HomeMy WebLinkAboutSpecial Service Contractors Inc; 2004-12-16; PWS05-02Recording requested by:
CITY OF CARLSBAD
When recorded mail to:
City Clerk
City of Carlsbad
1200 Carlsbad Village Dr.
Carlsbad. CA 92008
DOC# 2005-1096566
DEC 22, 2005 12:35 PM
OFFICIAL RECORDS
SAN DIEGO COUNTY RECORDER'S OFFICE
GREGORY J. SMITH, COUNTY RECORDER
FEES: 0.00
PAGES: 1
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 City of Carlsbad, a municipal corporation.
3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad,
California 92008.
4. The nature of the title of the undersigned is: In fee.
5. A work of improvement on the property hereinafter described was completed on May
2, 2005.
6. The name of the contractor for such work of improvement is Special Service
Contractors, Inc.
7. The property on which the work of improvement was completed is in the City of
Carlsbad, County of San Diego, State of California, and is described as the
construction of the Paseo Del Norte Recycled Pipeline Replacement, Project Nos.
3914 and 3679.
CITY OF CARLSBAD
GLENN PRUIM
Deputy Public Works Director
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad,
California, 92008. The City Council of said City on December 13 2005, accepted the above
described work as completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on December 13 2005, at Carlsbad, California.
CITY OF CARLSBAD
^EORRAINEM. WOOD
Clerk
Recording requested by:
CITY OF CARLSBAD
When recorded mail to:
City Clerk
City of Carlsbad
1200 Carlsbad Village Dr.
Carlsbad, CA 92008
DGC# 2005-1096567
DEC 22, 2005 12:35 PM
OFFICIAL RECORDS
SAN DIEGO COUNTY RECORDER'S OFFICE
GREGORY J. SMITH, COUNTY RECORDER
FEES: 0.00
PAGES: 1
II
Space above this line for Recorder's Use
NOTICE OF COMPLETION
Notice is hereby given that:
1. The undersigned is owner of the interest or estate stated below in the property
hereinafter described.
2. The full name of the undersigned is Carlsbad Municipal Water District (CMWD), a
municipal corporation.
3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California
92008.
4. The nature of the title of the undersigned is: In fee.
5. A work of improvement on the property hereinafter described was completed on May 5,
2005.
6. The name of the contractor for such work of improvement is Special Service Contractors,
Inc.
7. The property on which the work of improvement was completed is in the City of
Carlsbad, County of San Diego, State of California, and is described as the construction
of the Paseo Del Norte Recycled Pipeline Replacement, Project Nos. 3914 and 3679.
CITY OF CAI
GLENN PRUIM
Deputy Public Works Director
VERIFICATION OF SECRETARY
I, the undersigned, say:
I am the Secretary of the Carlsbad Water Municipal District, 1200 Carlsbad Village
Drive, Carlsbad, California, 92008. The Board of Directors of said District on December 13
2005, accepted the above described work as completed and ordered that a Notice of Completion
be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on December 13 2005, at Carlsbad, California.
CARLSBAD MUNICIPAL WATER DISTRICT
»^Secretary
5
—j
,
d
CARLSBAD MUNICIPAL
WATER DISTRICT
San Diego County
California
CONTRACT DOCUMENTS AND SPECIAL
PROVISIONS
FOR
PASEO DEL NORTE
RECYCLED WATER PIPELINE
CONTRACT NO. 39141
PWS05-02ENG
June 2004
CARLSBAD MUNICIPAL
WATER DISTRICT
San Diego County
California
CONTRACT DOCUMENTS AND SPECIAL
PROVISIONS
FOR
_-
PASEO DEL NORTE
RECYCLED WATER PIPELINE
CONTRACT NO. 39141
June 2004
CARLSBAD MUNICIPAL WATER DISTRICT
5950 EL CAMINO REAL
CARLSBAD, CALIFORNIA 92008
(760) 438-3367
TABLE OF CONTENTS . Item Pane
Notice Inviting Bids .......................................................................................................................... 7
Contractor's Proposal ................................................................................................................... 11
Equipment Material Source information ....................................................................................... 17
Bid Security Form .......................................................................................................................... 18
Bidder's Bond to Accompany Proposal ........................................................................................ 19
Guide for Completing The "Designation Of Subcontractor Form ................................................. 21
Designation Of Subcontractors And Amount Of Subcontractor's Bid Items ................................ 23
Bidder's Statement Of. Financial Responsibility ............................................................................ 24
Bidder's Statement Of Technical Ability And Experience ............................................................. 25
Bidder's Certificate Of Insurance For General Liability. Employers' Liability. Automotive
Liability And Workers' Compensation ........................................................................................... 26
Bidder's Statement Re: Debarment .............................................................................................. 27 -
Bidder's Disclosure Of Discipline Record ..................................................................................... 28
Non-Collusion Affidavit To Be Executed By Bidder And Submitted With Bid .............................. 30
Contract Public Works .................................................................................................................. 31
Labor And Materials Bond ............................................................................................................ 37
Faithful PerformanceNVarranty Bond ........................................................................................... 39
Optional Escrow Agreement For Surety Deposits In Lieu Of Retention ...................................... 41
..
aRevised: 10/08/03 Contract No . 39141 Page 1 of 97 Pages
.
.
Part 1
Section 1
1-1
1-2
1-3
Section 2
2-3
2-4
2-5
2-9
2-1 0
Section 3
3-3
3-4 3-5
Section 4 4-1
4-2
Section 5
5-1
5-4
Section 6
6-1
6-2
6-6
6-7
6-8 6-9
Section 7
7-3
7-4
7-5
7-7
7-8
7-1 0
7-1 3
Section 8
Section 9
9-1
9-3 .-
General Provisions
Terms Definitions. Abbreviations And Symbols
Terms .................................................................................................................... 44
Definitions ............................................................................................................. 44
Abbreviations ........................................................................................................ 45
Scope And Control Of The Work
Subcontracts ......................................................................................................... 46
Contract Bonds ..................................................................................................... 46
Plans And Specifications ...................................................................................... 47
Surveying .............................................................................................................. 49
Authority Of Board And Engineer ......................................................................... 53
Changes In Work
Extra Work ............................................................................................................ 53
Disputed Work ...................................................................................................... 55
Changed Conditions ............................................................................................. 54
Control Of Materials
Materials And Workmanship ................................................................................. 57
Materials Transportation. Handling And Storage ................................................. 58
Utilities Location ................................................................................................................. 59
Relocation ............................................................................................................. 59
Prosecution. Progress And Acceptance Of The Work Construction Schedule And Commencement Of Work ........................................ 59
Prosecution Of Work ............................................................................................. 63
Delays And Extensions Of Time ........................................................................... 64
Time of Completion ............................................................................................... 64
Completion And Acceptance ................................................................................ 64
Liquidated Damages ............................................................................................. 65
Responsibilities Of The Contractor
Permits .................................................................................................................. 65
Liability Insurance ................................................................................................. 65
Workers' Compensation Insurance ...................................................................... 65
Cooperation and Collateral Work ......................................................................... 65
Project Site Maintenance ...................................................................................... 66
Public convenience And Safety ........................................................................... 66
Laws To Be Observed .......................................................................................... 70
Facilities For Agency Personnel (Not Used)
Measurement & Payment Measurement Of Quantities For Unit Price Work ................................................. 71
Payment ................................................................................................................ 71
QRevised: 10/08/03 Contract No . 39141 Page 2 of 97 Pages
SUPPLEMENTAL PROVISIONS
Part 2
Section 200
200-2
Section 201
201 -1
Section 203
203-6
203-1 1
203-1 3
Section 206
206-7
206-9
Section 210
210-1
Section 21 3
21 3-2
Section 214
2 14-5
Construction Materials
Rock Materials Untreated Base Materials .....................................................................................
Concrete, Mortar And Related Materials Portland Cement Concrete ..................................................................................
Bituminous Materials Asphalt Concrete ..................................................................................................
Asphalt Rubber Hot Mix (ARHM) Wet Process ....................................................
Asphalt Pavement Crack Sealants .......................................................................
Miscellaneous Metal Items
Traffic Signs .......................................................................................................... Portable Changeable Message Sign ....................................................................
Paint And Protective Coatings Paint ......................................................................................................................
Engineering Fabrics Geotextiles ............................................................................................................
Pavement Markers Reflective Pavement Markers.. .............................................................................
75
76
79
80
80
82
84
85
85
87
.-
?@Revised: 10/08/03 Contract No. 39141 Page 3 of 97Pages
Part 3
I-
Section 300
300-1
300-2
Section 301
301-1
Section 302
302-5
302-1 1
Section 306
306-1
306-5
Section 31 0
310-5
Section 312
312-1
Section 313 31 3-1 . 313-2
31 3-4
Construction Methods
Earthwork
Clearing and Grubbing .......................................................................................... 88
Unclassified Excavation ........................................................................................ 88
Treated Soil. Subgrade Preparation and Placement of Base Materials
Subgrade Preparation ........................................................................................... 88
Roadway Surfacing Genera I .................................................................................................................. 89
Asphalt Pavement Repairs and Remediation ....................................................... 90
Underground Conduit Construction
Open Trench Excavations .................................................................................... 92 Abandonment of Conduits and Structures ........................................................... 95
Painting
Painting Various Surfaces .................................................................................... 95
Pavement Marker Placement and Removal
Placement .............................................................................................................. 95
Temporary Traffic Control Devices
Temporary Traffic Pavement Markers .................................................................. 95
Temporary Traffic Signing .................................................................................... 96
Measurement and Payment .................................................................................. 97
@Revised: 10/08/03 Contract No . 39141 Page 4 of 97 Pages
TECHNICAL SPECIFICATIONS
DIVISION 1
DIVISION 2 SITE WORK
GENERAL REQUIREMENTS (NOT USED) Paqes
02050
021 00
02 140
02160
02200
0251 0
02646
02666
DIVISION 3
DIVISION 4
DIVISION 5
DIVISION 6
DIVISION 7
DIVISION 8
DIVISION 9
DIVISION 10
DIVISION 11
DIVISION 12
DIVISION 13
DIVISION 14
Demolition ........................................................................................................................ 4
Site Preparation ............................................................................................................... 1
Dewatering ....................................................................................................................... 4
Excavation Support Systems ........................................................................................... 6
Earthwork ......................................................................................................................... 8
PVC Pressure Pipe .......................................................................................................... 6
Asphalt Concrete Pavement and Base ............................................................................ 4
Water Pipeline Testing and Disinfection .......................................................................... 4
CONCRETE (NOT USED)
MASONRY (NOT USED)
METALS (NOT USED)
WOOD AND PLASTICS (NOT USED)
THERMAL AND MOISTURE PROTECTION (NOT USED)
DOORS AND WINDOWS (NOT USED)
FINISHES (NOT USED)
SPECIALITIES(N0T USED)
EQUIPMENT (NOT USED)
FURNISHINGS (NOT USED)
SPECIAL CONSTRUCTION (NOT USED)
CONVEYING SYSTEMS (NOT USED)
DIVISION 15 MECHANICAL
15000 Piping Components .......................................................................................................... 9
151 00 Valves, General ................................................................................................................ 5
151 01 Valve Operators ............................................................................................................... 3
15109 Gate Valves ...................................................................................................................... 3
15113 Air Release and Vacuum Valves ..................................................................................... 2
15115 Miscellaneous Valves ...................................................................................................... 2
15151 Reclaimed Water Facilities Identification ......................................................................... 4
DIVISION 16 ELECTRICAL (NOT USED)
GRevised: 10/08/03 Contract No. 39141 Page 5 of 97 Pages
INFORMATION FOR CONTRACTOR
A. TO OBTAIN A COPY OF CURRENT PLAN HOLDERS LIST
City of Carlsbad, Purchasing
PHONE (760) 602-2748
B. QUESTIONS PERTAINING TO PLANS AND CONTRACT DOCUMENTS
David Ahles, Senior Civil Engineer, City of Carlsbad
PHONE (760) 602-2748
.-
GRevised: 10/08/03 Contract No. 39141 Page 6 of 97 Pages
CARLSBAD MUNICIPAL WATER DISTRICT
NOTICE INVITING BIDS
Sealed bids will be deposited in the Bid Box located in the first floor lobby of the Faraday Center
located at 1635 Faraday Avenue, Carlsbad, California, 92008-7314, until 4:OO P.M. on the 23' day of
September, 2004, at which time they will be opened and read, for performing the work as follows:
construction of approximately 2,475 feet of 12-inch recycled water transmission pipeline in Paseo del
Norte between Seagate RoadIPaseo del Parque and Palomar Airport Road including connections to
existing recycled water pipelines, pipeline appurtenances, pavement overlay, and striping.
CONTRACT NO. 39141
PASEO DEL NORTE RECYCLED WATER PIPELINE
The work shall be performed in strict conformity with the specifications as approved by the Board of
Directors of the Carlsbad Municipal Water District on file with the Engineering Department. The
specifications for the work include the Standard Specifications for Public Works Construction, 2003
Edition, all hereinafter designated "SSPWC" as issued by the Southern California Chapter of the
American Public Works Association and as amended by the special provisions sections of this
contract. Reference is hereby made to the plans and specifications for full particulars and description
of the work.
The Carlsbad Municipal Water District encourages the participation of minorlty and women-owned
businesses.
The Carlsbad Municipal Water District encourages all bidders, suppliers, manufacturers, fabricators
and contractors to utilize recycled and recyclable materials when available, appropriate and approved
by the Engineer.
-
The Carlsbad Municipal Water District may disqualify a contractor or subcontractor from participating
in bidding when a contractor or subcontractor has been debarred by the Carisbad Municipal Water
District or another jurisdiction in the State of California as an irresponsible bidder.
No bid will be received unless it is made on a proposal form furnished by the Purchasing Department.
Each bid must be accompanied by security in a form and amount required by law. The bidder's
security of the second and third next lowest responsive bidders may be withheld until the Contract has
been fully executed. The security submitted by all other unsuccessful bidders shall be returned to
them, or deemed void, within ten (IO) days after the Contract is awarded. Pursuant to the provisions
of law (Public Contract Code section 10263), appropriate securities may be substituted for any
obligation required by this notice or for any monies withheld by the District to ensure performance
under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be
deposited with the District or a state or federally chartered bank in California as the Escrow Agent. The
Escrow Agent shall maintain insurance to cover negligent acts and omissions of the agent in
connection with the handling of retentions under this section in an amount not less than $100,000 per
contract.
The documents which comprise the Bidder's proposal and that must be completed and properly
executed, including notarization where indicated are:
@Revised: 10/08/03 Contract No. 39141 Page 7 of 97 Pages
1.
2.
3.
4.
5.
6.
Contractor's Proposal, including 7.
Acknowledgment of Addendum@)
EquipmentfMaterial Source Information
Bidder's Bond
Designation of Subcontractors and
Amount of Subcontractor Bid
Bidder's Statement of Financial 8.
Bidder's Statement of Technical Ability
Responsibility 9.
Certificate of Insurance, the riders
covering the City, its officials,
employees and volunteers may be
omitted at the time of bid submittal but
shall be provided by the Bidder prior to
award of this contract
Bidder' s Statement Re Debarment
Bidder's Disclosure Of Discipline
Record
and Experience IO. Non-Collusion Affidavit
*Pursuant to California Public Contracts Code section 41 04(a)(2)(A) portions of the information
required on documents numbers four and five, above, may be submitted by the Bidder up to
twenty-four (24) hours after the deadline for submitting bids contained in this "Notice Inviting to
Bid".
All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are
approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is
$520,000 Dollars ($340,000 - Bid Schedule "A" and $180,000 - Bid Schedule "B).
Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a
contractor pursuant to the Business and Professions Code shall be considered nonresponsive
and shall be rejected by the City. In all contracts where federal funds are involved, no bid
submitted shall be invalidated by the failure of California law. Where federal funds are involved
the contractor shall be properly licensed at the time the contract is awarded. In all other cases
the contractor shall state their license number, expiration date and classification in the proposal,
under penalty of perjury. This invitation to bid does involve federal funds. The following
classifications are acceptable for this contract: Classification A, General Enaineerinq.
