings, and appurtenances shall be as manufactured by Harrington Industrial Plastics, Inc., or equal. B. Design Criteria 1. All FRP ductwork, fittings, and appurtenances shall be designed for 15" WC vacuum and 15" WC positive pressure. Where ductwork is shown on the Drawings to be exposed (out of doors), it shall also be designed for wind loads. Where ductwork is shown on the Drawings to be below grade, it shall be designed to withstand the simultaneous application of either the external earth loading and internal pressure or the external earth loading and internal vacuum, whichever produces the greater stresses. 2. Design temperature, minimum 20°F and maximum 120°F. 3. All laminates, including corrosion barrier, shall be fabricated using the same resin. 4. The corrosion barrier shall not be included as part of the calculated wall thickness. 5. Unless specified otherwise on the Drawings, calculated wall thicknesses shall be considered minimum thickness. C. Materials of Construction 1. FRP ductwork, fittings, and accessories shall be manufactured in accordance with NBS PS 15-69 and ASTM D3982 for contact molding, and ASTM D2996 for filament winding. Any visual defects shall not exceed ASTM D2563, Table 1. 2. Resin used in fabrication shall be a premium vinylester type such as Hetron 922 by Ashland Chemicals, Derakane 411 by Dow Chemical, or equal. The resin shall be reinforced with a double inner veil of a suitable synthetic organic fiber such as Nexus 1012. 3. The exterior surface of all ductwork and fittings shall include an inhibitor to prevent ultraviolet light degradation. 05/11/07 HEATING & VENTILATION POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 15800-6 4. Reinforcement: • Glass fiber reinforcement used shall be commercial grade corrosion resistant borosilicate glass. • All glass fiber reinforcement shall be Type C, chemical grade, or Type E electrical grade. Surfacing veil shall be 20 mil Nexus 1012, or equal. • Mat shall be Type E (electrical grade) glass, 1 % oz. per sq. ft with a nominal fiber length of 1.25± 0.25 inches, with a silane finish and styrene soluble binder. • Continuous glass roving, used in chopper gun spray-up applications shall be Type E grade with chrome or silane coupling agent. • Woven roving used for reinforcement shall be 24 oz. per sq. yard Type E glass and have a 5 x 4 plain weave. 5. Miscellaneous: a. Stainless Steel: Unless otherwise specified, all fasteners, and metal attachments, such as anchors, brackets, etc. shall be ANSI 316 stainless steel (SS). b. Gaskets: Unless otherwise specified, all gaskets shall be EPDM, 3/16" thick, full faced, and 50-70 Durometer. D. Fabrication 1. General: Fabrication shall be in accordance with NBS PS 15-69, ASTM D2996 and ASTM D3982. All non-molded surfaces shall be coated with resin incorporating paraffin to facilitate a full cure of the surface. All cut edges, bolt holes, secondary bonds shall be sealed with a resin coat prior to the final paraffinated resin coat. All voids to be filled with a resin paste. 2. Corrosion Liner: The inner surface of all laminates shall be resin rich and reinforced with a double veil of Nexus 1012 (minimum thickness of 40 mils). The interior corrosion layer shall consist of two layers of 1 % oz. per sq. ft. chopped strand mat. If the application is by chopper gun spray-up, the glass fiber shall be % to 2 inches in length. The total corrosion liner thickness shall be a minimum of 100 mils and have a resin to glass ratio of 80/20. All edges of reinforcement to be lapped a minimum of one inch. 3. Structural Laminate: Structural laminates shall consist of alternating layers of 1-V4 oz per sq. ft mat or chopped glass and 24 oz per sq. yard woven roving applied to reach the designed thickness. The exterior surface shall be relatively smooth and shall have no glass fibers exposed. The exterior shall be surface coated (10 mils, minimum) with white gel coat containing ultra violet light inhibitors. 05/1 1/07 HEATING & VENTILATION POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 1 5800-7 4. Shop fabricated reinforcing ribs shall be provided to meet the specified deflection requirements and to provide a system free from pulsing, warpage, sagging, and undue vibration. Forming vanes shall be provided at all mitered rectangular elbows. Rectangular elbow turning vanes shall be of FRP construction, solid wall with an airfoil shaped profile. 5. Fittings and Flanges: Fittings and flanges shall be made using the same type of vinyl ester resin and suitable for the design temperature and pressure, and shall comply with PS 15-69, Table 5, at a design pressure of 25 psi (flanges), and shall have ANSI/ASME B31.6 Class 25 diameter and drilling. Standard laterals shall be constructed at 45- degree angles. Standard elbows shall have a centerline radius of one and one-half times the pipe diameter. The length of the standard reducers and round to rectangular transition pieces shall be minimum of two and one-half times the difference in diameters. Wall thickness of reducers shall be the same as the required thickness of the larger duct. Internal lining shall be of the same type of material and thickness as specified for the duct. Transitions shall have connections compatible with the connecting duct and equipment. 6. Butt Joints: Butt joints shall be wrapped and resin bonded per PS 15-69 and have a pressure rating equal to the duct. 7. Shop fabricated assemblies shall be provided to the maximum extent possible, to minimize the number of field joints. 8. Flanged joints shall be provided at each damper and item of equipment to facilitate disassembly, at each change in material, and where shown on the Drawings. 9. Field butt joints shall be made at locations at least 12 inches from any increasing or decreasing cross-section of duct where the duct to be joined has the same diameter. Internal overlay shall be provided for butt joints in duct 20 inches or greater in diameter. 10. Duct support locations shown on the Drawings are approximate. Duct manufacturer shall determine the exact location for all supports, guides, and expansion joints. 11. Bearing plates or collars shall be provided at all supports. Bearing plates and collars shall be stainless steel or fiberglass reinforced plastic (equivalent to duct materials), and shall be laminate wrapped and resin bonded to provide an integral attachment to the duct. Collar attachment shall be sufficient to resist all forces imposed by thermal expansion/contraction and/or duct weight, where applicable. 12. Expansion joints shall be furnished and installed at the locations indicated on the Drawings and at the other locations required for proper installation and operation of the system as recommended by the FRP duct manufacturer. Expansion joints shall be resistant to ultraviolet light and 05/11/07 HEATING & VENTILATION POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 15800-8 be suitable for the service conditions shown. Expansion joints shall be flange or slip on type. Flange type expansion joints shall have split stainless steel retaining rings with drilling pattern to match those shown in the FRP fittings requirements. Slip on type shall have double stainless steel bands. 13. Unless specified otherwise, supply and return registers shall be flush mounted to duct. Internal flanges shall be provided for register mounting (protruding flange edges will not be allowed). Duct manufacturer shall coordinate with register manufacturer to provide compatible and finished connection system between ductwork and registers. 