Loading...
HomeMy WebLinkAboutSocal Pacific Construction Corporation; 2008-09-26; PWS08-39ENGDOCtt 2010-0357318 Recording requested by: CITY OF CARLSBAD When recorded mail to: City Clerk City of Carlsbad 1200 Carlsbad Village Dr. Carlsbad, CA 92008 JUL.16,2010 12:58 PM OFFICIAL RECORDS SAN DIEGO COUNTY RECORDER'S OFFICE DAVID L BUTLER, COUNTY RECORDER FEES: 0.00 PAGES: t Space above this line for Recorder's Use NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is Carlsbad Municipal Water District (CMWD), a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on June 8, 2010. 6. The name of the contractor for such work of improvement is Socal Pacific Construction Corp. 7. The property on which the work of improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as Maerkle Disinfection Facilities Chlorine Gas Scrubbers Replacement, Project No. 5009-A. CARLSBAD MUNICIPAL WATER DISTRICT California, Public WorKs Director VERIFICATION OF SECRETARY I, the undersigned, say: I am the Secretary of the Carlsbad Municipal Water District, 1200 Carlsbad Village Drive, Carlsbad, 92009. The Executive Board of said District on _L3 _ , 2010, accepted the above described work as completed and ordered that a Notice of CotflpletiorV be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed ofi ^XuJU.^ 14 2010, at Carlsbad, California. CARLSBAD MUNICIPAL WATER DISTRICT AB #721 RESO. #1400 'AfUuJ*. /LORMlfoE'M. WOdDG Secretary IS 2:55 = ''',«„•»»* CARLSBAD MUNICIPAL WATER DISTRICT San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS, SUPPLEMENTAL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBERS REPLACEMENT CONTRACT NO. 5009-A Revised 5/01/08 Contract No. 5009-A Page 1 of 105 Pages TABLE OF CONTENTS Item Page Notice Inviting Bids 6 Contractor's Proposal 10 Bid Security Form 16 Bidder's Bond to Accompany Proposal 17 Guide for Completing the "Designation Of Subcontractors" Form 19 Designation of Subcontractor and Amount of Subcontractor's Bid Items 21 Bidder's Statement of Technical Ability and Experience 22 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation 23 Bidder's Statement Re Debarment 24 Bidder's Disclosure of Discipline Record 25 Non-Collusion Affidavit to Be Executed by Bidder and Submitted with Bid 27 Contract Public Works 28 Labor and Materials Bond 34 Faithful Performance/Warranty Bond 36 Optional Escrow Agreement for Surety Deposits in Lieu of Retention 38 Revised 5/01/08 Contract No. 5009-A Page 2 of 105 Pages GENERAL PROVISIONS Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms 41 1-2 Definitions 42 1-3 Abbreviations 46 1-4 Units of Measure 49 Section 2 Scope and Control of The Work 2-1 Award and Execution of Contract 51 2-2 Assignment 51 2-3 Subcontracts 51 2-4 Contract Bonds 52 2-5 Plans and Specifications 53 2-6 Work to be Done 57 2-7 Subsurface Data 57 2-8 Right-of-Way 57 2-9 Surveying 57 2-10 Authority of Board and Engineer 62 2-11 Inspection 62 Section 3 Changes in Work 3-1 Changes Requested by the Contractor 63 3-2 Changes Initiated by the Agency 63 3-3 Extra Work 64 3-4 Changed Conditions 67 3-5 Disputed Work 68 Section 4 Control of Materials 4-1 Materials and Workmanship 71 4-2 Materials Transportation, Handling and Storage 76 Section 5 Utilities 5-1 Location 76 5-2 Protection 77 5-3 Removal 77 5-4 Relocation 78 5-5 Delays 79 5-6 Cooperation 79 Section 6 Prosecution, Progress and Acceptance of the Work 6-1 Construction Schedule and Commencement of Work 79 6-2 Order of Work 83 6-3 Suspension of Work 84 6-4 Default by Contractor 84 6-5 Termination of Contract 85 6-6 Delays and Extensions of Time 85 6-7 Time of Completion 86 6-8 Completion, Acceptance, and Warranty 87 6-9 Liquidated Damages 87 6-10 Use of Improvement During Construction 87 Revised 5/01/08 Contract No. 5009-A Page 3 of 105 Pages Section 7 Responsibilities of the Contractor 7-1 Contractor's Equipment and Facilities 88 7-2 Labor 88 7-3 Liability Insurance 88 7-4 Workers' Compensation Insurance 88 7-5 Permits 89 7-6 The Contractor's Representative 89 7-7 Cooperation and Collateral Work 89 7-8 Project Site Maintenance 90 7-9 Protection and Restoration of Existing Improvements 92 7-10 Public Convenience and Safety 92 7-11 Patent Fees or Royalties 95 7-12 Advertising 95 7-13 Laws to be Observed 95 7-14 Antitrust Claims 96 Section 8 Facilities for Agency Personnel (NOT REQUIRED FOR THIS PROJECT) Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work 96 9-2 Lump Sum Work 96 9-3 Payment 97 94 Bid Items 100 SUPPLEMENTAL PROVISIONS 1. Worksite 101 2. Storage of Materials 101 3. Preservation of Existing Improvements, Restoration of Work Site and Disposal of Spoil and Waste Materials 101 4. Specified Model Numbers 102 5. Lateral Design 102 6. Location of Equipment and Ambient Environmental Conditions 102 7. Equipment Performance Documentation 103 8. Operation and Maintenance Manuals and Training 103 9. Reference Documents 104 10. Safety Requirement of Equipment 105 11. Lubrication 105 12. Order of Work 105 Revised 5/01/08 Contract No. 5009-A Page 4 of 105 Pages TECHNICAL SPECIFICATIONS DIVISION 01 - GENERAL REQUIREMENTS 01500-1 Start-Up Field Testing and Acceptance of Equipment DIVISION 02 - SITE WORK 02050 Demolition 02550 Asphalt Concrete Pavement and Base DIVISION 03 - CONCRETE 03100 Concrete Formwork 03200 Reinforcement Steel 03290 Joints in Concrete 03300 Cast-in-Place Concrete (Renumber City Std.) DIVISION 11 - EQUIPMENT 11005 General Mechanical and Equipment 11245 Dry Media Emergency Chlorine Gas Scrubber System DIVISION 15 - MECHANICAL 15820 Ventilation Equipment DIVISION 16 - ELECTRICAL 16050 Basic Electrical Specifications Revised 5/01/08 Contract No. 5009-A Page 5 of 105 Pages CARLSBAD MUNICIPAL WATER DISTRICT, CALIFORNIA NOTICE INVITING BIDS UNTIL 2:00 PM ON AUGUST 12, 2008, the Carlsbad Municipal Water District (District) 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: Removing and disposing of two existing wet chlorine gas scrubbers, and installing two new dry chlorine gas scrubbers at the Maerkle upper and lower disinfection facilities and associated site work. MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBERS REPLACEMENT CONTRACT NO. 5009-A BID NO. PWS08-39ENG 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 Carlsbad Municipal Water District 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 District to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the District or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The Carlsbad Municipal Water District may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the Carlsbad Municipal Water District or another jurisdiction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans, provisions, and specifications as approved by the City Council of the City of Carlsbad on file with the Engineering Department. The specifications for the work include City of Carlsbad Technical Specifications and the Standard Specifications for Public Works Construction, Parts 2 & 3, current edition at time of bid opening and the supplements thereto as published by the "Greenbook" Committee of Public Works Standards, Inc., all hereinafter designated "SSPWC", as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. The Carlsbad Municipal Water District encourages the participation of minority and women-owned businesses. The Carlsbad Municipal Water District encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. Revised 5/01/08 Contract No. 5009-A Page 6 of 106 Pages BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly executed including notarization, where indicated. 1 . Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit 4. Designation of Subcontractor and Amount of Subcontractor's Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder's Statement Re Debarment 9. Bidder's Disclosure Of Discipline Record 10. Escrow Agreement for Security Deposits -(optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) ENGINEER'S ESTIMATE: All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $550,000. TIME OF COMPLETION: The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the District by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the District. 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: "A". The Contractor or his designated subcontractor shall demonstrate experience in construction of dry chlorine scrubbers of similar scope. A minimum of two (2) projects over the last two (2) years with references are required and must be listed in the Bidder's Statement of Technical Ability & Experience of this document. 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 $15.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. Revised 5/01/08 Contract No. 5009-A Page 7 of 106 Pages 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 Carlsbad Municipal Water District except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the Carlsbad Municipal Water District except as hereinbefore specified. REJECTION OF BIDS The Carlsbad Municipal Water District reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. 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 District's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. PRE BID MEETING A pre-bid meeting and tour of the project site will be held at the project site at Maerkle Disinfection Facilities. Interested contractors shall be present at the site access gate at the end of Applewood Lane, Vista, CA, at 10:00 a.m. on July 23, 2008. 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 5/01/08 Contract No. 5009-A Page 8 of 106 Pages 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 District 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 District may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-: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 District does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the District is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the District may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. 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 Board of Directors of the Carlsbad Municipal Water District, California, by Resolution No. 1327, adopted on the 24™ day of June, 2008. June 25, 2008 Date Deputy City Clerk A•K Revised 5/01/08 Contract No. 5009-A Page 9 of 106 Pages CARLSBAD MUNICIPAL WATER DISTRICT MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBERS REPLACEMENT CONTRACT NO. 5009-A CONTRACTOR'S PROPOSAL Board of Directors Carlsbad Municipal Water District 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. 5009-A 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: Item No. Description 1 Mobilization, demobilization, and preparatory work at a stipulated lump sum of Twenty Five Thousand Dollars _ (Stipulated Amount: Do Not Change) 2 Furnish and install complete dry media chlorine gas scrubber system including media, media vessel, exhaust blower, exhaust stack, electrical wiring/connections, ladders and platforms, sample ports, and all required work and appurtenances to furnish a complete scrubber system, all in accordance with the Contract Documents at Approximate Quantity And Unit LS Unit Price (Figures) $25.000 Total Amount (Figures) $25.000 2 EA $$ (Unil(Fice in Words) Revised 5/01/08 Contract No. 5009-A Page 10 of 105 Pages Item No. Description Remove and legally dispose of two (2) caustic chlorine gas scrubber systems, including caustic (approximately 2,100 gallons of 20% sodium hydroxide per scrubber), FRP tanks, piping, ductwork, FRP exhaust stacks, control panels, appurtenances, and all related work, all in accordance with the Contract jcuments at. Approximate Quantity And Unit LS Unit Price (Figures) Total Amount (Figures) $$ (Price in Words) Site work at both sites including removal of A.C. pavement, concrete sidewalk, CMU wall, and chain link fence/gates and placement of new A.C. pavement, concrete sidewalk, concrete slabs, chain link fencing/gates, and all related work, all in accordance with the Contract Documents at LS $ (Price in Words) Furnish and install sheet metal ductwork including ducts, hardware, gaskets, supports, fittings, 180° gooseneck, gravity damper, coating, and all related work and appurtenances, all in accordance with the Contract Documents at LS 'rice in Words) oRevised 5/01/08 Contract No. 5009-A Page 11 of 105 Pages Item No. Description Furnish and install FRP ductwork including ducts, fittings, hardware, gaskets, supports, adapters, and all related work and appurtenances, all in accordance with the Contract Documents at Approximate Quantity And Unit LS (Price in Words) 7 Furnish one (1) Halogen one- ton chlorine cylinder shutoff valve actuator. Model 3400.00 Eclipse Actuator with 12 foot cable assembly and Model 6303.00 W&T VR Extension to be installed by City staff at Five Thousand One Hundred Thirty Five Dollars Stipulated Amount: Do not Total amount of bid in words: Unit Price (Figures) Total Amount (Figures) S V \$ )\ LS $5.135 Total amount of bid in numbers: $ Price(s) given above are firm for 90 days after date of bid opening. 2Addendum(a) No(s)._ proposal. has/have been received and is/are included in this I OPENED, WITNESSED AND _DATE SIGNATURE Revised 5/01/08 Contract No. 5009-A Page 12 of 105 Pages The Undersigned has carefully checked all of the above figures and understands that the District will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the Board of Directors of the Carlsbad Municipal Water District, the District may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number 443117 , classification AfB & c-33 which expires on 6-30-09 , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the District by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the District § 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 Board 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 Board of Directors, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is Bond (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. 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 5/01/08 Contract No. 5009-A Page 13 of 105 Pages Check A License: Contractor's License Detail Page 1 of 3 Skip to: CSLB Home | Content | Footer | Accessibility ( Search CSLB Department of Consumer Affairs ** , ,> Contractors State License Board WHAT YOU CAN DO About CSLB CSLB Newsroom Board CommitteeMeetings Disaster InformationCenter CSLB Library Frequently AskedQuestions_ ,.Online '*"*" Services • Check ALicense or HIS Registration » Filina a Construction Complaint • Processing Times « Check AoDlicationStatus « Search for a Surety BondInsurance Company » Search for a Workers'Corrmensation Company How to Participate CONTRACTOR'S LICENSE DETAIL OA DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. • CSLB complaint disclosure is restricted by law (B&P 7124.6). If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. • Per B&P 7071.17. only construction related civil judgments reported to the CSLB are disclosed. • Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. • Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. License Number: Business Information: Entity: Issue Date: Reissue Date: Expire Date: License Status: Classifications: 443117 08/12/2008 Extract Date: SOCAL PACIFIC CONSTRUCTION CORP 29885 2ND STREET SUITE J LAKE ELSINORE, CA 92532 Business Phone Number: (951) 674-1030 Corporation 07/18/1983 01/13/2000 06/30/2009 This license is current and active. All information below should be reviewed. CLASS DESCRIPTION http://www2.cslb.ca.gov/General-Information/interactive-tools/check-a-license/License+Detail.asp 08/12/2008 Check A License: Contractor's License Detail Page 2 of 3 Bonding: B C33 GENERAL ENGINEERING CONTRACTOR GENERAL BUILDING CONTRACTOR PAINTING AND DECORATING CONTRACTOR'S BOND This license filed Contractor's Bond number 898645C in the amount of $12,500 with the bonding company DEVELOPERS SURETY AND INDEMNITY COMPANY. Effective Date: 01/01/2007 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL 1. This license filed Bond of Qualifying Individual number 557561C for STEPHAN ANTHONY HENNES in the amount of $12,500 with the bonding company DEVELOPERS SURETY AND INDEMNITY COMPANY. Effective Date: 01/01/2007 BQI's Bonding History 2. This license filed Bond of Qualifying Individual number 737098C for TOMMY VAN UNSELL in the amount of $12,500 with the bonding company DEVELOPERS SURETY AND INDEMNITY COMPANY. Effective Date: 01/01/2007 BQI's Bonding History Workers' This license has workers compensation insurance Compensation: with the REDWOOD FIRE AND CASUALTY INSURANCE CO Policy Number: 441008396081 Effective Date: 01/01/2008 Expire Date: 01/01/2009 Workers' Compensation History http://www2.cslb.ca.gov/General-Information/interactive-tools/check-a-license/License+Detail.asp 08/12/2008 Check A License: Contractor's License Detail Page 3 of 3 Personnel listed on this license (current or disassociated) are listed on other licenses. Personnel List Other Licenses Consumers | Contractors | Applicants | Journeymen | Public Works | Building Officiate | General Ini CSLBHome | Conditions of Use | Privacy \ Contact CSLB Copyright © 2007 State of California http://www2.cslb.ca.gov/General-Information/interactive-tools/check-a-license/License+Detail.asp 08/12/2008 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 N'A (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 IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted Socal Pacific Construction Corp. jnature) Anton Anstett, President (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of California (4) Place of Business 29885 2nd St. Ste. J (Street and Number)City and State Lake Elsinore, CA. (5) Zip Code 92532 Telephone No. 951-674-1030 (6) E-Mail NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED oRevised 5/01/08 Contract No. 5009-A Page 14 of 105 Pages 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: Anton Anstett, President Stephan Hermes. Secretary Revised 5/01/08 Contract No. 5009-A Page 15 of 105 Pages BID SECURITY FORM (Check to Accompany Bid) MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBERS REPLACEMENT CONTRACT NO. 5009-A (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a 'Certified 'Cashiers check payable to the order of CARLSBAD MUNICIPAL WATER DISTRICT, 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 District, provided this proposal shall be accepted by the District 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 District 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 5/01/08 Contract No. 5009-A Page 16 of 105 Pages BIDDER'S BOND TO ACCOMPANY PROPOSAL MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBERS REPLACEMENT CONTRACT NO. 5009-A KNOW ALL PERSONS BY THESE PRESENTS: That we, SoCal Pacific Construction Corp. 35 Principal, and Arch Insurance Company as Surety are held and firmly bound unto the Carlsbad Municipal Water District, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) paymenti WS|| and tnjiy madBi we Djna; ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Principal for MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBERS REPLACEMENT CONTRACT NO. 5009-A in the City of Carlsbad, is accepted by the Board of Directors, and if the Principal shall duly enter into and execute a Contract including required bonds and Insurance policies within twenty (20) days from the date of award of Contract by the Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, ft shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said District. Revised 5/01/08 Contract No. 5009-A Page 17 of 105 Pages In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this 8th day of August ^2008 PRINCIPAL:SoCal Pacific Construction Corp^ (name of ~~ Bv: Anton Anstett (print name here) Corporate - President ization of Signatory) (sign here) Stephan Hennes (print name here) Corporate - Secretary (title and organization of signatory) Executed by SURETY this. of July 25th _,2008 , day SURETY: Arch Insurance Company (name of Surety) 135 N. Los Robles Ave. #825 Pasadena, CA 91101 (address of Surety) 626-639-5200 (telehone number of Surety) (signature of Shannon Lopez in-Fact) (printed name of Attdmey-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 General Counsel Deputy General Counsel Revised 5/01/08 Contract No. S009-A P»ga 18 of 105 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California RiversideCounty of. On August 8, 2008 Date before me,Terra Cox. Notary Public personally appeared Hera Insert Name and Title of the Officer Anton Anstett and Stephan Hennes Name(s) ol Slgner(s) TERRA COX 1 Commission #1680321 I Notary Public - California \ Riverside County i My Comm. Expires Jul 10.201 Ol who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in Wafcefftheir authorized capacity(ies), and that by We/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above Signature. OPTIONAL - Signature of Notary RtfbHc Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: July 25, 2008 . Number of Pages:. Signer(s) Other Than Named Above: Shannon Lopez on behalf of Arch Insurance Co. Capacity(ies) Claimed by Signer(s) Signer's Name: Ante A Ang4e f-J" "\r D Individual vJIKporporate Officer — Title(s): /D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: _Vi£rt ^Signer's Name: D Individual D Corporate Officer — Title(s):. D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: £&<;^^ O 2007 Natkxial Notary Association' 9350 DeSotoAve., P.O. Box 2402- Chalsworth.CA 91 31 3-2402 •www.NaHonalNotary.org Item #5907 ReordBrCallToll-Freel-800-876-6827 CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On July 25, 2008 before me Isabel M. Dominguez, Notary Public _, personally appeared Shannon Lopez who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature(s) on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ~ ISABEL M. DOMINGUEZ^ COMM. #1663038 t. NOTARY PUBLIC-CALIFORNIA X SAN BERNARDINO, COUNTY <* My Comm. Exp. MAY 2, 2010 ** OPTIONAL Though the data below is not required by law, it. may prove valuable to persons relying on the documentand could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER INDIVIDUAL DESCRIPTION OF ATTACHED DOCUMENT CORPORATE OFFICER Bid Bond Title(s) D PARTNERS LIMITED ATTORNEY-IN-FACT TRUSTEE(S) GENERAL Title or Type of Document -2- GUARDIAN/CONSERVATOR OTHER: Number of Pages July 25. 2008 Date of Document SIGNER IS REPRESENTING: Arch Insurance Company SoCal Pacific Construction Corp. Signer(s) other than Named Above POWER OF ATTORNEY Know All Men By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal office in Kansas City, Missouri (hereinafter referred to as the "Company") does hereby appoint Peter M. Davis, Martin M. Davis, George A. DeCristo, Shannon Lopez, Gale L. Delo and Kenzie K. Thompson of Redlands, CA (EACH) its true and lawful Attorney(sJ-in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as Its act and deed: Any and all bonds and undertakings EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said 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 in Kansas City, Missouri. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on March 3,2003, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of tfre Board, the President or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attomeys-in-fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on March 3, 2003: VOTED, That the signature of the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on March 3, 2003, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. OOML0013000303 Page 1 of 2 Printed in U.S.A. In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 1st day of MaV , 20_Q8_. Arch Insurance Company Attested and Certified Martin J. Nils«#i, Secretary STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS I, Brian C. Kuhn, a Notary Public, do hereby certify that Martin J. Nilsen and J, Michael Pete personally known to me to be the same persons whose names are respectively as Secretary and Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. COMMONWEALTHOTPafflSYLVANIA CERTIFICATION NOTARIAL SEAL Brian C. Kuhn, Notary Public City of Philadelphia, Philadelphia County My commission expires December 06,2011 Brian C. Kuhn, Notary Public My commission expires 12-06-2011 I, Martin J. Nilsen, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated May 1, 2008 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said J. Michael Pete, who executed the Power of Attorney as Vice President, was on the date of execution of the attached Power of Attorney the duly elected Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the Company on this 25TH day of JULY _, 20 08 . of the Arch Insurance Martin J. Ntfken, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Surety 3 Parkway, Ste. 1500 Philadelphia, PA 19102 OOML0013000303 Page 2 of 2 Printed in U.S.A. Company Profile Page 1 of 2 Company Profile*>**.. -— ' ARCH INSURANCE COMPANY ONE LIBERTY PLAZA, 53RD FLOOR NEW YORK, NY 10006 800-821-5546 Former Names for Company „, . XT FIRST AMERICAN INSURANCE COMPANY DBA AMERICAN FIRST _„, A. ~ A , , n/r ^nnoOld Name: INSURANCE COMPANY Effective Date: l i'06'2002 Old Name: FIRST AMERICAN INSURANCE COMPANY Effective Date: 01 -05-1 987 Agent for Service of Process JERE KEPRIOS, C/O CT CORPORATION SYSTEM 818 WEST SEVENTH STREET, 2ND FLOOR LOS ANGELES, CA 900 17 Unable to Locate the Agent for Service of Process? Reference Information NAIC Group #: 1279 Date authorized in California: July 19, 1985 Company Type: Property & Casualty -w^ "^ Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY DISABILITY FIRE LIABILITY MARINE SURETY TEAM AND VEHICLE WORKERS' COMPENSATION http://interactive.web.insurance.ca.gov/webuser/idb_co_prof_utl.get_co_prof?p_EID=6740 08/12/2008 Company Profile Page 2 of 2 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 - June 27,2008 09:13 AM Copyright © California Department of Insurance http://interactive.web.insurance.ca.gov/webuser/idb_co_prof_utl.get_co_prof?p_EID=6740 08/12/2008 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 subcontractors) 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 District of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Revised 5/01/08 Contract No. 5009-A Page 19 of 105 Pages Determination of the subcontract amounts for purposes of award of the contract shall be determined by the Board of Directors in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the Board of Directors shall be final. 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 5/01/08 Contract No. 5009-A Page 20 of 105 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBERS REPLACEMENT CONTRACT NO. 5009-A 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 fc\Jtd^HZ*J£ Subcontractor Name and Location of Business ^JuuuP. ZJUcJrt^ fievja.*-* , C*t1 U1 Subcontractor's License No. and Classification* <Zr>3-*?&& F.-IK Amount of Work by Subcontractor in Dollars* I (0. 