If the Contractor intends to utilize the escrow agreement included in the contract documents in
lieu of the usual 10% retention from each payment, these documents must be completed and
submitted with the signed contract. The escrow agreement may not be substituted at a later
date.
Sets of plans, special provisions, and Contract documents may be obtained at the Cashier's
Counter on the first floor lobby at the Faraday Center located at 1635 Faraday Avenue,
Carlsbad, California 92008-7314, for the following non-refundable fees of $50.00 per set. If
plans and specifications are to be mailed, the cost for postage will be added.
Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings,
specifications or other contract documents, or finds discrepancies in or omissions from the
drawings and specifications may submit to the Engineer a written request for clarification or
correction. Any response will be made only by a written addendum duly issued by the Engineer
a copy of which will be mailed or delivered to each person receiving a set of the contract
documents. No oral response will be made to such inquiry. Prior to award of the contract
neither addition to, modification of nor interpretation of any provision in the contract
documents will be given by any agent, employee or contractor of the City of Carlsbad nor
may any bidder rely on directions given by any agent, employee or contractor of the City
of Carlsbad except as hereinbefore specified.
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.
~Revised:l0/08/03 Contract No. 39141 Page 8 of 97 Pages
The general prevailing rate of wages for each craft or type of worker needed to execute the
Contract shall be those as determined by the Director of Industrial Relations pursuant to the
sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor
Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The
Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing
rates of wages to all workers employed by him or her in the execution of the Contract.
The Prime Contractor shall be responsible for insuring compliance with provisions of section
1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting
and Subcontracting Fair Practices Act." The District Engineer is the District's "duly authorized
officer" for the purposes of section 41 07 and 41 07.5.
The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall
apply to the Contract for work.
A pre-bid meeting and tour of the project site will not be held.
All bids are to be computed on the basis of the given estimated quantities of work, as indicated
in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy
between words and figures, the words shall prevail. In case of an error in the extension of a unit
price, the corrected extension shall be calculated and the bids will be computed as indicated
above and compared on the basis of the corrected totals.
All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or
written in with ink and must be initialed in ink by a person authorized to sign for the Contractor.
Bidders are advised to verify the issuance of all addenda and receipt thereof one day
prior to bidding. Submission of bids without acknowledgment of addenda may be cause of
- rejection of bid.
The Contractor shall provide bonds to secure faithful performance and warranty of the work in an
amount equal to one hundred percent (100%) of the Contract price. The Contractor shall
provide bonds to secure payment of laborers and materials suppliers, in an amount equal to:
1) One hundred percent (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000).
2) Fifty percent (50%) of the total amount payable by the terms of the contract when the total
amount payable is not less than five million dollars ($5,000,000) and does not exceed ten
million dollars ($1 0,000,000).
3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the
contract exceeds ten million dollars ($1 0,000,000).
These bonds shall be kept in full force and effect during the course of this project, and shall
extend in full force and effect and be retained by the District until they are released as stated in
the Supplemental Provisions section of this contract. All bonds are to be placed with a surety
insurance carrier admitted and authorized to transact the business of insurance in California and
whose assets exceed their liabilities in an amount equal to or in excess of the amount of the
bond. The bonds are to be accompanied by the following documents:
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 -
@Revised: 10/08/03 Contract No. 39141 Page 9 of 97 Pages
(commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within
10 calendar days of the insurets receipt of a request to submit the statements.
- Insurance is to be placed with insurers that:
1) Have a rating in the most recent Best's Key Rating Guide of at least A-:V
2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner.
Auto policies offered to meet the specification of this contract must:
1) Meet the conditions stated above for all insurance companies.
2) Cover anv vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance
certificate must state the coverage is for "any auto" and cannot be limited in any manner.
Workers' compensation insurance required under this contract must be offered by a company
meeting the above standards with the exception that the Best's rating condition is waived. The
District does accept policies issued by the State Compensation Fund meeting the requirement
for workers' compensation insurance.
The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price.
The award of the contract by the Board of Director's is contingent upon the Contractor submitting
the required bonds and insurance, as described in the contract, within twenty days of bid
opening. If the Contractor fails to comply with these requirements, the District may award the
contract to the second or third lowest bidder and the bid security of the lowest bidder may be
forfeited.
- The prime contractor and all subcontractors are required to have and maintain a valid City of
Carlsbad Business License for the duration of the contract.
Approved by the Board of Directors of the Carlsbad Municipal Water District of the City of
Carlsbad, California, by Resolution No 1208, adopted on the 1st day of June, 2004.
ISABELLE J. PAULSEN, CMC
Deputy Secretary
DATED: August 6,2004
GRevised: 10/08/03 Contract No. 39141 Page 9 of 97 Pages
CARLSBAD MUNICIPAL WATER DISTRICT
CONTRACT NO. 39141
PASEO DEL NORTE RECYCLED WATER PIPELINE
Board of Directors
Carlsbad Municipal Water District
5950 El Camino Real
Carlsbad, California 92008
CONTRACTOR'S PROPOSAL
location of th The undersigned declares he/she has carefully examined th work, read the Notice
Inviting Bid< examined the Plans, Specifications, Special Provisions and addenda thereto, and
hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do
all the work to complete Contract No. 39141 in accordance with the Plans, Specifications,
Supplemental Provisions and addenda thereto and that he/she will take in full payment therefore the
following unit prices for each item complete, to wit:
*-
e
aRevised: 10/08/03 Contract No. 39141 Page 11 of 97 Pages
SCHEDULE “A”: PIPELINES _-
Item Description Approximate Unit
No. Quantity
A-I Mobilization and preparatory LS NOT TO EXCEED
work at a lump sum amount $20,000
not to exceed Twenty
Thousand Dollars (Lump
Sum)
for the Protection of Trench
and Workers in Excavations
recycled water pipeline in
Paseo del Norte
Services
Services
A-2 Sheeting, Shoring, Bracing LUMP SUM
A-3 12-inch diameter PVC 2,475 LF
A-4 2” Recycled Water Irrigation 4 EACH
A-5 1” Recycled Water Irrigation 3 EACH
Unit Price ($) Total ($)
3’) bbb 2 O,Oh b
Y,683,10 y, b83.10
Id\ d9S, 975
3,001s 12, OOQ
q5oo 7,500
A-6 2” Blowoff Assemblies per
CMWD W6
2” Air and Vacuum Valve
Assemblies per CMW D W7
2” Manual Air Release Valve
Assemblies per CMWD W6
12-inch Gate Valves
Traffic Control
Connection to Existing Pipe
at Palomar Airport Road
Connection to Existing Pipe
at Seagate Road/Paseo del
Parque
A-7
4 EACH
1 EACH
2 EACH
3,000 lZ,ooo
a, 500 3,500
3,500 5,OOb
3 EACH l,50s %.so4
5;: hob 5:00(3
LUMP SUM 5, OOb 5,000
LUMP SUM
LUMP SUM
?, 000 3,600
A-8
A-9
A-I 0
A-I 1
A-I 2
Total amount of bid in words for Schedule “A’ (Items A-I through A-22): 7hZetl hdO?d
. e<qwq --huScu\d s I> ~undreci -cF+~- e;sh\ / /C&
Total amount of bid in numbers for Schedule “A (Items A-1 through A-12):
,-- .
#Revised: 10/08/03 Contract No. 39141 Page 12 of 97 Pages
SCHEDULE "B": PAVEMENT OVERLAY
Item Description No.
~-1 Mobilization and preparatory
work at a lump sum amount
not to exceed Ten Thousand
Dollars (Lump Sum)
Item>
(ARHM) Overlay **<Specialty
AC Cold Milling IO' Width
Full Raise of Sewer &
Stormdrain Manholes
Full Raise of Valve Boxes,
Monument Boxes, etc.
~-2 Asphalt Rubber Hot Mix
8-3 AC Cold Milling 5'Width
B-4
8-5
~-6
Approximate Unit Unit Price ($) Total ($)
Quantity
LS NOT TO EXCEED
$1 0,000 \ b,Oob 10,O~U
2,142 TONS 69 1c17,7q B
7,885 LIN. FEET I*22 9,614.7b
306 LIN. FEET a 611
13 EACH 300 3,900
50 EACH Io0 5,OOb
B-7
8-8
~-9
Blue Fire Hydrant Markers 9 EACH 50 r50
Caltrans Detail 9 5,311 LIN. FEET e \5 796. d5 Paint 4" White Lane Line per
Paint 4" Double Yellow
@Revised: 10/08/03 Contract No. 39141
-
Page 13 of 97 Pages
Detail 29 213 LIN. FEET d \r 3) 6%
Painted Median per Caltrans
Paint 4" Double Yellow Two- B-I 0
~-11
B-I 2
B-I 3
B-14
~-15
B-I 6
B-I 7
B-I 8
Total
Detail 32 2,160 LIN. FEET 0 15 329 Way Left Turn Lane Caltrans
Paint 8" White Channelizing
Paint 6" White Bike Lane Line
Paint 6" White Bike Lane
Intersection Line per Caltrans Detail 39A 837 LIN. FEET *36 25 /,I6
Thermo "BIKE LANE"
Thermo "SIGNAL AHEAD"
Thermo Caltrans Pavement
12" wide Thermo Stop Bar
Paint 4" Double Yellow Two-
Way Left Turn Lane Caltrans
Detail 31 1900 EACH
Line per Caltrans Detail 38 605 LIN. FEET *30 (8\ so
\,905 per Caltrans Detail 39 6,350 LIN. FEET 030
Pavement Legend & Arrow 7 EACH Io0 700
Pavement Legend 2 EACH 100 za 0
Arrow (Types I, 4 and 6) 13 EACH Sa 650
16 b 1 EACH J 00
630 53 0
amount of bid in words for Schedule "B" (Items B-I through B-18): AA~F H uR1 De€ b
,F Total amount of bid in words for Schedule "A" and Schedule "B": f - 1\J (L AuoAced si Y+J - tSlre
$
The basis of award will be the sum of Schedule "A and Schedul
Price(s) given above are firm for 90 days after date of bid opening.
Addendum(a) No(s). haslhave been received and islare included in this
proposal.
The Undersigned has carefully checked all of the above figures and understands that the District will
not be responsible for any error or omission on the part of the Undersigned in preparing this bid.
The Undersigned agrees that in case of default in executing the required Contract with necessary
bonds and insurance policies within twenty (20) days from the date of award of Contract by the Board
of Directors of the Carlsbad Municipal Water District of the City of Carlsbad, the District may
administratively authorize award of the contract to the second or third lowest bidder and the bid
security of the lowest bidder may be forfeited. - The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do
business or act in the capacity of a contractor within the State of fornia, validly licensed under license number -70 1 - ?-Zy , classification which expires on
, and that this statement is true and correct and has the legal effect of
an affidavit.
L -
A bid submitted to the District by a Contractor who is not licensed as a contractor pursuant to the
Business and Professions Code shall be considered nonresponsive and shall be rejected by the City
§ 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated
by the failure of the bidder to be licensed in accordance with California law. However, at the time
the contract is awarded, the contractor shall be properly licensed. Public Contract Code Q 10164.
The Undersigned bidder hereby represents as follows:
1. That no Board of Directors member, officer, agent, or employee of the Carlsbad Municipal Water
District is personally interested, directly or indirectly, in this Contract, or the compensation to be
paid hereunder; that no representation, oral or in writing, of the Board of Directors, its officers,
agents, or employees has inducted himlher 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 %013b' (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
\
r
#Revised: 10/08/03 Contract No. 39141 Page 14 of 97 Pages
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.
IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE:
(I) Name under which business is conducted )J/&
(2) Signature (given and surname) of proprietor
(3) Place of Business
(Street and Number)
City and State
(4) Zip Code Telephone No.
IF A PARTNERSHIP, SIGN HERE:
(I) Name under which business is conducted @I& _- (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.
IF A CORPORATION. SIGN HERE:
(1) Name under which business is conducted 5@.c\ AC Se RGl\C_E: CON TGACT OR >-ZE3C.
*-
Impress Corporate Seal here
aRevised: 10/08/03 Contract No. 39141 Page 15 of 97 Pages
...
2.- ... ... ... ...
(3) Incorporated under the laws of the State of CA -
(4) Place of Business 35 80 1eeoe-r eoan
(Street and Number)
City and State PA3h %-,
(5) Zip Code 93 qq b Telephone No. (805\227-0~ I?
NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE
ATTACHED
List below names of president, vice president, secretary and assistant secretary, if a corporation; if a
partnership, list names of all general partners, and managing partners:
RUS<Cc- R- W\cSad QQFS 0 E 6Cr
GRevised: 10/08/03 Contract No. 39141 Page 16 of 97 Pages
License Detail Page 1 of 2
fClass 1s
License Detail CALIFORNIA CONTRACTORS STATE LlCEN
Contractor License # 701 224
Description
GENERAL BUILDING CONTRACTOR
DISCLAIMER 9 license status check provides information taken from the CSLB license data base. Befor€
3n this information, you should be aware of the following limitations:
CSLB complaint disclosure is restricted by law (B&P 71 24.6). If this entity is subject tc
complaint disclosure, a link for complaint disclosure will appear below. Click on the lin
button to obtain complaint and/or legal action information.
Per B&P 7071.17, only construction related civil judgments known to the CSLB are di
Arbitrations are not listed unless the contractor fails to comply with the terms of the
arbitration.
Due to workload, there may be relevant information that has not yet been entered ont
Board's license data base.
Issue Date: 01
Extract Date: 09/23/2004
* * * Business Information * * *
SPECIAL SERVICE CONTRACTORS INC
P 0 BOX 3121
PAS0 ROBLES, CA 93447
Business Phone Number: (805) 227-0913
Entity: Corporation
1211 995 Reissue Date: 1 1/09/1999 Expire Date: /30/2005
* * * License Status * * *
'his license is current and active. All information below should be reviewed.
1c36 IPLUMBING ~A~GENERAL ENGINEERING CONTRACTOR I
* * * Bonding Information * * *
CONTRACTOR'S BOND: This license filed Contractor's Bond number R6015346 in the ar
http://www2.cslb.ca.gov/CSLB_LIBRARY/License+Detail.asp 9/23/2004
License Detail Page 2 of 2
gcense Number Re-% Contractor Name Request
bonding company
SURETY COMPANY OF THE PACIFIC.
Effective Date: 01/01/2004
Contractor's Bonding History
BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) RU.
ROY WILSON certified that he/she owns 10 percent or more of the voting stocWequity (
corporation. A bond of qualifying individual is not required.
Effective Date: 11/09/1999
* * * Workers Compensation Information * * *
Personnel Name Request
This license has workers compensation insurance with the
STATE COMPENSATION INSURANCE FUND
Policy Number: 71 3-0009859 Effective Date: 08/01/2002 Expire Date: 08/01/2005
Workers Compensation History
Personnel listed on this license (current or disassociated) are listed on other licei
Salesperson Request Salesperson Name Request
8 2004 State of California. Conditions of Use Privacy Policy
9/23/2004
EQUIPMENTIMATERIAL SOURCE INFORMATtON
TO ACCOMPANY PROPOSAL
CONTRACT NO. 39141
PASEO DEL NORTE RECYCLED WATER PIPELINE
The bidder shall indicate opposite each item of equipment or material listed below, the
name of the one supplier and manufacturer of each item or equipment or material proposed
to be furnished under the bid. Awarding of a contract under this bid will not imply approval
by District or the manufacturers listed by the Bidder.
EquipmentIMaterial Manufacturer/Product Supplier
/ qldyc TCCL 1. AWWA C-900 Class 200 PVC
Pressure Pipe
2. Gate Valves
3. Combination Air Vacuum Valves AQC6
GRevised: 10/08/03 Contract No. 39141 Page 17 of 97 Pages
-- . BID SECURITY FORM
(Check to Accompany Bid)
CONTRACT NO. 39141
PASEO DEL NORTE RECYCLED WATER PIPELINE
(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 ."bo+ j 876
dollars ($ I
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 (I 5) days after the date set for the opening thereof,
unless otherwise required by law, and notwithstanding the award of the contract to another bidder.