2.06 Supply and Return Registers A. General Supply and return registers shall be constructed of 304 stainless steel. Unless specified otherwise, supply registers shall be double deflection with front deflection blades parallel to the short dimension of the register and return registers shall be single deflection with deflection blades parallel to the short dimension of the register. Registers shall be as manufactured by Titus, A-J Manufacturing Co., or equal. B. Construction Registers shall be provided with a 1-1/4" wide border on all sides for flush surface mounting. Borders shall be provided with continuous foam gaskets. Screw holes shall be countersunk for a neat appearance. Corners shall be welded with full penetration resistance welds. Where registers are shown to be mounted in exposed ductwork, register frames shall not extend beyond the sides of the ductwork. Register manufacturer shall coordinate register size and mounting with ductwork manufacturer. Deflection blades shall be contoured and spaced on 3/4" centers. Blades shall have friction pivots on both ends to allow individual blade adjustment without loosening or rattling. Plastic blade pivots are not acceptable. Each register shall be provided with an opposed blade volume damper constructed of heavy gauge 304 stainless steel. Damper shall be operable from face of register. Registers shall be unpainted and furnished with a uniform satin (mill) finish. PART 3 - EXECUTION 3.01 General Contractor shall examine all equipment upon arrival at jobsite and determine that it is the specified equipment, or approved replacement, and that it is in good condition. 05/11/07 HEATING & VENTILATION POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 15800-9 Contractor shall connect all necessary electrical power including furnishing of all necessary materials in addition to that included in the specified equipment. Wiring materials and installation shall be in accordance with the Basic Electrical Specifications and controls in accordance with System Description Technical Specifications. 3.02 Startup and Instruction Contractor shall arrange for qualified representatives of the manufacturer to inspect the installation and perform startup of the equipment and to demonstrate required performance to the satisfaction of the Owner. Contractor shall balance the ventilation systems by adjusting louvers or grills to obtain even air flow across a room. Contractor shall furnish calibrated (certification required) air velocity meters for such balancing. Contractor shall arrange for not less than 1 hour of adequate instruction of operators selected by the Owner at a time acceptable to the Owner and the manufacturers. Instruction shall be for operation and routine maintenance and repair of ventilation equipment. 05/11/07 HEATING & VENTILATION POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 15800-10 SECTION 16050 BASIC ELECTRICAL SPECIFICATIONS PART 1 - GENERAL 1.01 Description The Contractor shall furnish all labor, equipment, and materials to provide a complete and operable electrical system, all accordance with the requirements of the Contract Documents. 1.02 Reference Codes and Standards All electrical equipment and materials, including the design, construction, and installation thereof, shall comply with the following codes and standards (latest editions), as applicable. Where two codes or standards are at variance, the most stringent requirements shall govern: A. National Electric Code (NEC). B. Basic Electrical Regulations, Title 24, State Building Standards, California Administrative Code. C. Low Voltage Electrical Safety Orders, Title 8, Division of Industrial Safety, State of California. D. City and County Electrical Codes. E. American National Standards Institute (ANSI). F. National Electrical Manufacturers Association (NEMA). G. National Fire Protection Association (NFPA). H. Underwriters Laboratories, Inc. (UL). I. Occupational Safety and Health Act (OSHA) Safety and Health Standards (29CFR1910 and 29CFR1926), State Building Standards, and applicable local codes and regulations. All equipment and material furnished by the Contractor shall be listed by and shall bear the label of Underwriters Laboratories, Inc. (UL) or of an independent testing laboratory acceptable to the local agency with jurisdiction over the electrical work. 04/10/07 Electric POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 16050-1 1.03 Submittals A. Shop Drawings All submittals shall be in accordance with the General Provisions, Section 2-5.3. Contractor shall submit complete information, drawings, and technical data for all equipment and components, including, but not limited to, the following: 1. Catalog data including catalog cut sheets, bulletins, brochures, etc. Applicable sizes, model numbers, and options shall be clearly marked and delineated. 2. Connection diagrams, terminal diagrams, and internal wiring diagrams. 3. Equipment and material temperature limitations. 4. Drawings for all grounding work not specifically shown. 5. Nameplates for all electrical panels, including nameplate material, lettering height, and proposed inscriptions. B. Operation and Maintenance Manuals Contractor shall submit detailed Operation and Maintenance Manuals for each item of equipment in accordance with the Special Construction Provisions. C. Record Drawings Contractor shall maintain and keep current a complete record set of construction drawings showing every change from the Contract Drawings and Specifications and the exact locations, sizes, and types of equipment and material installed. Record drawings shall show all conduit runs (sizes and number), circuits, and conductors (sizes and numbers). Record drawings shall show depths and routing of all concealed and below grade electrical installations. Record drawings shall be available to the Owner during construction and shall be delivered to the Owner upon project completion. 1.04 Delivery, Storage, and Handling A. Delivery Deliver electrical materials and equipment in manufacturer's original cartons and containers with seals intact. Deliver conductors on sealed reels. Deliver large multi-component equipment in sections to facilitate field handling and installation. B. Storage Unless designed for outdoor exposure, store electrical equipment and material of the ground and under cover. Equipment and material shall be protected from weather, corrosion, contamination, and deterioration. Dents, marred finishes, and other damage shall be repaired to its original condition or replaced as directed by the Owner. 04/10/07 Electric POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 16050-2 C. Handling All equipment and material shall be handled in accordance with the manufacturer's recommendations. Large or heavy items shall be lifted at the points designed by the manufacturer. Equipment and material shall be handled and installed as necessary to prevent damage. 1.05 Public Utilities A. Contractor shall obtain electrical service requirements from public utility furnishing electrical power to the project. Contractor shall coordinate installation of power service with public utility. Contractor shall obtain, at his expense, all permits, licenses, and inspections required for electrical construction work by public utilities having jurisdiction. B. Contractor shall furnish and install all service conduit, fittings, transformer pad(s), manholes, vaults, grounding, and conductors not furnished by the serving utility. PART 2 - PRODUCTS 2.01 General All equipment and materials shall be new, shall be listed by UL, and shall bear the UL label, where UL requirements apply. All equipment and material shall be of industrial grade and be capable of long term, reliable, and trouble-free service. Similar equipment and material items shall be products of the same manufacturer. 