3*2> .t>tI Page 1 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 5/01/08 Contract No. 5009-A Page 21 of 105 Pages BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBERS REPLACEMENT CONTRACT NO. 5009-A The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. Date Contract Completed Name and Address of the Employer See Attachment Name and Phone No. of Person to Contract "A" Type of Work Amount of Contract Revised 5/01/08 Contract No. 5009-A Page 22 of 105 Pages CITYCOUNCIL /*ITV /\C IIUIDC'DIAI CITYHALL Doug Cox - Mayor ^| | f Wl I tWmf ti» IA%L 420 South Imperial Avenue Mark Gran-Mayor Pro-Tem INCORPORATFDIQM Imperial, California 92251Geoff Dale INCORPORATED 1904 Qty Ha|| (76Q) 355.4371 TomMazeroll ^^IP^i Fax (760) 355-4718 Betty Sampson http://www.imperial.ca.gov CITY CLERK CITY ATTORNEY Debra Jackson 1^9l^Bl9@ Dennis Morita August 7, 2008 To Whom It May Concern: I can recommend Socal Pacific Construction as a General Engineering Contractor that has performed significant construction projects for us in a professional and timely manner. Their work has involved construction of a technical nature in the water and/or wastewater fields. Please contact me for further information or to discuss any particular questions. •"•'/Jackie Loper Community Development Director *R. M. "Cook" Barela, President athryn Bogart, Vice President Betty Anderson, Director Jane Anderson, Director Kenneth Mclaughlin, Director CnifimunitVWUmmUlmy August 6, 2008 To Whom It May Concern: I can recommend Socal Pacific Construction as a General Engineering Contractor that has performed significant construction projects for us in a professional and timely manner. Their work has involved construction of a technical nature in the water and/or wastewater fields. Some of these projects include Wells 22 & 23 Equipping as well as Mission Glen, Harrel Street and Well 18 PR Stations. Please feel free to contact me for any further information or to discuss any particular questions. Sincerely, Umesh Shah Senior Project Manager 11201 Harrel Street, Mira Loma, CA 91752 * Phone: (951) 685-7434 * Fax: (951) 727-3503 07/31/2008 15:56 5625962778 CITY OF SEAL BEACH PAGE 01 A FAX FOR W)U ! To Of Concerning From the desk of ALAN BRAMLETT Chief Water Operator CITY OF SEAL BEACH WATER DEPARTMENT] PAGES COMMENTS t~, FAX 562-596-2778 PHONE 562-4S 3-8660 ext 4C 9 87/31/2088 15:56 5G25962778 C1TV OF SEAL BEACH PAGE 02 August 11,2008 To Whom It May Concern: I can recommend Socal Pacific Construction as a General Engineering Contractor th t has performed significant construction projects for us in a professional and timely manner. Their work has involved construction of a technical n4ure in the water andjor wastewater fields. ; Please contact me for further information or to discuss any particular questions. Sincerely, Alan Bramlett Chief Water Operator City of Seal Beach 562-493-8660 ext 1409 SOCM. PAOFK COWTKUOFH.COKP. MSK2MDSTREET W 1 SUTEJ I 1 LAKE EL48WHE.CA 92532 ' PHONE: 951-874-49M FAX: tS1-«74-1035 yrATin PROJECT/OraCRt«DONtOCATION COMPUTED MM COMPLETED MM COMPUkllU MM COMPUTED MM COMPLETED MM COMPUTED MM COMPUTED MM COMPUTED MM COMPUTED MM COMPUTED MM COMPUTED MM COMPUTED MM COMPUTED MM COMPUTED MM COMPLETED MM COMPUTED MM COMPUTED MM TEMKULA VALLEY WATER RECLAM PLANT EXPANSDN TEMECULA, CA SEWAGE TREATMENT PLANT EXPANSION T0 12 MOD MCOLA9RESERVOM MURRIETA, CA PRE-STRESSED CONCRETE WATER RESERVOIR TEMEOULA VALLEY TERTIARY EFP PUMP STATION «I TEMECULA. CA TERTIARY EFFLUENT PUMP STATION t PIPING HUNTmOTON BEACH, CA EXPAND SEWER LIFTS STATION RIVERSIDE. CA INSTALL CULVERTS ACROSS HIGHWAY CUCAMONQA - OUA1T1 REGIONAL PARK POOL REHAEUTATION RANCHO CUCAMONOA. CA 7TH STREET WIU. M9 EASTERN MUNICIPAL WATER DISTRICT SANJACMTO.CA WELL AND 2,700 LF OF 18* PIPE LINE UCR ir VALVE REMOVAL I BUND PLANQE MTALLATION UNIVERSITY OF CALIFORNIA RIVERSIDE, CA 18- VALVE REMOVAL i BLIND FLANGE INSTALLATION TRAVELERS MNC. BOND CLAM WORK WEYMOUTH-MWD LAVERNE.CA •OLEM HANDUNO FAOUTBi SITE RESTORATION HUNTINQTON BEACH, CA WELUB114 HIGH DESERT WATER DISTRICT YUCCA VALLEY, CA BOLTED STEEL TANK * EQUIPPING WELLS ORANOE COABT COLUOE UTUTY REPLACEMENT . SOUTH CAMPUS 2701 FAIRVIEWROAD COSTA MESA, CA 9282* UTILITY UPGRADES RIVERSIDE AVENUE RIVERSIDE, CA 92501-3331 SEWER LIFT STATION ALISO CREEK WATERSHED LAKE FOREST, CA STORM DRAIN FILTER SYSTEM ORANGE COAtT COLLEGE SAILING CENTER DOCKS COSTA MESA, CA 92*28 R*R DOCKS* UTILITIES BCUPPWO OF WATER WELL* 38.39/40141 VICTOR VALLEY. CA EOWPPtW WELLS t BUILDINGS / UTIUTIES / SITE WORK ORANQI COAST COLLEGEWATSOHHALL COSTA MESA. CA 92*2* UNDERGROUND UTILITIES CURRENT PROJECTS COMPLETED 1 MPROORESS f • 1/ZVMM ' \ < OWNER AMOUNT OWNER/CONTRACTOR CONTACT $176,425.00 $1,346,048.00 $71,232.2* $1.152.251.00 $172,000.00 $236,811.00 $1.016,733.00 $34,075.00 $3,265.23 $3.516.00 $703,142.00 $1,170,068.00 $1.335,300.00 $185,400.00 $524,000.00 $2X96,000.00 $539,777.00 EASTERN MUMdPAL WATER DISTRICT RANCHO CALIFORNIA WATER DISTRICT EASTERN MUNICIPAL WATER DISTRICT CITY OF HUNTINGTON BEACH CITY OF RIVERSIDE COUNTY OF SAN BERNARDNO EASTERN MUNICIPAL WATER DISTRICT UNIVERSITY OF CALIFORMA TRAVELERS SURETY MWD OF SOUTHERN CALIFORNIA TRAVELERS SURETY ORANGE COUNTY SANITATION DISTRICT TRAVELERS SURETY HIGH DESERT WATER DISTRICT ORANGE COAST COLLEGE CITYOFCOLTON COUNTY OF ORANGE ORANGE COAST COLLEGE VICTOR VALLEY WATER DISTRICT ORANGE COAST COLLEGE BRUCE MITZEL KEN COPE BRUCE MITZEL JOE DALE DEBBIE DEBOW ED LARA BILLGUERTH JENNIFER MOR3ENSTERN GEORGE MACMULLIN STEVE KOBZEFF KATHLEEN MILLEA MARTY STOCKSTELL FRANK FONSECA ARDITH RICHEY AMER4AKHER DAVID MARSHALL ARDITH RICHEY REGGIE LAMSON ARDtm RICHEY P««1of3 PHONE (951)928-3777 (951)29*4900 (909)928-3777 (714)53*4915 (714)53*4528 808-828-5561 909-387-3034909-553-5288- Ceil (951)928-3777 951427-1012 253-94*4483 (714)593-7323 7*0-3*5-8333 951-98«-1589 714-4384*73 909-370-5065 714-567-7800 7144384*73 (7*0)2454424 71443*4*73 FAX (951)9284111 (951)29*4889 (951)9284111 (714)374-1573 809-826-5470 (909)387-5050 (951)9284111 951427-3890 253-948-7156 (714)962-5018 780-365-0599 7144384893 909-3704104 714467-7810 7144364893 (760)245-8219 7M4384MS CAROLLO ENGINEERING KENNEDY JENKS ENGINEERS CAROLLO ENGINEERING RICHARD BRADY S. ASSOC. CITY OF RIVERSIDE COUNTY OF SAN BERNARDINO KRIEOERt STEWART UNIVERSITY OF CALIFORNIA MWD CAROLLO ENGINEERING * ENGINEERING RESOURCES DANIEL BOYLE ENGINEERING KRIEGERt STEWART COUNTY OF ORANGE CASH AND ASSOCIATES SOt ASSOCIATES ENGINEERS CASH AND ASSOCIATES CONTACT STEVE EARP ARNIESANVIK STEVE EARP TIM PFLUM ED LARA A" I PHONE (909)894-2228 (658) 678-3620 (909)864-2228 858496-0500 909426-5581 BILL GUERTH 909-387-3034 909-553-5289- CELL DANJAGGERS EORGE UACMULL STEVE KOBZEFF MARKLUDLOW JOHNEGAN SERMON WISEMAt ARDITH RICHEY RODNEY WOODS GERALD SHUBER1 ARDITH RICHEY WILSON SO ARDTTH RICHEY 9094844900 909-7874201 909-392-5243 (714) 5404300 908480-1255 849-769-2600 714432-5139 9514844900 714-567-7900 714432-5139 (760) 242-2365 714432-5139 SOCALPACiri PROJECT MAtMGER PAUL SCHUESSLER PAUL SCHUESSLER PAUL SCHUESSLER DENNIS SKIPPER DENNIS SKIPPER PAUL SCHUESSLER STEVE HENNES TONYANSTETT TONYANSTETT TONYANSTETT PAUL SCHUESSLER DAN WHITE DAN WHITE DAN WHITE DAN WHITE PAUL SCHUESSLER DAN WHITE STATUS jjj ^PROJECT/De»CIUPnOt*l-OC*T)ON COMPLSTBJ ARC! PRODUCT WATER PUMP STATION2066 CHINO BASIN DESALTER AUTHORITYONTARIO, CAWATER PUMP STATION / BUILDINQ / SITE WORK COMPLETB) ALBDMLSEWf* MPROaRE«S UFT STATION CASTLE CCOOKELAKEELSMORE.CA SEWAGE LIFT STATION VDC RECOVERY WELL* CHLOR. FAC6JTKS RANCHO CALIFORNIA WATER DISTRICT TEMECULA.CA RECOVERY WELLS CHLOR. FACILITIES J1,271 .OOO.X $286,000.00 OWNBUCONTRACTOR CHNOBASW DESALTER AUTHORITY CO (INLAND EMPIRE UTIUTY AGENCY CASTLE iCOOKE ELSWORE VALLEY MUNICIPAL WATER DISTRICT LESSPEAKMAN GREOKOWLSKI $881,000.00 RANCHO CALIFORNIA WATER DISTRICT KEN COPE FAX 908-883-1800 908-893-1983 RBF CONSULTING ComaCT PHONE j JJECT MANAGER RANDY LOVAN 949-472-3505 JLSCHUESSLER 951-285-5409 851-874-1752 KWC ENGMEERS KEVINSIILS 851-7J4-21M DANWHIT!: 951-874-3148 (908)2984800 (951)2984999 KENNEDY JENKS ENGINEERS ARNIESANVIK (858)878-3620 OAN WHITE UCR - CAST CAMPUS MWAiTHUCTURE - CM. PKO UNIVERSITY OF CALIFORMA RIVERSIDE. CA UNDERGROUND UTIUTIES * PUMP STATION $2,889,777.00 UNIVERSITY OF CALIFORNIA GEORGE MACMULUN 909.787-4201 951-827-3690 UNIVERSITY OF CALIFORNIA EORGEMACMULL B09-787-4201 STEVE HENNES DAN WHITE COMPUTED 2887 COMPUTO 2897 JURUPA WEU-*22 JURUPA COMMUNITY SERVICES MIRALOMA,CA UNDERGROUND UTILITIES/SITE WORK * EQUPPMG WELL TATIF CITYOFREDLANOS REDLANDS.CA 20- WATERLINE (. PRESSURE REDUCtNG SYSTEM $5*4,000.00 JURUPA COMMUNITY SERVICES RON DOUGLASS 951-881-1482 851-727-3503 WEBB«ASSOCIATES WILLIAM MALONE 951-888-1020 DAVE MOORE 2907 cmroFMOio MHO, CA EQUIPPING WELL AND CHEMICAL CHLOR. SYSTEM $538,450.00 $1.196,778.00 CITYOFREDLANOS CtTYOFINDIO WENHUANQ GARY LEWIS 909-798-7898 909-798-7870 CAMP DRESSER t McKEE DONALD CUTLER 808-845-3000 JERRY ROMERO 780-347-1058 780-381-8428 BOYLE ENGINEERING DAVID MERRELL 851-833-5225 JERRY ROMERO 2897 COMPUTKO COMPUTED 2907 caMPurm 2897 JURUPA COMMIMTY SERVICE DISTRICT MIRALOMA.CA. EQUPPWO AND CONSTRUCTION OF WELL M8Htt 8DUCATION SUPPORT dNTER CITY OF COSTA MESA NEWPORT, CA UNDERGROUND UTUJTIES AND OFFSTTEIMPORVEMENTS HSfUM RBDUONO STATION $984,777.00 JURUPA COMMUNITY SERVICE DISTRICT RON DOUGLAS 951-885-7434 951-727-3503 ALBERTA. WEBB ASSOCIATES SWNAROYOS 851-886-1070 PAUL SCHUESSLER $359,000.80 NEWPORT MESA UNIFIED SCHOOL DIST. PAUL a REED 714424-5000 714-424-5015 PARSONS OBERTSTEAFFQ, 948-283-9322 JERRY ROMERO JURUPA COMMUNITY SERVICE DISTRICT MIRALOMA.CA. PRESSURE REDUdNQ STATION $185.000.00 JURUPA COMMUNITY SERVICE DISTRICT RONDOUGLAS 951-885-7434 951-727-3503 ALBERTA. WEBB ASSOCIATES SINNAROYOS 851-688-1070 PAUL SCHUESSLER WMTWDOI PUMP STATION $292,000.00 CITY OF ANAHEIM ANAHEIM, CA. REPLACMENT OF ENGINE PUMP AND ELECTRICAL MODIFICATIONS CITY OF ANAHEIM 714-795-5178 714-765-5225 CITY OF ANAHEIM CASTOR WILLIAM! 714-785-5176 PAUL SCHUESSLER 2887 fit JURUPA COMMUNITY SERVICE DISTRICT MIRALOMA.CA. PRESSURE REDUCING STATION 9CWAOE PUMP 8TATKIN «35 UPORAC* CITY OF SEAL BEACH SEAL BEACH, CA. REMOVE / REPLACE MECHANICAL t PIPING RP1 SOUTH ZONi PUMP STATION INLAND EMPIRE UTILITY AGENCY QJ4TARIO, CA. EXPANSION OF EXISTWG SEWAGE TREATMENT PLANT $175,000.00 JURUPA COMMUNITY SERVICE DISTRICT RONDOUGLAS 951-895-7434 951-727-3503 ALBERT A. WEBB ASSOCIATES SINNAROYOS 951-686-1070 PAUL SCHUESSLER $894.000.00 CITY OF SEAL BEACH ANDY DASILVA 582431-2527 582-4304783 AKM ENGINEERING BOB RUSSELL 949-753-7333 JERRY ROMERO $3,185,000.00 INLAND EMPIRE UTILITY AGENCY MATTHEW POESKE 908483-7123 909-993-1819 MONTGOMERY WATSON HARZA GREGARIFIAN 628-5684188 JERRYROMERO COMPUTED ALUAMAANOC COMPUTED 2997 CtTYOFREDLANDS REDLANDS.CA. MCM-ALABAMA PIPELINE AL.VAR9Z PUMP STATION DCPAHIION RANCHO CALIFORNIA WATER DISTRICT TEMECULA.CA. MODIFICATION OF EXISTWG WATER PUMP STATION ATMBTT PUNT EXPAMCNCTTY OF IMPERIALIMPERIAL. CA.WASTEWATER TREAMENT PLANT EXPANSION 5169,000.00 CITY OF REDLANDS M.U.D. $546,000.00 RANCHO CALIFORNIA WATER DIST. 2998 CITY OF SEAL BEACH SEAL BEACH, CA. STORM WATER PUMP STATION « WATER PUMP STATION $4,094,777.0° $2.163,777.00 CTTY OF IMPERIAL CITY OF SEAL BEACH WEN HUANG KEN COPE JACKIE LOPER BOB RUSSELL 909-798-7888 908-798-7870 CAMP DRESSER & MCKEE DONALD CUTLER 903-945-3000 STEVE HENNES 951-2984900 (951)2984889 KRIEGER t STEWART M PARRJSH MACP 951484-8900 PAUL SCHUESSLER 780465-3338 780-356-4718 ALBERT WEBB AND ASSOCIATES BRIAN KNOLL 951485-1070 JAMESFOREE 582-431-2527 583-430-8703 AKM ENOMEERMQ JOHNLOAGUE 849-753-7333 JIM PLEASANTS E STATUS _ m %PROJEC rjDfiCCJUPl ION/LOCATION WATl fECTON TO LEISURE WORLDCITY!, XL BEACH SEAL BEACH. CA.WATER LINE COMtECTION TO LBSURE WORLD SYSTEM K PROGRESS F«tT STREET PUMP STATWN Cmr OF SEAL BEACH SEAL BEACH, CA. PUMP STATION IMPROVEMENTS RNBI ROAD UFT STATION JURUPA COMMUNITY SERVICE DISTRICT MIRALOMA.CA. PUMP REPLACEMENT AMOUNT $777.000.00 t2a8.000.00 OWNCR/CCHTRACTOR Ciry Of SEAL BEACH CITY OF SEAL BEACH PHONE FAX B*aSB CONTACT PHOME | JCCTMANAt-31 562-799-12W 562-799-S442 AKM ENGINEERING JOHNLOAQUE 646-753-7333 ! sPLEASANTi KARIMVAR3OCHI 562-789-1204 H2-7M4442 AKM ENGINEERING JOHNLOAQUE 949-751-7333 JIM PLEASANT: $12.640.00 JURUPACOMMUWTY SERVICE DISTKKT RON DOUGLAS 951-685-74J4 951-727-3503 ALBERT A. WEBB ASSOCIATES SINNAROYOS 851-888-1070 PAUL SCHUESSLER MPROOMSS OROUNO WATER PRODUCTION RESTORATION $4,594,000.00 CITY OF CASTAtt LAKE CASTAICLAKE, CA. GROUND WATER CONTAINMENT. TREATMENT t RESTORATION IEXPANSUNPHASE2RIALTOWSJ.I $980.000.00COUNTY OF SAN BERNARDINO SAN BERNARDINO. CA. CONVEYANCE SYSTEM EXPANSION VALMMREPAM TEMECULA.CA. CONSTRUCTION OF VAIL DAM FAQLTTY REPAIR CITY OF CASTAICLAKE COUNTY OF SAN BERNARDINO tt,3M,000.00 RANCHO CALIFORNIA WATER DISTRICT $39,«20.01».49 JIMLESERMAN 061-97-1600 611-297-1611 KENNEDYUENKS CONSULTANTS JOSHANDRESEN 415-243-2150 PAUL SCHUESSLER JOHNORESWtT 90S-388-8828 9093868900 BAS CML AND ENVIROMENTAL ENQ. NICKSOMOGYI 908-860-7777 JIM PLEASANTS 951-296-6900 951-298-6899 RANCHO CALIFORNIA WATER DIST. KEN COPE 951-296-6900 JIM PLEASANTS Pigt3of3 BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBERS REPLACEMENT CONTRACT NO. 5009-A 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: D Comprehensive General Liability D Automobile Liability D Workers Compensation D Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Revised 5/01/08 Contract No. 5009-A Page 23 of 105 Pages SOCAPAC-01 HUE ACORDm CERTIFICATE OF LIABILITY INSURANCE PRODUCER (888) 825-4322 Bowermaster & Associates P.O. Box 6026 10805 Holder Street - Suite 350 Cypress, CA 90630 INSURED Socal Pacific Corp 29885 Second St, Unit J Lake Elsinore, CA 92532-2415 DATE (MM/DD/YYYY) 9/12/2008 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE . HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURER A: Liberty Surplus Insurance Corporation INSURERS: Nationwide Mutual Insurance Company INSURER cRSUI Indemnity Company INSURER D: Redwood Fire & Casualty Insurance INSURERS Fireman's Fund Insurance Company NAIC# COVERAGES MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR l,TR A B C D E E ADD' MSB! X TYPE OF INSURANCE GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY | CLAIMS MADE | X[ OCCUR GENt AGGREGATE LIMIT APPLIES PER:~i POLICY rxi s& rue AUTOMOBILE LIABILITY X X X X X X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS $500 Comp Deductible $500 Collision Deductible GARAGE LIABILITY ANY AUTO EXCESS/UMBRELLA LIABILITY X ( OCCUR [ | CLAIMS MADE DEDUCTIBLE RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/ExeCUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below OTHER Commercial Equipment Floater Commercial Equipment Floater POLICY NUMBER DGLLA207278017 ACPBA7802482368 NHA220202 4401008396081 MXI98308655 MXI98308655 POLICY EFFECTIVEDATE FMM/DD/YYl 11/15/2007 1/5/2008 11/15/2007 1/1/2008 2/15/2008 2/15/2008 POLICY EXPIRATIONDATE fMM/uD/YYl 11/15/2008 1/5/2009 11/15/2008 1/1/2009 2/15/2009 2/15/2009 LIMITS EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurence) MED EXP (Any one person) PERSONAL &ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGO COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE(Per accident) AUTO ONLY - EA ACCIDENT OTHER THAN AUTO ONLY: EAACC AGG EACH OCCURRENCE AGGREGATE V I WC STATU-A I TORY LIMITS IOTH-I ER E.L. EACH ACCIDENT E.L DISEASE - EA EMPLOYEE E.L DISEASE - POLICY LIMIT 1,000,00( 50.00C Includec 1.000.00C 2,000,00( 2,000,00( $ 1,000,000 * $ s 5,000,001 s.ooo.ooc $ 1,000,00( $ 1,000,OOC $ 1,000,OOC Leased/Rented Equipment $220,000 Broad Form/ReplacemntCc 10% Deductible *10 Days Notice of cancellation will be sent for non-payment of premium* Re: Maerkle Disinfection Facilities Chlorine Gas Scrubbers Replacement, BID # PWS08-39ENG, Project # 5009-A. City of Carlsbad, its agents, officers or employees are listed as Additional Insureds in respects to General Liability perform CG 20101185. Coverage under General Liability is Primary perform CGL 10310403. CERTIFICATE HOLDER CANCELLATION City of Carlsbad "**• Attn: Kevin Davis- Public Works Purchasing Dept. ^ 1 635 Faraday Avenue Carlsbad, CA 92008- SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE C^-^W-. ~^~~>$ **~. '^~°^ — ' ACORD 25 (2001/08)© ACORD CORPORATION 1988 SOCAPAC-01 HUE 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 endorsements). 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 endorsements). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurers), 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) POLICY NUMBER: DGLLA207278Q1 7 COMMERCIAL GENERAL UABttJTY NAMED INSURED: SoCal Pacific Corp. THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B> DIB endorsement modifies Insurance provided under lh» following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Peraon or Organization: A|l Persons or Orantzatfons that are parties to a contract that requires you to obtain this agreement provided you executed the contract before the toss as applicable to this endorsement) WHO is AN iNSUftED (Seeton M) & amended to include as an tortured the person or arafeatkmehmn in m» Schedule but only wKh re9petitoBaW(ltyarf^Daof>wwofk"fortrtatln8UrBdbyorto-y(>u. CG 201011 85 Copyright, Insurance Services Office, Ino, 1984 liberty International Underwriters ENDORSEMENT NO. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY Endorsement Effective Date: 11/15/07 Policy No.: DGLLA207278017 . Insured: Socal Pacific Corp PRIMARY INSURANCE CLAUSE ENDORSEMENT To the extent that this insurance is afforded to any additional insured under the policy, such insurance shall apply as primary and not contributing with any insurance carried by such additional insured, as required by written contract. Nothing herein contained shall be held to waive, vary, alter or extend any condition or provision of the policy other than as above stated. COL 10310403 Pagelofl BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBERS REPLACEMENT CONTRACT NO. 5009-A 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? xx yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: Socal Pacific Construction Corp. (na (sign here) Anton Anstett, President (print name/title) Page 1 of 1 pages of this Re Debarment form Revised 5/01/08 Contract No. 5009-A Page 24 of 105 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBERS REPLACEMENT CONTRACT NO. 5009-A Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? xx yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? XX 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? xx 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 _J of 1 pages of this Disclosure of Discipline form Revised 5/01/08 Contract No. 5009-A Page 25 of 105 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBERS REPLACEMENT CONTRACT NO. 5009-A 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: Socal Pacific Construction Corp. (name of Contractor) ^—-, (sigtfhere) Anton Anstett, President (print name/title) Page 1 of 1 pages of this Disclosure of Discipline form Revised 5/01/08 Contract No. 5009-A Page 26 of 105 Pages NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBERS REPLACEMENT CONTRACT NO. 5009-A State of California ) ) ss. County of Riverside ) Anton Anstett being first duly sworn, deposes (Name of Bidder) -i *L. x L. i. • Presidentand says that he or she- is __ (Title) of Socal Pacific Construction Corp. ___ (Name of Firm) the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct and that this affidavit was executed on the 8th day of August , 2008 . Signature of Bidder Anton Anstett, President -^Subscribed and sworn to before me on the day of , 20_ }§State of California County of Riverside Subscribed and sworn to for affirmed* hAffnra m*. H»JC ftft» Ha» ~t proved to me on the basis of TERRA COX L SSMHaaMya^6hceBTie*eperson(s)v»ho appeared before me. Commission #1680321 I Notary Public - California \ Riverside County f My Comm. Expires Jul 10,201 Of Revised 5/01/08 Contract No. 5009-A Page 27 of 105 Pages of Carlsbad Public Works - Contract Administration July 9, 2008 ADDENDUM NO. 1 RE: MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBERS REPLACEMENT BID NO. PWS08-39ENG, CONTRACT NO. 5009-A Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum-receipt acknowledged-must be attached to your Request for Bid when your bid is submitted. KEVIN DAVIS Sr. Contract Administrator Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Bidder's Signature Anton Anstett, President 1635 Faraday Avenue « Carlsbad, CA 92008-7314 • (760) 602-4677 • FAX (760) 602-8562 CARLSBAD MUNICIPAL WATER DISTRICT MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBERS REPLACEMENT Bid No. PWS08-39ENG Addendum No. 1 From: Eva Plajzer, Project Manager Phone: (760)602-2787 Fax: (760) 602-8562 No. of Pages: 1 (including this page) Date: July 9, 2008 Bid Opening Date: August 12, 2008 2:00 pm (unchanged) CONTRACT DOCUMENTS Page 8. Paragraph 6 PRE BID MEETING. Replace the paragraph with the following: A mandatory pre-bid meeting will be held Tuesday, July 29, 2008 at 10:00 AM at the project site at Maerkle Disinfection Facilities. Interested contractors shall be present at the site access gate at the end of Applewood Lane, Vista, CA. Contract No. 5009-A Addendum No. 1 of Carlsbad Public Works - Contract Administration July 29, 2008 ADDENDUM NO. 2 RE: MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBERS REPLACEMENT, BID NO. PWS08-39ENG Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum-receipt acknowledged-must be attached to your Bid when your bid is submitted. KEVIN DAVIS Sr. Contract Administrator Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 Bidder's Signature Anton Anstett, President 1635 Faraday Avenue • Carlsbad, CA 92008-7314 - (760) 6O2-4677 • FAX (760) 6O2-8562 CARLSBAD MUNICIPAL WATER DISTRICT MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBERS REPLACEMENT Bid No. PWS08-39ENG Addendum No. 2 From: Eva Plajzer, Project Manager Phone: (760)602-2787 Fax: (760) 602-8562 No. of Pages: 4 (including this page) Date: July 29, 2008 Bid Opening Date: August 12, 2008 2:00 pm (unchanged) GENERAL INFORMATION Pre-Bid Meeting. A mandatory pre-bid meeting was held at the project site on Tuesday, July 29, 2008 at 10:00 AM. Enclosed is a copy of the sign-in sheets and agenda. Bidders inquiries must be received no later than 5 p.m., Friday, August 1, 2008. Bidders inquiries may be faxed to 760-602-8562, Attention Eva Plajzer or by email to eplaj@ci.carlsbad.ca.us. NOTICE INVITING BIDS Page 7, SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Delete 2nd paragraph: "The Contractor or his designated subcontractor shall demonstrate experience in construction of dry chlorine scrubbers of similar scope. A minimum of two (2) projects over the last two (2) years with references are required and must be listed in the Bidder's Statement of Technical Ability & Experience of this document." Replace with: "The Contractor shall provide three (3) written references from water districts of projects of similar nature. The references shall be included with the Bidder's Statement of Technical Ability & Experience of this document." Contract No. 5009-A Addendum No. 2 AGENDA Carlsbad Municipal Water District Maerkle Disinfection Facilities Chlorine Gas Scrubbers Replacement Contract No. 5009-A Bid No. PWS08-39ENG Mandatory Pre-Bid Meeting July 29,2008 10 a.m. Entrance at Applewood Lane, Vista 1) Introductions 2) Project overview 3) Schedule a) 160 working days b) 8 weeks for scrubber outage 4) Obtaining plans and specifications a) www.carlsbadca.gov i) "Bid Information" ii) "Public Works Contracting Opportunities" iii) "Current Contracting Opportunities" b) City counter at 1635 Faraday Ave, Carlsbad CA c) Mail - internet form d) If questions contact Rhonda Heather at 760-602-2767 5) Written comments will be accepted until 5 p.m. on August 1, 2008 a) Fax: 760-602-8562 attn: Eva Plajzer b) E-mail: eplaj@ci.carlsbad.ca.us 6) Site visit 7) Questions Carlsbad Municipal Water District Maerkle Disinfection Facilities Chlorine Gas Scrubbers Replacement Contract No. 5009-A Bid No. PWS08-39ENG Mandatory Pre-Bid Meeting July 29, 2008 10a.m. Entrance at Applewood Lane, Vista Name Company Name Address Phone Fax E-mail X/og J/W g/rJ "fe&Kt Tf MS , /vt 7- Carlsbad Municipal Water District Maerkle Disinfection Facilities Chlorine Gas Scrubbers Replacement Contract No. 5009-A Bid No. PWS08-39ENG Mandatory Pre-Bid Meeting July 29, 2008 10a.m. Entrance at Applewood Lane, Vista Name Company Name Address Phone Fax E-mail it C-ft. feq/^tn 73 r- JUE/VL 9^-513-3^% vft •- -tt - - CONTRACT PUBLIC WORKS This agreement is made this /ir^ day of C by and between the Carlsbad Municipal Water Districtof theCity of Carlsbad, California, a municipal corporation, (hereinafter called "District"), and SOCAL PACIFIC CONSTRUCTION CORPORATION whose principal place of business is 29885 2NP STREET SUITE J LAKE ELSINORE CA 92532 (hereinafter called "Contractor"). District and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBERS REPLACEMENT CONTRACT NO. 5009-A (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Non-Collusion Affidavit, Designation of Subcontractors, Technical Ability and Experience, Bidder's Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the District will be the interpreter of the intent of the Contract Documents, and the District's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, District shall make payment to the Contractor per section 9-3 PAYMENT of the 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 District shall withhold retention as required by Public Contract Code Section 9203. Am¥ Revised 5/01/08 Contract No. 5009-A Page 28 of 105 Pages 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by District about underground conditions or other job conditions is for Contractor's convenience only, and District does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by District. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify District, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 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. District shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between District and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 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 5/01/08 Contract No. 5009-A Page 29 of 105 Pages 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the District, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the District. 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 District against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the District. Defense costs include the cost of separate counsel for District, if District requests separate counsel. Contractor shall also defend and indemnify the District 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 District. Defense costs include the cost of separate counsel for District, if District 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 of Carlsbad'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 District 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 District. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The District, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the District, 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 5/01/08 Contract No. 5009-A Page 30 of 105 Pages b. The Contractor's insurance coverage shall be primary insurance as respects the District, its officials, employees and volunteers. Any insurance or self-insurance maintained by the District, 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 District, 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 District by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the District. At the option of the District, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the District, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the District or 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 District with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the District and are to be received and approved by the District before the Contract is executed by the District. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 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 5/01/08 Contract No. 5009-A Page 31 of 105 Pages (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the District must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the District, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the Carlsbad Municipal Water District seeks to recover penalties pursuant to the False Claims Act, it is entitled to 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 Board of Directors of the Carlsbad Municipal Water District of 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 District, 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 District by certified letter accompanying the return of this Contract. Contractor shall notify the District by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the District to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the District may be substituted for monies withheld to ensure performance under this Contract. Revised 5/01/08 Contract No. 5009-A Page 32 of 105 Pages 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: Socal Pacific Construction Corp. (narae-ef£ontrai CARLSBAD municipal corpg By: RICT, a lifornia (sign here) Anton Anstett, President (sign here) Stephan Hennes, Secretary (print name and title) President or vice-president and secretary or assistant secretary must sign 'for' corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL General Counsel Deputy General Counsel Revised 5/01/08 Contract No. 5009-A Page 33 of 105 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California RiversideCounty of. On September 18, 2008 before me,Terra Cox, Notary Public Dale personally appeared Here Insert Name and Title of the Officer Anton Anstett and Stephan Hennes Name(s) of Slgner(s) TERRA COX Commission #1680321 Notary Public - California Riverside County My Comm. Expires Jul 10,201 ol31 Of Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by hts/herytheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature . OPTIONAL Signature of Notary Publio' 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: Contract Agreement Document Date: September^. 