I
LI
*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: 10/08/03 Contract No. 39141 Page 18 of 97 Pages
/- BIDDER'S BOND TO ACCOMPANY PROPOSAL
CONTRACT NO. 39141
PASEO DEL NORTE RECYCLED WATER PIPELINE
KNOW ALL PERSONS BY THESE PRESENTS:
That we, Special Service Contractors,* , as Principal, and company of America r as Surety are held and firmly bound unto the Carlsbad Municipal Water District, Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount)
for which payment, we![ and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these
presents.
*Inc. First National Insurance
Ten Percent - of Amount Bid (10%)
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-
bounden Principal for:
CONTRACT NO. 39141
PASEO DEL NORTE RECYCLED WATER PIPELINE
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 af Contract by the Soard of Directors of the Carlsbad Municipal Water District of the City of Carisbad, being duly notitied af said award, then this obligation shall become null and
void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall
be forfeited to the said District.
....
....
....
....
....
....
....
I...
....
....
@Revised: 10/08/03 Contract No. 39141 Page 19 CI~ 97 Pages
*. [n 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.
EXeClrted by RlNClPAL this 15 day of -r ; *, 2004. Septem er
PRl NCl PAL:
Special Service Contractors, Inc.
{name of Principal)
(sign here)
(print name here) - RUSSK' e LhCSOd
?RES QEos J5-
(Title and Organization of Signatory)
By: (sign here)
,e- (print name here)
(title and organization of signatory)
day of 15 Executed by SURETY this
September ,2O 04 .
SURETY:
First National Insurance Company of America
(name of Surety)
400 Taylor Boulevard
Pleasant Hill, California 94523
(address of Surety)
(925) 969-2180
K. Dixon Wright, Attorney-in-fact
(printed name of Attarney-in-Fact)
(Attach corporate resolution showing current
power of attorney.)
(Proper notarial acknowledge 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 ofiker signs, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering that officer to bind the corporation.)
(if signed by an individual partner, the partnership must attach a statement of partnership authorizing
the partner to execute this instrument.)
APPROVED AS TO FORM:
RONALD R. BALL ,
General Counsel
By:
Deputy General CounJel
,--
@Revised; 10108103 Contract No. 3914q Page 20 of %'Pages
SAFECOW I
FIRST NATIONAL SURETY
BOX 34526
?\TILE, WA 98124-1526
KNOW ALL BY THESE PRESENTS:
POWER
OF ATTORNEY FIRST NATIONAL INSURANCE COMPANY OF AMERICA PO BOX 34526 SEATTLE, WA 98124-1526
No. 10866
its true and lawful attorney(s)-in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar
character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such
instruments had been duly executed by its regularly elected officers at its home office.
IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents
this 30th dayof January , 2003
I CHRISTINE MEAD, SECRETARY MIKE MCGAVICK, PRESIDENT
CERTIFICATE
Extract from the By-Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA:
"Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that
?"nose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under Gther appropriate titles with authority to ' ate on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business ... On any
tI.,lrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or
undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not
be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of
FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(i) The provisions of Article V, Section 13 of the By-Laws, and
(ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and
(iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, Christine Mead, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a
Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the
Resolution and the Power of Attorney are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
this 15 day of September , 2004 .
S-I049/FNEF 7198
CHRISTINE MEAD, SECRETARY
03 A registered trademark of SAFECO Corporation
01/30/2003 PDF
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of Mar in
On September 15, 2004 before me, Stacy M. Davis, Notary Public I
personally appeared K. Dixon Wright I
DATE NAME, TITLE OF OFFICER . E.G.. "JANE DOE, NOTARY PUBLIC
NAME(S) OF SIGNEA(S)
personally known to me - OR - proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is/are
subscribed to the within instrument and ac-
knowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
WITJJESS my hand and official seal.
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPAClTY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
INDIVIDUAL 0 CORPORATE OFFICER
TITLE OR TYPE OF DOCUMENT nnE(s)
0 PARTNER(S) LIMITED
AVORN EY -IN-FACT 0 TRUSTEE(S) 0 GUARDIAN/CONSERVATOR
OTHER:
0 GENERAL
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER IS REPRESENTING: NAME OF PERSON@) OR ENTITY(IES)
SIGNER(S) OTHER THAN NAMED ABOVE First National Insurance Company
of America
60-1133 3/94 01993 NATIONAL NOTARY ASSOCIATION 8236 Remmet Ave.. P.O. Box 7184 * Canoga Park, CA 91309-7184
EXHIBIT B
IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING
THE TERRORISM RISK INSURANCE ACT OF 2002
As a surety bond customer of one of the SAFECO insurance companies (SAFECO Insurance Company of
America, General Insurance Company of America, First National Insurance Company, American States Insur-
ance Company or American Economy Insurance Company), it is our duty to notify you that the Terrorism Risk
Insurance Act of 2002 extends to "surety insurance". This means that under certain circumstances we may be
eligible for reimbursement of certain surety bond losses by the United States government under a formula
established by this Act.
Under this formula, the United States government pays 90% of losses caused by certified acts of terrorism that
exceed a statutorily established deductible to be paid by the insurance company providing the bond. The Act
also establishes a $100 billion cap for the total of all losses to be paid by all insurers for certified acts of
terrorism. Losses on some or all of your bonds may be subject to this cap.
This notice does not modify any of the existing terms and conditions of this bond, the underlying agreement
guaranteed by this bond, any statutes governing the terms of this bond or any generally applicable rules of law.
At this time there is no premium change resulting from this Act.
f-
S6248 2/03
Company Profile Page 1 of 2
Company Profile
FIRST NATIONAL INSURANCE COMPANY OF
AMERICA
REGULATORY COMPLIANCE DEPT T-7 SAFECO PLAZA
SEATTLE, WA 98 185
800-332-3226
Agent for Service of Process
DAWN JEWORSKI, 120 VANTIS SUITE 130 ALISO VIEJO, CA 92656
Unable to Locate the Agent for Service of Process?
Reference Information
NAIC #: 24724
NAIC Group #: 0163
California Company ID #: 0978-7
Date authorized in California: January 03, 1929
License Status: UNLIMITED-NORMAL
Company Type: Property & Casualty
State of Domicile: WASHINGTON
Lines of Insurance Authorized to Transact
The company is authorized to transact business within these lines of insurance. For an explanation of
any of these terms, please refer to the glossary.
AIRCRAFT
AUTOMOBILE
BOILER AND MACHINERY
BURGLARY
COMMON CARRIER LIABILITY
CREDIT
FIRE
LIABILITY
MARINE
MISCELLANEOUS
http://cdinswww .insurance.ca.gov/pls/wu_co~prof/idb~co~prof~utl.get_co_prof?p_EID=3 . . . 9/23/2004
Company Profile Page 2 of 2
c-
PLATE GLASS
SPRINKLXR
SURETY
TEAM AND VEHlCLE
WORKERS' COMPENSATION
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 - August 17,2004 07:34 AM
Copyright 0 California Department of Insurance
Disclaimer
http://cdinswww.insurance.ca.gov/pls/wu_co_prof/idb_co_prof_utl.get_co~prof?p_EID=3 ... 9/23/2004
GUIDE FOR COMPLETING
THE “DESIGNATION OF SUBCONTRACTORS” FORM
REFERENCES Prior to preparation of the following Subcontractor disclosure form Bidders are urged
to review the definitions in section 1-2 of the SSPWC (“Greenbook”) and in the Supplemental
Provisions to this Contract, especially, “Bid”, “Bidder“, “Contract”, “Contractor”, “Contract Price”,
“Contract Unit Price”, “Engineer“, “Subcontractor“ and ‘Work” and the definitions in section 1-2 of the
Supplemental Provisions especially “Own Organization.’’ Bidders are further urged to review sections
2-3 SUBCONTRACTS of the Greenbook and section 2-3.1 of these Supplemental Provisions.
CAUTIONS This form will be used by the Agency to determine the percentage of work that the
Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct
information may result in rejection of the bid as non-responsive. Any bid that proposes performance
of more than 50 percent of the work by subcontractors or otherwise to be preformed by forces other
than the Bidder’s own organization will be rejected as non-responsive. Specialty items of work that
may be so designated by the Engineer on the “Contractor‘s Proposal” are not included in computing
the percentage of work proposed to be performed by the Bidder.
INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every
subcontractor whom the Bidder proposes to perform work or labor or render service in or about the
work or improvement, and every subcontractor licensed as a contractor by the State of California
whom the Bidder proposes to specially fabricate and install any portion of the work or improvement
according to detailed drawings contained in the plans and specifications in excess of one-half of one
percent (0.5%) of the Bidder’s total bid or, in the case of bids or offers for the construction of streets
and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars
($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be
set forth and included as an integral part of the bid offer. -
The Designation of Subcontractors form must be submitted as a part of the Bidder’s sealed bid.
Failure to provide complete and correct information may result in reiection of the bid as non-
responsive.
Suppliers of materials from sources outside the limits of work are not subcontractors. The value of
materials and transport of materials from sources outside the limits of work, as shown on the plans,
shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder
proposes as installer of said materials. The value of material incorporated in any Subcontractor-
installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder
proposes to be performed by the Subcontractor installing said item.
When a Subcontractor has a Carlsbad business license, the number must be entered on the proper
form. If the Subcontractor does not have a valid business license, enter “NONE” in the appropriate
space.
When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a
bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The
explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to
perform no less than fifty percent (50%) of the work with its own forces.
Determination of the subcontract amounts for purposes of award of the contract shall be determined
by the Board of Directors in conformance with the provisions of the contract documents and the
Supplemental Provisions. The decision of the Board of Directors shall be final. .-
@Revised: 10/08/03 Contract No. 39141 Page 21 of 97Pages
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 .I or
1777.7.
_I-
Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the
required information. The page number and total number of additional form pages shall be entered in
the location provided on each type of form so duplicated.
_-
GRevised: 10/08/03 Contract No. 39141 Page 22 of 97 Pages
DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR’S BID ITEMS
CONTRACT NO. 39141
Portion of Work*
PASEO DEL NORTE RECYCLED WATER PIPELINE
Subcontractor Name and Amount of
Location of Business Work by
Subcontractor
in Dollars*
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 ($lO,OOO), 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 License No.* 2 63 7073
Page 1 of \\ pages of this Subcontractor Designation form
* Pursuant to section 4104 (a)(Z)(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.”
QRevised: 10/08/03 Contract No. 39141 Page 23 of 97 Pages
c
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
(To Accompany Proposal)
CONTRACT NO. 39141
PASEO DEL NORTE RECYCLED WATER PIPELINE
Copies of the latest Annual Report, audited financial statements or Balance Sheets may be
submitted under separate cover marked CONFIDENTIAL.
_-
@Revised: 10/08/03 Contract No. 39141 Page 24 of 97 Pages
~~~ ~-~ ~
L
BIDDER'S STATEMENT RE: DEBARMENT
(To Accompany Proposal)
CONTRACT NO. 39141
PASEO DEL NORTE RECYCLED WATER PIPELINE
1. Have you or any of your subcontractors ever been debarred as an irresponsible bidder by
another jurisdiction in the State of California?
2. If yes, what wadwere the name@) of the agency(ies) and what wadwere the period@) of
debarment@)? 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:
Page of \ of \ pages of the Re Debarment form
GRevised: 10/08/03 Contract No. 39141 Page 27 of 97 Pages
BIDDERS DISCLOSURE OF DISCIPLINE RECORD
(To Accompany Proposal)
CONTRACT NO. 39141
PASEO DEL NORTE RECYCLED WATER PIPELINE
Contractors are required by law to be licensed and regulated by the Contractors’ State License Board
which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent
act or omission is filed within four years of the date of the alleged violation. A complaint regarding a
latent act or omission pertaining to structural defects must be filed within 10 years of the date of the
alleged violation. Any questions concerning a contractor may be referred to the Registrar,
Contractors’ State License board, P.O. Box 26000, Sacramento, California 95826.
Have you ever had your contractor’s license suspended or revoked by the California Contractors’
State license Board two r ore times within an eight year period? -E no Yes
Has the suspension or revocation of your contractors license ever been stayed? -&- Yes no
Have any subcontractors that you propose to perform any portion of the Work ever had their
contractor’s license suspended or revoked by the California Contractors’ State license Board two
or more times within an eight year period?
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? >o Yes no
If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party
disciplined, the date of and violation that the disciplinary action -pertain to, describe the nature of the
violation and the disciplinary action taken therefore.
(If needed attach additional sheets to provide full disclosure.)
Page ! of pages of this Disclosure of Discipline form
aRevised: 10/08/03 Contract No. 39141 Page 28 of 97 Pages
BIDDER’S DISCLOSURE OF DISCIPLINE RECORD
(CONTINUED)
(To Accompany Proposal)
CONTRACT NO. 39141
PASEO DEL NORTE RECYCLED WATER PIPELINE
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:
\ By: L\ >d<& 4A
(sign here)
Page 2 of 2 pages of this Disclosure of Discipline form
GRevised: 10/08/03 Contract No. 39141 Page 29 of 97Pages
/-
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID
CONTRACT NO. 39141
PUBLIC CONTRACT CODE SECTION 7106
PASEO DEL NORTE RECYCLED WATER PIPELINE
State of-a crtp,\+ )
County of clsfis*\t~ CmaJ )
) ss.
DE"$ %42*€5 , being first duly sworn, deposes
(Name of Bidder)
and says that he or she is q\c€ ~QESIDW~ (Title)
of S&C\&L Sa2UCE C6+*ACT'seS, c I
(Name of Finn)
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 22 day of SE'QT- ,200y. -D ehd- 9L-J-
Signature of Bidder
Subscribed and sworn to before me on the 2 2- day of ScntP hb 1 ,- , 20 0 ~1,
n
A .=
Signbture of Notary
GRevised: 10/08/03 Contract No. 39141 Page 30 of 97 Pages
CONTRACT
PUBLIC WORKS
This agreement is made this I(&(-, day of , 20of, by and
between the Carlsbad Municipal Water District of Carlsbad, California, a municipal corporation,
(hereinafter called "District"),
and SPECIAL SERVICE CONTRACTORS INC. whose principal place of business is
3580AIRPORT ROAD, PAS0 ROBLES, CA 93446 (hereinafter
called "Contractor").
District and Contractor agree as Ibllows:
1. Description of Work. Contractor shall perform all work specified in the Contract documents
for the Paseo Del Norte Recycled Water Pipeline, Contract No. 39141, (drawings No. 417-2
sheets 1 through 13 for bid schedule "A and Drawing No. 404-6A sheets 1 through 4 for bid
schedule "B", (hereinafter called "project")
2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools,
equipment, and personnel to perbrm the work specified by the Contract Documents.
3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids,
Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Designation of Owner
Operator/Lessors, Bidder's Statements of Financial Responsibility, Technical Ability and
Experience, Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the
Plans and Specifications, the Supplemental Provisions, addendum(s) to said Plans and
Specifications and Supplemental Provisions, and all proper amendments and changes made
thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the
project; all of which are incorporated herein by this reference.
Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as
indicated, specified, and implied by the Contract Documents. Any items of work not indicated or
specified, but which are essential to the completion of the work, shall be provided at the
Contractor's expense to fulfill the intent of said documents. In all instances through the life of the
Contract, the District will be the interpreter of the intent of the Contract Documents, and the
District's decision relative to said intent will be final and binding. Failure of the Contractor to
apprise subcontractors and materials suppliers of this condition of the Contract will not relieve
responsibility of compliance.
4. Payment. For all compensation for Contractor's performance of work under this Contract,
District shall make payment to the Contractor per section 9-3 PAYMENT of the Standard
Specifications for Public Works Construction (SSPWC) 2000 Edition, including the 2000
Regional Supplement Amendments) hereinafter designated "SSPWC", as issued by the
Southern California Chapter of the American Public Works Association, and as amended by the
Supplemental Provisions section of this contract. The Engineer will close the estimate of work
completed for progress payments on the last working day of each month.
5. Independent Investigation. Contractor has made an independent investigation of the jobsite,
the soil conditions at the jobsite, and all other conditions that might affect the progress of the
, -.e-
4-
ESRevised: 10/08/03 Contract No. 39141 Page 31 of 97 Pages
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.
B.
C.
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 11, or Class Ill disposal site in accordance with provisions of
existing law.
Differing Conditions. Subsurface or latent physical conditions at the site differing from
those indicated.