2.02 Grounding A. Grounding and grounding components shall comply with the applicable requirement of the NEC, Article 250. B. Grounding cable shall be stranded copper and shall be sized in accordance with Code requirements when sizes are not shown on the Drawings. Contractor shall submit shop drawings for all grounding work not shown on the Drawings. C. Grounding rods shall conform to ANSI/UL 467 and shall be copper-clad steel, 3/4-inch (minimum) in diameter and 10 feet (minimum) in length. Rods shall be driven in the ground at least 9' -6" deep. Provide the number of rods required to obtain proper ground resistance, as applicable to all manholes, padmount switches, transformers, service entrances, etc. D. Ground rod mechanical connector bodies shall be manufactured from high strength, high conductivity cast copper alloy material. Bolts, nuts, washers and lockwashers shall be made of silicon bronze and supplied as a part of the connector body and shall be of the two bolt type. 04/10/07 Electric POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 16050-3 Split bolt connector types are not allowed. The connectors shall meet or exceed the requirements of UL 467 and be clearly marked with manufacturer and conductor size. E. Ground rod compression connectors shall be manufactured from pure wrought copper. The conductivity of this material shall be no less than 99% by IACS standards. The connectors shall meet or exceed the performance requirements of IEEE 837, latest revision. The connectors shall be clearly marked with the manufacturer and conductor size. The installation of the connectors shall be made with a compression, tool and die system, as recommended by the manufacturer of the connectors. Each connector shall be factory filled with an oxide-inhibiting compound. 2.03 Manholes and Pull Boxes A. Manholes and Pull-Boxes shall be of precast concrete, designed for H-20 traffic loading. Concrete sections shall modular with tongue and groove joints. A continuous waterproof gasket shall be provided at all section and slab joints. Manhole and Pull-Box minimum inside dimensions shall be as shown on the Drawings. Manholes and Pull-Boxes shall be equipped with galvanized steel pulling irons opposite each ductbank entrance. Manholes and Pull-Boxes shall be provided with a sump opening and one (1) one-inch ground rod opening in the base section. Sump opening shall be provided with cast iron perforated cover. Manhole and Pull-Boxes shall be placed on a 12" thick crushed rock base. B. Manhole covers shall be cast iron, 30" round (minimum), designed for H-20 traffic loading, and supported on the necking section. Pull-Box covers shall be hot dipped galvanized, checkered plate steel suitable for H-20 traffic loading (unless noted otherwise), and bolted down to cast-in-place hot dipped galvanized steel frames with stainless steel hardware. Manhole and Pull-Box covers shall be marked "High Voltage Electric", unless noted otherwise. C. Manholes and Pull-Boxes shall be provided with cable supports as required to support cable at 3-foot (minimum) intervals. Cable supports shall be fabricated from hot dipped galvanized or fiberglass strut channel and attached to slotted galvanized steel channel cast-in-place inserts. Provide glazed porcelain insulators with channel clamps for support channels. Strap cable to insulators with plastic tie wraps. All phase and ground cables in each circuit shall be kept together and contained on/in the porcelain cable supports. No phase cable shall be run separate from the other two phases and ground. D. Manholes and Pull-Boxes shall be provided with knockouts for connections to all underground conduit and ductbanks. Ductbank entrances shall be grouted flush with non-shrink grout. Ducts and conduits shall be terminated with flush-end bells. 04/10/07 Electric POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 16050-4 E. One ground rod shall be provided for each manhole and pull-box, unless otherwise noted. Provide #4/0 bare stranded copper ground wire completely around the inside perimeter of each manholes and pull-box and anchor to walls. Connect the ground wire to the ground rod. Bond the bare copper ground wire to any splice shield wires, ground wires, cable racks, cover frames, sump frames and other metal items in the manholes. All separate ground wires accompanying circuits shall be grounded in each manhole passed through. F. Manholes and Pull-Boxes shall be manufactured by Brooks, Quikset, or equal. 2.04 Conduit A. General Each length of conduit shall bear the UL label and be a minimum size of 3/4", unless noted otherwise. Exposed elbows shall be standard radius sweeps meeting the requirements of the NEC. Buried or concealed elbows shall be long radius sweeps. B. Rigid Steel Conduit 1. Rigid steel conduit shall be Schedule 40 steel, pipe size, finished inside and out by hot-dipped galvanizing, and shall conform with ANSI C80.1 and UL. All rigid steel conduit in direct contact with the ground or concrete shall be protected by double wrapping with 20 mil PVC tape. 2. Couplings shall be galvanized steel. 3. Insulating Bushings: threaded malleable iron with thermoplastic liner. 4. Insulated Grounding Bushings: threaded malleable iron body with insulated thermoplastic liner throat and "lay-in" ground lug with compression screw. 5. Insulated Metallic Bushings: threaded malleable iron body with plastic insulated throat. 6. Running threads are not acceptable. C. PVC Coated Rigid Steel Conduit 1 . Conduit shall be Schedule 40 steel, pipe size, finished inside and out by hot-dipped galvanizing, and shall conform with ANSI C80.1 and UL. A PVC coating of 40 mils (minimum) thickness shall be bonded to the outer galvanized surface of the conduit and a urethane coating shall be applied to the interior surface of the conduit. The bond between the PVC coating and the conduit surface shall be greater than the tensile strength of the plastic. A PVC jacketed coupling shall be furnished with each length of conduit. PVC coated rigid steel conduit and fittings shall be manufactured by Robroy, Occidental, or equal. 04/10/07 Electric POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 16050-5 2. Conduit fittings shall be PVC coated and furnished by the same manufacturer as the conduit to provide a complete and compatible protective system. PVC coated fittings and couplings shall have specially formed sleeves to tightly seal to conduit PVC coating. The sleeves shall extend beyond the fitting or coupling a distance equal to the conduit outside diameter or two inches, whichever is greater. D. Rigid Non-Metallic Conduit 1. Conduit shall be UL listed, sunlight resistant, Schedule 40 polyvinyl- chloride (PVC) conduit, NEMA TC-2 standards. chloride (PVC) conduit, rated for 90° C conductors, and manufactured to 2. Couplings and connectors shall be of the same manufacturer as the conduit and shall be joined as recommended by the manufacturer. All PVC conduits shall be terminated with approved connectors or end bells. E. Electrical Metallic Tubing (EMT) 1. Conduit shall be formed of cold rolled strip steel, electroplated, and shall meet ANSI and UL requirements. 2. Couplings shall be electroplated steel, UL listed rain and concrete tight. 3. Connectors shall be gland compression type with insulated plastic throat. F. Liquid-Tight Flexible Metallic Conduit 1. Conduit shall be liquid tight and shall have an interlocking flexible galvanized steel core with permanently bonded continuous exterior gray PVC jacket. Exterior jacket shall be moisture and oil-proof, and UV protected. A copper bonding conductor shall be included between the segments. Interior surfaces shall be smooth and offer minimum drag to pulling conductors. Liquid-tight flexible metallic conduit shall be as manufactured by Anaconda, Electroflex, or equal. 