2008 . Number of Pages:. Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) ~ , Signer's Name: <^-lT-/?Kqo iV/iniS $>e.f.reA&r D Individual ^Corporate Officer — Title(s): D Partner — a Limited n General D Attorney in Fact O Trustee D Guardian or Conservator D Other: \i ' Signer Is Representing:. Top of thumb here Signer's Name: \3 Individual a Corporate Officer — Title(s): D Partner — n Limited D D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing:. 03S£oS33@0S2$S03S£3$£$!&£$S£3£i!J3&0330<>B^^ O2007NatlonalNotary Association'9350DeSotoAvB.,RO.Box2402'Chatsworth1CA 91313-2402-www.NationalNotary.org Hem #5907 Reorder Call Toll-Free 1-800-876-6827 Bond No. 1037931 Premium: Included in Performance Bond LABOR AND MATERIALS BOND Board of Directors of the Carlsbad Municipal Water District located in the State of California, by Resolution No. 1335, adopted September 9, 2008, has awarded to SOCAL PACIFIC CONSTRUCTION CORPORATION (hereinafter designated as the "Principal"), a Contract for: MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBERS REPLACEMENT CONTRACT NO. 5009-A in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the Secretary of the Carlsbad Municipal Water District 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. SOCAL PACIFIC CONSTRUCTION CORPORATION as Principal, (hereinafter designated as the "Contractor"), and Arch insurance Company as Surety, are held firmly bound unto the Carlsbad Municipal Water District in the sum of FIVE HUNDRED EIGHT THOUSAND Dollars ($508,000.00), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the Carlsbad Municipal Water District, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. 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 5/01/08 Contract No. 5009-A Page 34 of 105 Pages In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this 18th day of September _ ( 2Q08 CONTRACTOR: SoCal Pacific Construction Corporation (name of Cgc Executed by SURETY this. of September 16th .day ,2008 (sign here) Anton Anstett (print name here) SURETY: Arch Insurance Company _ (name of Surety)135 N. Los Robles Avenue #825 Pasadena, CA 91101 _ (address of Surety) (626) 639-5200 _ (telePnone number of Surety) President (title and By:. ition of signatory)(signature oj Shannon Lopez ofAttorhley-in-Fact) (sign here) Stephan Hennes (print name here) (printed name'bf-Attorney-in-Fact) (attach corporate resolution showing current power of attorney) Secretary (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 General Counsel Deputy General Counsel Revised 5/01/08 Contract No. 5009-A Page 35 of 105 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Riverside On September 18, 2008 before me, Dale personally appeared Terra Cox, Notary Public I Nan-Hera Insert Name and Title of the Officer Anton Anstett and Stephan Hennes Name(s) of Slgner(s) f TERRA COX Commission # 1680321 Notary Public - California Riverside County My Comm. Expires Jul 10.201 ol31 Of who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in te/ber/their authorized capacity(ies), and that by his/bef/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above Signature. OPTIONAL - Signature of Notary Public /" Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document Description of Attached Document Title or Type of Document: Labor and Materials Bond Document Date: September 16, 2008 . Number of Pages:. Signer(s) Other Than Named Above: Shannon Lopez on behalf of Arch Insurance Co. Capacity(ies) Claimed by Signer(s) Signer's Name: _,. D Individual ^33Dorporate Officer — Title(s): D Partner —D Limited D General D Attorney in Fact D Trustee Secrete"" ' Top of thumb here Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator a Other: Signer Is Representing: ss^^^^s^mw^iswsaiiiiismssss^58®8S!j@?@e&sse D Guardian or Conservator O Other: Signer Is Representing: ms&stss&Kstium O2007NattonalNotaryAssocia6on'93SOD8SotoAwe.,RO.Box2402'Chatsworth,CA 91313-2402 • www.NattonaJNotary.org Item #6907 Reorder Call Toll-Free 1-80CW76-6827 CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On September 16.2008 before me S. Lynn Ewer, Notary Public Shannon Lopez _, personally appeared who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature(s) on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature_ S. LYNN EWER C COMM. #1807411 2 NOTARY PUBUC-CAUFOflNIA * SAM BERNARDINO. COUNTY i iPS My Cofflffl. Exp. JULY 26,2012 f OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the documentand could prevent fraudulent reartachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT INDIVIDUAL CORPORATE OFFICER Title(s) D PARTNERS LIMITED ATTORNEY-IN-FACT TRUSTEE(S) GENERAL GUARDIAN/CONSERVATOR OTHER: Labor & Materials Bond Title or Type of Document 2 Number of Pages 9/16/08 Date of Document SIGNER IS REPRESENTING: Arch Insurance Company SoCal Pacific Construction Corp. Signer(s) other than Named Above POWER OF ATTORNEY Know All Men By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal office in Kansas City, Missouri (hereinafter referred to as the "Company") does hereby appoint Peter M. Davis, Martin M. Davis, George A. DeCristo, Shannon Lopez, Gale L Delo and Kenzie K. Thompson of Redlands, CA (EACH) its true and lawful Attomey(s)-in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds and undertakings EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note, check, draft or letter of credit This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said 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 in Kansas ' This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on March 3, 2003, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on March 3, 2003: VOTED, That the signature of the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on March 3, 2003, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. OOML0013000303 Page 1 of 2 Printed in U.S.A. In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 4th day of April , 20.06 . Arch Insurance Company Attested and Certified Martin J. NilsenpSecretary STATE OF NEW YORK SS COUNTY OF NEW YORK SS Edward M. TifAJsyVice President ! Peter J. Calleo, a Notary Public, do hereby certify that Edward M. Titus and Martin J. Nilsen personally known to me to be the same persons whose names are respectively as Vice President and Secretary of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument appeared before me this day in person and severally acknowledged that they being thereunto'duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free apd^voluntary act of^said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. CERTIFICATION =R J. CALLED, ESQ. Notary Public, State of New York .N0.02QA61Q8336 _ Qi'slifled In New York County Commission Expires May 3, 2008 Peter. My cbmniisslfi | Nbtary-Public ^1' i expires 5-03-2008 I, Martin J. Nilsen, Secretary ofthe Arch Insurance Company, do hereby certify that the attached Power of Attorney dated on behalf of the person(s) as listed above is a true and correct copy arid that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said Edward M. Titus, who executed the Power of Attorney as Vice President, was on the date of execution of the attached Pdwerof Attorney the duly elected Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, \ have hereunto subscribed my name and affi Company on this 16th day of September, 20 08 . I of the Arch Jnsuranpe Martin J. NilseH, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have,no authority to bind the Company except in the manner and to the extent herein stated. PLEASE .SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Contractors & Developers Group 135 N. Robles Ave., Ste. 825 Pasadena, CA 91101 OOML0013 00 03 03 Page 2 of 2 Printed in U.S.A. Bond No. 1037931 Premium: 7,293.00 PREMIUM IS FOR CONTRACT TERM AND IS SUBJECT TO ADJUSTMENT BASED ON FINAL CONTRACT PRICE FAITHFUL PERFORMANCE/WARRANTY BOND Board of Directors of the Carlsbad Municipal Water District located in the State of California, by Resolution No. 1335, adopted September 9, 2008, has awarded to SOCAL PACIFIC CONSTRUCTION CORPORATION (hereinafter designated as the "Principal"), a Contract for: MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBERS REPLACEMENT CONTRACT NO. 5009-A 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 Secretary of the Carlsbad Municipal Water District, 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. SOCAL PACIFIC CONSTRUCTION CORPORATION as Principal, (hereinafter designated as the "Contractor"), and Arch insurance Company as Surety, are held firmly bound unto the Carlsbad Municipal Water District in the sum of FIVE HUNDRED EIGHT THOUSAND Dollars ($508,000.00), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the Carlsbad Municipal Water District, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the Carlsbad Municipal Water District, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the District in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed 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 5/01/08 Contract No. 5009-A Page 36 of 105 Pages In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this 1 8th day of September 20 08 CONTRACTOR: SoCal Pacific Construction Corporation (name of Contractor) By: (sign here) Anton Anstett (print name here) President (Title and Organization of Signatory) Executed by SURETY this 16th day of _ September _ , 20 08 SURETY: Arch Insurance Company _ (name of Surety) 135 N. Los Robles Avenue #825 Pasadena. CA 91101 _ (address of Surety) (626) 639-5200 _ (telephone number of Surety) Bv: (signature of Attorneyn-act) Shannon Lopez (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) By: xg^ S' (sign here) Stephan Hennes (print name here) Secretary (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 General Counsel Bv: Deputy General Couns Revised 5/01/08 Contract No. 5009-A Page 37 of 105 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California RiversideCounty of. On September 18, 2008 before me, Date Terra Cox, Notary Public personally appeared Here Insert Name and Title of the Officer Anton Anstett and Stephan Hennes Narne(s) of Slgner(s) TERRA COX Commission #1680321 Notary Public - California Riverside County My Comm. Expires JU10.2010| who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) -is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/hcBtheir authorized capacity(ies), and that by bie/hef/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above Signature. OPTIONAL - Signature of Notary Pdblic Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Faithful Performance/Warranty Bond Document Date: September^. 2008 . Number of Pages:. Signer(s) Other Than Named Above: Shannon Lopez on behalf of Arch Insurance Co. Capacity(ies) Claimed by Signerjfs) Signer's Name: <~Jtr_p htin l-ienn^s D Individual s£D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: »fgvn/ Top of thumb here Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing:. Top of thumb here O2007NatlonalNotaryAssoclation>93SODeSotoAve.,RO.Box2402>Chatsworth,CA 91313-2402 •www.NatlonalNotary.org Item #5907 Reorder Call TcfrFree 1-800-876-6827 CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On September 16, 2008 before me S. Lynn Ewer, Notary Public Shannon Lopez _, personally appeared who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature(s) on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature r(Seal) S. LYNN EWER CCOMM. #1807411 Q NOTARY PUBUC-CAUFOHNIA 5 SAN BCTNAROWO, COUNTY I My Comtn. Exp. JULY 26,2012( OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the documentand could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT INDIVIDUAL CORPORATE OFFICER Performance / Warranty Bond Title(s) D PARTNERS Title or Type of Document LIMITED GENERAL ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER: Number of Pages 9/16/08 Date of Document SIGNER IS REPRESENTING: Arch Insurance Company SoCal Pacific Construction Corp. Signer(s) other than Named Above POWER OF ATTORNEY Know AH Men By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal office in Kansas City, Missouri (hereinafter referred to as the "Company") does hereby appoint Peter M. Davis, Martin M. Davis, George A. DeCristo, Shannon Lopez, Gale L. Delo and Kenzie K. Thompson of Redlands, CA (EACH) its true and lawful Attomey(s)-m-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds and undertakings EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note, check, draft or letter of credit This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said 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 in Kansas City^j^jaJiip, •'•••- •-'••. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on March 3, 2003, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on March 3, 2003: VOTED, That the signature of the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of Hie Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on March 3, 2003, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. OOML0013000303 Page 1 of 2 Printed in U.S.A. In Testimony Whereof, ths Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 4th day of _ April , 20 06 . Arch Insurance Company Attested and Certified Martin J. NilsenySecretary STATE OF NEW YORK SS COUNTY OF NEW YORK SS Edward M. Titos/flce President ! Peter J. Calleo, a Notary Public, do hereby certify that Edward M. Titus and Martin J. Nilsen personally known to me to be the same persons whose names are respectively as Vice President and Secretary of the Arch Insurance Company, a Corporation organized and existing under the laws of Hie State of Missouri, subscribed to the foregoing instrument appeared before me this day in person and severally acknowledged that they being thereunto" duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free a^voluntary act afraid corporation and as their own free and voluntary acts for the uses and purposes therein set forth. PETER J.CAUEO, ESQ. Notary Public, State of New York , No. 02QA6109336 ,.- ^ Qi'illfled Iri New "York bounty Petfer JCommission Expires May 3.2008 My commissloj) expires 5-03-5008 CERTIFICATION I, Martin J. Nilsen, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said Edward M.-Titus', who executed the Power of Attorney as Vice President, was on the date of execution of the attached Pdwerdf Attorney the duly elected Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and Company on this 16th day of September , 20 08 . . :Seal of the Arch Jnsuranpe Martin J. Nilsefii Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLbWING ADDRESS: Arch Contractors & Developers Group 135 N. Robles Ave., Ste. 825 Pasadena, CA 91101 OOML0013 00 03 03 Page 2 of 2 Printed in U.S.A. OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the Carlsbad Municipal Water District whose address is 5950 El Camino Real, Carlsbad, California, 92008, hereinafter called "District" and _ whose address is _ hereinafter called "Contractor" and _ whose address is _ hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the District, Contractor and Escrow Agent agree as follows: 1 . Pursuant to sections 22300 and 1 0263 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the District pursuant to the Construction Contract entered into between the City and Contractor for MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBERS REPLACEMENT CONTRACT NO. 5009-A in the amount of _ dated _ (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the District shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the District within 10 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the Escrow Agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the District and Contractor. Securities shall be held in the name of the District and shall designate the Contractor as the beneficial owner. 2. The District shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the District makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the District pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the District. These expenses and payment terms shall be determined by the District, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the District. Revised 5/01/08 Contract No. 5009-A Page 38 of 105 Pages 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from District to the Escrow Agent that the District consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The District shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the District of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the District. 8. Upon receipt of written notification from the 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 District and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the District and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the District and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For District: Title FINANCE DIRECTOR Name Signature Address 1635 Faraday 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 District and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. Revised 5/01/08 Contract No. 5009-A Page 39 of 105 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For District:Title PRESIDENT Name Signature Address 1200 Carlsbad Village Drive. Carlsbad. CA 92008 For Contractor:Title Name Signature Address For Escrow Agent:Title Name Signature Address Revised 5/01/08 Contract No. 5009-A Page 40 of 105 Pages GENERAL PROVISIONS FOR MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBERS REPLACEMENT CONTRACT NO. 5009-A CARLSBAD MUNICIPAL WATER DISTRICT BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 - TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS 1-1 TERMS - Unless otherwise stated, the words directed, required, permitted, ordered, instructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. Revised 5/01/08 Contract No. 5009-A Page 41 of 105 Pages 1 -2 Definitions. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Addendum - Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bulletins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency - the Carlsbad Municipal Water District. 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, the Board of Directors of Carlsbad Municipal Water District. Bond - Bid, performance, and payment bond or other instrument of security. 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. Contract Documents - Including but not limited to; the Contract, any Addendum (which pertain to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documentation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, permits from other agencies, the Technical Specifications, the Supplemental Provisions, the Plans, Standard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. Revised 5/01/08 Contract No. 5009-A Page 42 of 105 Pages Contractor - The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime contractor" shall mean Contractor. Contract Price - The total amount of money for which the Contract is awarded. Contract Unit Price - The amount stated in the Bid for a single unit of an item of work. County Sealer - The Sealer of Weights and Measures of the county in which the Contract is let. Days - Days shall mean consecutive calendar's days unless otherwise specified. Deputy City Engineer, Construction Management & Inspection - The Construction Manager's immediate supervisor and second level of appeal for informal dispute resolution. Dispute Board - persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier - Street light assembly complete, including foundation, standard, luminaire arm, luminaire, etc. Engineer - the City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile - Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer - A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer - A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire - The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm - The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Modification - Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. 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. Revised 5/01/08 Contract No. 5009-A Page 43 of 105 Pages Notice to Proceed - A written notice given by the Agency to the Contractor fixing the date on ^^ which the Contract time will start. ^? Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3.1. Person - Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans - The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract - Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector - the Engineer's designated representative for inspection, contract administration and first level for informal dispute resolution. Proposal - See Bid. "****'] Reference Specifications - Those bulletins, standards, rules, methods of analysis or test, codes, and specifications of other agencies, engineering societies, or industrial associations referred to in the Contract Documents. These refer to the latest edition, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specifically referred to by edition, volume, or date. Roadway - The portion of a street reserved for vehicular use. Service Connection - Service connections are all or any portion of the conduit, cable, or duct, including meter, between a utility distribution line and an individual consumer. Sewer - Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Specifications - General Provisions, Standard Specifications, Technical Specifications, Reference Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Standard - The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. Standard Plans - Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. _^ Revised 5/01/08 Contract No. 5009-A Page 44 of 105 Pages Standard Specifications - The Standard Specifications for Public Works Construction (SSPWC), the "Greenbook". State - State of California. Storm Drain - Any conduit and appurtenances intended for the reception and transfer of storm water. Street-Any road, highway, parkway, freeway, alley, walk, or way. Subbase - A layer of specified material of planned thickness between a base and the subgrade. Subcontractor - An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade - For roadways, that portion of the roadbed on which pavement, surfacing, base, subbase, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision - Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement - A written amendment of the Contract Documents signed by both parties. Supplemental Provisions - Additions and revisions to the Standard Specifications setting forth conditions and requirements peculiar to the work. Surety - Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne - Also referred to as "metric ton". Represents a unit of measure in the International System of Units equal to 1,000 kilograms. Utility - Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private easement. Work - That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all labor, materials, equipment, and services. Revised 5/01/08 Contract No. 5009-A Page 45 of 105 Pages 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. o 1-3.2 Common Usage Abbreviation Word or Words ABAN Abandon ABAND Abandoned ABS Acrylonitrile - butadiene - styrene AC Asphalt Concrete ACP Asbestos cement pipe ACWS Asphalt concrete wearing surface ALT Alternate APIS Apartment and Apartments AMER STD American Standard AWG American Wire Gage (nonferrous wire) BC Beginning of curve BCR Beginning of curb return BDRY Boundary BF Bottom of footing BLDG Building and Buildings BM Bench mark BVC Beginning of vertical curve B/W Back of wall C/C Center to center CAB Crushed aggregate base CAL/OSHA California Occupational Safety and Health Administration CalTrans California Department of Transportation CAP Corrugated aluminum pipe CB Catch Basin Cb Curb CBP Catch Basin Connection Pipe CBR California Bearing Ratio CCR California Code of Regulations CCTV Closed Circuit TV CES Carlsbad Engineering Standards CF Curb face CF Cubic foot C&G Curb and gutter CFR Code of Federal Regulations CFS Cubic Feet per Second CIP Cast iron pipe CIPP Cast-in place pipe CL Clearance, center line CLF Chain link fence CMB Crushed miscellaneous base CMC Cement mortar-coated CML Cement mortar-lined CMWD Carlsbad Municipal Water District CO Cleanout (Sewer) COL Column COMM Commercial CONC Concrete CONN Connection CONST Construct, Construction COORD Coordinate CSP Corrugated steel pipe CSD Carlsbad Standard Drawings CTB Cement treated base CV Check valve CY Cubic yard D Load of pipe dB Decibels DBL Double DF Douglas fir DIA Diameter DIP Ductile iron pipe DL Dead load DR Dimension Ratio DT Drain Tile DWG Drawing DWY Driveway DWY APPR Driveway approach E Electric EA Each EC End of curve ECR End of curb return EF Each face EG Edge of gutter EGL Energy grade line El Elevation ELC Electrolier lighting conduit ELT Extra long ton ENGR Engineer, Engineering EP Edge of pavement ESMT Easement ETB Emulsion-treated base EVC End of vertical curb EWA Encina Wastewater Authority EXC Excavation EXP JT Expansion joint EXST Existing F Fahrenheit F&C Frame and cover F&l Furnish and install FAB Fabricate FAS Flashing arrow sign FD Floor drain FDN Foundation ORevised 5/01/08 Contract No. 5009-A Page 46 of 105 Pages 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 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 Revised 5/01/08 Contract No. 5009-A Page 47 of 105 Pages SEC Section SF Square foot SFM Sewer Force Main SI International System of Units (Metric) SPEC Specifications SPPWC Standard Plans for Public Works Construction SSPWC Standard Specifications for Public Works Construction STHWY State highway STA Station STD Standard SIR Straight STR GR Straight grade STRUG Structural/Structure SW Sidewalk SWD Sidewalk drain 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 Revised 5/01/08 Contract No. 5009-A Page 48 of 105 Pages 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(tt) 0.3048 meter (m) 1 yard (yd) 0.9144 meter (m) 1 mile (mi) „ 1.6093 kilometer (km) 1 square foot (ft) 0.0929 square meter (m 1 square yard /yd ) 0.8361 square meter (m 1 cubjc foot (ft3) 0.0283 cubic meter (nr) 1 cubic yard (yd ) 0.7646 cubic meter (m ) 1 acre 0.4047 hectare (ha) 1 U.S. gallon (gal) 3.7854 Liter (L) 1 fluid ounce (fl. oz.) 29.5735 millileter (ml) 1 pound mass (Ib) (avoirdupois) 0.4536 kilogram (kg) 1 ounce mass (oz) 0.02835 kilogram (kg) 1 Ton (=2000 Ib avoirdupois) 0.9072 Tonne (= 907 kg) 1 Poise 0.1 pascal second (Pa s) 1 centistoke (cs) 1 square millimeters per second (mm /s) 1 pound force (Ibf) 4.4482 Newton (N) 1 pounds per square inch (psi) 6.8948 Kilopascal (kPa) 1 pound force per foot (Ibf/ft) 1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf) 1.3558 Joules (J) 1 foot-pound force per second ([ft-lbf]/s) 1.3558 Watt (W) 1 part per million (ppm) 1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit (°F): Degree Celsius (°C): °F = (1.8 x °C) + 32 °C = (°F - 32)/1.8 SI Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (Im) 1 second (s) Revised 5/01/08 Contract No. 5009-A Page 49 of 105 Pages Common Metric Prefixes kilo(k) 10* centi (c) -. 10", milli(m) 10"3 micro (n) 10"! nano(n) 10 pico(p) 10"12 1-5 SYMBOLS A Delta, the central angle or angle between tangents Z Angle % Percent Feet or minutes Inches or seconds1 Number / per or (between words)0 Degree PL Property line CL Centerline SL Survey line or station line Revised 5/01/08 Contract No. 5009-A Page 50 of 105 Pages 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 5/01/08 Contract No. 5009-A Page 51 of 105 Pages Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the Board shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract, and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be .based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcontracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. Revised 5/01/08 Contract No. 5009-A Page 52 of 105 Pages 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 General Provisions, project technical specifications, Carlsbad Engineering Standards (CES), Standard Specifications for Public Works Construction, (SSPWC), Part 2 & 3, and the latest supplements thereto, current edition at the time of bid opening as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter designated "SSPWC", as amended. The construction plans consist of one (1) set. The set is designated as City of Carlsbad Drawing No. 475-5 and consists of nine (9) sheets. As-built improvement plans titled "Maerkle Pump Station & Disinfection Facilities" are available for reference only on the City's website or public counter. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, as issued by the San Diego County Department of Public Works, hereinafter designated SDRSD, together with the most recent editions of the City of Carlsbad Engineering Standards and Carlsbad Standard Drawings, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES and CSD, respectively. Copies of some of the pertinent standard drawings are enclosed as an appendix to these General Provisions. Revised 5/01/08 Contract No. 5009-A Page 53 of 105 Pages 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 Specjfications 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) Change orders, whichever occurs last. 3) Contract addenda, whichever occurs last. 4) Contract 5) Carlsbad General Provisions, Technical Specifications, and Supplemental Provisions. 6) Plans. 7) Standards plans. a) City of Carlsbad Standard Drawings. b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) State of California Department of Transportation Standard Plans. 8) Standard Specifications for Public Works Construction, as amended. 9) Reference Specifications. 10) Manufacturer's Installation Recommendations Detail drawings shall take precedence over general drawings. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 10) 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. Revised 5/01/08 Contract No. 5009-A Page 54 of 105 Pages Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required by performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 20 working days for review of submittals unless otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. 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 5/01/08 Contract No. 5009-A Page 55 of 105 Pages Working drawings are required in the following sections: TABLE 2-5.3.2 (A) Item TlH*Subject VSho1 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 JointsGenera! Cofferdams Genera! General General Shop Drawings Falsework Plans Genera! General General Tunnel Supports Remodeling Existing Sewer Facilities Micrptunneling Controller ..^aj^nelWjrjngJJjag rams 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 Microtunneiing 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 5/01/08 Contract No. 5Q09-A Page 56 of 105 Pages 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 5/01/08 Contract No. 5009-A Page 57 of 105 Pages 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. 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 5/01/08 Contract No. 5009-A Page 58 of 105 Pages TABLE 2-9.2.2(A) Survey Requirements for Construction Staking Feature Staked Street Centerline Clearing Slope Fence Rough Grade Cuts or Fills > 10 m (331) 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®, <5> <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/«A, 1/2A & y'A on curb returns & at beginning & end Vertical locations shall be based on the ultimate elevation of curb and sidewalk at each pole & controller location at each junction box location < 50' on tangents & curves when R> 1000' & < 25' on curves when R < 1000' or where grade < 0.30% for catch basins: at centerline of box, ends of box & wings & at each end of the local depression © < 50' & along end slopes & conic transitions Lateral Spacing <3>, <E> 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 & V Vertical V Horizontal & V Vertical •V Horizontal & V Vertical %" Horizontal & V Vertical J/8" Horizontal & "If Vertical J/B" Horizontal & when depth cannot be measured from existing pavement V Vertical V Horizontal & V Vertical (when vertical data needed) 0.1 'Verticals Horizontal Revised 5/01/08 Contract No. 5009-A Page 59 of 105 Pages Feature Staked Wall® Major Structure ® Footings, Bents, Abutments & Wingwalls Superstructures Miscellaneous ® Contour Grading CD Utilities ®, © Channels, Dikes & Ditches CD Signs CD Subsurface Drains © Overside Drains CD Markers ® Railings & Barriers © AC Dikes CD 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®, <E> £ 50' and at beginning & end of: each wall, BC & EC, layout line angle points, changes in footing dimensions &/or elevation & wall height 10' to 33' as required by the Engineer, BC & EC, transition points & at beginning & end. Elevation points on footings at bottom of columns 10' to 33' sufficient to use string lines, BC & EC, transition points & at beginning & end. Elevation points on footings at bottom of columns S50' < 50' on tangents & curves when R> 1000' & £ 25' on curves when R < 1000' or where grades 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 10' to 33' as required by the Engineer, BC & EC, transition points & at beginning & end. Elevation points on footings & at invert 200' on tangents, 50' on curves when R > 1000' & 25' on curves when R <, 1000'. For PCC surfaced streets lane cold joints will suffice Lateral Spacing (3), © as appropriate as appropriate 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 %" Horizontal & '/4" Vertical V Horizontal & V Vertical 0.1 'Verticals Horizontal V Horizontal & V Vertical 0.1 'Horizontals 74" Vertical 0.1 'Vertical* Horizontal 0.1' Horizontals V4" Vertical 0.1 'Horizontals V4" Vertical W Horizontal V Horizontal & Vertical 0.1 'Horizontal & Vertical V 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 CD Perpendicular to Centerline. ® Some features are not necessarily parallel to centerline but are referenced thereto CD Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the feature 0Revised 5/01/08 Contract No. 5009-A Page 60 of 105 Pages ® > 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. Revised 5/01/08 Contract No. 5009-A Page 61 of 105 Pages 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 5/01/08 Contract No. 5009-A Page 62 of 105 Pages SECTION 3 - CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the interests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as granting a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitation, the change shall be by written Supplemental Agreement between the Contractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are involved, shall provide for the Contractor's signature indicating acceptance. 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 50 percent, payment will be made per Section 3-2.2.2 or 3-2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 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 payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 1 50 percent of the Bid quantity at the Contract Unit Price. Revised 5/01 /08 Contract No. 5009-A Page 63 of 1 05 Pages 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipulated Unit Prices may be used for the adjustment of Contract changes when so specified in the Special Provisions. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement can not be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise specified in Sections 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construction, Contractor shall provide a schedule of values for all lump sum bid items that shall be used for the purpose of progress payments. The prices shall be valid for the purpose of change orders to the project. 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notification in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of 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. Revised 5/01/08 Contract No. 5009-A Page 64 of 105 Pages 3-3.2.2 Basis for Establishing Costs. (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Section 3-3.2.3 (a). (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for 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. oRevised 5/01 /08 Contract No. 5009-A Page 65 of 105 Pages The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work, and be of a type not ordinarily available from the Contractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. (e) Invoices. Vendors' invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor 20 2) Materials 15 3) Equipment Rental 15 4) Other Items and Expenditures .. 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other 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. Revised 5/01/08 Contract No. 5009-A Page 66 of 105 Pages The report shall: 1 . Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the following Work site conditions (hereinafter called changed conditions), in writing, upon their discovery and before they are disturbed: 1 . Subsurface or latent physical conditions differing materially from those represented in the Contract; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engineer determines that conditions are changed conditions and they will materially affect performance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor's failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation 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. Revised 5/01/08 Contract No. 5009-A Page 67 of 105 Pages The Contractor shall provide the District with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. "The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City's proposed final estimate in order for it to be further considered." By: Title: Date: Company Name: The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. . It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. City Engineer 5. General Manager Revised 5/01/08 Contract No. 5009-A Page 68 of 105 Pages The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the District will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the District will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the General Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the General 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. Revised 5/01/08 Contract No. 5009-A Page 69 of 105 Pages (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) 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. 0Revised 5/01/08 Contract No. 5009-A Page 70 of 105 Pages (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer's approval. Materials and work quality not conforming to the requirements of the Specifications shall be considered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Specifications. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facilities and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Contractor shall also adequately protect new and existing work and all items of equipment for the duration of the Contract. Revised 5/01/08 Contract No. 5009-A Page 71 of 105 Pages The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrication, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are acceptable upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed electrical panel boards, large pumps, sewage plant equipment, etc., are subject to inspection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of 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. Revised 5/01/08 Contract No. 5009-A Page 72 of 105 Pages 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for testing to the place and at the time designated by the Engineer. Unless otherwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection, or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor's responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any 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. Revised 5/01/08 Contract No. 5009-A Page 73 of 105 Pages The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer's findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for proportioning materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. 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. 0Revised 5/01/08 Contract No. 5009-A Page 74 of 105 Pages 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials' tests, as defined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The investigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional information in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the cooperative investigation concluded. Whenever the cooperative investigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the implementation of a resolution process by committee. The continuance of the investigation shall be contingent upon recipient's agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notification. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the cooperative investigation and will re-consider all available information and if necessary gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 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 Revised 5/01/08 Contract No. 5009-A Page 75 of 105 Pages 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 deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. SECTION 5 - UTILITIES 5-1 LOCATION. The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, telephone, or cable television are shown on the Plans, the Contractor shall assume that every property parcel will be served by a service connection for each type of utility. As provided in Section 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Underground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installations. Revised 5/01/08 Contract No. 5009-A Page 76 of 105 Pages The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its operations. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accordance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor's operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as "abandoned" or "to be abandoned in place". Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. Revised 5/01/08 Contract No. 5009-A Page 77 of 105 Pages 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, current edition at the time of bid opening, and supplements thereto. 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. ^J 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. /-*». Revised 5/01/08 Contract No. 5009-A Page 78 of 105 Pages The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or alterations not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor's actual loss as was unavoidable and the Contractor may be granted an extension of time. 5-6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within five (5) calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6-4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Baseline Construction Schedule shall include each item and element of Sections 6-1.2 through 6-1.2.8 and shall be on hard (paper) copy. 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. Revised 5/01/08 Contract No. 5009-A Page 79 of 105 Pages 6-1.2.1 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. 6-1.2.2 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.2.3 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. 6-1.2.4 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. 6-1.2.5 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. 6-1.2.6 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per Section 6-4. 6-1.2.7 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. Revised 5/01/08 Contract No. 5009-A Page 80 of 105 Pages 6-1.2.8 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 .2.8.1 "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 . 6-1.2.8.2 "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 . 6-1.2.8.3 "Not Accepted." The Contractor must resubmit the schedule incorporating the corrections and changes of the comments prior to receipt of payment per Section 6-1.8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" or "Accepted with Comments" by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" by the Engineer. 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon each activity's schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media per the submittal requirements of Section 2-5.3 and will include each item and element of Sections 6-1 .2 through 6-1 .2.9 and 6-1 .3. 1 through 6-1 .3.7. 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Contractor shall report the percentage determined by the Engineer as complete for the activity. 6-1.3.3 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change. Revised 5/01/08 Contract No. 5009-A Page 81 of 105 Pages 6-1.3.4 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. 6-1.3.5 Bar Chart Each monthly update will include a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.4 Engineer's Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be returned marked as per Sections 6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked "Accepted with Comments" or "Not Accepted" by the Engineer will be returned to the Contractor for correction. Upon resubmittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer returning a monthly updated construction schedule marked "Not Accepted". 6-1.4.1 "Accepted." The Contractor may proceed with the project work, and will receive payment for the schedule in accordance with Section 6-1.8.2. 6-1.4.2 "Accepted with Comments." The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. 6-1.4.3 "Not Accepted." The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked "Accepted" by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor's responsibility. 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent "Accepted" Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the "Accepted" schedule. 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of Section 2-5.3 and per the schedule review and acceptance requirements of Section 6-1, including but not limited to the acceptance and payment provisions. As used in this section "substantially different" means a time variance greater than 5 percent of the number of days of duration for the project. 0Revised 5/01/08 Contract No. 5009-A Page 82 of 105 Pages 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. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor's Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all excavations and restore to usefulness all improvements existing prior to the start of the Work. 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. 6-1.8 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. 6-2.1 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 removal and disposal of the wet chlorine gas scrubbers and installation of new dry media scrubbers. The Contractor shall submit material/equipment submittals for the dry media scrubbers within two (2) weeks of receiving notice to proceed. The Contractor shall order the dry media scrubbers within one (1) week of receiving approved submittals. The Contractor will not be allowed to demo the existing scrubbers until all parts of the new dry media scrubbers are on site. The Contractor shall have the new dry media scrubbers operational within eight (8) weeks after the existing scrubbers are turned off. Contractor shall schedule Work as to have operational scrubbers, existing or new, during any planned aqueduct shutdowns. San Diego County Water Authority (SDCWA) has currently scheduled a shutdown in February 2009. 6-2.3 Project Meetings. The Engineer will establish the time and location of bi-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. Revised 5/01/08 Contract No. 5009-A Page 83 of 105 Pages 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise specified in Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of archaeological or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equipment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency's interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board's opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board's consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If 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. Revised 5/01/08 Contract No. 5009-A Page 84 of 105 Pages 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. No extension of time will be granted for a delay caused by the Contractor's inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof, the proof must be provided in a timely manner in accordance with the sequence of the Contractor's operations and the approved construction schedule. If delays beyond the Contractor's control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interests of the Agency. The Contractor will not be entitled to damages or additional payment due to such delays, except as provided in Section 6-6.3. If delays beyond the Contractor's control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by 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. Revised 5/01/08 Contract No. 5009-A Page 85 of 105 Pages 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Contract for such portion. The time of completion of the Contract shall be expressed in working days. The Contractor shall diligently prosecute the work to completion within one hundred sixty (160) working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor association, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. No work involving starting of equipment or any noise-generating work shall be performed by the contractor between 5:00 p.m. to 7:00 a.m. The Contractor shall incorporate the dates, areas and types of work prohibited in this section in the Construction Schedule required by Section 6.1. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the prohibition of work being performed within the dates, areas and/or types of work prohibited in this section. 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. o Revised 5/01/08 Contract No. 5009-A Page 86 of 105 Pages 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the Engineer for acceptance upon receipt of the Contractor's written assertion that the Work has been completed. The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor's sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of nine hundred dollars ($900). 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 nine hundred dollars ($900) per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negligence. The Contractor will not be required to reclean such portions of the improvement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any completed facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents. Revised 5/01/08 Contract No. 5009-A Page 87 of 105 Pages SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or otherwise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with applicable provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and 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. Insurance shall be required as specified in section 10 of the Public Works Contract. The cost of this insurance shall be included in the Contractor's Bid. 7-4 WORKERS' COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." Revised 5/01/08 Contract No. 5009-A Page 88 of 105 Pages The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers' Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this paragraph. All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain all permits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-6 THE CONTRACTOR'S REPRESENTATIVE. Before starting work, the Contractor shall designate in writing a representative who shall have complete authority to act for it. An alternative representative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. In order to communicate with the Agency, the Contractor's representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. The 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. Revised 5/01/08 Contract No. 5009-A Page 89 of 105 Pages The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others, the Contractor will not be entitled to additional compensation from the Agency for damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. When required by the Plans or Specifications, the Contractor shall furnish and operate a self- loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is incomplete. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor's Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. Failure of the Contractor to comply with the Engineer's cleanup orders may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust 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. Revised 5/01/08 Contract No. 5009-A Page 90 of 105 Pages 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time, and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of employees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condition. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sewage shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall comply with the California State Water Resources Control Board (SWRCB) Order Number 99-08-DWQ, National Pollutant Discharge Elimination System (NPDES) General Permit Number CAS000002, Waste Discharge Requirements (WDR's) for Discharges of Stormwater Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. Since this project is under one (1) acre, the Notice of Intent (NOI) shall not be filed for the project. However, the Contractor shall maintain proper BMPs as to mitigation of runoff to eliminate turbidity and pH impacts. Muddy runoff will not be permitted. 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. Revised 5/01/08 Contract No. 5009-A Page 91 of 105 Pages 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installations, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a portion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. Maintenance of street and traffic signal systems that are damaged, temporarily removed or relocated shall be done in conformance with 307-1.5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor's operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 7-10.1 Traffic and Access. The Contractor's operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Contractor shall not block access on Applewood Lane. 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. Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. 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. 7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall not be stored in streets, roads, or highways. A designated storage site will be provided to the Contractor at the Maerkle site. Contractor shall be responsible for securing the site at his expense. Agency will not be responsible for any damaged or stolen items. 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 5/01/08 Contract No. 5009-A Page 92 of 105 Pages 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 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the traveled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer's review in conformance with the requirements of Section 2-5.3, et seq. and obtain the Engineer's approval of the TCP prior to implementing them. The minimum 20- day review period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer's review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) as published by CALTRANS. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such modifications, supplements, and/or new designs to the TCP when, in the Engineer's sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modification, addition, supplement, and/or new design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such modification, addition, supplement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall conform to the requirements of Section 2-5.3 Shop Drawings and Submittals. 7-10.3.1 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. Revised 5/01/08 Contract No. 5009-A Page 93 of 105 Pages Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers' protection from the hazard of caving ground during the excavation of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start until the Engineer has accepted the plan and the Contractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are provided, or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engineer, or as otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Engineer's approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Section 5194 of the California Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Material Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe conditions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, administering and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and contain procedures for safe entry into confined spaces, including, but not limited to the following: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potential isolation and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space 7. Special hazards consideration 8. Personal protective equipment 9. Rescue plan provisions Revised 5/01/08 Contract No. 5009-A Page 94 of 105 Pages The Contractor's submittal shall include the names of its personnel, including subcontractor personnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit-required confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit- required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall 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. OmW Revised 5/01/08 Contract No. 5009-A Page 95 of 105 Pages 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 • Facilities for Agency use will not be required for this project - SECTION 9 - MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from measurements or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. 