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. - 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and
indemnify and hold harmless the District and the City of Carlsbad, and its officers and employees,
aRevised: 10/08/03 Contract No. 39141 Page 32 of 97 Pages
from all claims, loss, damage, injury and liability of every kind, nature and description, directly or
indirectly arising from or in connection with the performance of the Contract or work; or from any
failure or alleged failure of Contractor to comply with any applicable law, rules or regulations
including those relating to safety and health; and from any and all claims, loss, damages, injury
and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of
the work covered by the Contract, except for loss or damage caused by the sole or active
negligence or willful misconduct of the District or City. The expenses of defense include all costs
and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution
method.
Contractor shall also defend and indemnify the City and District against any challenges to the
award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or
misrepresentation by Contractor, whether intentional or otherwise, and Contractor will pay all
costs, including defense costs for the City and District. Defense costs include the cost of
separate counsel for City and District, if City or District request separate counsel.
IO. Insurance. Contractor shall procure and maintain for the duration of the contract insurance
against claims for injuries to persons or damage to property which may arise from or in
connection with the performance of the work hereunder by the Contractor, his or her agents,
representatives, employees or subcontractors. Said insurance shall meet the District's policy for
insurance as stated in Resolution No. 772.
(A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits
indicted herein:
a. Comprehensive General Liability Insurance: $1,000,000 combined single limit per
occurrence for bodily injury and property damage. If the policy has an aggregate limit, a
separate aggregate in the amounts specified shall be established for the risks for which
the District and City, or its agents, officers or employees are additional insured.
b. Automobile Liability Insurance: $1,000,000 combined single limit per accident for
bodily injury and property damage. In addition, the auto policy must cover any vehicle
used in the performance of the contract, used onsite or offsite, whether owned, non-
owned or hired, and whether scheduled or non-scheduled. The auto insurance
certificate must state the coverage is for "any auto'' and cannot be limited in any
manner.
c. Workers' Compensation and Employers' Liability Insurance: Workers'
compensation limits as required by the Labor Code of the State of California and
Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by
the State Compensation Insurance Fund is acceptable to the City.
(B) Additional Provisions. Contractor shall ensure that the policies of insurance required under
this agreement with the exception of Workers' Compensation and Business Automobile
Liability Insurance contain, or are endorsed to contain, the following provisions:
a. The District and City, its officials, employees and volunteers are to be covered as
additional insured as respects: liability arising out of activities performed by or on behalf
of the Contractor; products and completed operations of the contractor; premises
owned, leased, hired or borrowed by the contractor. The coverage shall contain no
special limitations on the scope of protection afforded to the District or City, its officials,
employees or volunteers. All additional insured endorsements must be evidenced using
separate documents attached to the certificate of insurance; one for each company
GRevised: 10/08/03 Contract No. 39141 Page 33 of 97 Pages
affording general liability and employers' liability.
b. The Contractor's insurance coverage shall be primary insurance as respects the District
and City, its officials, employees and volunteers. Any insurance or self-insurance
maintained by the District or City, its officials, employees or volunteers shall be in
excess of the contractor's insurance and shall not contribute with it.
c. Any failure to comply with reporting provisions of the policies shall not affect coverage
provided to the District and City, its officials, employees or volunteers.
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.
d.
(C) Notice Of Cancellation. Each insurance policy required by this agreement shall be
endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or
reduced in coverage or limits except after thirty (30) days' prior written notice has been given
to the District by certified mail, return receipt requested.
(D) Deductibles And Self-Insured Retention (S.1-R.) Levels. Any deductibles or self-insured
retention levels must be declared to and approved by the City. At the option of the District,
either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels
as respects the District and City, its officials and employees; or the contractor shall procure a
bond guaranteeing payment of losses and related investigation, claim administration and
defense expenses.
(E) Waiver Of Subrogation. All policies of insurance required under this agreement shall
contain a waiver of all rights of subrogation the insurer may have or may acquire against the
District or City or any of its officials or employees.
(F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or
shall furnish separate certificates and endorsem@nts for each subcontractor. Coverages for
subcontractors shall be subject to all of the requirements stated herein.
(G)Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in
Best's Key Rating Guide of at least A-:V. Insurers must also be authorized to transact the
business of insurance by the State of California Insurance Commissioner as admitted carriers
as evidenced by a listing in the official publication of the Department of Insurance of the State
of California and/or under the standards specified by the Board of Directors in Resolution No.
772.
(H) Verification Of Coverage. Contractor shall furnish the District with certificates of insurance
and original endorsements affecting coverage required by this clause. The certificates and
endorsements for each insurance policy are to be signed by a person authorized by that
insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms
approved by the District and are to be received and approved by the District before the
Contract is executed by the District.
Cost Of Insurance. The Cost of all insurance required under this agreement shall be
included in the Contractor's bid.
1l.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
GRevised: 10/08/03 Contract No. 39141 Page 34 of 97 Pages
1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article I .5
is included in the Supplemental Provisions I section. The contractor shall initially submit all claims
over $375,000 to the District using the informal dispute resolution process described in Public
Contract Code subsections 201 04.2(a), (c), (d). Notwithstanding the provisions of this section of
the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of
the California Government Code) for any claim or cause of action for money or damages prior to
filing any lawsuit for breach of this agreement.
__
(A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the
District must be asserted as part of the contract process as set forth in this agreement and
not in anticipation of litigation or in conjunction with litigation.
(B) False Claims. Contractor acknowledges that if a false claim is submitted to the District, it
may be considered fraud and the Contractor may be subject to criminal prosecution.
(C) Government Code. Contractor acknowledges that California Government Code sections
12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly
submits a false claim to a public entity. These provisions include false claims made with
deliberate ignorance of the false information or in reckless disregard of the truth or falsity of
the information.
(D) Penalty Recovery. If the Carlsbad Municipal Water District seeks to recover penalties
pursuant to the False Claims Act, it is entitled to 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 Carlsbad Municipal Water District to disqualify the
Contractor or subcontractor from participating in future contract bidding.
(H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction
for resolution of any disputes between the parties arising out of this agreement is San Diego
County, California.
I have read and understand all provisions of Section 11 above. WdJ
(Initial)
12.Maintenance of Records. Contractor shall maintain and make available at no cost to the
City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1,
Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's
principal place of business as specified above, Contractor shall so inform the 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 I, commencing with section 1720
of the Labor Code are incorporated herein by reference.
GRevised: 10/08/03 Contract No. 39141 Page 35 of 97 Pages
09/22/2004 15: 25 8852279915 SPECIAL SERVICE rXlNT PAGE a2i04
r
Current AlS0t8
llll5.00
11121.06
11125.00
11131~00
11135.00
11140.00
lJ14S.00
11200.00
11250 + 00
51360.00
11400.00
11700.00
11750.00
Sgiseirl Servioa Contractors, Inc! Balance Sheet
kdgust 31, 2004
Assets
MlSBlWl Bank
WF Payroll Chscking
Atasc.Fcd, Cr. Union
MCB Savings-6371
Cash Clearing Account
Petty Caeh
bean Witter Savings
Accounts Receivable
Advances to Officers
Deposits Paid
Prepa,id Insurance
Other Prepaid Expensea
Prepbid Income Taxee
Total Current Assets
Lopg Tea AS8etr
12200.00 Leawhold Improvements
12210.00
12360,OO
12410,OO
r- 12730.00
12735.00
12745,QO
128b0.00
12805 a 00
12810 * 00
l2830.00
12833 90
12835.00
12899. Ob
13000.00
Total Long
13749. DO
Leasehold Imprwements
Buildings & Improvements
Utah Trails Resort, Inc.
Computer Equip.
Off ice Equip.
ASME Code Books
St orage Containers
Equipment
Tool 13
Machhes 6r Equipment
Trucks & Autos
Back Hoela
Compres Fjor
All Other-Accum Dep .
Note Receivable - JML Equi
Term ASBekS
$ 33,396.63
1,595.12
5,936.09
273,916.28
(5,522.89)
500 00
4,410 I 75
1,492,378.78
36,217.52
9,105.00
7'1,993,118
(3,803.83)
124 - 403.Q9.
$ 2,647,525.63
$ 72,441.02
294.94
497.43
25,000. OC
106,654.82
16,500.76
3,398 03
4,050.00
11,012 -56
120,257.98
410,875.10
104,923.06
1,801 72
(288,718.00)
1 0 9 ,6 2.%.,ld
15t~a70.37
s857.508.25.
Total Asacte
Ccnf idential : For Internal Use Only
- 09/22/2084 15: 25 8052270915 SPECIAL SERVICE CONT PAGE 03104
Currat Liabilities
20oco. 00
21003.. 00
21007. 00
21010.00
21200.00
2l300.00
21301.00
21305. OC
2141O.00
21430.00
21435.00
21440.00
21450.00
21455 00
21460.00
2L470.00
21471.00
21473.00
rr' 21475.00
21478.00
21481. 0i3
?J401.01
21482 - 00
2x484. OD
21485.00
21486.00
21492.00
21493.00
21494.00
21491i.00
21496.00
21497.00
21498.00
21499.90
2160O.00
21420. on
21495 oa
Sgecial Bemior Centractorr, Inc.
Balance Sheet
August 31, 2004
LiabilitiOS and Equity
Liabilities
Current Portion of LTD
MB-secured CD 3543
S/T Note- First Ins (W)
S/T Nate- First Ins (GL)
S/T Note- Manifest: Funding
Default Payroll Withholdin Federal W/H Tax Payable
SocSec Payable - EMPLOYEE
Medicare Payable - EMPLOYE
FUTA Payable
Stater Income Tax Payable
NM Income Tax W/H
SnI Payable
SUI- CA Payable
SUI -. NM
$Ill- AZ
EMPLOYER - SS & MDCR
Workman's Comp Ins. Payabl
Union Friages Payable
PlumlDer Local 333
Pipe Trades DC36 Fringes ?
Child Support Payable
Advance against P/R
St. Bldg & Const. Trades
401K withheld
So Cal Pipe Trades Union F
No Ca1 Laborers Union Frin
Pipe Fitters National Pens
NCSA
United Aeebc of Plbrs L Pi
ME-L/Z UXUI 0104-3392
Account 8 Paygble
Union Liability IBEW
Iron Workers Union Payable
NC Millwrights Liability
$ .01
73,736. DO
58,017.66
99,000 100
444,423.16
25 , 600.54
30,220.12
7,564.80
33.15
14,087.19
6,516.95
3. , 499.30
848.73
4,312.38
1 , 460.26
1,058.32
2,942.83
1,114.42
377.01
7,616.65
59,522.19
(17,083.74)
145,023.16
12,809.78
622.31
(2,O13.70)
4,091.77
1,325.50
(23,613.72)
1,753.80
(5,825.51)
10.70
2,879.35
1,105.93
(1,622.40)
(215.24)
Customer Depoaita 3uALU Total Current Liabilitice $ 982,132.55
Long T8rm Lisbilitiee
Confidential: For Internal Use Only
f-
- -. 09/22/2004 15: 25 8052270915 SPECIAL SERVICE DNT
Special Sewice ContractotB, I==
Balance Sheet
August 31, 2904
,- 22100.00 Missicm Bank- Loan #2329-B $ 29,747.68
22101.00 Atasc Fed Cr Un - L#3 692.76
16,989 71 22102.00 Atasc Fed Cr Vn - L#l.l
AtaEC Fed Cr Un - L#1.2 20,194,19 22103.00 18,295.54 22104.00 Atasc Fad Cr Un - Ln#1.3
24,692.63 22108 00 NP WC - 2905 CheT
22110 IO0 NP GRW - 2003 Chev 26,864.11
22120.00 MB - :Bquip Loan #a572 38,149.84
22136.00 GMAC Auto 3,629.96
22140.00 Case Loan Payable 35,672.79
22350.00 GMC Truck Note 21,212.24
2225O,OO Deferred Income Tax 82,8 00.00
224Cd.00 LESS Current Portion of LT -ca3.7.36.aa)
Long Term Lhbilitiea
Total Liabilities
Equi tr
31lO0.00 Capital Gtack
38000.00 Retained Earninge
Total Equity
Net Income
Total. Liabilities h Equity r'
PAGE 04/04
35m.5
$ 1,227,336.00
$ 37,738,74
1,356,952.74
-370.339.16
,$--
Canfidential: For Internal Use Only
BIDDER'S STATEMENT OF
TECHNICAL ABILITY AND EXPERIENCE
(To Accompany Proposal)
CONTRACT NO. 39141
PASEO DEL NORTE RECYCLED WATER PIPELINE
The Bidder is required to state what work of a similar character to that included in the proposed
Contract he/she has successfully performed and give references, with telephone numbers, which will
enable the District to judge hidher responsibility, experience and skill. An attachment can be used.
Date Name and Phone
Contract Name and Address No. of Person
Completed of the Employer to Contract
II I I
Type of
1 Amoqunt
GRevised: 10/08/03 Contract No. 39141 Page 25 of 97 Pages
.-
BIDDER'S CERTIFICATE OF INSURANCE FOR
GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE
LIABILITY AND WORKERS' COMPENSATION
(To Accompany Proposal)
CONTRACT NO. 39141
PASEO DEL NORTE RECYCLED WATER PIPELINE
As a required part of the Bidder's proposal the Bidder must attach either of the following to this page.
1. Certificates of insurance showing conformance with the requirements herein for:
Comprehensive General Liability
0 Workers Compensation
Automobile Liability
0 Employer's Liability
2. Statement with an insurance carrier's notarized signature stating that the carrier can, and upon
payment of fees andlor premiums by the Bidder, will issue to the Bidder Policies of insurance for
Comprehensive General Liability, Employer's Liability, Automobile Liability and Workers
Compensation in conformance with the requirements herein and Certificates of insurance to the
Agency showing conformance with the requirements herein.
All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: -.-
(1) Meet the conditions stated in The Notice Inviting Bids, the Standard Specifications for Public
Works Construction and the Supplemental Provisions for this project for each insurance
company that the Contractor proposes.
Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance
certificate must state the coverage is for "any auto" and cannot be limited in any manner.
(2)
aRevised: 10/08/03 Contract No. 39141 Page 26 of 97 Pages
OPlD A7 ACORD, CERTIFICATE OF LIABILITY INSURANCE SPEC IO 4
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
DATE (MMIDDMYYY)
11/16/04
TYPE OF INSURANCE
GENERAL LIABILITY
PRODUCER
(SF) Heffernan Insurance Brkrs
-?O Howard Street, Suite 550
Phone:415-778-0300 Fax:415-778-0301
I I Francisco CA 94105
INSURED
Special Service ContractorsInc P.O. Box 3121 Paso Robles CA 93447
GENERAL LIABILITY
CLAIMS MADE OCCUR
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 NAlC #
INSURER A. Liberty surplus Insurance Co.
INSURER 8:
INSURERC STATE COMPENSATION INS.
INSURER D:
INSURER E:
Hartford Caaualty Inauranco Co
U
PROPERTY DAMAGE (Per accident)
AUTO ONLY - EA ACCIDENT
OTHERTHAN EAACC
AGG AUTO ONLY
EACH OCCURRENCE
AGGREGATE
GENL AGGREGATE LIMIT APPLIES PER
LOC
S
S
$
$
s
S
S
AUTOMOBILE LIABILITY
X ANYAUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS t NON-OWNED AUTOS
CITY- 04 --
City of Carlsbad Engineering / Kevin Davis
Carlsbad CA 92008 1635 Faraday Ave.
H
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3x DAYS WRllTEN
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.
AUTHO
GARAGE LIABILITY
ANY AUTO
EXCESSlUMBRELLA LIABILITY 3 OCCUR [7 CLAIMS MADE
DEDUCTIBLE
RETENTION S
WORKERS COMPENSATION AND EMPLOYERS' LIABILITY
ANY PROPRIETOWPARTNERIEXECUTIVE OFFICEWMEMBER EXCLUDED?