2. Connectors shall be the screw clamp or screw-in (Jake) variety with cast malleable iron bodies and threaded male hubs with insulated throats or insulated bushings. Liquid-tight fittings shall be of cadmium plated cast malleable iron, with insulated throat, with provisions for grounding. 2.05 Non-Metallic Cable Tray A. General Non-metallic cable tray shall be ladder-type conforming to applicable sections of NEMA FG-1 and ASTM E-84. Non-metallic cable tray system shall be constructed of fire-retardant polyester resin. All composite material shall be 04/10/07 Electric POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 16050-6 provided with an ultra-violet light inhibiting chemical additive and meet ASTM E- 84, maximum 25 flame spread (Class 1 rating). Cable tray load class shall be selected based upon the weight of specified cables/conductors shown on the Drawings with a 25% additional weight allowance for future cables/conductors while maintaining a minimum safety factor of 1.5. The non-metallic cable tray system shall be as manufactured by Enduro Composite Systems, Inc., or equal. B. Construction Unless specified otherwise, cable tray shall conform to the following dimensional requirements: Nominal Width = 12" minimum Cable Loading Depth = 4" minimum Rung Spacing = 6" Fitting Radius = 12" minimum Cable tray side rail members shall turn inward. Rungs and side members shall be connected by both mechanical and chemical (adhesive) means. All bonded connections shall be sanded to maximize adhesion and structural integrity. The cable tray interior shall be clear of all projections or sharp objects. All straight sections and fittings shall be pre-drilled to accept connector plates. All cut ends and drilled holes (factory and field) shall be sealed with resin coating. All fittings shall be designed and installed so as to have the same load carrying capacity as straight sections. Unless specified otherwise, all fittings shall be concentric curved molded type, not mitered. C. Connections. Accessories, and Supports Connector plates shall be fiberglass and designed to transfer cable tray loads to the support system. Fasteners for connector plates shall be Type 316 stainless steel or FRP studs and hex nuts as required. Where specified on the Drawings, cable trays shall be provided with fiberglass flat covers. Cable tray support systems shall be constructed of polyester or vinyl ester resin strut channels (single or double channel as necessary) and appurtenances. Support spacing shall be in accordance with the cable tray manufacturer's printed recommendations for the specified loads. Cable tray manufacturer shall provide all clamps, support assemblies, and appurtenances necessary for the installation of a complete cable tray system. 04/10/07 Electric POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 16050-7 2.06 Non-Metallic Wireway A. General Non-metallic wireway shall be solid bottom type construction with minimum wall thickness of 0.1875 inches. Covers and cover splice plates shall be snap-on type construction requiring no installation fasteners. The wireway system shall conform to the applicable sections of NEC Article 362. The non-metallic wireway system shall be as manufactured by Enduro Composite Systems, Inc., or equal. B. Construction Wireways, covers, and connector plates shall be pultruded utilizing polyester resin with UV light inhibiting additives and exterior nexus veil coverage. All composite material shall meet ASTM E84, maximum 25 flame spread rating. All cut ends and drilled holes (factory and field) shall be sealed with resin coating. C. Connections. Accessories, and Supports Connector plates shall be fiberglass and designed to transfer wireway loads to the support system. Fasteners for connector plates shall be Type 316 stainless steel or FRP studs and hex nuts as required. Wireways shall be provided with fiberglass flat snap-on/snap-off covers. Wireway support systems shall be constructed of polyester or vinyl ester resin strut channels (single or double channel as necessary) and appurtenances. Support spacing shall be in accordance with the wireway manufacturer's printed recommendations for the specified loads. 2.07 Conductors and Cable A. General Cables and wires shall be new, stranded conductors, solid copper, not smaller than #12 AWG (except shielded control wire) unless otherwise shown on Drawings. Insulation shall bear manufacturer's trademark, insulation designation, voltage rating, and conductor size at regular intervals. Each type of cable or wire shall be the product of a single manufacturer. 04/10/07 Electric POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 16050-8 B. Conductors" Conductors for power service, power feeders, power circuits, and lighting feeders, lighting circuits, and control circuits shall be stranded copper, rated 600 volt, with 75° C THWN insulation, UL approved, for installation underground, in concrete, in masonry, or in wet locations. Minimum conductor size shall be # 12 AWG. C. Shielded Cable Shielded cable shall consist of minimum 3 #16 AWG, stranded, tinned-copper conductors, individually insulated with 25 mils of polyethylene and 100% aluminum foil tape. Unless otherwise shown on the drawings, shielded cable shall be used for all 4-20 ma signals. Cable shall be manufactured by Belden, or equal. D. Color Coding System conductors shall be factory color coded by integral pigmentation with a separate color for each phase and neutral, or by an approved colored marking tape at all terminations and in all junction boxes, pull-boxes, and manholes. Each voltage system shall have a color coded system that shall be maintained throughout the project. Approved colored marking tape is as follows: System Service Color 120V, 1 Phase, 2 wire Line Black Neutral White 208V, 3 Phase, 4 wire Phase A Black Phase B Red Phase C Blue Neutral White 480V, 3 Phase, 4 wire Phase A Brown Phase B Orange Phase C Yellow Neutral White All Ground Green & Bare Copper 04/10/07 Electric POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 16050-9 2.08 Switches and Relays A. Toggle Switches B. Local single pole switches shall be flush tumbler type AC rated, quiet type, heavy duty, 20 amp minimum, rated 120/277 volt, back or side wired with binding screws. Switches shall conform to NEMA WD-1 specifications. Two pole three way and other switches shall be similar. Switches shall be as manufactured by Hubbell, Bryant, or equal. Control relays shall be rated 120VAC with minimum 10A contacts, unless otherwise noted on the Drawings. All control relays and relay timers shall be DIN rail mounted, with instantaneous reversible contacts, 8 or 11 pin base type only. 2.09 Receptacles A. General Purpose General purpose receptacles shall be duplex, 3-wire grounding type, rated 125 /250 volt, AC, 20 amp minimum, NEMA 5-20R, back or side wired with binding screws, as manufactured by Hubbell, Bryant, G.E, or equal. B. Ground Fault Interrupter (GFI) GFI receptacles shall be NEMA 5-20R configured and shall mount in a standard device box. Units shall trip at 5 milliamperes of ground current and shall comply with NEMA WD-1-1.10 and UL 943. GFI receptacles shall be capable of individual protection as well as downstream protection. 