9-1.2 Methods of Measurement Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sections involved. 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. A•^ Revised 5/01/08 Contract No. 5009-A Page 96 of 1 05 Pages 9-3 PAYMENT 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accordance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor's request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precautions which are the Contractor's responsibility have not been taken and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be 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. Revised 5/01/08 Contract No. 5009-A Page 97 of 105 Pages 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency's payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. From each progress estimate, 10 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from remaining progress estimates and from the final estimate may be limited to $500 or 10 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as 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. Revised 5/01/08 Contract No. 5009-A Page 98 of 105 Pages The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written statement required in Section 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in Section 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Section 3-5, Disputed Work, for those claims remaining in dispute. 9-3.3 Delivered Materials. 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. •^ Revised 5/01/08 Contract No. 5009-A Page 99 of 105 Pages 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 shall not exceed the stipulated price, 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. 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned on the plans, in the Contract Documents, General Provisions, or Technical Provisions/Specifications shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation systems, and vegetation in place. If damaged during the work, Contractor is ^^ responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and —-' vegetation at his expense. Revised 5/01/08 Contract No. 5009-A Page 100 of 105 Pages SUPPLEMENTAL PROVISIONS FOR MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT NO. 5009-A 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 Maerkle Disinfection Facilities site is located at the north end of Sunny Creek Road. However, access to the site shall be from the North Gate located on Applewood Lane (accessed from Sequoia Crest), in the City of Vista. Contractor shall not block the access road at Maerkle with equipment, materials, etc. The access road shall be available to through traffic at all times. 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 equip- ment 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 Maerkle Disinfection Facilities site for storage of materials and equipment. All storage locations shall be approved by the City. Refer to General Provisions Section 7-8, Project Site Maintenance, 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. A•^ Revised 5/01/08 Contract No. 5009-A Page 101 of 105 Pages 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 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. D. The demolition work includes removal of the outdoor scrubber and ductwork, which will leave the building penetrations and dampers exposed. Contractor shall seal said penetrations during construction to maintain a clean environment in the effected buildings. Also, Contractor shall cover the opening with plywood for security. Containment and security features shall be inspected daily. 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 (2007 Edition) for Occupancy Category IV, Essential Facilities. Safety factor for overturning shall be 1.5:1. 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. Dry Media Chlorine Gas Scrubbers 2. Scrubber Exhaust Blowers 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 300' to 500' above Mean Sea Level. Maximum design ambient temperature shall be 110°F and minimum design ambient temperature shall be 35°F. Relative humidity may range from 10% to 95%. oRevised 5/01/08 Contract No. 5009-A Page 102 of 105 Pages 7. Equipment Performance Documentation 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. Media Testing Procedures 8. Special problems or precautions and emergency procedures 9. Safety provisions and precautions Revised 5/01/08 Contract No. 5009-A Page 103 of 105 Pages 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 10. Name, address, and phone number of local parts and media 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 Chlorine Gas Scrubber 4 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, media testing procedures, 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 for reference only at the City's public counter or website and are not part of the contract. These documents provide information relative to existing and proposed facilities. A. Construction Plans for Maerkle Pump Station and Disinfection Facility Drawing No. CMWD89-109. Revised 5/01/08 Contract No. 5009-A Page 104 of 105 Pages 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. 12. Order of Work See General Provisions Section 6-2.1 for order of work. Revised 5/01/08 Contract No. 5009-A Page 105 of 105 Pages 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 Chlorine Gas Scrubbers 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 two scrubber units 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. Cycle motors in both automatic and manual modes of operation. 8. Checking out control signal to and from main control panel in conjunction with all associated equipment. 04/23/08 MAERKLE DISINFECTION FACILITIES START-UP CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 01500-1 9. Measuring and recording voltage and amperage draw readings for all equipment motors under loaded conditions. 10. Checking proper operation of equipment hatches and sample ports. 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 a chlorine leak for emergency operation and manual operation. It is anticipated two days will be required to verify operation. 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. An acceptance letter will be provided by the Engineer to the Contractor, acknowledging successful completion of the start-up test. 04/23/08 MAERKLE DISINFECTION FACILITIES START-UP CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 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 two existing R.J. Environment RJ 2000 one-ton caustic scrubbers, ductwork, and appurtenances, and removal of CMU walls, A.C. pavement, and chain link gates/fencing to facilitate new construction as shown on Construction Drawings and specified. Also, CONTRACTOR shall legally depose of caustic solution contained within the two existing scrubbers (approximately 2,100 gallons of 20% sodium hydroxide solution per scrubber). Facility closures shall be provided at the end of each day. C. It is required that the chlorine room be sealed at all times during construction to maintain safety. Contractor shall seal temporary openings created by duct removal and/or installation. Opening seals shall be air tight and shall be fully covered with plywood. D. 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 02300 Basic 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. 06/05/08 CARLSBAD MASTER SPECIFICATIONS MAERKLE DISINFECTION FACILITIES DEMOLITION CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 02050-1 1.5 QUALITY ASSURANCE A. Comply with the applicable reference specifications as specified in the GENERAL PROVISIONS. 1.6 JOB CONDITIONS A. Condition of Facilities: AGENCY assumes no responsibility for actual condition of facilities to be demolished. The CONTRACTOR shall visit the site and inspect the existing facilities. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 OCCUPANCY AND POLLUTION CONTROL A. Water sprinkling, temporary enclosures, chutes, and other suitable methods shall be used to limit dust and dirt rising and scattering in the air. Comply with AGENCY regulations pertaining to environmental protection. B. Water shall not be used when it creates hazardous or objectionable conditions such as ice, flooding, or pollution. C. Water contaminated with sediment or hazardous or toxic materials shall not be allowed to run off into the public storm drain system (including street gutters). Such runoff shall be intercepted, collected and disposed of according to existing environmental regulations. 3.2 PROTECTION A. Safe passage of persons around area of demolition shall be ensured. Operations shall be conducted to prevent damage to adjacent buildings, structures, other facilities, and people. B. 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. 06/05/08 CARLSBAD MASTER SPECIFICATIONS MAERKLE DISINFECTION FACILITIES DEMOLITION CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 02050-2 C. Demolition shall proceed in a systematic manner, in accordance with permits and approved submittals. 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. 6. 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. 06/05/08 CARLSBAD MASTER SPECIFICATIONS MAERKLE DISINFECTION FACILITIES DEMOLITION CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 02050-3 3.7 CLEANING A. During and upon completion of work, the CONTRACTOR shall promptly remove unused tools and equipment, surplus materials, rubbish, debris, and dust and shall leave areas affected by work in a clean, approved condition in accordance with the GENERAL PROVISIONS. B. Clean adjacent structures and facilities of dust, dirt, and debris caused by demolition, as directed by the ENGINEER or the INSPECTOR, and return adjacent areas to condition existing prior to start of work. C. The CONTRACTOR shall remove and legally dispose of demolished materials and debris from the site. 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: The Owner has no salvage plans for this project. 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. 06/05/08 CARLSBAD MASTER SPECIFICATIONS MAERKLE DISINFECTION FACILITIES DEMOLITION CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 02050-4 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. The Contractor shall comply with the General Provisions section for Storm Water Protection Requirements. 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. 06/05/08 MAERKLE DISINFECTION FACILITIES EARTHWORK CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 02300-1 1.04 Clearing and Grubbing A. Except as otherwise specified, indicated areas should be cleaned and grubbed conforming to Section 300-1 of the Standard Specifications. All removed materials shall be disposed off-site in a location approved by Owner. Bituminous pavement to be removed shall be saw cut to clean, straight lines. B. The following are modifications to Section 300-1: 300-1 CLEARING AND GRUBBING. 300-1.1 General, add the following to the third paragraph: During surface clearing operations, the Contractor shall not cover or bury any plant growth or other objectionable materials. If the Contractor cannot successfully separate the plant growth from the surface soil and advertently or inadvertently mixes organic or other objectionable materials with the soil, the soil so contaminated shall be removed from the site by the Contractor. All costs, if any, associated with removing the soil mixed with organic or other objectionable materials and importing soil to replace said contaminated soil shall be borne by the Contractor and no additional payment therefore shall be made to the Contractor. 300-1.3 Removal and Disposal of Materials, add the following: Also included in clearing and grubbing shall be removal and disposal of existing street poles and lights, metal guard rail, fences, asphalt concrete and aggregate base, concrete curb and gutter, concrete sidewalk, existing gate, existing headwalls, rip-rap, traffic signs, and other existing features which interfere with the work. Whether or not such items are shown on the plans, they shall be removed as a part of clearing and grubbing. Existing underground pipes and conduits that are shown on the plans and designated to be removed shall be removed by the Contractor as a part of clearing and grubbing. 300-1.4 Payment, modify as follows: Payment for clearing and grubbing shall be made at the contract lump sum price for clearing and grubbing within the project limits and at stockpile locations and no other payments will be made. Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump-sum bid for Clearing and Grubbing, and no additional payment will be made. 1.05 Field Compaction Tests Where reference is made to relative compaction, it shall be deemed to mean ASTM D1557, latest, using ten-pound hammer at 18-inch drop. Cost of all compaction tests having relative compaction less than specified shall be borne by Contractor. Cost of all compaction tests having relative compaction greater than specified will be borne by Owner. Owner will select soil testing engineer. 06/05/08 MAERKLE DISINFECTION FACILITIES EARTHWORK CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 02300-2 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. 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. 06/05/08 MAERKLE DISINFECTION FACILITIES EARTHWORK CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 02300-3 SECTION 02550 ASPHALT CONCRETE PAVEMENT AND BASE PART 1-GENERAL 1.1 THE REQUIREMENT A. THE CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work as indicated in the Contract Documents and specified herein. B. This section covers the work necessary to repair access roads and parking areas, complete, in place, in accordance with the requirements of the Contract Documents. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 02300 Earthwork. 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the applicable reference specifications as specified in the GENERAL PROVISIONS. B. Work of this section shall be performed in accordance with the Standard Specifications for Public Works Construction (SSPWC), unless otherwise specified herein. 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL PROVISIONS, and the requirements of this section. B. Samples: Prior to the delivery of specified aggregate to the site, the CONTRACTOR shall submit samples of the material for the INSPECTOR'S acceptance in accordance with SSPWC Section 4-1.4. Samples shall be typical of materials to be furnished from the proposed source and in conformance with the specified requirements. C. The CONTRACTOR shall formulate a job-mix formula using the Marshall Method in accordance with SSPWC Section 203-6.2 and submit it to the ENGINEER for approval. The resultant mixture shall have Marshall properties conforming to SSPWC Section 203-6.2. D. Certificates: 1. Twenty days prior to the delivery of aggregates, asphalt materials, and paving mixes to the project site, the CONTRACTOR shall submit to the ENGINEER certificates and test results of compliance of such materials with these Specifications. 2. Where laboratory testing is specified herein, the CONTRACTOR shall employ an independent testing laboratory to conduct such tests and submit certificates of the test results. 06/05/08 CARLSBAD MASTER SPECIFICATIONS MAERKLE DISINFECTION FACILITIES ASPHALT CONCRETE PAVEMENT CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 02550-1 1.5 QUALITY ASSURANCE A. Quality assurance will be provided by the INSPECTOR. The AGENCY will provide inspection at the asphalt plant and laboratory services within 50 miles of the geographical limits of the CITY OF CARLSBAD. B. The CONTRACTOR shall be responsible for quality control. PART 2 - PRODUCTS 2.1 GENERAL A. The CONTRACTOR shall make all tests necessary to locate a source of materials that meet the Specifications. Final approval of the aggregate material will be based on tests of material taken by the CONTRACTOR from the compacted base course. 2.2 BASE COURSE A. Crushed aggregate for the base course shall consist of crushed rock and rock dust and shall conform to the requirements of SSPWC Section 200-2 UNTREATED BASE MATERIALS, as modified herein. Crushed slag base will not be allowed. B. The following are modifications to Section 200-2: 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Add the following: Aggregate base shall be Class 2 Aggregate Base per Caltrans Standard Specification, July 1999, Section 26: Aggregate Bases, Subsection 26-1.02A Class 2 Aggregate Base and as specified herein. Add the following section: 200-2.7 Class 2 Aggregate Base. Aggregate for Class 2 aggregate base shall be free from organic matter and other deleterious substances, and shall be of such nature that it can be compacted readily under watering and rolling to form a firm, stable base. Aggregate may include material processed from reclaimed asphalt concrete, portland cement concrete, lean concrete base, cement treated base or a combination of any of these materials. Aggregate shall conform to the grading and quality requirements shown in the following tables. At the option of the Contractor, the grading for either the 1 1/2-inch maximum or 3/4 inch maximum shall be used, except that once a grading is selected it shall not be changed without the Engineer's written approval. 06/05/08 CARLSBAD MASTER SPECIFICATIONS MAERKLE DISINFECTION FACILITIES ASPHALT CONCRETE PAVEMENT CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 02550-2 AGGREGATE GRADING REQUIREMENTS Percentage Passing 11/2" Maximum 3/4" Maximum Operating Operating Sieve Sizes Range Range 2" 100 — 11/2" 90-100 — 1" — 100 3/4" 50-85 90-100 No. 4 25-45 35-60 No. 30 10-25 10-30 No. 200 2-9 2-9 QUALITY REQUIREMENTS Operating Tests Range Resistance (R-value) 78 Min. Sand Equivalent 25 Min. Durability Index 35 Min. The aggregate shall not be treated with lime, cement or other chemical material before the Durability Index test is performed. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Operating Range" but meet the "Contract Compliance" requirements, placement of the aggregate base may be continued for the remainder of that day. However, another day's work may not be started until tests, or other information, indicate to the satisfaction of the Engineer that the next material to be used in the work will comply with the requirements specified for "Operating Range." If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Contract Compliance," the aggregate base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the Engineer, the aggregate base may remain in place and the Contractor shall pay to the City $2.25 per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. If both the aggregate grading and Sand Equivalent do not conform to the "Contract Compliance" requirements, only one adjustment shall apply. No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day's production, whichever is smaller. 2.3 ASPHALT CEMENT A. Asphalt cement for binder shall be PG 64-10 paving asphalt and shall conform to the requirements of SSPWC Section 203-1 PAVING ASPHALT, as modified herein. B. The following are modifications to Section 203-1: 203-1 PAVING ASPHALT DELETE Section 203-1.2 and ADD the following: 203-1.2 Testing Requirements. Asphalt shall be specified by performance grade and shall conform to the requirements in Table 203.1.2 (A). 06/05/08 CARLSBAD MASTER SPECIFICATIONS MAERKLE DISINFECTION FACILITIES ASPHALT CONCRETE PAVEMENT CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 02550-3 TABLE 203-1.2 (A) PraHo AASHTOGrade Test PG58-22 PG64-10 PG64-16 PG64-28 PG70-10 Original Binder Flash Point, °C, minimum Solubility, %, minimum Viscosity, 135°C, Pa-s, maximum8 Dynamic Shear Test Temperature, "C Dynamic Shear, 10 rad/s, G*/Sin6, kPa, minimum T48 T44 T316 T315 T315 230 99.0 3.0 58 1.00 230 99.0 3.0 64 1.00 230 99.0 3.0 64 1.00 230 99.0 3.0 64 1.00 230 99.0 3.0 70 1.00 RTFO Aged Binder Mass Loss, %, maximum Dynamic Shear Test Temperature, °C Dynamic Shear, 10 rad/s, G*/Sin6, kPa, minimum Ductility, 25°C, 5 cm/min, cm, minimum T240 T315 T315 T51 1.00 58 2.20 75 1.00 64 2.20 75 1.00 64 2.20 75 1.00 64 2.20 75 1.00 70 2.20 75 RTFO and PAV Aged Binder PAV Aging Temperature, °C Dynamic Shear Test Temperature, 'C Dynamic Shear, 10 rad/s, G*'Sin6, kPa, maximum Bending Beam Test Temperature, °C Creep Stiffness, MPa, maximum m-value, minimum R28 T315 T315 T313 T313 T313 100 22b 5000 -12 300 0.300 100 31b 5000 0 300 0.300 100 28b 5000 -6 300 0.300 100 22b 5000 -18 300 0.300 110 34b 5000 0 300 0.300 3 Notes: "This requirement may be waived at the discretion of the specifying agency if the supplier warrants that the asphalt binder can be adequately pumped and mixed at temperatures that meet all applicable safety standards blf the PAV aged binder exceeds 5000 kPa at the designated test temperature, it will be deemed acceptable if it is less than 5000 kPa when tested at a 3°C higher test temperature 203-1.3 Test Reports and Certifications. First paragraph, last sentence modify as follows: The certified test reports and the testing required in connection with the reports shall be submitted at no cost to the Agency in accordance with 2-5.3.4. Add the following: Asphalt shall be supplied by a California Department of Transportation approved vendors or as specified in the Special Provisions. 06/05/08 CARLSBAD MASTER SPECIFICATIONS MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A ASPHALT CONCRETE PAVEMENT 02550-4 203-1.4 Temperature. Delete Table 203-1.4 (A) and replace with the following: TABLE 203-1.4 (A) ASPHALT GRADE PG 70-10 PG 64-28 PG 64-16 PG 64-10 PG 58-22 PLANT MIXING TEMPERATURE °C ( °F) Minimum 150 (300) 135 (275) 135 (275) 135 (275) 135 (275) Maximum 175 (350) 160(325) 160 (325) 160(325) 160 (325) DISTRIBUTION APPLICATION TEMPERATURE °C ( °F) Minimum 140 (285) 140 (285) 140 (285) 140 (285) 140 (285) Maximum 175 (350) 175 (350) 175 (350) 175 (350) 175 (350) 203-1.6 Measurement and Payment. Delete Table 203-1.6 (A) and replace with the following: TABLE 203-1.6 (A) Grade of Material Liters Per Tonne at 15 C (Gallons Per Ton at 60°F) Grams per Liter At 15°C (Lbs. Per Gallon at 60°F) 2.4 A. PG 70-10 PG 64-28 PG64-16 PG 64-10 PG 58-22 PRIME COAT Asphalt to be used for a prime 981 (235) 981 (235) 981 (235) 981 (235) 981 (235) coat shall be liquid a 1020(8.51) 1020(8.51) 1020(8.51) 1020(8.51) 1020(8.51) isphalt SC-250 and shall conform the requirements of SSPWC Section 203-2 LIQUID ASPHALT. 2.5 TACK COAT A. Asphalt emulsion shall be CSS-1 or CSS-1h and shall conform to the requirements of SSPWC Section 203-3 EMULSIFIED ASPHALT. 2-6 ASPHALT CONCRETE A. Asphalt concrete for paving the designated area shall be Performance Grade PG-64-10 C2-PG 64-1ORAP hot-plant mix. The design mix report shall indicate results of all testing requirements identified in Section 203-1.2 and 203-6 of the SSPWC, as modified herein. B. The following are modifications to Section 203-6: 203-6 ASPHALT CONCRETE. 203-6.1 General. Second paragraph, first sentence modify as follows: delete "C2-AR-4000" and replace with "C2-PG 64-10". Second paragraph, second sentence delete "C2-AR4000- RAP" and replace with "C2-PG 64-10 RAP". Add the following: The Contractor shall submit a design mix report and verification data for review by the Engineer for each source of supply and type of mixture specified. The design mix report shall indicate the results of all testing requirements identified in Sections 203-1.2 and 203-6.3 of the standard specifications for public works construction and these special provisions. 06/05/08 CARLSBAD MASTER SPECIFICATIONS MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A ASPHALT CONCRETE PAVEMENT 02550-5 DELETE Sections 203-6.2 and 203-6.3.2 and ADD the following: 203-6.2 Materials. Add the following: Asphalt concrete shall be class C2-PG 64-10 for surface course, and B-PG 64-10 for base course. Asphalt concrete shall be class D2-PG 70-10 for dikes and class E-PG 70-10 for ditches. 203-6.3.2 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be determined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant inspection that confirms the production of a particular mix design and verifies using samples of aggregate taken before the addition of asphalt and mineral filler (Bin). All samples shall be taken in accordance with Calif. Test 125. When Wet Mix or Core samples of asphalt concrete are to be used for evaluation, sufficient size samples shall be taken to ensure representative and adequate quantity of material for: 1. Asphalt Content and Gradation of Extraction using Calif. Test 382 or ASTM 2172, and Calif. Test 202. 2. Stability1 using: a. Stabilometer Value2 using Calif. Test 366 and shall be the average of three individual Stabilometer Values And/or b. Marshall Stability in accordance with the Asphalt Institute's MS-2 fabricated and tested for traffic volume and shall be the average of three specimens. Stability will be waived provided the extracted asphalt concrete is within +/-.5 of mix design and the extracted gradation complies with Table 203-6.3.2 (A). 2Use Marshall Stability when the deviation between individual Stabilometer Values are greater than +1-4. When using core sample analysis, the samples must be properly prepared to safeguard against influx of outside contaminates and so that the cut surfaces do not influence the test results. The amount of asphalt binder used in asphalt concrete placed in dikes, gutters, gutter flares, overside drains and aprons at the ends of drainage structures shall be increased one percent by mass of the aggregate over the amount of asphalt binder determined for use in asphalt concrete placed on the traveled way. 203-6.3.4 Acceptance. Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the asphalt content is within +/-.5 of the design mix and the gradation conforms to the grading as shown in Table 203-6.3.2 (A). Deviations in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Stabilometer Value per Table 203-6.3.2 (A) Marshall Stability using Asphalt Institute MS-2. Plant inspected asphalt concrete will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the grading as shown in Table 203-6.3.2 (A). 06/05/08 CARLSBAD MASTER SPECIFICATIONS MAERKLE DISINFECTION FACILITIES ASPHALT CONCRETE PAVEMENT CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 02550-6 203-6.7.1 General. Second paragraph, add after D 2172: "method A or B." 203-6.7.2, Batch Plant Method. Modify as follows: Third paragraph, last sentence, delete "and from the Engineer's field laboratory". 203-6.8 Asphalt Concrete Storage. Add the following: Open graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 18 hours, shall not be used in the work. 203-6.7.1 General. Second paragraph, add after D 2172: "method A or B." 203-6.7.2, Batch Plant Method. Modify as follows: Third paragraph, last sentence, delete "and from the Engineer's field laboratory". 203-6.8 Asphalt Concrete Storage. Add the following: Open graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 18 hours, shall not be used in the work. 2.7 Recycled Asphalt Concrete Hot Mix. A. Recycled asphalt concrete hot mix shall conform to the requirements of SSPWC Section 203-7, as modified herein. B. The following are modifications to Section 203-7: 203-7.1 General. Second paragraph, delete C2-AR-4000-RAC and replace with C2-PG64-10-RAC. 203-7.2.2 Reclaimed Asphalt Pavement. Second paragraph, delete "asphalt viscosity" and replace with "performance grade." 203-7.2.3 RAC Bituminous Material. Delete last paragraph and replace with the following: The test results for RAC binder shall meet the RTFO and PAV test requirements in 203-1.2 (A) for the PG grade specified. 