If es describeunder SJEClAL PROVISIONS below
OTHER
SIPTION OF OPERATIONS I LOCATIONS I VEHl
POLICY NUMBER
DGLNY200369014
57UEQTL7027
NOT APPLICABLE
NOT APPLICABLE
71395892003
ES I EXCLUSIONS ADDED BY ENDORB
01/26/04
07/24/04
08/01/04
hENT I SPECIAL PRC
I PERSONAL 8 ADV INJURY I S 1000000
I GENERAL AGGREGATE I s 2000000
I PRODUCTS - COMPIOP AGG I S 2000000
BODILY INJURY (Per person)
BODILY INJURY r (Per accident)
I IS
SIONS Re: Per written contract on file. The District and City, its officials,
employees and volunteers are named as additional insureds as respects to
aeneral liability per written contract per attached endrosement. *10 day
notice of cancellation applies for non-payment of premium.
POLICY NUMBER: DGLNY200369014 - COMMERCIAL GENERAL LIABILITY
CG 20 37 10 01
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY
ADDITIONAL INSURED-OWNERS, LESSEES OR
CONTRACTORS-COMPLETED OPERATIONS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization:
City of Carlsbad, The District and City, its officials, employees and volunteers
Location and Description of Completed Operations:
Per written contract on file.
Additional Premium:
I
(If no entry appears above, information required to complete this endorsement will be shown in
the Declarations as applicable to this endorsement.)
Section II-Who Is An Insured is amended to include as an insured the person or organization
shown in the Schedule, but only with respect to liability arising out of “your work” at the location
designated and described in the schedule of this endorsement performed for that insured and
included in the “products-completed operations hazard.”
The insurance provided by this policy for the Additional Insured(s) shall be primary and any
other insurance maintained by the Additional Insured(s) shall be in excess and non-contributory
with the insurance provided herein.
I 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.
15.Provisions Required by Law Deemed Inserted. Each and every provision of law and
clause required by law to be inserted in this Contract shall be deemed to be inserted herein and
included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not
correctly inserted, then upon application of either party, the Contract shall forthwith be physically
amended to make such insertion or correction.
16.Additional Provisions. Any additional provisions of this agreement are set forth in the
"General Provisions" or I' Supplemental Provisions" attached hereto and made a part hereof.
NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE
ATTACHED
d;t 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.
If signed by an individual partner, the partnership must attach a statement of partnership authorizing
the partner to execute this instrument.
APPROVED AS TO FORM:
RONALD R. BALL
General Counsel
GRevised: 10/08/03 Contract No. 39141 Page 36 of 97 Pages
ALL-PURPOSE ACKNOWLEDGMENT
} SS.
State of California
County of SLO
ta/b104
personally appeared RusseLLR. W1LSod , D ELL Wr(s(lb4
before me, 3kna Moub (NOTARY] @ATE1 On
SIGhER(S)
dersonally known to me - OR - 0 proved to me on the basis of satisfactory
evidence to be the person(s) whose name(s)
is/are subscribed to the within instrument and
acknowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signatures(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
IRENE MOAT{ Comm. # 1408540 NOTARY PUBLIC-CALIFORNIA E Son Luis Oblsoa Cauntv WITNESS my hand and official seal.
\ h- yYL4la;f;;) NOTARY'S SIGNATURE
OPTIONAL INFORMATION
The information below is not required by law. However, it could prevent fraudulent attachment of this acknowl-
edgment to an unauthorized document.
CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT
0 INDIVIDUAL 0 CORPORATE OFFICER
TITLE OR TYPE OF DOCUMENT
TITLE(S)
PARTNER(S) 0 ATTORNEY-IN-FACT NUMBER OF PAGES
0 TRUSTEE(S)
DATE OF DOCUMENT n GUARDIAN/CONSERVATOR 0 OTHER:
OTHER
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
RIGHT THUMBPRINT
OF
SIGNER
Q P
iPA 5/99 VALLEY-SIERRA. 800-362-3369
Bond #: 60 45 709
Premium: $7,755.00
FAITHFUL PERFORMANCEWARRANTY BOND
WHEREAS, the Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad,
State of California, by Resolution No. 1230 , adopted NOVEMBER 16, 2004 , has awarded
to SPECIAL SERVICE CONTRACTORS INC.
(hereinafter
designated as the "Principal"), a Contract for: Encina Basin Water Reclamation Program Phase II
Project, Carlsbad Paseo del Node Pipeline Project, Contract No. 39141
in the Carlsbad Municipal Water District, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the Secretary of the Board
of Directors (City Clerk of the City of Carlsbad), all of which are incorporated herein by this
reference.
WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract;
NOW, THEREFOREE, WE, SPECIAL SERVICE CONTRACTORS INC. I as Principal,
(hereinafter designated as the "Contractor"), and First National Insurance Company of
America , as Surety, are held and firmly bound unto the Carlsbad Municipal
Water District, in the sum of FIVE HUNDRED SIXTY THREE THOUSAND SEVEN HUNDRED
FORTY EIGHT Dollars ($563,748), said sum being equal to one hundred percent (100%) of the
estimated amount of the Contract, to be paid to District or its certain attorney, its successors and
assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any
alteration thereof made as therein provided on their part, to be kept and performed at the time and in
the manner therein specified, and in all respects according to their true intent and meaning, and
shall indemnify and save harmless the Carlsbad Municipal Water District, its officers, employees and
agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall
remain in full force and effect.
As a part of the obligation secured hereby and in addition to the 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.
e=
%#Revised: 10/08/03 Contract No. 39141 Page 39 of 97 Pages
Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of
the Contract, or to the work to be performed thereunder or the specifications accompanying the
same shall affect its obligations on this bond, and it does hereby waive notice of any change,
extension of time, alterations or addition to the terms of the contract or to the work or to the specifications.
In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall
not exonerate the Surety from its obligations under this bond.
Executed by SURETY this 23 day of
Executed by CONTRACTOR this 23
November ,2004.
day of November ,2004.
CONTRACTOR:
Special Service Contractors, Inc.
(name of Contractor)
By:
(sign here)
KO%&Il bo; J5Dm - (print name here)
SURETY: First National Insurance
Company of America
(name of Surety)
400 Taylor Boulevard
Pleasant Hill, California 94523
(address of Surety)
(925) 969-2180
By: - (sTgnature of Attorney-in-Fact)
K. Dixon Wright, Attorney-in-fact
(printed name of Attorney-in-Fact)
(Attach corporate resolution showing current
power of attorney.) (print name here)
.s- (Title and Ofganization of signatory)
(Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL General Counsel
By:
Qrn v
%@Revised: 10/08/03 Contract No. 39141 Page 40 of 97 Pages
SAFECO"
FIRST NATIONAL SURETY f4 POBOX34526
SEATTLE, WA 98 124- 1526
KNOW ALL BY THESE PRESENTS:
POWER
OF ATTORNEY FIRST NATIONAL INSURANCE COMPANY OF AMERICA
PO BOX 34526
SEATTLE, WA 98124-1526
No. 10866
its true and lawful attomey(s)-in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar
character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such
instruments had been duly executed by its regularly elected officers at its home office.
IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents
this 30th day of Jmw , 2003
CHRISTINE MEAD, SECRETARY MIKE MCGAVICK, PRESIDENT
CERTIFICATE
Extract from the By-Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA:
"Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that r purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to
execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business ... On any
instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any insbument conferring such authority or on any bond or
undertaking of the company, the seal, or a facsimile thereof, may be impressed cf aftixed or in any other manner reproduced; provided, however, that the seal shall not
be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of
FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28,1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(i) The provisions of Article V, Section 13 of the By-Laws, and
(ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and
(iii) Certifying that said power-of-attorney appointment is in full force and effed,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, Christine Mead, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the Bylaws and of a
Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct and that both the By-Laws, the
Resolution and the Power of Attorney are still in full force and effed.
IN WITNESS WHEREOF, I have hereunto set my hand and affuted the facsimile seal of said corporation
this 23 day of November , 2004
r' CHRISTINE MEAD, SECRETARY
S-I049/FNEF 7/98 63 A registered trademark of SAFECO Corporation
01/30/2003 PDF
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of Mar in
On November 23, 2004 before me, Stacy M. Davis, Notary Public 9
personally appeared K. Dixon Wright I
DATE NAME, TITLE OF OFFICER. E.G.. "JANE DOE, NOTARY PUBLIC"
NAME(S) OF SIGNER(S)
personally known to me - OR - 0 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 ac-
knowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
WKNESS my hanQnd official seal.
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
INDIVIDUAL 0 CORPORATE OFFICER
TITLE OR TYPE OF DOCUMENT TITLE(S)
0 PARTNER(S) c] LIMITED
1 ATTORN EY-I N-FACT 0 TRUSTEE(S) 0 GUARDIAN/CONSERVATOR 0 OTHER:
c] GENERAL
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTIlY(1ES)
SIGNER(S) OTHER THAN NAMED ABOVE First National Insurance Company
of America
BD-1133 3/94 Q1993 NATIONAL NOTARY ASSOCIATION 8236 Remrnel Ave., P.O. Box 7184 Canoga Park, CA 91309-71 84
i
II
r
rc-
the entlty upon behalf of whlch W perk($)
acted, executed the Instnunent.
ALL-PURPOSE ACKNOWLEDGMENT
State of California I
personally known to me - OR - 0 proved to me on the basis of satisfactory
evidence to be the person(s) whose name(s)
is/are subscribed to the within instrument and
acknowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signatures(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
OPTIONAL IN
The information below is not required by law. However, it could prevent fraudulent attachment of this acknowl-
edgment to an unauthorized document.
CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT
0 INDIVIDUAL 0 CORPORATE OFFICER
TITLE OR TYPE OF DOCUMENT
TITLEIS)
c] PARTNER(S) 0 ATTORNEY-IN-FACT NUMBER OF PAGES
0 TRUSTEE(S)
0 GUARDIAN/CONSERVATOR 0 OTHER: DATE OF DOCUMENT
OTHER
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITYIIES)
RIGHT THUMBPRINT
OF
SIGNER
APA 5/99 VALLEY-SIERRA, 800-362-3369
..- EXHIBIT B
IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING
THE TERRORISM RISK INSURANCE ACT OF 2002
As a surety bond customer of one of the SAFECO insurance companies (SAFECO Insurance Company of
America, General Insurance Company of America, First National Insurance Company, American States Insur-
ance Company or American Economy Insurance Company), it is our duty to notify you that the Terrorism Risk
Insurance Act of 2002 extends to “surety insurance”. This means that under certain circumstances we may be
eligible for reimbursement of certain surety bond losses by the United States government under a formula
established by this Act.
Under this formula, the United States government pays 90% of losses caused by certified acts of terrorism that
exceed a statutorily established deductible to be paid by the insurance company providing the bond. The Act
also establishes a $100 billion cap for the total of all losses to be paid by all insurers for certified acts of
terrorism. Losses on some or all of your bonds may be subject to this cap.
This notice does not modify any of the existing terms and conditions of this bond, the underlying agreement
guaranteed by this bond, any statutes governing the terms of this bond or any generally applicable rules of law.
At this time there is no premium change resulting from this Act.
c
S6248 2/03
Bond : 60 45 709
Premium: Included in Performance Bond
LABOR AND MATERIALS BOND
WHEREAS, the Board of Directors of the City of Carlsbad, State of California, by
Resolution
No. 1230 , adopted NOVEMBER 16, 2004 , has awarded to
SPECIAL SERVICE CONTRACTORS INC. (hereinafter designated
as the "Principal"), a Contract for: Paseo Del Norte Recycled Water Pipeline, Contract No. 39141
in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract
Documents now on file in the Office of the Secretary of the Board of Directors (City Clerk of the City
of Carlsbad) and all of which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof
require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to
pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the
Surety on this bond will pay the same to the extent hereinafter set forth.
NOW, THEREFOREE, WE, SPECIAL SERVICE CONTRACTORS INC. , as Principal, (hereinafter designated as the "Contractor"), and
First National Insurance Company of America as Surety, are held
firmly bound unto the Carlsbad Municipal Water District in the sum of FIVE HUNDRED SIXTY
THREE THOUSAND SEVEN HUNDRED FORTY EIGHT Dollars ($563,748), 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 hidher subcontractors
fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about
the performance of the work contracted to be done, or for any other work or labor thereon of any
kind, consistent with California Civil Code section 3181, or for amounts due under the
Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be
fixed by the court consistent with California Civil Code section 3248.
This bond shall inure to the benefit of any of the persons named in California Civil Code section 31 81, so as to give a right of action to those persons or their assigns in any suit brought upon the
bond.
Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of
the Contract, or to the work to be performed thereunder or the specifications accompanying the 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.
,-
e-
%#Revised: 10/08/03 Contract No. 39141 Page 37 of 97 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 23
day of November ,2004.
CONTRACTOR:
Special Service Contractors, Inc. -.
(sign here) J
(name of eontractor) A
(sign here) J
U dkJ 1 (print name here)
day Executed by SURETY this 23
of November ,20 04.
SURETY: First National Insurance Company
of America
400 Taylor Boulevard
Pleasant Hill, California 94523
(name of Surety)
(address of Surety)
(925) 969-2180
K. Dixon Wright, Attorney-in-fact
(printed name of Attorney-in-Fact)
Ae (title and orgsnizadon of signatbry)
(attach corporate resolution showing current
/power of attorney)
(Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. If only
one officer signs, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering that officer to bind the corporation .)
APPROVED AS TO FORM:
RONALD R. BALL
General Counsel
By:
Deputy General &unsel
em
%$Revised: 10/08/03 Contract No. 39141 Page 38 of 97 Pages
SAFECO"
FIRST NATIONAL SURETY f- POBOX34526
SEATTLE, WA 981 24- 1526
KNOW ALL BY THESE PRESENTS:
POWER
OF ATTORNEY FIRST NATIONAL INSURANCE COMPANY OF AMERICA
PO BOX 34526
SEATTLE, WA 98124-1526
No. 10866
its true and lawful attomey(s)in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar
character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such
instruments had been duly executed by its regularly elected officers at its home office.
IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents
this 30th dayof January , 2003
CHRISTINE MEAD, SECRETARY MIKE MCGAVICK, PRESIDENT
CERTIFICATE
Extract from the By-Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA:
"Attide V. Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that r purpose by the officer in charge of surety Operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to
execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business ... On any
instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or
undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed 01 in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of
FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28,1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(i) The provisions of Article V, Section 13 of the By-Laws, and
(ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and
(iii) Certifying that said power-ofattomey appointment is in full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, Christine Mead, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a
Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the
Resdution and the Power of Attorney are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and aRxed the facsimile seal of said corporation
2004 this 23 day of NOWd3er
CHRISTINE MEAD, SECRETARY
S-l049/FNEF 7/90 @A registered trademark of SAFECO Corporation
01/30/2003 PDF
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
,-
c
c
State of California
County of Mar in
On November 23, 2004 before me, Stacy M. Davis, Notary Public I
personally appeared K. Dixon Wright 1
DATE NAME, TITLE OF OFFICER . E.G.. "JANE DOE, NOTARY PUBLIC"
NAME(S) OF SIGNER(S)
personally known to me - OR - 0 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 ac-
knowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
QQJESS my hand and official seal.
U OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
0 INDIVIDUAL
CORPORATE OFFICER
TITLE OR TYPE OF DOCUMENT TITLE@)
PARTNER(S) LIMITED
GENERAL
ATTORNEY-IN-FACT NUMBER OF PAGES c] TRUSTEE(S) 0 GUARDIANKONSERVATOR
[7 OTHER:
DATE OF DOCUMENT
SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTIlY(IES)
SIGNER(S) OTHER THAN NAMED ABOVE First National Insurance Company
of America
ED-1133 3/94 01993 NATIONAL NOTARY ASSOCIATION * 8236 Remrnet Ave., P.O. Box 7184 * Canoga Park, CA 91309-7184
. . .I
.- EXHIBIT B
IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING
THE TERRORISM RISK INSURANCE ACT OF 2002
As a surety bond customer of one of the SAFECO insurance companies (SAFECO Insurance Company of
America, General Insurance Company of America, First National Insurance Company, American States Insur-
ance Company or American Economy Insurance Company), it is our duty to notify you that the Terrorism Risk
Insurance Act of 2002 extends to “surety insurance”. This means that under certain circumstances we may be
eligible for reimbursement of certain surety bond losses by the United States government under a formula
established by this Act.