2.10 Device Boxes, Junction Boxes, and Fittings A. Device Boxes (General Purpose - Indoors or Outdoors) Unless otherwise noted on the Drawings, device boxes shall malleable iron constructed with zinc or cadmium plating and enamel finish, minimum single gang size, deep box type, with treaded hubs and solid gasketed cover. Device boxes shall be properly sized for required circuitry or splicing. Surface mounted boxes shall be furnished with mounting lugs. Where located outdoors, device boxes shall be waterproof. Device boxes shall be Grouse-Hinds FD, Appleton FD, or equal. B. Junction Boxes (General Purpose - Indoors or Outdoors) Unless otherwise noted on the Drawings, junction boxes shall be malleable iron constructed, rain tight, dust tight, minimum size 4"x4"x3", drilled and tapped or field installed with slip holes (alternate hub plates are acceptable). Junction boxes shall be properly sized for the number and sizes of conductors and conduit entering the box and required splicing. Provide feet where necessary for surface mounting. Junction boxes shall be Grouse-Hinds WAB, Appleton RS, or equal. 04/10/07 Electric POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 16050-10 C. Device Boxes (Wet or Corrosive Locations) Where specified on the Drawings, device boxes shall be constructed of 316 stainless steel, minimum single gang size, deep box type, with gasket and 316 stainless steel solid cover. Device boxes shall be properly sized for required circuitry or splicing. Surface mounted boxes shall be furnished with mounting lugs or feet. Device boxes shall be NEMA 4X as manufactured by BEL Products, Inc., Gushing Manufacturing Co., or equal. D. Junction Boxes (Wet or Corrosive Locations) Where specified on the Drawings, junction boxes shall be constructed of 316 stainless steel, with gasket and 316 stainless steel solid cover. Junction box minimum size shall be 4"x4"x3". Junction boxes shall be properly sized for required circuitry or splicing. Provide feet where necessary for surface mounting. Junction boxes shall be NEMA 4X as manufactured by BEL Products, Inc., Gushing Manufacturing Co., or equal. E. Conduit fittings shall be provided where shown on the Drawings or required to facilitate installation of the electrical conduit and equipment. 1. Metallic fittings shall be constructed of malleable iron with zinc or cadmium plating and enamel finish, with gasket and cast cover. Fittings shall be Condulet Type as manufactured by Grouse-Hinds, Appleton, or equal. 2. Non-metallic fittings shall be compatible with the non-metallic conduit used and shall be of the same manufacturer. 3. Fittings shall be of the shapes, sizes, and types required to facilitate installation or removal or conductors and cables from the conduit, cable tray, and wireway systems. 4. Connectors, couplings, locknuts, bushings, and caps used with Rigid Steel conduit shall be threaded and thoroughly galvanized. Bushings shall be insulated. 5. Metallic conduit unions shall be "Erickson" couplings, or approved equal. Running threads are not acceptable. 6. Connectors for liquid-tight flexible metallic conduit shall be liquid tight with insulating bushings and provision for ground continuity. 04/10/07 Electric POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 16050-11 2.11 Disconnect Switches A. Switch Interior Dead-front construction with hinged arc suppressor and switch blades which are fully visible in the "OFF" position and with door open. B. Switch Mechanism Switches shall be quick-make and quick-break with arc quenching and ambient temperature compensated overload devices. Switch operating handle and mechanism shall be provided with a dual cover interlock to prevent unauthorized opening of the switch door in the "ON" position or closing the switch mechanism while the door is open. Switch operating handle shall be capable of being padlocked in the "OFF" position. Switches shall be manufactured by General Electric, Westinghouse, Square D, or equal. C. Ratings Switches shall be horsepower rated for the operating voltage and with fused or non-fused arrangements as shown on the Drawings. D. Enclosures Unless otherwise noted on the Drawings, for interior locations enclosures shall be NEMA 12 panels with hinged covers and padlockable hasps. Switches in exterior locations shall be provided with gasketed NEMA 3R enclosures with hinged covers and padlockable hasps. 2.12 Low-Voltage Cable Splices Low-voltage cable splices and terminations shall be rated at not less than 600 Volts. Splices in conductors No. 10 AWG and smaller shall be made with an insulated, solderless, pressure type connector, conforming to the applicable requirements of UL 486A. Splices in conductors No. 8 AWG and larger shall be made with noninsulated, solderless, pressure type connector, conforming to the applicable requirements of UL 486A and UL 486B. Splices shall then be covered with an insulation and jacket material equivalent to the conductor insulation and jacket. Splices below grade or in wet locations shall be sealed type conforming to ANSI C119.1 or shall be waterproofed by a sealant- filled, thick wall, heat shrinkable, thermosetting tubing or by pouring a thermosetting resin into a mold that surrounds the joined conductors. 2.13 Miscellaneous Equipment and Material A. Concrete Anchors Type 304 (or better) stainless steel expansion anchors (wedge or sleeve) shall be used to for mounting all electrical conduit, boxes, and equipment. NO type of explosive anchor will be permitted. 04/10/07 Electric POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 16050-12 D. Conduit Straps Where specified on the Drawings, conduit straps shall be malleable iron constructed, one-hold type strap with cast clam-backs and spacers as required. E. Channel (Unistrut) Supports Unless otherwise specified, support channel (Unistrut) shall be single strut type, 1-1/2" x 1-1/2", 12 gauge hot dipped galvanized steel with 17/32" diameter bolt holes on 1-1/2" centers. F. Nameplates Nameplates shall be provided for all electrical panels, enclosures, stations, and equipment furnished by the Contractor. Nameplates shall be engraved laminated plastic, with 1/4" high white lettering on black background. Nameplates shall indicate equipment and its function. Nameplates shall be securely fastened with stainless steel drive screws or escutcheon pins. G. Panelboard Labeling Panelboard circuits shall be labeled clearly indicating which piece of equipment, outlet, lighting, receptacle, etc. is powered by the respective circuit. Labeling shall be arranged in numerical order. H. Conductor and Terminal Markers Conductor and terminal markers shall be self-adhering, pre-printed cloth or vinyl. PART 3 - EXECUTION 3.01 General A. Prefabricated Material and Equipment Installation of all prefabricated items and equipment shall conform to the requirements of the manufacturer's specifications and installation instructions. When code requirements apply to installation of materials and equipment, the more stringent requirements, code, or manufacturer's specifications and installation instructions shall govern the work. B. Power Supplies to Mechanical Equipment 1. An electric power supply, including conduit, any necessary junction or outlet boxes, and conductors and connections shall be furnished and installed by Contractor for each item of mechanical equipment. 2. Circuit breakers or fused disconnect protection shall be provided for each separate item of mechanical equipment shown on the Drawings, or specified in the Basic or Technical Specifications. 04/10/07 Electric POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 16050-13 3. Power supplies to individual items of equipment shall be terminated in a suitable outlet or junction box adjacent to the respective item of equipment, or a junction box provided by the manufacturer of the equipment. Sufficient lengths of conductor at each location shall be provided to permit connection to equipment without damaging the conductors. 