2-8 Latex Modified Asphalt Concrete. A. Latex modified asphalt concrete shall conform to the requirements of SSPWC Section 203-10, as modified herein. B. The following are modifications to Section 203-10: 203-10.2.1 Asphalt. Delete "Viscosity Grade AR-4000" and replace with "Performance Grade PG 64-10." 203-10.2.4 Composition and Grading. Delete "III-C3-AR4000" and replace with "III-C3-PG 64-10." 06/05/08 CARLSBAD MASTER SPECIFICATIONS MAERKLE DISINFECTION FACILITIES ASPHALT CONCRETE PAVEMENT CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 02550-7 2-9 Asphalt Rubber Hot Mix (ARHM) Wet Process. A. Asphalt rubber hot mix (ARHM) wet process shall conform to SSPWC Section 203-11, as modified herein. B. The following are modifications to Section 203-1 1 : 203-11 ASPHALT RUBBER HOT MIX (ARHM) WET PROCESS DELETE Section 203-1 1.2.1 and ADD the following: 203-1 1 .2.1 Paving Asphalt. The asphalt used for asphalt-rubber shall be PG 64-16 conforming to 203-1 and shall be modified with an asphalt modifier. Performance Grade asphalts other than PG 64-16 may be used upon approval of the Engineer. 203-11.3 Composition and Grading. Add the following: Asphalt Rubber Hot Mix shall be class ARHM-GG-CPG64-16. 2-10 Asphalt Pavement Crack Sealants. A. Elastomeric Sealant. Elastomeric sealant shall be a polyurethane material of a composition that will, within its stated shelf life, cure only in the presence of moisture. No elastomeric sealant shall be incorporated into any portion of the work that is beyond the shelf life recommended by its manufacturer. No elastomeric sealant shall be incorporated into any portion of the work that has been stored under conditions not recommended by its manufacturer. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. The cured sealant shall have the performance characteristics in Table 2-1 0(A): TABLE 2-1 0( A) ELASTOMERIC SEALANT CHARACTERISTICS Property Hardness (indentation) Tensile Strength Elongation Flex at -40°C Weathering Resistance Salt-Spray Resistance Dielectric Constant Measuring Standard (ASTM Designation) ASTM D 2240 Rex. Type A, Model 1700 ASTM D 41 2 Die C, ASTM D 41 2 Die C, 0.6 mm (25 mil) Free Film Bend (180°) ASTM D 822 Weatherometer 350 h ASTM B 117 28 days at 38°C ASTM D 150 Results 65-85 3.45 MPa, minimum 400%, minimum No cracks Slight chalking 3.45 MPa, minimum tensile; 400% minimum Elongation Less than 25% change Conditions 25°C @ 50% relative humidity pulled at 508 mm (20") per minute pulled at 508 mm (20") per minute over 1 3 mm ( V2") Mandrel Cured 7 days at 25°C @ 50% relative humidity 5% NaCI, Die C, pulled at 508 mm (20") per minute over a temperature range of -30=^C to 50"*C 06/05/08 CARLSBAD MASTER SPECIFICATIONS MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A ASPHALT CONCRETE PAVEMENT 02550-8 B. Asphaltic Emulsion Sealant. Asphaltic emulsion sealant shall conform to the State of California Specification 8040-41 A-15 and shall be used only for filling slots in asphalt concrete pavement. This material shall not be used in slots which exceed 16 mm (5/8") in width or where the slope causes the material to run from the slot. The material shall not be thinned in excess of the manufacturer's recommendations and shall not be placed when the air temperature is less than 7°C (45°F). C. Hot-Melt Rubberized Asphalt Sealant. Hot-melt rubberized asphalt shall be in solid form at room temperature and fluid at an application temperature of 190°C (375°F) to 205°C (400°F). Fumes from the material shall be non-toxic. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. Performance characteristics of the cured hot-melt rubberized asphalt shall be as per Table 2-10(C): TABLE 2-10(C) CURED HOT-MELT RUBBERIZED ASPHALT Property Cone Penetration Flow, 60°C Resilience Softening Point, Ductility, Flash Point, COC, °C Viscosity, Brookfield Thermosel, Measuring Standard (ASTM Designation) ASTM D 3407, Sec. 5 ASTM D 3407, Sec. 6 ,ASTM D 3407, Sec. 8 ASTM D 36 ASTM D 113 ASTM D 92 ASTM D 4402 Results 3.5 mm, max. 5 mm, max. 25%, min. 82 °C, min. 300 mm, min. 288 °C, min. 2.5-3.5 Pa-s Conditions 25°C,150g, 5s 25°C 25°C, 50 mm/min No. 27 Spindle, 20 rpm, 190°C, PART 3 - EXECUTION 3.1 EXCAVATION AND BACKFILL A. Excavation and backfill are specified in Section 02300 "Earthwork". 3.2 PREPARATION OF SUBGRADE A. Shape subgrade to the grades shown on the Drawings and roll with a three-wheeled power roller weighing approximately 10 tons. Compression under the rear wheels shall be at least 325 pounds per inch of wheel width. Other rollers may be used subject to prior acceptance by the ENGINEER. As the rolling of the subgrade proceeds, dig out all soft or spongy areas and fill the resulting holes with suitable material satisfactory to the INSPECTOR. Dispose of excess materials resulting from the grading. Do not use rollers adjacent to structures where such use may cause damage. Where the base course abuts structures and compaction with a roller is not practicable, compact the area with pneumatic tampers or other approved equipment. B. Use of the prepared subgrade for hauling will not be permitted. The CONTRACTOR shall protect the prepared subgrade from all traffic. C. The subgrade shall be maintained in the finished condition until the first succeeding course is placed. 06/05/08 CARLSBAD MASTER SPECIFICATIONS MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A ASPHALT CONCRETE PAVEMENT 02550-9 3.3 BASE COURSE A. Place crushed aggregate base in a uniform layer over the entire area to receive base course, without segregation of size, to such loose depth that when compacted with the power roller, the course shall have the required thickness shown on the Drawings. Compact over the full-width until a density of 95 percent as determined by AASHTO T 180 is obtained. Blade the base with a grader and roll, while damp, with the power roller specified above until the course is thoroughly and uniformly compacted and its surface is smooth and conforms to the grade requirements specified. Maintain the surface in its finished condition until the succeeding layer is placed. 3.4 PRIME COAT A. A prime coat shall be applied in conformance with SSPWC Section 302-5.3. 3.5 CONSTRUCTION OF ASPHALT CONCRETE PAVEMENT A. Lay asphalt concrete over the aggregate base in accordance with the SSPWC Section 302-5.5, as modified herein. The method of proportioning, mixing, transporting, laying, processing, rolling the material, and the standards of workmanship shall conform to the applicable requirements of SSPWC Section 302-5 ASPHALT CONCRETE PAVEMENT, as modified herein. At no time shall the course aggregate that has segregated from the mix be scattered across the paved mat. B. A tack coat of emulsified asphalt shall be applied to the first lift of the pavement prior to placing the second lift. Application shall be in conformance with SSPWC Section 302-5.4, as modified herein. C. The INSPECTOR will examine the base before the paving has begun. The CONTRACTOR will correct any deficiencies before the paving is started. Roll each lift of the asphalt concrete and compact to 95 percent of the density obtained with the California Kneading Contractor per California Test 304. The grade, line, and cross section of the finished surface shall conform to the Drawings. D. The following are modifications to Section 302-5: 302-5 ASPHALT CONCRETE PAVEMENT. 302-5.1 General, add the following: The Contractor shall treat all vegetation within the limits of the paved area to receive asphalt concrete paving with a post emergent herbicide. Herbicide shall be applied at least 2 (two) working days prior to paving the area. Allowance for the two day period shall be shown in the schedule required per Section 6-1. 302-5.2.2 Equipment, add the following: The machine shall be capable of grinding Asphalt Concrete so that the finished surface shall not vary from true plane enough to permit a .01 foot thick shim .25 feet wide to pass under a 12 foot long straight edge when the straight edge is laid on the finished surface parallel to the centerline. The transverse slope of the finished surface shall be uniform to a degree such that a .02 foot shim .25 feet wide will not pass under 12 foot long straight edge when the straight edge is laid on the finished surface in a direction transverse to the centerline and extending from edge to edge of a traffic lane. 06/05/08 CARLSBAD MASTER SPECIFICATIONS MAERKLE DISINFECTION FACILITIES ASPHALT CONCRETE PAVEMENT CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 02550-10 302-5.2.5 Pavement Transitions, add the following: The Contractor shall ramp the approaches and termini to all structures and vertical joints in the cold-milled area which are transverse to through traffic with temporary asphalt concrete pavement as specified in Section 306-1.5.1. Ramps shall be constructed the same day as cold milling and removed the same day as permanent paving. Ramp dimensions and compaction shall be as approved by the Engineer. 302-5.4 Tack Coat, add the following: The Contractor shall place a tack coat between the successive interfaces of existing pavement and new pavement when, in the opinion of the engineer, the Contractor has failed to maintain or prepare each existing or previously laid course of asphalt receiving the subsequent course of asphalt in a sufficiently clean state and the asphalt receiving the new pavement course is dirty enough to impair bonding between the next lift of asphalt. 302-5.5 Distribution and Spreading, modify as follows: After second sentence of sixth paragraph, add: The Contractor shall provide the spreading and finishing machine used to construct the asphalt concrete surface course with an automatic screed control for surface course paving. The automatic screed control shall be 9 m (30') minimum length. The paving machine shall be operated by an operator and two full-time screed men during all paving. Delete the second sentence of paragraph 7 and the subsequent Subsections A. thru E. which reference windrow operations. Add the following sentence in place of the deleted sentence and subsequent subsections: The use of windrow operations shall not be allowed. 302-5.6.1 General, modify as follows: Second paragraph, Part (2), add: Pinched joint rolling procedures shall be required, and vibratory rollers shall be limited to breakdown, unless otherwise directed by the Engineer. modify as follows: After last paragraph, add: Unless directed otherwise by the Engineer, the initial breakdown rolling shall be followed by a pneumatic-tired roller as described in this section. 302-5.8 Manholes (and other structures), delete the first paragraph and replace with the following: When placing the ARHM overlay the Contractor shall pave over appurtenances in the roadway which includes sanitary and storm access covers, water valve boxes, air vents, sewer dead end boxes and survey monument boxes. Each appurtenance shall be treated or covered to prevent adhesion of the overlay. Each appurtenance shall be located immediately after the overlay is placed and shall be thoroughly cleaned of any and all construction debris which may have entered due to the Contractor's operation. The contractor shall adjust all CMWD water valve boxes per CMWD Standard Drawing No. W11 or CMWD Standard Drawing No. W13. All City of Carlsbad sanitary sewer access covers shall be adjusted per CMWD Drawing No. S1. All storm sewer access covers shall be adjusted per SDRSD D-10. Riser rings or extensions shall not be used for the adjustment of these appurtenances. Raising and adjusting to grade all appurtenances in the roadway shall be paid for at the contract unit price per each as shown in the Bid. Such price shall constitute full compensation for all labor, materials, and equipment necessary for completing the work as described in these specifications and plans. 302-5.9 Measurement and Payment, add the following: Payment for asphalt concrete shall be at the unit price bid per ton. No additional payment shall be made for any tack coat. 06/05/08 CARLSBAD MASTER SPECIFICATIONS MAERKLE DISINFECTION FACILITIES ASPHALT CONCRETE PAVEMENT CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 02550-11 3.6 OILED ROADWAYS AND SHOULDERS A. Oiled roadways and shoulders shall conform to the requirements of SSPWC 302-1, as modified herein. o B. The following are modifications to SSPWC 302-1: 302-1.1 General, add the following: The Contractor shall treat roadway or shoulder to be oiled with a post emergent herbicide applied to all vegetation within the limits of the area to be oiled. Herbicide shall be applied at least 2 (two) working days prior to oiling the roadway or shoulder. Allowance for the two day period shall be shown in the schedule required per Section 6-1. 302-1.2. Measurement and Payment, add the following: Payment for oiled roadways and shoulders shall include post emergent herbicide treatment of the areas to be oiled. 3.7 CHIP SEAL A. Chip seal shall conform to the requirements of SSPWC Section 302-2, as modified herein. B. The following are modifications to Section 302-2: 302-2.1 General, add the following: The Contractor shall treat all vegetation within the limits of the paved area to be chip sealed with a post emergent herbicide. Herbicide shall be applied at least 2 (two) working days prior to chip sealing the street. Allowance for the two day period shall be shown in the schedule required per Section 6-1. 302-2.8. Measurement and Payment, add the following: Payment for chip seal shall include post emergent herbicide treatment of the areas to be chip sealed. 3.8 ASPHALT-RUBBER CHIP SEAL OR INTERLAYER A. Asphalt-rubber chip seal or interlayer shall conform to the requirements of SSPWC Section 302-3, as modified herein. B. The following are modifications to Section 302-3: Add the following section: 302-3.1 General. The Contractor shall treat all vegetation within the limits of the paved area to receive asphalt-rubber chip seal treatment with a post emergent herbicide. Herbicide shall be applied at least 2 (two) working days prior to sealing of street. Allowance for the two day period shall be shown in the schedule required per Section 6-1. Payment for asphalt-rubber chip seal treatment shall include post emergent herbicide treatment of the areas to receive asphalt-rubber chip seal treatment. O 06/05/08 CARLSBAD MASTER SPECIFICATIONS MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A ASPHALT CONCRETE PAVEMENT 02550-12 o 3.9 EMULSION-AGGREGATE SLURRY A. Emulsion-aggregate slurry shall conform to the requirements of SSPWC Section 302-4, as modified herein. B. The following are modifications to Section 302-4: Add the following section: 302-4.3.4 Surface Preparation. As part of surface preparation prior to application of emulsion-slurry seal the Contractor shall: 1. treat the area to receive emulsion-slurry seal with a post emergent herbicide. Herbicide shall be applied at least 2 (two) working days prior to sealing of street. Allowance for the two day period shall be shown in the schedule required per Section 6-1. 2. remediate cracks, potholes, and large areas of alligator cracking. Remediation shall be accomplished by: a) Removal of existing asphalt pavement, base material and soil and replacement with full depth asphalt concrete in locations designated by the Engineer b) Crack cleaning and sealing of all cracks designated by the Engineer. 302-4.4 Public Convenience and Traffic Control. Add the following: The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to, mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling Coast Waste Management at (760) 929-9400. At least two weeks prior to work, Contractor shall send, by first class mail, notification letters to all property addresses on which sealing shall occur. Obtaining the appropriate addresses shall be the contractor's responsibility. Letters shall be as shown in bold type as follows, with the appropriate information specific to the work inserted at the locations indicated in the brackets and italicized. (Name of Contractor) (Address of Contractor) (Contractor's License Number) (Date) As a part of the City of Carlsbad's ongoing program to maintain its streets, your street will be sealed with a mixture of asphalt and sand, beginning in two or three weeks. This process requires that your street be closed for one day starting at 7:00 a.m. and continuing until the Contractor removes the traffic control devices. You will be notified 72 hours in advance of the day your street will be closed by a brightly colored 3 Va" x 8 1/2f> card attached to your doorknob. You will also notice temporary no parking signs on your street with a specific no parking date written on it. 06/05/08 CARLSBAD MASTER SPECIFICATIONS MAERKLE DISINFECTION FACILITIES ASPHALT CONCRETE PAVEMENT CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 02550-13 A successful street maintenance program depends on your cooperation. Please do not drive, walk, play, skate or allow pets on the sealed street until it has dried. Furthermore, please do not wash your car or turn on any sprinklers while you are waiting for the seal to dry. If you don't plan to leave your home before 7:00 a.m. on the day your street will be sealed, and you need to use your vehicle later in the day, please park your car on an adjacent street in your neighborhood that is not signed as a no parking zone. When walking to and from your car, remember not to walk on the newly sealed street or you will have black residue on the bottom of your shoes. The residue will damage some surfaces, will mark all surfaces that you track it on and will be very difficult to remove. (Name of Contractor) is the Contractor that will be performing the resurfacing work for the City and you may call them at (24 hour per day attended telephone number in the 760 area code) for any questions you may have about the project. Sealing of your street will not occur on the day your trash is collected. On the day your street is sealed mail delivery may be delayed until the next day. You will not know the exact date your street will be closed until you receive the 3 Va" x 8 Va" card. If you have a moving company scheduled to come to your house within the next two weeks, please call and inform the Contractor of the date. If you have any concerns which are not addressed by the Contractor, please call the City's Engineering Inspection Department at 438-1161, extension 4323. They will assist you in resolving the concerns. The City of Carlsbad has some of the finest streets in the county due to the concern and cooperation of citizens like you. Your cooperation is greatly appreciated." During sealing operations, the Contractors schedule for slurry seal application shall be designed to provide residents and business owners whose streets are to be sealed sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. 06/05/08 CARLSBAD MASTER SPECIFICATIONS MAERKLE DISINFECTION FACILITIES ASPHALT CONCRETE PAVEMENT CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 02550-14 The Contractor shall deliver the notification which shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24 hour number answered by a representative of the Contractor who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 Ib. card stock. The printing on the notice shall be no smaller than 12 point. The precut notices shall be as shown on the example provided in Appendix "A", with the day of the week circled and appropriate information specific to the work inserted at the locations indicated in the italicized font. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional compensation for printing and distributing these notices. 3-10 ASPHALT PAVEMENT REPAIRS AND REMEDIATION A. General. Asphalt pavement Repairs and Remediation shall consist of the repair and restoration of existing asphalt pavement. Repair of asphalt pavement shall consist of the saw cutting, removal and disposal of existing asphalt pavement in conformance with Section 300-1.3, compaction of existing subgrade in conformance with Section 301-1, grading and compaction of base material in conformance with Section 301-2, application of grade SS-1h emulsified asphalt and the placement of asphalt concrete base and wearing courses as specified herein. B. Full Depth Asphalt Concrete Patch. Full depth asphalt concrete patch shall consist of removing asphalt concrete and/or aggregate base/subgrade to 300 mm (V) below existing asphalt surface and placing replacing the material so removed with asphalt concrete. The area shown on the plans or set forth in the bid item are for estimating purposes only, final quantity will be as measured in the field. The Engineer will designate and mark the final limits of the asphalt patch area by outlining the area to be patched. The Contractor shall cut such areas to straight lines in square or rectangular areas as marked. The area so cut shall have two of the sides at right angles to the direction of traffic. The excavated faces of the base/subgrade shall be straight and vertical. The Contractor shall compact the upper 300mm (1') of subgrade to 95% relative compaction. A tack coat of SS-1h emulsified asphalt shall be applied uniformly to all asphalt to asphalt contact surfaces at a rate of 0.25 L/m2 to 0.45 L/m2 (0.05 to O.IOgallons per square yard) in accordance with Subsection 302-5.4, SSPWC. The Contractor shall fill and compact areas designated to be removed with 300 mm (1.01) full depth asphalt concrete. Asphalt concrete for full depth asphalt concrete patch shall be B-PG 64-10. The asphalt concrete so constructed shall have a finish surface and density conforming to Subsection 302-5.6.2 SSPWC. 06/05/08 CARLSBAD MASTER SPECIFICATIONS MAERKLE DISINFECTION FACILITIES ASPHALT CONCRETE PAVEMENT CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 02550-15 C. Crack Sealing. The Contractor shall wash, blow out and thoroughly dry all cracks ^a± designated to be sealed before installing elastomeric sealant material. The Contractor \^ shall dispose debris from crack cleaning outside the public way in accordance with Section 7-8.1, "Cleanup and Dust Control." The hot-melt rubberized asphalt shall be melted in a jacketed, double boiler type melting unit. Temperature of the heat transfer medium shall not exceed 245°C (475°F). Application of the hot-melt sealant shall be made with a pressure feed applicator or pour pot. Sealant shall be applied when the pavement surface temperature is greater than 4°C (40°F). Containers of hot-melt sealant shall be delivered to the job-site in unopened containers that are clearly marked with data showing the manufacturer's name, the product designation and the manufacturer's batch number and lot numbers. The level of the sealant shall be flush with the surface of the existing pavement. All excess sealant shall be removed from the crack with a minimum overlap onto adjacent pavement. D. Measurement and Payment. Quantities of full depth asphalt concrete patch and crack sealing set forth in the bid item are for estimating purposes only, final quantity will be as designated and measured in the field. The Engineer will designate and mark the limits of the Full depth asphalt concrete patch and crack sealant application areas. Payment for emulsion-aggregate slurry treatments shall include post emergent herbicide treatment of the areas to receive for emulsion-aggregate slurry treatment. Full compensation for conforming to the requirements of constructing full depth asphalt concrete patch shall include but not be limited to: furnishing all labor, tools, equipment, and materials necessary for doing the work including, saw cutting and removing and disposing 300 mm (V) thick section of existing asphalt concrete, aggregate base/subbase and basement soil as designated by the engineer, placement of asphalt ^_ concrete, compaction of subbase and asphalt concrete, placement of SS-1h asphalt ^1 emulsion and all other work incidental to full depth asphalt concrete patch shall be —" considered as included in the contract unit price bid for full depth asphalt concrete patch and no additional compensation will be allowed therefore. Full compensation for conforming to the requirements of crack sealing shall include but not be limited to, furnishing all labor, materials, tools, equipment, and incidentals necessary to do the work. Crack cleaning, roadway clean up, application of sealant, removal of excess sealant and all other work incidental to crack sealing shall be considered as included in the contract unit price bid and no additional compensation will be allowed therefore. 3.11 CLEANUP A. Clean all debris and unused materials from the paving operation. Clean all surfaces that have been spattered or defaced as a result of the paving operation. Asphalt or asphalt stains which are noticeable upon surfaces of concrete or materials which will be exposed to view shall be promptly and completely removed. Cleaning shall be done in a manner that will not result in any discharge of contaminated materials into any catch basin. 06/05/08 CARLSBAD MASTER SPECIFICATIONS MAERKLE DISINFECTION FACILITIES ASPHALT CONCRETE PAVEMENT CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 02550-16 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. 04/23/08 MAERKLE DISINFECTION FACILITIES CONCRETE FORMWORK CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 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. 04/23/08 MAERKLE DISINFECTION FACILITIES CONCRETE FORMWORK CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 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. 04/23/08 MAERKLE DISINFECTION FACILITIES CONCRETE FORMWORK CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 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- 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. 04/23/08 MAERKLE DISINFECTION FACILITIES CONCRETE FORMWORK CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 03100-4 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 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. 04/23/08 MAERKLE DISINFECTION FACILITIES CONCRETE FORMWORK CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 03100-5 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. 04/23/08 MAERKLE DISINFECTION FACILITIES CONCRETE FORMWORK CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 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. 04/23/08 MAERKLE DISINFECTION FACILITIES CONCRETE REINFORCEMENT CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 03200-1 C. Where mechanical couplers are required or permitted to be used to splice /•% reinforcement steel, Contractor shall submit manufacturer's literature which N^,^ 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. 0 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. '^J 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. 04/23/08 MAERKLE DISINFECTION FACILITIES CONCRETE REINFORCEMENT CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 03200-2 2. Welded wire fabric reinforcement shall conform to the requirements of ASTM A 185 and the details shown; provided, that welded wire fabric with longitudinal wire of W9.5 size wire shall be either furnished in flat sheets or in rolls with a core diameter of not less than 10 inches; and provided further, that welded wire fabric with longitudinal wires larger than W9.5 size shall be furnished in flat sheets only. 3. Spiral reinforcement shall be cold-drawn steel wire conforming to the requirements of ASTM A 82. 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. 04/23/08 MAERKLE DISINFECTION FACILITIES CONCRETE REINFORCEMENT CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 03200-3 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. 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 04/23/08 MAERKLE DISINFECTION FACILITIES CONCRETE REINFORCEMENT CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 03200-4 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) 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 plaped 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. 04/23/08 MAERKLE DISINFECTION FACILITIES CONCRETE REINFORCEMENT CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 03200-5 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. 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. 04/23/08 MAERKLE DISINFECTION FACILITIES CONCRETE REINFORCEMENT CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 03200-6 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. 