Under this formula, the United States government pays 90% of losses caused by certified acts of terrorism that
exceed a statutorily established deductible to be paid by the insurance company providing the bond. The Act
also establishes a $100 billion cap for the total of all losses to be paid by all insurers for certified acts of
terrorism. Losses on some or all of your bonds may be subject to this cap.
This notice does not modify any of the existing terms and conditions of this bond, the underlying agreement
guaranteed by this bond, any statutes governing the terms of this bond or any generally applicable rules of law.
At this time there is no premium change resulting from this Act.
c
s-6248 2/03
c
f-
_-
Ilyknowntome
evidwca
the enthy upon behalf of whlch the person($) actad, exearbed tfw bwtnrment.
AESS my hand and official seal.
hwlption of Attached Document
Capeclty(iee) Claimed by SIgner
.* ..
ALL-PURPOSE ACKNOWLEDGMENT
State of California 'I
wersonally known to me - OR - 0 proved to me on the basis of satisfactory
evidence to be the person(s) whose name(s)
is/are subscribed to the within instrument and
acknowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signatures(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
OPTIONAL IN
The information below is not required by law. However,
DESCRIPTION OF ATTACHED DOCUMENT
edgment to an unauthorized document.
CAPACITY CLAIMED BY SIGNER (PRINCIPAL)
INDIVIDUAL 0 CORPORATE OFFICER
TITLE(S)
0 PARTNER(S) 0 ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 GUARDIAN/CONSERVATOR 0 OTHER:
SIGNER IS REPRESENTING:
NAME OF PEKSON(S) OK ENTITY(1ES)
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
OTHER
5
5 SIGNER -
c .-
L .-
a n
RIGHT THUMBPRINT
OF
5
[1 1;
APA 5/99 VALLEY-SIERRA, 800-362-3369
Bond #: 60 45 709
Premium: $7,755.00
_-
FAITHFUL PERFORMANCENVARRANTY BOND
WHEREAS, the Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad,
State of California, by Resolution No. 1230 , adopted NOVEMBER 16, 2004 , has awarded
to SPECIAL SERVICE CONTRACTORS INC.
(hereinafter
designated as the "Principal"), a Contract for: Encina Basin Water Reclamation Program Phase II
Project, Carlsbad Paseo del Norte Pipeline Project, Contract No. 39141
in the Carlsbad Municipal Water District, in strict conformity with the contract, the drawings and
specifications, and other Contract Documents now on file in the Office of the Secretary of the Board
of Directors (City Clerk of the City of Carlsbad), all of which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof
require the furnishing of a bond for the faithful performance and warranty of said Contract;
NOW, THEREFOREE, WE, SPECIAL SERVICE CONTRACTORS INC. > as Principal,
I
(hereinafter designated as the "Contractor"), and
America
First National Insurance Company of
, as Surety, are held and firmly bound unto the Carlsbad Municipal
Water District, in the sum of FIVE HUNDRED SIXTY THREE THOUSAND SEVEN HUNDRED
FORTY EIGHT Dollars ($563,748), said sum being equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid to District or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and
administrators, successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and
well and truly keep and perform the covenants, conditions, and agreements in the Contract and any
alteration thereof made as therein provided on their part, to be kept and performed at the time and in
the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the Carlsbad Municipal Water District, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall
remain in full force and effect.
As a part of the obligation secured hereby and in addition to the face amount specified therefore,
there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the District in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered.
*-
%$Revised: 10/08/03 Contract No. 39141 Page 39 of 97 Pages
Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder or the specifications accompanying the
same shall affect its obligations on this bond, and it does hereby waive notice of any change,
extension of time, alterations or addition to the terms of the contract or to the work or to the specifications.
In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall
not exonerate the Surety from its obligations under this bond.
Executed by SURETY this 23 day of Executed by CONTRACTOR this 23
November ,2004. day of November ,2004.
CONTRACTOR: SURETY: First National Insurance
Company of America
Special Service Contractors, Inc.
(name of Contractor)
By: (sign here)
U44fd\l E. \J& jur>ln (print name here)
PM5,i.f h g, 0 F (Title and Organizati
(print name here)
(name of Surety)
400 Taylor Boulevard
Pleasant Hill, California 94523
(address of Surety)
(925) 969-2180
By:
K. Dixon Wright. Attorney-in-fact
(printed name of Attorney-in-Fact)
(Attach corporate resolution showing current power of attorney.)
(Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. If only
one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL General Counsel
em
%SRevised: 10/08/03 Contract No. 39141 Page 40 of 97 Pages
SAFECON
FIRST NATIONAL SURETY ,r' PO BOX 34526
SEATTLE, WA 98124-1526
POWER
OF ATTORNEY FIRST NATIONAL INSURANCE COMPANY OF AMERICA
PO BOX 34526
SEATTLE, WA 98124-1526
Na. in866
its true and lawful attorney(s)-in-fad, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar
character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office.
IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents
this 30th dayof January , 2003
CHRISTINE MEAD, SECRETARY MIKE MCGAVICK, PRESIDENT
C ERTl FlCATE
Extract from the By-Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA:
"Artide V. Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that
P purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to
execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business ... On any
instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or
undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not
be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of
FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28,1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(i) The provisions of Article V, Section 13 of the By-Law, and
(ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and
(iii) Certifying that said power-of-attorney appointment is in full force and effed,
the signature of the ceming officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, Christine Mead, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certiv that the foregoing extracts of the By-Laws and of a
Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the
Resolution and the Power of Attmey are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
this 23 day of November , 2004
CHRISTINE MEAD, SECRETARY
S-1049IFNEF 7198 @A registered trademark of SAFECO Corporation
01/30/2003 PDF
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of Mar in
On November 23, 2004 before me, Stacy M. Davis, Notary Public I
DATE NAME, TITLE OF OFFICER. E.G.. "JANE DOE. NOTARY PUBLIC"
personally appeared K. Dixon Wright 1
NAME(S) OF SIGNER(S)
personally known to me - OR - 0 proved to me on the basis of satisfactory evidence
to be the person@) whose name(s) idare
subscribed to the within instrument and ac-
knowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument. COMM. EXP. NOV. 3,2007
MNESS my hand pxj official seal.
S~GNATUREOF NOTARY -iJ
0 PTlONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
0 INDIVIDUAL 0 CORPORATE OFFICER
TITLE(S)
0 PARTNER(S) LIMITED
GENERAL
ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 - GUARDIAN/CONSERVATOR
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
u OTHER:
DATE OF DOCUMENT
SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES)
SIGNER(S) OTHER THAN NAMED ABOVE First National Insurance Company
of America
00-1133 3/94 Q1993 NATIONAL NOTARY ASSOCIATION * 8236 Remmet Ave.. P.O. Box 7184 Canoga Park, CA 91309-7184
,.-
rc CALIFORNIA AlLSU8mSL ACKNOWtEOOYECYT
State of Caitfomia 'I
rsonally known to me
evidence
the entlty upon behalf of whlch the person(s)
acted, executed the Instrument.
&ESS my hand and official seal.
t:8 39Wd 01301-LZZ-SBB s5 :PI EBOZ~IKE
ALL-PURPOSE ACKNOWLEDGMENT
,-
/-
State of California 'I
County of
kersonally known to me - OR - 0 proved to me on the basis of satisfactory
evidence to be the person(s) whose name(s)
is/are subscribed to the within instrument and
acknowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signatures(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
OPTIONAL INFORMATION
The information below is not required by law. However, it could prevent fraudulent attachment of this acknowl-
edgment to an unauthorized document.
CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT
0 INDIVIDUAL 0 CORPORATE OFFICER
TITLE OR TYPE OF DOCUMENT
TITLE(S)
PARTNER(S) 0 ATTORNEY-IN-FACT 0 TRUSTEE(S)
NUMBER OF PAGES
DATE OF DOCUMENT 0 GUARDIAN/CONSERVATOR 0 OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(1ES)
RIGHT THUMBPRINT
OF
SIGNER
APA 5/99 VALLEY-SIERRA, 800-362-3369
EXHIBIT B
IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING
THE TERRORISM RISK INSURANCE ACT OF 2002
As a surety bond customer of one of the SAFECO insurance companies (SAFECO Insurance Company of
America, General Insurance Company of America, First National Insurance Company, American States Insur-
ance Company or American Economy Insurance Company), it is our duty to notify you that the Terrorism Risk
Insurance Act of 2002 extends to "surety insurance". This means that under certain circumstances we may be
eligible for reimbursement of certain surety bond losses by the United States government under a formula
established by this Act.
Under this formula, the United States government pays 90% of losses caused by certified acts of terrorism that
exceed a statutorily established deductible to be paid by the insurance company providing the bond. The Act
also establishes a $100 billion cap for the total of all losses to be paid by all insurers for certified acts of
terrorism. Losses on some or all of your bonds may be subject to this cap.
This notice does not modify any of the existing terms and conditions of this bond, the underlying agreement
guaranteed by this bond, any statutes governing the terms of this bond or any generally applicable rules of law.
At this time there is no premium change resulting from this Act.
.I
S6248 2/03
Bond : 60 45 709
Premium: Included in Performance Bond
WHEREAS, the Board of Directors of the City of Carlsbad, State of California, by Resolution
No. 1230 , adopted NOVEMBER 16, 2004 , has awarded to
SPECIAL SERVICE CONTRACTORS INC. (hereinafter designated
as the “Principal”), a Contract for: Paseo Del Norte Recycled Water Pipeline, Contract No. 39141
in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the Secretary of the Board of Directors (City Clerk of the City of Carlsbad) and all of which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to
pay for any materials, provisions, provender or other supplies or teams used in, upon or about the
performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth.
NOW, THEREFOREE, WE, SPECIAL SERVICE CONTRACTORS INC. , as Principal, (hereinafter designated as the “Contractor”), and
First National Insurance company of America as Surety, are held
firmly bound unto the Carlsbad Municipal Water District in the sum of FIVE HUNDRED SIXTY THREE THOUSAND SEVEN HUNDRED FORTY EIGHT Dollars ($563,748), said sum being an
amount equal to: One hundred percent (100%) of the total amount payable under the terms of the
contract by the Carlsbad Municipal Water District, and for which payment well and truly to be made
we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any
kind, consistent with California Civil Code section 3181, or for amounts due under the
Unemployment Insurance Code with respect to the work or labor performed under this Contract, or
for any amounts required to be deducted, withheld, and paid over to the Employment Development
Department from the wages of employees of the contractor and subcontractors pursuant to section
13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will
pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney’s fees, to be fixed by the court consistent with California Civil Code section 3248.
This bond shall inure to the benefit of any of the persons named in California Civil Code section 3181, so as to give a right of action to those persons or their assigns in any suit brought upon the bond.
Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of
the Contract, or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications.
4-
%$Revised: 10/08/03 Contract No. 39141 Page 37 of 97Pages
c
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 23 Executed by SURETY this 23 day
day of November ,2004. of November ,2004.
CONTRACTOR: SURETY:
Special Service Contractors, Inc. of America
First National Insurance Company
(name of Surety)
400 Taylor Boulevard
Pleasant Hill, California 94523
(sign here) (address of Surety)
*
U55L II E. W\I-kL/h (925) 969-2180 (print name here)’
By :
(signahre of Attorney-in-Fact)
(printed name of Attorney-in-Fact)
K. Dixon Wright, Attorney-in-fact
(print name here) (attach corporate resolution showing current
power of attorney)
(Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. If only
one officer signs, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL
General Counsel
By:
Depsy General Cou’nsel
,-
em
%SRevised: 1 0108103 Contract No. 39141 Page 38 of 97 Pages
SAFECO"
FIRST NATIONAL SURETY POBOX34526
SEATTLE, WA 98 124- 1526
KNOW ALL BY THESE PRESENTS:
POWER
OF ATTORNEY FIRST NATIONAL INSURANCE COMPANY OF AMERICA
PO BOX 34526
SEATTLE, WA 98124-1526
No. 10866
its true and lawful attomey(s)in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar
character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such
instruments had been duly executed by its regularly elected officers at its home office.
IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents
this 30th dayof January , 2003
CHRISTINE MEAD, SECRETARY MIKE MCGAVICK, PRESIDENT
CERTIFICATE
Extract from the By-Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA:
"Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that ,-- purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to
execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business ... On any
instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority cf on any bond or
undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not
be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of
FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28,1970
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(i) The provisions of Article V, Section 13 of the By-Laws, and
(ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and
(iii) Certiing that said power-of-attorney appointment is in full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, Christine Mead, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing exlmcts of the By-Laws and of a
Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the
Resolution and the Power of Attmey are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
this 23 day of November , 2004
CHRISTINE MEAD, SECRETARY
S-l049/FNEF 7/98 @A registered trademark of SAFECO Corporation
01/30/2003 PDF
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of Mar in
On November 23, 2004 before me, Stacy M. Davis, Notary Public t
personally appeared K. Dixon Wright I
DATE NAME. TITLE OF OFFICER . E.G.. "JANE DOE, NOTARY PUBLIC"
NAME(S) OF SIGNER(S)
personally known to me - OR - c] 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 ac-
knowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
0 INDIVIDUAL 0 CORPORATE OFFICER
TITLE OR TYPE OF DOCUMENT TITLE(S)
0 PARTNER@) LIMITED
ATTORNEY-IN-FACT NUMBER OF PAGES
GUARDIAN/CONSERVATOR
OTHER:
GENERAL
TRUSTEE(S)
DATE OF DOCUMENT
SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES)
SIGNER(S) OTHER THAN NAMED ABOVE First National Insurance Company
o f her ica
BD-1133 3/94 01993 NATIONAL NOTARY ASSOCIATION - 8236 Remmet Ave.. P.O. Box 7184 Canoga Park, CA 91309-71 84
,- EXHIBIT B
IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING
THE TERRORISM RISK INSURANCE ACT OF 2002
As a surety bond customer of one of the SAFECO insurance companies (SAFECO Insurance Company of
America, General Insurance Company of America, First National Insurance Company, American States Insur-
ance Company or American Economy Insurance Company), it is our duty to notify you that the Terrorism Risk
Insurance Act of 2002 extends to "surety insurance". This means that under certain circumstances we may be
eligible for reimbursement of certain surety bond losses by the United States government under a formula
established by this Act.
Under this formula, the United States government pays 90% of losses caused by certified acts of terrorism that
exceed a statutorily established deductible to be paid by the insurance company providing the bond. The Act
also establishes a $100 billion cap for the total of all losses to be paid by all insurers for certified acts of
terrorism. Losses on some or all of your bonds may be subject to this cap.
This notice does not modify any of the existing terms and conditions of this bond, the underlying agreement
guaranteed by this bond, any statutes governing the terms of this bond or any generally applicable rules of law.
At this time there is no premium change resulting from this Act.
S6248 2/03
i
.-
INM) m3s 33ds
CALIFORNIA AlL.PURW$LCL ACKNoWLEPoUElsT
.-
CQ 39Wd
State of California
County of yI#Lc;D't%Lb
mooidly known to me
evklence
to be the won(+) whose n~eQf@w
subscribed to the edcnowkdoedm the same in
capacityM, and dghature(.I on the krstrument
the entlty upon behalf of whlch the person(s)
acted, executed the Instrument.
MESS my hand and official seal.
ALL-PURPOSE ACKNOWLEDGMENT
r
/-
} SS.
State of California
County of 5kh.v t!4L 06C;pB
&personally known to me - OR - 0 proved to me on the basis of satisfactory
evidence to be the person(s) whose name(s)
is/are subscribed to the within instrument and
acknowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signatures(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
OPTIONAL INFORMATION
The information below is not required by law. However, it could prevent f
edgment to an unauthorized document.
CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT
0 INDIVIDUAL 0 CORPORATE OFFICER
TITLE OR TYPE OF DOCUMENT
TITLE(S)
0 PARTNER(S)
0 ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 GUARDIAN/CONSERVATOR
OTHER:
NUMBER OF PAGES
DATE OF DOCUMENT
OTHER
SIGNER IS REPRESENTING: RIGHT THUMBPRINT
OF
SIGNER
NAME OF PERSON(S) OR ENTITY(IES)
APA 5/99 VALLEY-SIERRA, 800-362-3369
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.
2.
3.
4.