3.02 Conduit Installation A. General 1. Contractor shall install conduit and electrical equipment in locations that will cause minimal interference with the maintenance and removal of mechanical equipment. Conduits and connections are shown schematically on the Drawings. Contractor shall run conduit in a neat manner parallel or perpendicular to walls and slabs, and wherever possible, installed together in parallel runs supported with Unistrut type support system. All conduits shall be installed straight and true with reference to the adjacent work. 2. Unless noted otherwise on the Drawings, conduits shall be concealed in walls or in cast-in-place concrete slabs. Concealed conduits shall be run in as direct a route as possible and with bends of large radii. Floor penetrations shall be made only at specific approved locations; other penetrations are prohibited. Conduits shall be rigidly secured in position by means of approved clamps. 3. Locations of conduit runs shall be planned in advance of the installation and coordinated with the ductwork, plumbing, ceiling, and wall construction in the same areas, and shall not unnecessarily cross other conduits or pipe, nor prevent removal of nor block access to mechanical or electrical equipment. 4. Unless noted otherwise on the Drawings, buried conduit shall be installed with a minimum of 24" cover. All conduit trenches shall be compacted to a minimum of 90% relative compaction. Compaction in the pipe zone shall be accomplished by water jetting imported sand, one sack sand slurry cement, or equal, placed to 6" above top of conduit. Buried conduit shall be installed using approved spacers and cradles, properly supported/anchored and at sufficient intervals to prevent movement during backfill operations (maximum spacing of five feet). Where change in direction is required, long radius elbows shall be installed. Prior to installation of conductors in underground conduits, a testing mandrel not less than six (6) inches long and with a diameter 1/4 inch less than the conduit diameter shall be drawn through after which a stiff bristle brush of the proper size for the conduits shall be drawn through until the conduits are free of all sand and gravel. 04/10/07 Electric POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 16050-14 5. Unless noted otherwise on the Drawings, conduits cast in, under, or through concrete walls, slabs, or masonry walls shall be Rigid Steel. 6. Unless noted otherwise on the Drawings, buried conduit shall be Rigid Non-Metallic or Rigid Steel. Transition from PVC to Rigid Steel shall be made at the horizontal leg of the buried conduit bend. 7. Unless noted otherwise on the Drawings, exposed or above grade conduit shall be Rigid Steel. 8. Spare conduits shall extend a minimum of 3" above concrete slab or wall, and be provided with threaded cap and polyethylene pull rope with 100- pound (minimum) tensile strength. 9. All conduits shall be tightly sealed during construction by use of conduit plugs or "pennies" set under bushings. All conduit in which moisture or any foreign matter has collected before pulling conductors shall be cleaned and dried to the satisfaction of the Owner. 10. Conduits shall be securely fastened to cabinets, boxes, and gutters using locknuts (one inside and one outside enclosure for rigid conduit, one inside enclosure for EMT) and an insulating bushing or specified insulated connectors. Grounding bushings or bonding jumpers shall be installed on all conduits terminating at concentric knockouts. B. Rigid Steel Conduit Rigid Steel conduit installations below grade, and cast in, under, or through walls or slabs shall be double wrapped with 20-mil PVC tape. Running threads and threadless couplings will not be acceptable. Where necessary for connecting conduit, UL listed couplings or unions shall be used. All ends and joints shall be reamed smooth after cutting. C. Electrical Metallic Tubing (EMT) EMT conduit shall only be installed where specifically shown on the Drawings. EMT conduit, where specified, shall be furnished with weatherproof fittings. D. Liquid-Tight Flexible Metallic Conduit Liquid-tight flexible conduit shall be installed in all locations for connections to equipment, including, but not limited to: motors, HVAC equipment, automatic valves, and similar devices. E. Rigid Non-Metallic Conduit Unless noted otherwise on the Drawings, Schedule 40 PVC conduit may be used underground. PVC conduits shall not be run exposed. 04/10/07 Electric POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 16050-15 F. Supports 1. All raceway systems shall be secured to building structures using specified fasteners, clamps, Unistrut, and hangers spaced according to NEC requirements. 2. Exposed conduit shall be supported with channel supports spaced per NEC requirements (8'-0" maximum spacing) and within 18" of couplings, bends, boxes, etc., unless otherwise shown on the Drawings. 3. Multiple conduit runs shall be supported using "trapeze" hangers, consisting of approved channels suspended on steel rods from ceiling inserts located not more than eight (8) feet apart. Sizes of channels and rods shall be selected as recommended by the manufacturer for span and loading conditions. G. Termination and Joints 1. Raceways shall be joined using specified couplings or transition couplings where dissimilar raceway systems are joined. 2. Conduit terminations exposed at weatherproof enclosures and cast outlet boxes shall be made watertight using approved connectors and hubs. 3. Expansion couplings shall be installed where any conduit crosses a building separation or expansion joint, including joints in footings and gradebeams. 4. Approved cable-sealing bushings shall be installed on all conduits originating from roof and terminating in switchgear, cabinets, or gutters inside the building. 5. Conduit bodies (Condulets) are not acceptable as enclosures for splices. 6. At all conduit terminations and boxes, conductors shall be protected by a fitting equipped with a plastic bushing having a smoothly rounded insulating surface. 3.02 Conductor and Cable Installation A. General 1. Conductors shall not be installed in conduit runs until all work is completed for each individual conduit run. Care shall be taken in pulling conductors such that insulation is not damaged. UL approved pulling compounds shall be used. 2. Unless noted otherwise on the Drawings, all conductors or cables shall be installed in conduit or electrical enclosures. 04/10/07 Electric POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 16050-16 3. All cables shall be installed and tested in accordance with manufacturer's requirements and warranty. B. Splicing and Terminating 1. All aspects of splicing and terminating shall be in accordance with cable manufacturers published procedures. 2. All splices in outlet boxes with connectors as specified herein shall be made up with separate tails of correct color. At least six (6) inches of tails packed in box after splice is made up shall be provided. 3. All conductor and cable in panels, control centers and equipment enclosures shall be bundled and clamped. C. Identification 1. All branch-circuits shall be securely tagged, noting the purpose of each. 2. All conductors and conduit shall be numbered and labeled with vinyl wrap-around markers. Where more than two conductors run through a single outlet, each circuit shall be marked with the corresponding circuit number at the panelboard. 3. Conductors size #6 AWG and larger shall be color coded using specified phase color markers and identification tags. 4. All terminal strips shall have each individual terminal identified with specified vinyl markers. 