04/23/08 MAERKLE DISINFECTION FACILITIES CONCRETE REINFORCEMENT CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 03200-7 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. 06/05/08 MAERKLE DISINFECTION FACILITIES CONCRETE CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 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. 06/05/08 MAERKLE DISINFECTION FACILITIES CONCRETE CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 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. G. The following construction tolerances are hereby established and apply to finished walls and slab unless otherwise shown: 06/05/08 MAERKLE DISINFECTION FACILITIES CONCRETE CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 03300-3 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 of cement to be used shall be submitted to the Engineer if requested regarding compliance with these specifications. 2. Water shall be potable, clean, and free from objectionable quantities of silty organic matter, alkali, salts and other impurities. The water shall be considered potable, for the purposes of this section only, if it meets the requirements of the local governmental agencies. Agricultural water with high total dissolved solids (over 1000 mg/l TDS) shall not be used. 06/05/08 MAERKLE DISINFECTION FACILITIES CONCRETE CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 03300-4 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 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. 06/05/08 MAERKLE DISINFECTION FACILITIES CONCRETE CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 03300-5 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. 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. o 06/05/08 MAERKLE DISINFECTION FACILITIES CONCRETE CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 03300-6 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 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. 06/05/08 MAERKLE DISINFECTION FACILITIES CONCRETE CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 03300-7 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. 06/05/08 MAERKLE DISINFECTION FACILITIES CONCRETE CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 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 Min. Max. Compressive Max. Size Cement W/C Strength Aggregate 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"): 3,250 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. 06/05/08 MAERKLE DISINFECTION FACILITIES CONCRETE CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 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. 06/05/08 MAERKLE DISINFECTION FACILITIES CONCRETE CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 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 1.03B, herein. G. Non-agitating equipment for transporting ready-mixed concrete shall not be used. Combination truck and trailer equipment for transporting ready-mixed concrete shall not be used. The quality and quantity of materials used in ready- mixed concrete and in batch aggregates may be subject to continuous inspection at the batching plant by the Engineer. H. Transit mix trucks delivering concrete to the site shall have full water tanks upon arrival at the site. Any addition of water must be approved by Engineer. Added water must be incorporated by additional mixing of at least 35 revolutions. PART 3 - EXECUTION 3.01 Proportioning and Mixing A. 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. 06/05/08 MAERKLE DISINFECTION FACILITIES CONCRETE CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 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. 06/05/08 MAERKLE DISINFECTION FACILITIES CONCRETE CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 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. 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. 06/05/08 MAERKLE DISINFECTION FACILITIES CONCRETE CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 03300-13 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 jm^ aggregate from the mortar on account of repeatedly hitting rods or the sides of '^jf 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. 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. 06/05/08 MAERKLE DISINFECTION FACILITIES CONCRETE CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 03300-14 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. 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. 06/05/08 MAERKLE DISINFECTION FACILITIES CONCRETE CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 03300-15 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 2.01D.2 and 2.07B for water and 2.08A for slump. J. Cement and admixtures shall conform to Paragraph 2.01 D, herein. 3.05 Order of Placing Concrete The order of placing concrete in all parts of the work shall be acceptable to the Engineer. In order to minimize the effects of shrinkage, the concrete shall be placed in units as bounded by construction joints shown. The placing of units shall be done by placing alternate units in a manner such that each unit placed shall have cured at least 7 days before the contiguous unit or units are placed. 3.06 Tamping and Vibrating A. As concrete is placed in the forms or in excavations, Contractor shall insure it is thoroughly settled and compacted, throughout the entire depth of the layer which is being consolidated, into a dense, homogeneous mass, filling all corners and angles, thoroughly embedding the reinforcement, eliminating rock pockets, and bringing only a slight excess of water to the exposed surface of concrete during placement. Vibrators shall be high speed power vibrators (8000 to 10,000 rpm) of an immersion type in sufficient number and with (at least one) standby units as required. B. Contractor shall take care in placing concrete around waterstops. Contractor shall carefully work concrete by rodding and vibrating to make sure that all air and rock pockets have been eliminated. Where flat-strip type waterstops are placed horizontally, the concrete shall be worked under the waterstops by hand, making sure that all air and rock pockets have been eliminated. Concrete surrounding the waterstops shall be given additional vibration, over and above that used for adjacent concrete placement to assure complete embedment of the waterstops in the concrete. C. Concrete in walls shall be internally vibrated and at the same time rammed, stirred, or worked with suitable appliances, tamping bars, shovels, or forked tools until it completely fills the forms or excavations and closes snugly against all surfaces. Subsequent layers of concrete shall not be placed until the layers previously placed have been worked thoroughly as specified. Vibrators shall be 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. 06/05/08 MAERKLE DISINFECTION FACILITIES CONCRETE CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 03300-16 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 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. 06/05/08 MAERKLE DISINFECTION FACILITIES CONCRETE CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 03300-17 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 less Class "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. 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. 06/05/08 MAERKLE DISINFECTION FACILITIES CONCRETE CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 03300-18 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 Dampproofing 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 Wall sections with forms removed 4 Construction joints between footings and walls, and 2 between floor slab and columns 06/05/08 MAERKLE DISINFECTION FACILITIES CONCRETE CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 03300-19 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 for the duration of the curing period, until the concrete in the walls has been placed. No curing compound shall be applied to surfaces cured under Method 2. 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. 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. 06/05/08 MAERKLE DISINFECTION FACILITIES CONCRETE CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 03300-20 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. 06/05/08 MAERKLE DISINFECTION FACILITIES CONCRETE CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 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. 3.1 1 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. 06/05/08 MAERKLE DISINFECTION FACILITIES CONCRETE CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 03300-22 C. Discontinuance of protection against freezing temperatures shall be such that the drop in temperature of any portion of the concrete will be gradual and will not exceed 40 degrees F in 24 hours. In the spring, when the mean daily temperature rises above 40 degrees F for more than 3 successive days, the specified 72 hour protection at a temperature not lower than 50 degrees F may be discontinued for as long as the mean daily temperature remains above 40 degrees F; provided, that the concrete shall be protected against freezing temperatures for not less than 48 hours after placement. D. Where artificial heat is employed, Contractor shall take special care to prevent the concrete from drying. Use of unvented heaters will be permitted only when unformed surfaces of concrete adjacent to the heaters are protected for the first 24 hours from an excessive carbon dioxide 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. 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. 06/05/08 MAERKLE DISINFECTION FACILITIES CONCRETE CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 03300-23 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. 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. 06/05/08 MAERKLE DISINFECTION FACILITIES CONCRETE CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 03300-24 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. 05/09/08 MAERKLE DISINFECTION FACILITIES MECHANICAL AND EQUIPMENT CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 11005-1 E. Manufacturer's Certified Reports. Each equipment manufacturer, or his ,,*•% authorized representative, shall submit a written report stating that equipment is _J ready for start-up and interim operation, and a subsequent written report >"-l^ 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 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. 05/09/08 MAERKLE DISINFECTION FACILITIES MECHANICAL AND EQUIPMENT CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 11005-2 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. 2. Assist the Contractor in the installation of the equipment. 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.AII 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. 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. 05/09/08 MAERKLE DISINFECTION FACILITIES MECHANICAL AND EQUIPMENT CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 11005-3 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 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. 05/09/08 MAERKLE DISINFECTION FACILITIES MECHANICAL AND EQUIPMENT CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 11005-4 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 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 05/09/08 MAERKLE DISINFECTION FACILITIES MECHANICAL AND EQUIPMENT CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 11005-5 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 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. 05/09/08 MAERKLE DISINFECTION FACILITIES MECHANICAL AND EQUIPMENT CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 11005-6 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. 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. 05/09/08 MAERKLE DISINFECTION FACILITIES MECHANICAL AND EQUIPMENT CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 11005-7 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 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. 05/09/08 MAERKLE DISINFECTION FACILITIES MECHANICAL AND EQUIPMENT CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 1 1 005-8 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. 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 05/09/08 MAERKLE DISINFECTION FACILITIES MECHANICAL AND EQUIPMENT CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 11005-9 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 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. 05/09/08 MAERKLE DISINFECTION FACILITIES MECHANICAL AND EQUIPMENT CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 11005-10 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. 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. 05/09/08 MAERKLE DISINFECTION FACILITIES MECHANICAL AND EQUIPMENT CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 11005-11 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 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. 05/09/08 MAERKLE DISINFECTION FACILITIES MECHANICAL AND EQUIPMENT CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 11005-12 SECTION 11245 DRY MEDIA EMERGENCY CHLORINE GAS SCRUBBER SYSTEM TECHNICAL SPECIFICATIONS PART 1 - GENERAL 1.01 Scope Contractor shall furnish, install, test, and leave ready for operation two complete one-ton emergency chlorine gas scrubber systems which shall be fabricated and installed with all new materials. 1.02 System Description A. General Contractor shall furnish and install two complete "once-through" packaged emergency chlorine gas scrubber systems including dry media, media vessel, exhaust blower, exhaust stack, access ladder and platform, ductwork, and all other equipment and accessories as specified herein and shown on the Drawings. One unit shall be installed at the upper facility and one at the lower facility. The work shall include the installation of the systems and all related mechanical, structural, electrical, and instrumentation work necessary to provide complete functioning systems. B. Design Description Emergency chlorine gas scrubbers shall be single-pass systems which draw vapor (chlorine) from contaminated room(s), treats the vapor, and discharges to the atmosphere outside the building. Chlorine gas concentration in the discharge shall not exceed 5 ppm at any time. C. Draft The emergency chlorine gas scrubber shall provide sufficient draft to overcome the resistance of ductwork, fittings, dampers, losses in scrubber, and maintain a negative pressure in the room, to prevent atmosphere leakage of chlorine vapor. The resistance of fresh air inlet and scrubber inlet ductwork, fittings, and dampers shall be included in determining system scrubber draft requirements. Contractor shall provide the scrubber manufacturer with damper and ductwork information. D. System Operation The emergency chlorine gas scrubber system shall be designed for complete and automatic operation in response to a common signal from the Owner's remotely located chlorine gas detectors or in response to manual activation. Also, the scrubber system shall have an exhaust sensing feature that sends a signal to the Owner's PLC if the chlorine concentration in the exhaust exceeds the maximum allowable limit of 5ppm. 06/05/08 MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBER CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 11245-1 1.03 Project Specific Design and Performance Criteria A. Supply Requirements Two identical dry media emergency chlorine gas scrubber systems shall be supplied by a single scrubber manufacturer with a minimum of 5 years experience supplying dry media emergency chlorine gas scrubber equipment and a minimum of 30 similar installations. Details of experience and list of installations, including contact information, shall be submitted at the Owner's request. The dry media emergency chlorine gas scrubbers shall be STWP/EST Type DES3000-1F-STS-1 Ton as manufactured by Severn Trent, Model FOC1 with Chlorosorb Ultra Media as manufactured by Purafil, or approved equal. Dry media emergency chlorine gas scrubber system that requires supplemental heating will not be allowed. The following lists identify the required scope of supply for the scrubber manufacturer: 1. The scrubber manufacturer shall supply complete emergency chlorine gas scrubber systems. Each system shall include the following items, as a minimum scope of supply: • Dry Media • Media Vessel with Access Platform • Outlet Ductwork including Flex Connection • Exhaust Blower with Housing • Exhaust Stack • Local Control Panel • Differential Pressure Gauge • Chlorine Gas Exhaust Sensor • Access Ladder • Access Platform Handrail 2. Scrubber system appurtenances not required to be included in the scrubber manufacturer's scope of supply, include the following items: • FRP Inlet Ductwork • Conduit and Conductors • Anchor Bolts These items and all other appurtenances shall be supplied by the Contractor. 06/05/08 MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A CHLORINE GAS SCRUBBER 11245-2 B. Design Leak Event Each emergency chlorine gas scrubber system shall be of sufficient size and design to treat a release of the entire contents of one one-ton chlorine cylinder. The system shall be designed for the following conditions: Chlorine Room Storage Capacity 12,000 Ibs Required Scrubber Capacity 2,350 Ibs Leak Rate - First One Minute Period 400 Ibs/min Leak Rate - Remainder of Cylinder 80 Ibs/min Min/Max Media Temperature -40/200°F Building Volume 10,700ft3* Minimum Ventilation Rate 3,000 ACFM Pressure Drop Before Scrubber: @ 3,000 CFM 0.8" W.C.** @ 5,000 CFM 1.2" W.C.** Maximum Outlet Chlorine ,. Concentration °ppm * Lower Chlorine Storage Room - 10,250 ft3; Upper Chlorine Storage Room 10,700 ft3. ** Estimated pressure drop through the gravity dampers and inlet duct to the media vessel inlet port at ventilation rate. Scrubber supplier shall calculate pressure drop for actual airflow and ductwork provided. C. Conditions of Services Scrubber system shall be located out-of-doors and shall be capable of operation under any combination of the following conditions without mechanical/electrical damage or supplemental heating: Ambient Temperature 10°F to 115°F Relative Humidity 10% to 90% Wind 80 mph, Occupancy Category IV Seismic Occupancy Category IV D. Media Vessel Requirements: In addition to the following specific requirements, each media vessel shall conform to all requirements of this specification. 1. Each scrubber media vessel shall conform to the following structural design criteria: Scrubber Section Pressure Exhaust fan shutoff * Wind and Seismic Loads Per CBC for specified Conditions of Service Live Load 50 Ib/sq.ft. Nominal Dimension 8' diameter Maximum Footprint 9' diameter ** Maximum Height 18' * Not less than 6" W.C. vacuum. ** Including anchorage. 06/05/08 MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBER CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 11245-3 2. Each scrubber media vessel shall include the following ports: Item Qtv 18"-24" Flanged Inlet Nozzle - 4" Min. Length 1 * 18"-24" Flanged Outlet Nozzle - 4" Min. Length 1 * 24" Flanged Media Manway - 4" Min. Length 2 2" Drain 1 1-1/2" Threaded Media Sample Ports 4 (min.) * Inlet and outlet port sizes shall be designed by the scrubber manufacturer. The maximum inlet/outlet velocity shall not exceed 1,800fpm. E. Exhaust Blower Each exhaust blower shall conform to all requirements of this Specification, as well as the following specific requirements: 1. The flow shall be 3,000 SCFM or the minimum flow required to maintain negative pressure in the chlorine room, which ever is greater. Calculations that show minimum required airflow shall be submitted per Section 1.05 of this Specification. 2. The blower shall have a 3-phase, 60 Hz, 460V, TEFC, NEMA Code H, 1,800 RPM (maximum) motor with a 1.15 service factor. For scrubber systems that require 3,000 SCFM airflow, the blower motor shall be 20 hp minimum. For scrubber systems that require 5,000 SCFM airflow, the blower motor shall be 40 hp minimum. Calculations and manufacturer's data sheets showing blower flow and horsepower requirements will be met shall be submitted per Section 1.05 of this Specification. 1.04 Quality Assurance A. General All components of the scrubber system, as listed in Part 1.03 herein, shall be furnished by a single manufacturer who shall be responsible for the design, coordination, and the satisfactory performance of all scrubber components. B. Contractor shall comply with the rules and regulations of authorities having jurisdiction over the work specified herein, including, but not limited to, the current Uniform Fire Code with local amendments (Article 80, Hazardous Materials, in particular) and the 2007 California Building Code. 06/05/08 MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBER CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 11245-4 C. Testing The scrubber manufacturer shall provide operational test data on a representative section of a full-scale system. Testing shall have been carried out at the manufacturer's facility by an independent testing agency or by a fully accredited national testing laboratory facility (Council of American Building Officials [CABO] or equal). Scrubber manufacturers shall provide sufficient test data to demonstrate that they have successfully evaluated their full-scale system and its ability to neutralize chlorine gas per the project requirements. Test data shall include a profile of temperatures, air flow rate, chlorine concentrations, and pressures throughout the spill room and scrubber system, including media bed, for the test cycle. Test results exhibiting conformance with the performance criteria specified herein, including Uniform Fire Code emission limits, shall be made part of the required design submittal for approval prior to release for fabrication. D. Only manufacturers who have successfully tested scrubber with actual sized media prior to bid will be accepted as the supplier. 1.05 Submittals A. Shop Drawings In accordance with the requirements of the City of Carlsbad's 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. Drawings of system showing assemblies, arrangements, piping, electrical, mounting details, equipment outline dimensions, fitting size and locations, motor data, operating weights of all equipment, and sufficient information to confirm clearances, connections, and conformance with the specifications. 2. A written guarantee from the media manufacturer that states, providing no chlorine gas is introduced, the removal capacity of dry media will not be reduced by exposure to atmospheric moisture. The guarantee must also acknowledge that the system will be exposed to a routine operation test cycle of 15 minutes every two weeks and average ambient humidity of 70%. 3. Certification that scrubber manufacturer accepts full system responsibility for the performance of the scrubber system in accordance with Part 1.03 herein, Project Specific Design and Performance Criteria. 4. Materials of construction of all equipment. 5. Manufacturer's catalog data, operating literature, specifications, performance data and calibration curves for the exhaust blower, and auxiliary components. 06/05/08 MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBER CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 11245-5 6. Complete instrumentation, control logic, and power wiring diagrams. 7. Complete design calculations and/or test results for the scrubber system to confirm the following: a. The system meets the minimum overall removal efficiency specified in Part 1.03 herein without supplemental heating. b. The pressure in the chlorine storage and equipment rooms is less than the ambient atmospheric pressure from the beginning of the design leak event to the time the scrubber system shuts off. c. The system is capable of withstanding the design loads specified herein. Design calculations shall be stamped by a registered civil or structural professional engineer licensed in the State of California. Calculations shall include, but not be limited to, the following: • Dead loads • Live loads • Lateral loads (wind and seismic) • Anchor lug attachment to the media vessel shell and the concrete foundation. d. The unit is capable of withstanding the loading imposed by the media vessel tank being filled to the top with dry media. e. The system contains the minimum amount of dry media required to scrub the total amount of chlorine gas released during the Design Leak Event per Section 1.03 of this Specification. Calculations shall include ventilation rate, system pressure, chlorine gas flow, and heat generated. f. The exhaust blower is capable of handling the minimum required air flow from the chlorine storage rooms including the resistance of all ductwork, dampers, fittings, and scrubber system losses. Calculations shall include fresh air supply inlet losses, scrubber system inlet ductwork losses due to air flow, and scrubber system losses due to thermal expansion and resistance. g. The maximum temperature of the dry media during the design leak event is less than 210°F and the system is capable of handling the developed temperatures. B. Operation and Maintenance Manuals Contractor shall submit detailed operation and maintenance manuals for the scrubber system specified herein. Operation and Maintenance Manuals shall be submitted in accordance with the City of Carlsbad's General Provisions, Section 2-5.3, and shall be subject to approval by Owner. 06/05/08 MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBER CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 11245-6 1.06 Warranty Scrubber manufacturer shall provide a certificate of warranty for the scrubber equipment to Owner. The warranty shall cover repair and replacement of parts due to defective materials, design, or workmanship for a period of one year following the date of acceptance by Owner. Said warranty shall be included in the Operation and Maintenance Manuals. 1.07 Permits At the request of the Owner, the scrubber manufacturer shall provide support to obtain the necessary local permits to operate dry media emergency gas scrubber systems. Said support may include, but is not limited to, providing test data and literature, completing forms, and/or meeting with local officials to discuss the scrubber safety and shall be provided at no cost to the Owner. PART 2 - PRODUCTS 2.01 General Each chlorine gas scrubber system shall be a "once-through" system, designed to remove a minimum of 99.99% of chlorine vapor in a single pass. Scrubber system shall consist of one cylindrical media vessel, dry media, exhaust blowers, exhaust stack, ductwork, control panel, and all required appurtenances to provide a complete and operational system. Contaminated air shall be drawn from the chlorine storage room by the scrubber exhaust blower. The contaminated air shall then enter the media vessel at the top flanged inlet and be drawn through the dry media bed where the chlorine gas will be removed. The treated air will be discharged though the exhaust blower, via an exhaust stack, into the atmosphere. All components of the scrubber system shall be manufactured in accordance with this specification and the Drawings. The overall system dimensions shall not exceed the dimensions on the drawings and specified herein. The orientation of the air inlet, access manways, exhaust blower, access platform and ladder, and the sample ports shall be as shown on the Drawings. 2.02 Media A. An adequate amount of media shall be furnished by the scrubber manufacturer to meet the project performance and design criteria of this specification. Determining the volume/weight of media required is the responsibility of the scrubber manufacturer. B. Media shall be alumina based, spherical, porous, chemically impregnated pellets approximately 1/8" to 3/16" in diameter capable of removing chlorine throughout the entire media bed. Media containing more than 50% activated carbon will not be allowed. 06/05/08 MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBER CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 11245-7 C. Media shall be non-hazardous, both when new and when spent (reacted with chlorine). D. Media shall have a UL Class I or UL Class II fire rating. The ASTM-D3466 ignition temperature rating of the media shall be 340° C minimum. E. Once in service, the scrubber system will be exposed to a routine operation test cycle of 15 minutes every two weeks and average ambient humidity of 70%. Providing no chlorine gas is introduced, the absorption capacity of dry media shall not be affected by said testing. 