5. -
Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California, the
Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention
earnings required to be withheld by the District pursuant to the Construction Contract entered into
between the District and Contractor for Encina Basin Water Reclamation Program Phase It
Project, Carlsbad Paseo del Norte Pipeline Project, Contract No. 39141 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 , and shall designate the
Contractor as the beneficial owner.
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.
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.
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.
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.
GRevised: 10/08/03 Contract No. 39141 Page 41 of 97 Pages
6.
I
7.
8.
9.
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 District consents to the withdrawal of the amount sought to be withdrawn by
Contractor.
,
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.
Upon receipt of written notification from the District certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable
to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately
upon disbursement of all moneys and securities on deposit and payments of fees and charges.
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.
IO. 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
For Contractor:
For Escrow Agent:
Title
Name
Signature
Address
Title
Name
Signature
Address
GRevised: 10/08/03 Contract No. 39141 Page 42 of 97Pages
.-
I
At the time the Escrow Account is opened, the District and Contractor shall deliver to the Escrow
Agent a fully executed counterpart of this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the
date first set forth above.
For District:
For Contractor:
For Escrow Agent:
Title PRESIDENT
Name
Signature
Address
Title
Name
Signature
Address
GRevised: 10/08/03 Contract No. 39141
Title
Name
Signa tu re
Address
Page 43 of 97 Pages
SUPPLEMENTAL PROVISIONS
FOR
CONTRACT NO. 3914
PASEO DEL NORTE RECYCLED WATER PIPELINE
SUPPLEMENTAL PROVISIONS TO
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
PART 1, GENERAL PROVISIONS
SECTION 1 -- TERMS, DEFlNlTlONS ABBREVIATIONS AND SYMBOLS
1-1 TERMS
Add the following sections:
1-1 .I Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled",
or words of similar import are used, it shall be understood that reference is made to the plans
accompanying these provisions, unless stated Otherwise.
-
1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are
used, it shall be understood that the direction, designation or selection of the Engineer is intended,
unless stated otherwise. The word "required" and words of similar import shall be understood to
mean "as required to properly complete the work as required and as approved by the Engineer,"
unless stated otherwise.
1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such
words of similar import are used, it shall be understood such words are followed by the expression "in
the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval",
"acceptance", or words of similar import are used, it shall be understood that the approval,
acceptance, or similar import of the Engineer is intended.
1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its
expense, shall perform all operations, labor, tools and equipment, and further, including the
furnishing and installing of materials that are indicated, specified or required to mean that the
Contractor, at its expense, shall furnish and install the work, complete in place and ready to use,
including furnishing of necessary labor, materials, tools, equipment, and transportation.
1-2 DEFINITIONS. Modify as follows: The following words, or groups of words, shall be exclusively
defined by the definitions assigned to them herein.
_- Agency -the Carlsbad Municipal Water District of Carlsbad, California.
Board of Directors - the Board of Directors of the Carlsbad Municipal District of the City of
@Revised: 10/08/03 Contract No. 39141 Page 44 of 97 Pages
Carlsbad.
Executive Manager - the Executive Manager of the Carlsbad Municipal Water District or hidher
approved representative.
Dispute Board - Persons designated by the Executive Manager to hear and advise the Executive
Manager on claims submitted by the Contractor. The Executive Manager is the last appeal level for
informal dispute resolution.
Engineer - The District Engineer of the Carlsbad Municipal Water District or hidher approved
representative. The District Engineer is the third level of appeal for informal dispute resolution.
Minor Bid Item - A single contract item constituting less than 10 percent (loo/,) of the original
Contract Price bid.
Own Organization - When used in Section 2-3.1 - Employees of the Contractor who. are hired,
directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further,
such employees have their employment taxes, State disability insurance payments, State and
Federal income taxes paid and administered, as applicable, by the Contractor. When used in
Section 2-3. I ”own organization” means construction equipment that the Contractor owns or leases
and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an
operator is not part of the Contractor‘s Own Organization and will not be included for the purpose of
compliance with section 2-3.1 of the Standard Specifications and these Supplemental Provisions.
Owner OperatorlLessor - Any person who provides equipment or tools with an operator provided
who is employed by neither the Contractor nor a subcontractor and is neither an agent or employee
of the Agency or a public utility.
-
Principal Inspector - The Senior Inspector’s immediate supervisor and second level of appeal for
informal dispute resolution.
Project Inspector -The Engineer’s designated representative for inspection, contract administration
and first level for informal dispute resolution.
Project Manager - The District Engineer of the Carlsbad Municipal Water District or hidher
approved representative.
Senior Inspector - the Project Inspector’s immediate supervisor and first level of appeal for informal
dispute resolution.
1-3 ABBREVIATIONS
1-3.2 Common Usage. Add the following:
Ab brevi at ion
Apts
Bldg
CMWD
CSSD
cfs
Comm
DR
E
@Revised: 10/08/03
Word or Words
Apartment and Apartments
Building band Buildings
Carlsbad Municipal Water District
Carlsbad Supplemental Standard Drawings
Cubic Feet per Second
Commercial
Dimension Ratio
Electric
Contract No. 39141 Page 45 of 97 Pages
G
gal Gar
GNV
gpm IE
LCWD
MSL
MTBM
NCTD
OHE
OMWD
ROW
S
SDNR
SDRSD
SFM
T
UE
W
VWD
Gas
Gallon and Gallons
Garage and Garages
Ground Not Visible
gallons per minute
Invert Elevation
Leucadia County Water District
Mean Sea Level (see Regional Standard Drawing M-12)
Microtunneling Boring Machine
North County Transit District
Overhead Electric
Olivenhain Municipal Water District
Rig ht-of-Wa y
Sewer or Slope, as applicable
San Diego Northern Railway
San Diego Regional Standard Drawings
Sewer Force Main
Telephone
Underground Electric
Water, Wider or Width, as applicable
Vallecitos Water District
SECTION 2 -- SCOPE AND CONTROL OF THE WORK - 2-3 SUBCONTRACTS.
2-3.1 General, add the following: Should the Contractor fail to adhere to the provisions requiring
the Contractor.to complete 50 percent of the contract price with its own organization, the Agency may
at its sole discretion elect to cancel the contract or to deduct an amount equal to 10 percent of the
value of the work performed in excess of 50 percent of the contract price by other than the
Contractor's own organization. The Board of Directors shall be the sole body for determination of a
violation of these provisions. In any proceedings under this section, the prime contractor shalt be
entitled to a public hearing before the Board of Directors and shall be notified ten (IO) days in
advance of the time and location of said hearing. The determination of the Board of Directors shall
be final.
2-4 CONTRACT BONDS, modify the second sentence of paragraph one as follows: Delete, "who
is listed in the latest version of U.S. Department of Treasury Circular 570."
Modify Paragraphs three and four to read: The Contractor shall provide a faithful
performance/warranty bond and payment bond (labor and materials bond) for this contract. The
faithful performance/warranty bond shall be in the amount of 100 percent of the contract price. The
Contractor shall provide bonds to secure payment of laborers and material suppliers, in an amount
equal to:
1) One hundred percent (100%) of the total amount payable bu the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000).
2) Fifty percent (50%) of the total amount payable, by the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million
dollars ($1 0,000,000).
@Revised: 10/08/03 Contract No. 39141 Page 46 of 97 Pages
3) Twenty-five percent (25%) of the total amount payable be the terms of the contract if the contract exceeds ten million dollars ($1 0,000,000).
-
Both bonds shall extend in full force and effect and be retained by the Agency during this project until
they are released according to the provisions of this section.
The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days
after recordation of the Notice of Completion and will remain in full force and effect for the one year
warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The
bonds to secure payment of laborers and material suppliers shall be released six months plus 30
days after recordation of the Notice of Completion if all claims have been paid.
Add the following: All bonds are to be placed with a surety insurance carrier admitted and
authorized to transact the business of insurance in California and whose assets exceed their
liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the
following documents:
1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other
2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner.
instrument entitling or authorizing the person who executed the bond to do so.
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. -
2-5 PLANS AND SPECIFICATIONS.
2-5.1 General. Add the following:
The specifications for the work include the Standard Specifications for Public Works Construction,
(SSPWC), 2003 Edition, hereinafter designated "SSPWC", as written and promulgated by the Joint
Cooperative Committee of the Southern California Chapter American Public Works Association and
Southern California Districts Associated General Contractors of California, and as amended by the
Supplemental Provisions section of this contract.
The construction plans consist of two sets.
The first set is designated as City of Carlsbad Drawing No. 417-2 and consists of 13 sheets.
The second set is designated as City of Carlsbad Drawing No. 404-6A and consists of 4 sheets.
The standard drawings used for this project are the June 2004 edition of the Carlsbad Municipal
Water District Standard Drawings, and the latest edition of the San Diego Area Regional Standard
Drawings, hereinafter designated SDRS, as issued by the San Diego County Department of Public
Works.
2-5.2 Precedence of Contract Documents. Modify as follows:
If there is a conflict between Contract Documents, the document highest in precedence shall control.
The precedence shall be the most recent edition of the following documents listed in order of highest
@Revised: 10/08/03 Contract No. 39141 Page 47 of 97Pages
to lowest precedence:
1 ) Permits from other agencies as may be required by law. 2) Supplemental Provisions.
3) Technical Specifications.
4) Plans.
5) Standard Plans.
a) City of Carlsbad Supplemental 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.
5) Regional Supplement Amendments to the Standard Specifications for Public Works Construction
6) Standard Specifications for Public Works Construction. 7) Reference Specifications.
8) Manufacturer's Installation Recommendations.
-
Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will
take precedence over items 2) through 8) above. Detailed plans and plan views will have
precedence over general plans.
2-5.3.3 Submittals. Add the following:
Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of
the original submittal followed by an ascending alphabetical designation (e.9. The label '4-12' would
indicate the third instance that the fourth submittal has been given to the Engineer). Each sheet of
each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be
accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of Transmittal shall
contain the following:
I-
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
6) Description of the contents of the submittals.
7) Identification of deviations from the contract documents.
When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification
that he has reviewed, checked, and approved the Shop Drawings and that they are in conformance
with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place
the following certification on all submittals:
"I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed 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:
@Revised: 10/08/03 Contract No. 39141 Page 48 of 97 Pages
Add the following:
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 upon completion of the work.
Payment for performing the work required by section 2-5.4 shall be included in various bid items and
no additional payment will be made therefore.
2-9 SURVEYING
2-9.1 Permanent Survey Markers. Delete sections 2-9.1 and replace with the following:
The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the
consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting
an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or
a registered civil engineer authorized to practice land surveying within the State of California,
hereinafter surveyor, to establish the location of the monument before it is disturbed. The Contractor
shall have the monument replaced by the surveyor no later than thirty (30) days after construction at
the site of the replacement is completed. The surveyor shall file comer record(s) as required by E$J
8772 and 8773, et seq. of the California Business and Professions Code.
When a change is made in the finished elevation of the pavement of any roadway in which a
permanent survey monument is located, the Contractor shall adjust the monument frame and cover
to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the
satisfaction of the Engineer.
__
2-9.2 Survey Service. Delete sections 2-9.2 and replace with the following:
The Contractor shall hire and pay for the services of a surveyor to perform all work necessary for
establishing control, construction staking, records research and all other surveying work necessary to
construct the work, provide surveying services as required herein and provide surveying, drafting and
other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor
shall be resident on the site during all surveying operations and shall personally supervise and certify
the surveying work.
Add the following sections:
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 (8’1; by 11”) paper. The field notes, calculations and data shall be clear
and complete with name of the Surveyor, the party chief, field crew members, preparer of the field
notes or calculations. They shall be annotated with the date of observation or calculation, be
numbered with consecutive page numbers and shall be readable without resort to any electronic aid,
computer program or documentation for any computer program. The field notes shall be prepared in
conformance with the CALTRANS “Surveys Manual”. The Contractor shall have a Record of Survey
prepared by the Surveyor and file it in conformance with 53 8700 - 8805 of the State of California
-
@Revised: 10/08/03 Contract No. 39141 Page 49 of 97Pages
Business and Professions Code when the surveyor performs any surveying that such map is
required under §Q 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@) 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.
Centerline or Parallel to Centerline
Spacing@,, @
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.
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.
Lateral
Spacing @,, Q
TABLE 28.2.2(A)
Survey Requirements for Construction Staking
5300m (1 OOO’), Street Intersections, Begin and end of curves, only when shown on the plans
lath - Intervisible, I 15m (50) on tangents
& I 7.5m (25’) on curves, Painted line -
continuous
lntervisible and < 15m (50’)
Feature Staked
on street centerline
at clearing line
Grade Breaks
Street Centerline
I 60 m (200’) on tangents, I 15m (50’) on
:urves when R> 300m (1000’) 8 7.5m (25) on
curves when RI 300m (1 000’)
I 15m (50’)
2 15 m (50’) on tangents & curves when R1
300m (1000’) & 57.5m (25’) on curves when
R I300m (1000’)
5 7.5m (25’) or as per the intersection grid
points shown on the plan whichever provides the denser information
ntervisible & I 7.5m (25’), beginning and end, BC & EC of facilities, Grade breaks,
Alignment breaks, Junctions, Inlets 8 similar
facilities. Risers & similar facilities (exmot
Clearing
N/A ( constant
offset)
N/A
56.7 m (22’)
edge of pavement, paving pass width, crown line & grade
breaks
as appropriate
Slope
Fence
Rough Grade Cut
or Fills 2 10 m
(33’)
Final Grade
(includes top of:
Basement soil, subbaseand basel
Asphalt Pavemen
Finish Course
Pipes & similar Facilities@, 0
Stake
Description @
SDRS M-10
Monument
Lath in soil, painted line
)n PCC & AC
surfaces
RP + Marker Stake
RP + Marker
Stake
RP + Marker
Stake
RP + Marker Stake, Blue- op in grading
area
RP, paint on previous
course
RP + Marker
Stake
Setting Tolerance
(Within)
7 mm (0.02’)
Horizontal, also see
section 2-9.2.1 herein
0.3 m (1’) Horizontal
30 mm (0.1’) Vertical &
Horizontal
30 mm (0.1’) Horizontal
30 mm (0.1’) Vertical & Horizontal
10 mm (‘//e”) Horizontal &7mm (‘/:)vertical
10 mm (‘//e”) Horizontal
& 7 mm (’1:) Vertical
10 mm (‘//e”) Horizontal & 7 mm (I/() Vertical
GRevised: 10/08/03 Contract No. 39141 Page 50 of 97 Pages
Feature Staked Stake
Description 0
Centerline or Parallel to Centerline
Spacing@, Q
Lateral
Spacing 0, Q - Setting Tolerance
(Within)
plumbing), Skewed cut-off lines
I 7.5m (25'). BC & EC. at %A, %A & "A on 10 mm ('/E") Horizontal
& 7 mm t/~ Vertical
RP + Marker
Stake
RP + Marker
Stake
RP + Marker
Stake
RP + Marker
Stake
RP + Marker
Stake + Line
Stake
RP + Marker
Stake + Line
Stake
RP + Marker Stake + Line =oint +Guard Stake
RP + Marker Stake + Line 'oint +Guard
Stake
RP
(constant
offset)
as appropriate
curb curb rekms & at beginning & end
Vertical locations shall be based on the Traffic Signal @ ultimate elevation of curb and sidewalk
at each pole & controller location 10 mm ('h") Horizontal Signal Poles &
Controller 0
Junction Box
8 7 mm C'/kn) Vertical
10 mm (?E") Horizontal
& 7 mm ('/4") Vertical
10 mm (%") Horizontal
at each junction box location as appropriate
as appropriate Conduit 0 .5 15 m (50') on tangents & curves when R2
300m (1000') & I 7.5m (25') on curves when R I 300m (1000') or where grade I 0.30%
&when depth cannot
be measured from
existing pgvement 7 mm ( /4 ) Vertical
10 mm ('//e") Horizontal
& 7 mm (l/4") Vertical
(when vertical data
needed)
30 mm (0.1') Vertical &
Horizontal
7 mm ('1411) Horizontal 8 7 mm (l/4") Vertical
Minor Structure (I as appropriate for catch basins: at centerline of box, ends of box &wings & at each end of the local
depression 0
I 15 m (50') & along end slopes & conic transitions
5 15 m (50') and at beginning 8 end of: each
wall, BC 8 EC, layout line angle points, shanges in footing dimensions &/or elevation
& wall height
3 m to 10 m (IO' to 33') as required by the Engineer, BC & EC, transition points 8 at leginning & end. Elevation points on footings at bottom of columns
I m to 10 m (10' to 33') sufficient to use strins lines, BC & EC, transition points & at
beginning & end. Elevation points on footings
at bottom of columns
as appropriate Abutment Fill
Wall 0 as appropriate
Major Structure 8
Footings, Bents Abutments &
Wingwalls
Superstructure5
IO mm ('/E") Horizontal - & 7 mm (l/4'') Vertical as appropriate
as appropriate IO rnm ('/en) Horizontal
& 7 mm (l/4") Vertical
Miscellaneous 0
Contour Grading 0
Utilities 0, 0
I 15 m (50') RP + Marker Stake
RP + Marker
Stake
RP + Marker Stake
RP + Marker Stake + Line 'oint +Guard
Stake
RP + Marker
Stake
RP + Marker
Stake
RP + Marker
Stake
RP + Marker
along contour
line
as appropriate
10 mm (0.1') Vertical &
Horizontal
IO mm ('b") Horizontal
& 7 mm ('14') Vertical
30 mm (0.1') Horizontal & 7 rnm
(l/~) Vertical
10 mm (0.1') Vertical &
Horizontal
I 15 m (50') on tangents & curves when R2
300m (1 000') & I 7.5m (25') on curves when
R I 300m (1000') or where grade I 0.30%
intervisible 8 I30 m (loo'), BC & EC of
facilities, Grade breaks, Alignment breaks,
Junctions, Inlets & similar facilities
At sign location
as appropriate Channels, Dikes & Ditches 0
Signs 0 Line point
as appropriate
At beginning & end
At marker
location(s)
at railing &
30 mm (0.1') Horizontal & 7 mm
(l/4") Vertical
30 mm (0.1') Horizontal & 7 mm
('/4") Vertical
7 mm ('14") Horizontal
Subsurface Drains 0 intervisible & I 15m (50'), BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities
longitudinal location Overside Drains
0
Markers 0 for asphalt street surfacing I 15 m (50') on
angents & curves when R2 300m (1 000') & 5
1.5m (25) on curves when R I 300m (1000').