5. Inside of all junction box cover plates shall be identified via felt-tip pen or decal label, denoting the panel and circuit numbers and voltage contained in the box. 6. All receptacles and switches shall be decal labeled on the plate, denoting the panel and circuit number. D. Connections to Circuit Breakers. Switches, and Terminal Strips: Stranded Copper Conductors 1. #12 through 8 AWG: Conductor shall be terminated in locking tongue style, pressure type, compression lugs, unless clamp type connection for stranded conductor is provided with device. 2. #6 AWG and larger: Conductor shall be terminated in one-hole flat- tongue style, compression type lugs, or by connectors supplied by the manufacturer. 04/10/07 Electric POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 16050-17 E. Joints in Conductors in Dry Locations, Copper Conductors 1. #8 AWG and smaller: Conductors shall be twisted and secured with cap or twist-on, expandable spring type solderless connectors. 2. #6 AWG and larger: Conductor shall be joined with split bolt connectors or compression sleeves. Joints shall be insulated with rubber tape and protected with half-lapped layers of vinyl plastic electrical tape. Insulation may also be provided by UL listed pre-manufactured components such as heat-shrink or cold-shrink devices. F. Joints in Conductors in Moist Locations. Copper Conductors 1. #8 AWG and smaller: Conductor shall be securely joined as specified above, then encapsulated in epoxy (Scotchcast or approved equal). 2. #6 AWG and larger shall be joined as specified above, and suitably water treated. G. Grounding Enclosures of equipment, raceways and fixtures shall be permanently and effectively grounded. A code-sized, copper, insulated green equipment ground shall be provided for all branch circuit and feeder runs. Equipment ground shall originate at panelboard ground bus and shall be bonded to all switch and receptacle boxes and electrical equipment enclosures. Ground terminals on receptacles shall be connected to the equipment grounding conductor by an insulated copper conductor. H. Signal Wiring Conductor used for alarm and control signal applications shall be identified at both ends and referenced to appropriate as-built drawings. Control wiring shall be numerically or otherwise coded in accordance with as-built control diagrams 3.03 Installation of Boxes and Wiring Devices A General 1. All outlets shall be surface mounted with walls, ceilings, and floors, except where specified to be finish flush. 2. No unused openings shall be left in any box. Close-up plugs shall be installed as required to seal openings. 3. Exposed outlet boxes and boxes in damp and wet locations shall be provided with gasketed cast metal cover plates. 04/10/07 Electric POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 16050-18 B. Box Layout 1. Outlet boxes shall be installed at the locations and elevations shown on the drawings or specified herein. Adjustments to locations shall be made as required by structural conditions and to suit coordination requirements of other trades. 3.04 Transformer Installation A. Primary shall be connected to minimum value taps during construction period and prior to initial building start-up. B. Voltage readings shall be made and tap connections adjusted to nominal voltage during final construction review and prior to building occupancy. C. Transformers shall be installed on vibration pads designed to suppress the transformer vibrations. Pads shall be selected and arranged in accordance with the weights of the transformers. D. Conduit connections that will prevent transmission of the transformer vibrations to the conduit system shall be installed. E. Transformers installed against a wall shall have readily accessible primary and secondary terminals. 3.05 Protection Conduits, junction boxes, outlet boxes, and other openings shall be kept closed to prevent entry of foreign matter. Fixtures, equipment, and apparatus shall be covered and protected against dirt, paint, water, chemical or mechanical damage, before and during the construction period. Damaged fixtures, apparatus, or equipment shall be restored to original condition prior to final acceptance, including restoration of damaged shop coats of paint. Brightly finished surfaces and similar items shall be protected until in service. No rust or damage will be permitted. 3.06 Workmanship A. Preparation, handling, and installation shall be in accordance with manufacturer's written instructions and technical data particular to the product specified and/or approved, except as otherwise specified. B. Work shall be furnished and placed in coordination and cooperation with other trades. C. Work shall conform to the National Electrical Contractor's Association Standard of Installation for general installation practice. 04/10/07 Electric POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 16050-19 SECTION 16152 VERTICAL SOLID SHAFT ELECTRIC MOTOR TECHNICAL SPECIFICATIONS PART 1 - GENERAL 1.01 Description Motor shall be premium efficiency vertical electric solid shaft type suitable to start and drive the equipment specified in the Special Construction Provisions and Technical Specifications. Electric motor shall be NEMA Design B, standard thrust, squirrel cage, induction type, TEFC. Motor shall be suitable electrically and mechanically to efficiently and effectively drive the specified equipment. Motor shall be sized for operation at constant speed and/or at variable speed with variable frequency drives where specified. Motor shall be furnished in accordance with these Specifications. Motor shall be manufactured by General Electric Corporation, U.S. Electrical Motors Division Emerson Electric Co., Westinghouse Electric Corporation, Baldor Electric, Reliance Electric, or equal. Unless specified otherwise all materials, workmanship, and tests shall conform with the applicable specifications of the National Electrical Manufacturers Association (NEMA), Institute of Electrical and Electronic Engineers (IEEE), American Standards Association (ASA), and the Anti-Friction Bearing Manufacturers Association (AFBMA). Motor driven equipment, and motor mounts are considered the equipment unit and shall be furnished as a unit by the motor driven equipment manufacturer. 1.02 Submittals Contractor shall submit shop drawings showing fabrication, assembly, and installation, together with detailed specifications and data covering performance and materials of construction power drive assembly, parts, devices, wiring diagrams, and other accessories. Equipment furnished shall be submitted in accordance with the Contract Documents and in accordance with the General Provisions, Section 2-5.3, and General Mechanical and Equipment Technical Specifications. Submittals for the equipment shall include, but shall not be limited to, the following: Submit the following minimum information for each motor specified under this section: A. Assembly drawing, nomenclature and material list. B. Manufacture, size, type designation, service factor, speed, guaranteed efficiency, and power factor at full load, 3/4 load and 1/2 load, locked rotor current in amps and full load current in amps. C. Material for construction including shaft, bearings, castings, and windings. D. Operation and maintenance manuals. 05/11/07 ELECTRIC MOTOR POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 16152-1 PART 2 - PRODUCTS 2.01 General Unless otherwise specified or shown on the Drawings, motor shall be nameplate rated, 3 phase, 60 hertz, and 460 volts. The minimum horsepower shall be as shown on the Drawings, specified in the Special Requirements, or Technical Specifications. Motor shall be equipped with cooling equipment, cooling fans, etc. as necessary for proper heat transfer to the surrounding air with ambient conditions as specified. Unless otherwise specified on the Drawings or Special Requirements, air will enter the room at 110°F maximum and room ventilation systems shall provide adequate air movement for cooling motors using a 5°F differential. 