2.03 Equipment A. Media Vessel 1. The media vessel shall be a cylindrical fabricated FRP tank specifically designed to be a dry media chlorine gas scrubber media vessel. The media vessel shall include supports, media bed grating supports, ports, man ways, and lifting and anchoring lugs, which shall be integral and factory fabricated. Field cutting and field lay-up on the media vessel will not be allowed. The vessel and integral components of the vessel shall be fabricated in accordance with Part 2.05 herein to meet the project performance and design criteria. 2. The vessel shall have factory fabricated integral tie down/support lugs (restraints) permanently attached. Said lugs shall anchor the vessel, empty and full of media, against the specified seismic and wind lateral loads. Design of the anchoring system shall be provided by the scrubber manufacturer. 3. The vessel shall have factory fabricated integral lifting lugs permanently attached and suitable for lifting and transporting the empty vessel without structural damage. Under no circumstances shall Contractor lift or move the vessel while packed with media. Media shall be packed after the vessel is in place and anchorage is complete. 5. Non-skid FRP tank top (access platform), ladder clips, and handrail clips shall be factory fabricated and integral to the vessel. Contractor shall coordinate with the scrubber manufacturer to ensure that clips will be appropriate for the proposed handrail and access ladder. 6. All connections shall be fabricated of the same material as the vessel wall and shall have the same inner corrosion barrier as the vessel wall. 06/05/08 MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBER CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 11245-8 C. Exhaust Blower 1. The blower shall be FRP, centrifugal type with radial or backward inclined blade, industrial fiberglass blower. The blower wheel shall be statically and dynamically balanced. FRP construction shall conform to PS 15-69 product standards. The blower resin shall be suitable for exposure to the specific service conditions. 2. The blower housing shall be construction of FRP and reinforced with rigid bracing to increase structural integrity. Bearing support brackets shall be positioned to directly oppose belt tension forces. 3. The blower housing shall be a curved scroll design with a 3/4" (min.) NPT drain connection at the bottom of the blower scroll. The blower outlets shall have flanged nozzles. The blower shaft shall be Type 316 stainless steel. 4. The blower shall have self-aligning grease-packed bearings with neoprene shaft seals and OSHA approved weatherproof motor/drive cover. The blower shall provide the minimum air flow rate (see Part 1.03 herein) while maintaining a negative pressure in the room(s) under all potential system operating conditions. The scrubber manufacturer is responsible to furnish an exhaust blower that provides adequate air flow for the scrubber system provided. 5. The blower shall be provided with an AMCA seal and shall be as manufactured by New York Blower, Hartzell, or equal. D. System Ductwork 1. Inlet Duct/Connection - The scrubber manufacturer shall provide Contractor with the sizing requirements for the round FRP inlet ducting to connect the flanged scrubber inlet to the existing wall penetration. Inlet duct shall be sized so air velocity is 1,800 fpm or less and shall match the size of the scrubber inlet port. Contractor shall also provide the FRP 16" x 30" wall penetration to the round duct adapter as well all required duct supports. All ductwork shall be in accordance with Specification 15820. 2. Outlet Duct/Connection - The scrubber manufacturer shall provide the FRP outlet ductwork and flex connection. A flex connection shall be included between the vessel and the exhaust blower, as shown on the Drawings. All ductwork shall be in accordance with Specification 15820. 3. Exhaust Stack - An FRP exhaust stack shall be provided by the scrubber manufacturer. The exhaust stack shall be designed specifically for the exhaust blower being furnished such that the stack inlet matches the blower outlet, and so nuisance rainwater does not collect in the blower shroud. Exhaust stacks shall be designed such that exhaust is expanded upward; exhaust stacks that direct the exhaust towards the ground, will not be allowed. Also, the stack shall include a exhaust stack sensor port and stainless steel bird screen. 06/05/08 MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBER CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 11245-9 E.Media Sample Ports A minimum of four (4) 1-1/2" CPVC half coupling sample ports with 1-1/2" CPVC ball valve shall be provided by the scrubber manufacturer. Sample ports shall be adequate to provide suitable extraction of media samples from various levels of the media bed. F. Differential Pressure Gauge The scrubber manufacturer shall provide a differential pressure gauge and all associated tubing, fittings, and ports to permit a local readout of the pressure drop across the media bed. Said gauge shall be weatherproof and provided with 4-1/2" dials, 1/4" threaded connections, epoxy coated aluminum cases with safety glass windows, 316 stainless steel shut-off valves, 316 stainless steel pulsation dampeners, and 316 stainless steel close nipples. Bourdon tubes, bellows or diaphragm, and socket and tip shall be 316 stainless steel. Gauges shall be calibrated to read 0 to 25" W.C. with an accuracy of ±1%. Pressure gauges shall be as manufactured by Ashcroft, Marshalltown, Dwyer, or equal. G.Handrail Scrubber manufacturer shall provide 42" high handrail of 1-1/2" diameter, Schedule 40, double row, horizontal pipe installed around the perimeter of the scrubber access platform. Handrail posts and rails shall be fabricated of 1-1/2" diameter HDG steel, Schedule 40 pipe with 4" x 3/16" (min.) toe rail. Handrail shall conform to current OSHA Standard 29LRF-1910.23 for Handrail. Ladder Scrubber manufacturer shall provide a full height HDG steel ladder for access to the scrubber access platform. Ladder shall include a stainless steel tubular safety climb assembly with safety sleeve and quick release, as manufactured by Bilco or approved equal. Also, access ladder shall include fully welded 3/4" diameter rungs at 12" O.C. and shall conform to current 'OSHA Standard 29LFR-1910.27 for Fixed Access Ladders. 06/05/08 MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A CHLORINE GAS SCRUBBER 11245-10 2.04 System Activation Each chlorine gas scrubber shall operate manually in response to hand switches or automatically in response to contact closures at remote chlorine detector(s). The system shall normally remain in automatic mode for standby conditions. A "Scrubber HAND-OFF-AUTO" switch shall be provided on the local scrubber control panel. System response for manual and automatic modes is described below. A. Manual Control The local control panel shall provide for manual control of the scrubber exhaust blower. The scrubber exhaust blower shall be able to be started manually, if desired, by turning the system HAND-OFF-AUTO switch, located on the local control panel, to the HAND setting. The scrubber shall function the same as during automatic mode if the scrubber is started in this manner. Also, a "Blower ON-TRIP-OFF" switch shall be provided on the local control panel. Said blower switch shall remain in the ON position except when tripped. B. Automatic Control The control system shall provide for automatic control of the scrubber such that when the HAND-OFF-AUTO switch noted above is set to AUTO, the scrubber system shall operate automatically based on common signal from Owner's existing main control panel, which is initiated by existing remote chlorine detectors located in the chlorine storage room and equipment room. When the local scrubber control panel receives a start signal (N.O.-dry contact) the blower shall start. Status lights shall energize to indicate that the blower is operating. The scrubber system shall continue to operate until the alarm reset button is pushed at the local scrubber control panel. 2.05 Local Control Panel A. The scrubber manufacture shall furnish a wall-mounted local control panel with a stainless steel NEMA 4X enclosure to house the required controls. The local control panel door shall be hinged and be provided with a padlockable latch. The local control panel shall include the following switches and lights: • System "HAND-OFF-AUTO" Switch • "SYSTEM READY" Status Light (Green) • Blower "ON-TRIP-OFF" Switch • "BLOWER RUN" Light (Red) • "BLOWER FAIL" Light (Amber) • A "COMMON RESET" button shall be provided to reset fail conditions. B. The control panel shall include 480V to 120V transformer, full voltage motor starter and molded case thermal magnetic circuit breakers for exhaust blower, and 480V panel disconnect switch with padlockable door mounted handle. 06/05/08 MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBER CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 11245-11 C. All control devices shall be mounted on the front of the control panel enclosure door. Each control device shall be provided with an engraved nameplate (black with white lettering) describing its function. D. All selector switches and lights shall be heavy-duty, oiltight, push-to-test, with 120V lamps. E. Each motor starter shall have a terminal strip for connection of power and control circuits in the field. All terminals shall be numbered, and terminal numbers shall be as shown on the scrubber manufacturer's wiring diagram. F. The local control panel (LCP) shall be configured to accommodate the follow connections to Owner's PLC, MCC, and main control panel (MCP): Description Type of Connection From To Power Supply 480V, 3 Phase MCC LCP Scrubber Start Signal Dry Contact MCP LCP Scrubber Ready Signal Dry Contact LCP PLC Blower Running Signal Dry Contact LCP PLC Blower Fail Alarm Signal Dry Contact LCP PLC G. The Contractor shall make all connections to the Owner's PLC, MCC, and MCP. However, prior to making any connections to the Owner's existing equipment, Contractor shall coordinate with the Owner's electrician. 2.06 FRP Requirements for Scrubber and Ductwork A. General Each scrubber shall be a FRP vessel. 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 current versions of 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 D-883: "Definition of Terms Relating to Plastics" ASTM D-2563: "Recommended Practice for Classifying Visual Defects in Glass Reinforced Plastic Laminate Parts" ASTM D-2583: 'Test for Indentation Hardness of Rigid Plastics by Means of Barcol Impressor" ASTM D-3299: "Standard Specification for Filament-Wound Glass-Fiber- Reinforced Thermoset Resin Corrosion Resistant Tanks" ASTM D-4097: "Standard Specifications for Contact Molded Glass Fiber Reinforced Thermoset Resin Chemical Resistant Tanks" 06/05/08 MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBER CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 11245-12 B. General Design Criteria 1. FRP ductwork shall be supplied in strict accordance with Specification 15820 and the Drawings. 2. Media vessel shall be single-piece molded construction with no vertical shell joints. Construction of FRP with pre-fabricated composite sheets will not be acceptable. 3. All laminates, including corrosion barrier, structural wall interior baffles, and all secondary laminates, shall be fabricated using the same resin. Resin shall be suitable for exposure to wet chlorine/air mixture with a maximum temperature of 200°F. 4. The corrosion barrier shall not be included as part of the calculated wall thickness. 5. Calculated wall thicknesses shall be considered minimum thickness. 6. Any fiberglass grating used as part of the system shall be molded-type using premium vinylester resin. 7. Manufacturer shall submit structural calculations for the fiberglass design signed and stamped by a registered professional engineer. C. Materials of Construction 1. The scrubber media vessel and accessories shall be contact molded, manufactured in accordance with NBS PS 15-69 and ASTM D-4097 for contact molding, and ASTM 3299 for filament winding. Any visual defects shall not exceed ASTM D-2563, 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. 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, 1-1/2 oz./sq.ft. with a nominal fiber length of 1.25±0.25", 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./sq.yd. Type E glass and have a 5 x 4 plain weave. 06/05/08 MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBER CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 11245-13 4. Miscellaneous a. Stainless Steel: Unless otherwise specified, all fasteners, metal attachments such as anchors, brackets, etc. shall be ANSI 316 stainless steel (SS). b. Gaskets: Unless otherwise specified, all gaskets shall be EPDM. D. Fabrication 1. General: Fabrication shall be in accordance with NBS PS 15-69, ASTM D 3299 and ASTM D-4097. 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 shall 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 20 mils). The interior corrosion layer shall consist of two layers of 1-1/2 oz./sq.ft. chopped strand mat. If the application is by chopper gun spray- up, the glass fiber shall be 1/2" to 2" 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 shall be lapped a minimum of 1". 3. Structural Laminate: Structural laminates shall consist of alternating layers of 1-1/2 oz./sq.ft. mat or chopped glass and 24 oz./sq.yd. 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 ultraviolet light inhibitors. PART 3 - EXECUTION 3.01 General Each scrubber system shall be fabricated, assembled, erected and placed into operation in full conformance with these Specifications, the Drawings, and the manufacturer's printed recommendations and instructions. Owner shall be allowed access to the equipment during and after fabrication for the purpose of verifying compliance with the Contract Documents. 3.02 Factory Testing A. The scrubber exhaust blower and control panel blower shall be assembled at the factory prior to shipment to project site. Blower flow, pressure, and motor amperage shall be field tested per Part 3.04. 06/05/08 MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBER CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 1 1 245-1 4 B. Manufacturer shall perform the following FRP media vessel material testing prior to shipping equipment: 1. Hardness Test: The surface area of the tank shall be tested with a Barcol impressor in accordance with ASTM D-2583. Hardness readings of at least 90% of the resin manufacturer's recommendations must be attained. 2. Acetone sensitivity test. 3. Visual defects shall not exceed limits specified in ASTM D-2563, Table 1. 4. Verification of structural wall thickness from cut outs. Cut outs shall be marked for location, saved, and provided to Owner with the equipment. C. Prior to shipment, manufacturer shall provide Owner with a report including all test results, and certification that the equipment and appurtenances were inspected for conformance with specification requirements. 3.03 Certification of Proper Installation Prior to startup, the scrubber manufacturer's technical representative shall field inspect each scrubber system installation and provide a written letter of acceptance to Owner that states both scrubber systems are installed properly and ready for startup. The cost of said inspection shall be included in the Contractor's bid. 3.04 Field Testing and Training A. Contractor shall include in his bid a factory trained service engineer's time to inspect field installation, make final adjustments and operational checks, perform start-up and field testing, and instruct Owner's operations personnel in the use of the equipment. Classroom type field instruction shall address the details of operation, routine maintenance, media testing procedures, and repair of all equipment and components, and trouble shooting. Contractor shall give Owner formal written notice of the proposed instruction period at least one week prior to the commencement of the instruction. Scheduled training shall be at a time acceptable to Owner and the manufacturer. The minimum time period for instruction shall be 4 hours. B. Upon completion of installation of the scrubber system, Contractor shall conduct field testing to verify the satisfactory operation of the system and the design performance requirements of the specification. As a minimum, the test shall include the following: 1. The test shall be witnessed by Owner. 2. Air flow, pressure, and motor amperages shall be measured and recorded. 3. System component operation and controls shall be tested by energizing chlorine detectors. All instrumentation, equipment, and devices required for equipment testing shall be furnished by the scrubber manufacturer, including their installation and removal. 06/05/08 MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBER CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 11245-15 3.05 Initial Fill of Dry Media Contractor shall provide the initial fill of dry media for the emergency chlorine gas scrubber, as recommended by the equipment manufacturer, prior to the commencement of startup. Contractor shall coordinate media delivery with the schedule for testing the scrubber and subsequent startup activities. The media requirements (e.g. amount and weight) shall be clearly stated in the manufacturer's shop drawing submittal and Operation and Maintenance Manual. 06/05/08 MAERKLE DISINFECTION FACILITIES CHLORINE GAS SCRUBBER CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 11245-16 SECTION 15820 GENERAL DUCTWORK TECHNICAL SPECIFICATIONS PART 1 - GENERAL 1.01 Specific Project Description The Contractor shall furnish, install, and test the ventilation equipment, including intake damper, ductwork, and accessories as specified herein and shown on the Drawings. 1.02 Specific Project Ductwork Requirements A. Sheet Metal Ductwork and Gravity Damper for Lower Facility Chlorine Room Lower facility chlorine room ventilation upgrade shall include a 16" x 16" gravity type damper with an adjustable weight, rectangular (12" x 24") HDG sheet metal ductwork, roof penetration, HDG 180° gooseneck, and all related work and appurtenances to provide a complete intake damper/duct system in accordance with this specification and the Drawings. B. Round FRP Ductwork for Upper and Lower Facility Chlorine Gas Scrubbers Upper and lower facility chlorine gas scrubber installation shall include installation of flanged, round FRP ductwork to connect the scrubber vessel's round flanged intake port to the existing wall penetration/damper. Said flanged, round FRP ductwork shall include duct, stainless steel hardware, gaskets, FRP adapter for the wall penetration, supports and anchors, and all related appurtenances to provide a complete connection from the chlorine room wall penetration to the scrubber in accordance with this specification, the Drawings, and the scrubber manufacturer's recommendations. 1.03 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 equipment and components, including, but not limited to, the following: materials, fabrication, assembly, detailed specifications, and installation instructions and dimensions. B. Fabrication Drawings Contractor shall submit detailed fabrication drawings for the HDG ductwork and the FRP ductwork based on field measurements. Fabrication drawings shall include dimensions, support locations, wall/roof penetration details, and anchorage details. Contractor shall also include fabrication drawings for the required FRP adapter to connect the round flanged FRP duct to the rectangular wall penetration. 05/09/08 MAERKLE DISINFECTION FACILITIES GENERAL DUCTWORK CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 15820-1 PART 2 - PRODUCTS ^%D 2.01 General Contractor shall refer to the Drawings and Section 1.02 for products required for this project. Said products shall be provided as specified herein and shown on the Drawings. 2.02 Gravity Dampers Intake automatic gravity type dampers shall be suitable for high velocity and high static pressure and shall automatically open upon operation of the ventilation system or scrubber exhaust fan. Damper shall be intake as shown on the Drawings and dictated by the ventilation system. Dampers shall consist of 16 gauge galvanized formed steel frame and 14 gauge aluminum tied blades with felt tip edges. Automatic gravity type dampers shall be as manufactured by Louvers & Dampers, Inc., or equal. Intake damper shall be mounted in the sheet metal duct as shown on the Drawings. Damper frame shall be suitable for flush mounting or an appropriate adapter frame shall be provided. 2.03 Sheet Metal Ductwork and Miscellaneous Accessories A. Construction jflikDuctwork (ducts and fittings) shall be constructed as shown on the Drawings with _j airtight joints and seams in accordance with ASHRAE standards and SMACNA Duct Construction Manual. Unless specified otherwise, ductwork shall be fabricated per SMACNA low pressure class, with static pressure rating of 2" w.g. (positive or negative) and suitable for air velocities of up to 2,500 fpm. Ductwork materials shall be galvanized steel per ASTM A527 with coating designation G-90, unless otherwise specified. Minimum duct gauges required are as follows: Maximum Size Galvanized Steel of Ducts U.S. Standard Gauge 12" and less 24 13" through 30" 22 31 "through 54" 20 All transverse joints shall be sealed per SMACNA Class C requirements with vinyl acrylic duct sealant, nonflammable wet or dry, UL listed, with flame spread 0, fuel contributed O, and smoke developed O. Gaskets for flanged duct joints shall be 1/4" thick, full faced, closed cell, expanded neoprene sponge. B. Supports Supports for horizontal ducts shall be galvanized steel angles or double struts with threaded hanger rods unless specified otherwise. Supports for vertical ducts shall be band iron strap or angle bracket type. Inlet ducts shall be amply ><M^ braced to withstand maximum negative pressure. '^j 05/09/08 MAERKLE DISINFECTION FACILITIES GENERAL DUCTWORK CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 15820-2 2.04 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". 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". AWWA 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. 05/09/08 MAERKLE DISINFECTION FACILITIES GENERAL DUCTWORK CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 15820-3 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. 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 V*. 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. 05/09/08 MAERKLE DISINFECTION FACILITIES GENERAL DUCTWORK CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 15820-4 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 Vz oz. per sq. ft. chopped strand mat. If the application is by chopper gun spray-up, the glass fiber shall be Vz 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 1-1/S 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. 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 PS15-69 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. 05/09/08 MAERKLE DISINFECTION FACILITIES GENERAL DUCTWORK CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 15820-5 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 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. 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. Contractor shall be responsible to ensure that ventilation ductwork is acceptable to the scrubber manufacturer. 05/09/08 MAERKLE DISINFECTION FACILITIES GENERAL DUCTWORK CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 15820-6 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. 04/23/08 MAERKLE DISINFECTION FACILITIES ELECTRIC CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 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. 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. 04/23/08 MAERKLE DISINFECTION FACILITIES ELECTRIC CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 16050-2 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. 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. 04/23/08 MAERKLE DISINFECTION FACILITIES ELECTRIC CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 16050-3 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. 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. 04/23/08 MAERKLE DISINFECTION FACILITIES ELECTRIC CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 16050-4 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. 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. 04/23/08 MAERKLE DISINFECTION FACILITIES ELECTRIC CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 16050-5 D. Rigid Non-Metallic Conduit ^% .j 1. Conduit shall be UL listed, sunlight resistant, Schedule 40 polyvinyl- chloride (PVC) conduit, rated for 90° C conductors, and manufactured to NEMA TC-2 standards. 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. i*% 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 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. 04/23/08 MAERKLE DISINFECTION FACILITIES ELECTRIC CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 16050-6 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. 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. 04/23/08 MAERKLE DISINFECTION FACILITIES ELECTRIC CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 16050-7 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. 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 # 1 2 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. 04/23/08 MAERKLE DISINFECTION FACILITIES ELECTRIC CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 16050-8 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 2.08 Switches and Relays A. Toggle Switches 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. B. 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. 04/23/08 MAERKLE DISINFECTION FACILITIES ELECTRIC CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 16050-9 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. 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. 04/23/08 MAERKLE DISINFECTION FACILITIES ELECTRIC CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 16050-10 E. Fittings 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. 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. 04/23/08 MAERKLE DISINFECTION FACILITIES ELECTRIC CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 16050-11 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. 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. 04/23/08 MAERKLE DISINFECTION FACILITIES ELECTRIC CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 16050-12 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. 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. 04/23/08 MAERKLE DISINFECTION FACILITIES ELECTRIC CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 16050-13 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. 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. 04/23/08 MAERKLE DISINFECTION FACILITIES ELECTRIC CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 16050-14 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. 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. 04/23/08 MAERKLE DISINFECTION FACILITIES ELECTRIC CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 16050-15 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. 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. 04/23/08 MAERKLE DISINFECTION FACILITIES ELECTRIC CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 16050-16 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. 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 04/23/08 MAERKLE DISINFECTION FACILITIES ELECTRIC CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 16050-17 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. 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. 04/23/08 MAERKLE DISINFECTION FACILITIES ELECTRIC CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 16050-18 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. 04/23/08 MAERKLE DISINFECTION FACILITIES ELECTRIC CHLORINE GAS SCRUBBER REPLACEMENT CONTRACT 5009-A 16050-19