2.02 Speed Motor shall have maximum no load speed of 1800 rpm unless otherwise specified in the Special Requirements and Technical Specifications. Unless otherwise specified, motors for variable speed operation shall be suitable for continuous operation from 30% to 100% of full rated speed, driving the specified equipment. 2.03 Efficiency Motor shall be rated energy efficient (premium efficiency). Rated efficiencies shall be based on NEMA Standard MG1-12.59. Guaranteed efficiencies shall be determined in accordance with IEEE #112, Test Method B and E, latest revision. 2.04 Service Factor Rated service factor shall be 1.15 or greater. 2.05 Insulation System Motor shall be provided with Class "F" or better insulation systems except that motor lead insulation may be Class "B" or better. Impregnating materials shall be rated Class "F" (155 degrees C) minimum. Completed windings, when tested in accordance with IEEE #57, latest revision, shall show a thermal rating of not less than 150 degrees C for 30,000 hour's life. Windings shall be held firmly in stator slots to prevent coil shift. Sharp edges and burrs shall be removed from stator slots prior to winding or inserting coils. Slot liners and coil end phase insulation, in addition to the coating, shall be provided. Stator windings shall be of high conductivity copper magnet wire. Completed stator windings shall be provided with a properly cured, uniform impregnation for mechanical rigidity, moisture resistance, and protection against winding failures from accumulation of foreign conductive matter. The completed insulation system shall be capable of withstanding phase-to-ground rms voltage of 600 volts continuous and 2,300 volts instantaneous (surge or transient). 05/11 /07 ELECTRIC MOTOR POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 16152-2 2.06 Temperature Rise Rated temperature rise above 40 degrees C ambient temperature measured by resistance at service factor load of 1.15 shall not exceed 90 degrees C. 2.07 Inrush Current Motor shall be rated NEMA locked rotor Code G or better except where NEMA locked rotor Code H is specifically permitted. 2.08 Load Conditions Actual motor loads shall not exceed the nameplate rating (horsepower) unless specified otherwise. Refer to specific motor driven equipment specifications for motor load requirements and coordinate with the motor driven equipment manufacturer. 2.09 Motor Balance Motor shall be dynamically balanced to a maximum of .001 inches peak to peak amplitude. 2.10 Motor Frame Frame shall be fabricated steel or corrosion-resistant cast iron and shall be provided with lifting eyes. Unless otherwise specified, frames shall be shop primed with rust- inhibitive primer and finished with a high quality industrial alkyd or epoxy enamel. A single drain hole in the lower bracket shall be provided. Fan cover guards shall be cast iron or aluminum. 2.11 Bearings Bearings shall be of the anti-friction type according to the manufacturer's standard design. Anti-friction bearings shall be of the ball or roller type and shall be either oil or grease lubricated according to the manufacturer's standard. Anti-friction bearings shall be rated for an in-service L-10 life of 40,000 hours when connected directly to the driven load. Bearing assemblies shall be provided with sufficient means for preventing the leakage of lubricant or entrance of foreign matter along the shaft. Grease lubricated bearings shall be furnished with zerk fittings for in-service positive lubrication. A drain shall also be provided to guard against over-lubrication. Bearing identification numbers will be stamped on the motor nameplate. 2.12 Lubrication System Motor bearings shall be oil or grease lubricated. Oil lubrication systems shall provide optimum lubrication of bearings. Said systems shall have sufficient oil storage and oil cooling capacity to limit oil bath temperature rise to 45 degrees C above 40 degrees C 05/11/07 ELECTRIC MOTOR POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 16152-3 ambient temperature unless temperature rise of 50 degrees C is specifically permitted. Oil lubricated motors shall have visual level indicators and accessible fill and drain plugs. Grease lubrication systems shall be regreasable and shall provide for automatic flushing or purging of grease cavity during regreasing. 2.13 Thermal Protection Unless otherwise specified on the Drawings, Special Requirements, or in the motor driven equipment specifications, motor shall be equipped with 120 volt thermal sensors, one for each phase, affixed to or embedded in motor windings, set to open control circuit at 135 degrees C. All thermal sensor leads shall terminate in motor terminal box. Control modules and reset switches shall be furnished with the thermal sensors. The thermal sensors shall be positive temperature coefficient (PTC) type. The control modules and sensors shall be as manufactured by Texas Instruments, General Electric, or approved equal. Sensor and control module selection shall be coordinated with VFD manufacturer (where specified). Control module shall be provided to the VFD manufacturer for installation in the VFD panels prior to delivery. 2.14 Space Heaters Motor shall be equipped with 120 volt single phase belt type space heaters capable of raising motor temperature 10 degrees C above ambient temperature to prevent condensation. All space heater leads shall terminate in motor terminal box. 2.15 Terminal Box Motor shall be equipped with extra large heavy duty split type conduit boxes. Motor terminal boxes shall be located on side of motor as shown on Contract Drawings. 2.16 Nameplates Nameplates, easy to read and corrosion resistant, and said nameplates shall include the following information: A. Motor Data Nameplate - Manufacturer, serial number, model number, rated horsepower, service factor, frequency, phase, load voltage, full load current, full load speed, design designation, locked rotor-code, insulation class, temperature rise, ambient temperature, thermal sensor setting, NEMA nominal efficiency, guaranteed minimum efficiency, and full load power factor. B. Connection Data Nameplate - Motor start, motor run characteristics, and motor connection diagram. C. Bearing Data Nameplate - Manufacturers, bearing types (thrust and guide), bearing numbers, thrust capacity, oil type, minimum operating oil viscosity, maximum operating oil bath temperature, required cooling water flow, and maximum cooling water pressure. 05/11/07 ELECTRIC MOTOR POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 16152-4 2.17 Motor Mounting A. General Vertical motor shall be connected to the driven equipment per the manufacturers recommendations. B. Motor Mounting on Pumping Unit Motor shall be either mounted directly on the vertical pump with flexible coupling connecting the motor and pump shafts or be furnished and installed with a ring base mounted on the structure floor or platform above the vertical pump and provided with intermediate vertical shafting to connect motor and pump as shown on the Drawings and specified by the Special Requirements and Pumping Unit Technical Specifications. 2.18 Specific Motor Requirements Additional motor requirements specific to the driven equipment may be specified in the Technical Specifications and the Special Requirements. 05/11/07 ELECTRIC MOTOR POINSETTIA SEWAGE LIFT STATION UPGRADE CONTRACT 38751 16152-5