At beginning & end and I 15 m (50') on IO mm ('la") Horizontal Railings &
GRevised: 10/08/03 Contract No. 39141 Page 51 of 97 Pages
Feature Staked I Stake I Centerline or Parallel to Centerline
Vertical Control
Clearing
Grading
.-
Bench marks W hite/Orange
Limits of clearing Yellow/Black
Slope, intermediate slope, abutment fill, rough grade, contour grading, final Yellow
Barriers a
Structure
Drainage. Sewer. Curb
AC Dikes 6)
Box Culverts
grade, etc.
Bridges, sound and retaining walls, box culverts, etc.
PiDe culverts, iunction boxes, drop inlets, headwalls, sewer lines, storm
White
Blue
Pavement
Markers@
-
Right-of-way
Miscellaneous
0 Staking for feati
drains, slope protection, curbs, gutters, etc.
Fences, R/ W lines, easements, property monuments, etc.
Signs, railings, barriers, lighting, etc.
WhiteNellow
Orange
Description
(23
Stake
RP + Marker Stake
RP
e may be om
Spacing@, Q
'tangents & curves when R 1 300m (1 000') & :
7.5m (25') on curves when R 5 300m (1000')
At beginning 8 end
3 m to 10 m (IO' to 33') as required by the
Engineer, BC & EC, transition points & at
beginning & end. Elevation points on footing!
& at invert
60 m (200') on tangents, 15m (50') on curves
when R 2 300m~(l000') 81 7.5m (25') on
curves when R I 300m (1000') For PCC
ted when adjacent marker stakes reference t
Lateral
Spacing 0, @
barrier
location(s)
as appropriate
as appropriate
at pavement
marker
location(s)
offset and el€
Setting Tolerance
(Within)
8 Vertical
30 mm (0.1'1 Horizontal & Vertical
10 mm C"/S") Horizontal
7 mrn ('14") Horizontal
ation of those features
and the accuracy requirements of the RP meet the requirements for the feature 0 Reference points shall be sufficiently durable and set securely enough to survive with accuracy intact throughout the installation & inspection of the features or adjacent facilities for which they provide control. RP means reference point for the purposes of this table
0 Perpendicular to centerline.
0 Some features are not necessarily parallel to centerline but are referenced thereto
GI Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the feature
@ 2 means greater than, or equal to, the number following the symbol. I means less than, or equal to, the number
following the symbol.
0 The cut datum for storm drainage 8 sanitary sewer pipes 8 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(B) -
TABLE 2-9.2.2(B)
Survey Stake Color Code for Construction Staking
Type of Stake 1 Description I COlOP
Horizontal Control I Coordinated control points, control lines, control reference points, centerline, I WhitelRed
2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections
2-9.1 through 2-9.3.2 shall be included in the actual bid items requiring the survey work and no
additional payment will be made. Extension of unit prices for extra work shall include full
compensation for attendant survey work and no additional payment will be made therefore. Payment
for the replacement of disturbed monuments and the filing of comer records shall be incidental to the
work necessitating the disturbance of said monuments and no additional payment will be made
therefore.
GRevised: 10/08/03 Contract No. 39141 Page 52 of 97 Pages
2-10 AUTHORITY OF BOARD AND ENGINEER
Add the following sections:
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 andlor make available, to the
Engineer, within San Diego County, accurate books and accounting records relative to all its
activities and to contractually require all subcontractors to this contract to do the same. The
Engineer shall have the right to monitor, assess, and evaluate Contractor’s and its subcontractor’s
performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include,
but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of
Contractor‘s staff and the staff of all subcontractors to the contract. At any time during normal
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 of its subcontractors to this contract shall maintain such data and records for as
long as may be required by applicable laws and regulations.
SECTION 3 -- CHANGES IN WORK
3-3 EXTRA WORK
3-2.2.1 Contract Unit Prices. Add the following:
In the case of an increase or decrease in quantity of a minor bid item in excess of 25 percent of the
original quantity bid adjustment of contract unit price for such items will be limited to that portion of
the change in excess of 25 percent of the original quantity listed in the Contractor‘s bid proposal for
this contract. Adjustments in excess of 25 percent may, at the option of the Engineer, be paid
pursuant to section 3-3, Extra Work.
3-3.2.2 ( c ) Tool and Equipment Rental. Second paragraph, modify as follows:
Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental
and delay costs shall be the edition of the, “Labor Surcharge & Equipment Rental Rates” published
by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay
factors therein shall be used as multipliers of the rental rates for determining the value of costs for
delay to the Contractor and subcontractors, if any. The labor rates published therein are not a part of
this contract.
3-3.2.3 Markup, Delete section 3-3.2.3 (a) and (b) to the SSPWC and replace with the following:
(a) and shall constitute the markup for all overhead and profits:
1) Labor ................................... 20
Work by Contractor. The following percentages shall be added to the Contractor’s costs
GRevised: 10/08/03 Contract No. 39141 Page 53 of 97Pages
2) Materials ............................. 15
3) Equipment Rental ................... 15
4) Other Items and Expenditures .. 15
.I
To the sum of the costs and markups provided for in this section, 1 percent shall be added as
compensation for bonding.
(b) When all or any part of the extra work is performed by a
Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor‘s actual
cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the
extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted
portion of the extra work may be added by the Contractor.
Work by Subcontractor.
3-3.3 Daily Reports by Contractor, add the following after the second sentence: Payment for
extra work will not be made until such time that the Contractor submits completed daily reports and
all supporting documents to the Engineer.
3-4 CHANGED CONDITIONS.
five (5), and add the following:
Delete the second sentence of paragraph three, delete paragraph
The Contractor shall not be entitled to the payment of any additional compensation for any act, or
failure to act, by the Engineer, including failure or refusal to issue a change order, or for the
happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first
given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this
section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time
Accounting, nor to any claim that is based on differences in measurement or errors of computation
as to contract quantities. The written notice of potential claim for changed conditions shall be
submitted by the Contractor to the Engineer upon their discovery and prior to the time that the
Contractor performs the work giving rise to the potential claim. The Contractor’s failure to give
written notice of potential claim for changed conditions to the agency upon their discovery and before
they are disturbed shall constitute a waiver of all claims in connection therewith.
-
The Contractor shall provide the District with a written document containing a description of the
particular circumstances giving rise to the potential claim, the reasons for which the Contractor
believes additional compensation may be due and nature of any and all costs involved within 20
working days of the date of service of the written notice of potential claim for changed conditions.
Verbal notifications are disallowed.
The potential claim shall include the following certification relative to the California False Claims Act,
Government Code Sections 12650-1 2655.
“The undersigned certifies that the above statements are made in full cognizance of the California
False Claims Act, Government Code sections 12650-1 2655. The undersigned further understands
and agrees that this potential claim, unless resolved, must be restated as a claim in response to the
City’s proposed final estimate in order for it to be further considered.”
By: Title:
Date:
Company Name:
-
QRevised: 10/08/03 Contract No. 39141 Page 54 of 97 Pages
The Contractor’s estimate of costs may be updated when actual costs are known. The Contractor
shall submit substantiation of its actual costs to the Engineer within 20 working days after the
affected work is completed. Failure to do so shall be sufficient cause for denial of any claim
subsequently filed on the basis of said notice of potential claim.
It is the intention of this section that differences between the parties arising under and by virtue of the
contract be brought to the attention of the Engineer at the earliest possible time in order that such
matters be settled, if possible, or other appropriate action promptly taken.
3-5 DISPUTED WORK. Add the following:
The Contractor shall give the agency written notice of potential claim prior to commencing any
disputed work. Failure to give said notice shall constitute a waiver of all claims in connection
therewith.
Delete second sentence of paragraph one and add the following:
Prior to proceeding with dispute resolution pursuant to Public Contract Code (PCC) provisions
specified hereinafter, the contractor shall attempt to resolve all disputes informally through the
following dispute resolution chain of command:
1. Project Inspector
2. Senior Inspector
3. Principal Inspector
4. Public Works Director
5. Executive Manager
The Contractor shall submit a complete report within 20 working days after completion of the
disputed work stating its position on the claim, the contractual basis for the claim, along with all
documentation supporting the costs and all other evidentiary materials. At each level of claim or
appeal of claim the District will, within 10 working days of receipt of said claim or appeal of claim,
review the Contractor’s report and respond with a position, request additional information or request
that the Contractor meet and present its report. When additional information or a meeting is
requested the District will provide its position within ‘IO working days of receipt of said additional
information or Contractor’s presentation of its report. The Contractor may appeal each level’s position
up to the Executive Manager after which Contractor may proceed under the provisions of the Public
Contract Code.
The authority within the dispute resolution chain of command is limited to recommending a resolution
to a claim to the Executive Manager. Actual approval of the claim is subject to the change order
provisions in the contract.
All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures
in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section
201 04) which is set forth below:
ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS
20104. (a)(l) This article applies to all public works claims of three hundred seventy-five thousand
dollars ($375,000) or less which arise between a contractor and a local agency.
(2) This article shall not apply to any claims resulting from a contract between a contractor and a
GRevised: 10/08/03 Contract No. 39141 Page 55 of 97 Pages
public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1
(commencing with Section 10240) of Chapter 1 of Part 2.
(b)(l) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except
that "public work" does not include any work or improvement contracted for by the state or the
Regents of the University of California.
(2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of
money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract
for a public work and payment of which is not otherwise expressly provided for or the claimant is not
otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency.
(c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications
for any work which may give rise to a claim under this article.
(d) This article applies only to contracts entered into on or after January 1, 1991.
I
20104.2. For any claim subject to this article, the following requirements apply:
(a) The claim shall be in writing and include the documents necessary to substantiate the claim.
Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to
extend the time limit or supersede notice requirements otherwise provided by contract for the filing of
claims.
(b)(l) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in
writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30
days of receipt of the claim, any additional documentation supporting the claim or relating to
defenses to the claim the local agency may have against the claimant.
(2) If additional information is thereafter required, it shall be requested and provided pursuant to this
subdivision, upon mutual agreement of the local agency and the claimant.
(3) The local agency's written response to the claim, as further documented, shall be submitted to the
claimant within 15 days after receipt of the further documentation or within a period of time no greater
than that taken by the claimant in producing the additional information, whichever is greater.
(c)(l) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred
seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written
claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of
the claim, any additional documentation supporting the claim or relating to defenses to the claim the
local agency may have against the claimant.
(2) If additional information is thereafter required, it shall be requested and provided pursuant to this
subdivision, upon mutual agreement of the local agency and the claimant.
(3) The local agency's written response to the claim, as further documented, shall be submitted to
the claimant within 30 days after receipt of the further documentation, or within a period of time no
greater than that taken by the claimant in producing the additional information or requested
documentation, whichever is greater.
(d) If the claimant disputes the local agency's written response, or the local agency fails to respond
within the time prescribed, the claimant may so notify the local agency, in writing, either within 15
days of receipt of the local agency's response or within 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
--
-
GRevised: 10/08/03 Contract No. 39141 Page 56 of 97Pages
(commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division
3.6 of Title 1 of the Government Code. -
20104.4. The following procedures are established for all civil actions filed to resolve claims subject
to this article:
(a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court
shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties.
The mediation process shall provide for the selection within 15 days by both parties of a disinterested
third person as mediator, shall be commenced within 30 days of the submittal, and shall be
concluded within 15 days from the commencement of the mediation unless a time requirement is
extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to
select a mediator within the 15-day period, any party may petition the court to appoint the mediator.
(b)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to
Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure,
notwithstanding Section 1141 .I 1 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing
with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any
proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration.
(2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed
for purposes of this article shall be experienced in construction law, and, upon stipulation of the
parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to
exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except
in the case of arbitration where the arbitrator, for good cause, determines a different division. In no
event shall these fees or expenses be paid by state or county funds.
(3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil
Procedure, any party who after receiving an arbitration award requests a trial de novo but does not
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
obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, -
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.
SECTION 4 - CONTROL OF MATERIALS
4-1 MATERIALS AND WORKMANSHIP.
4-1.3.1 General. Add the following:
The Contractor shall provide the Engineer free and safe access to any and all parts of work at any
time. Such free and safe access shall include means of safe access and egress, ventilation,
lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the
State of California, California Code of Regulations, Title 8, 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.
-
GRevised: 10/08/03 Contract No. 39141 Page 57 of 97Pages
4-1.4 Test of Materials. Delete the phrase, “and a reasonable amount of retesting”, from the third
sentence of the first paragraph. n
Add the following:
Except as specified in these Supplemental 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 and the Supplemental Provisions.
The cost of all other tests shall be bome by the Contractor.
At the option of the Engineer, the source of supply of each of the materials shall be approved by him
before the delivery is started. All materials proposed for use may be inspected or tested at any time
during their preparation and use. If, after incorporating such materials into the Work, it is found that
sources of supply that have been approved do not furnish a uniform product, or if the product from
any source proves unacceptable at any time, the Contractor shall furnish approved material from
other approved sources. If any product proves unacceptable after improper storage, handling or for
any other reason it shall be rejected, not incorporated into the work and shall be removed from the
project site all at the Contractor’s expense.
Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the
requirements of the specifications shall be bome 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.
4-1.6 Trade Names or Equals. Add the following:
The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole
opinion of the Engineer, the substitution is determined to be unsatisfactory in performance,
appearance, durability, compatibility with associated items, availability of repair parts and suitability
of application the Contractor shall remove the substituted item and replace it with the originally
specified item at no cost to the Agency.
Add the following section:
4-2 MATERIALS TRANSPORTATION, HANDLING & STORAGE. The Contractor shall order,
purchase, transport, coordinate delivery, accept delivery, confirm the quality and quality received,
prepare storage area(s), store, handle, protect, move relocate, remove and dispose excess of all
materials used to accomplish the Work. Materials shall be delivered to the site of the work only
during working hours, as defined in section 6-7.2 and shall be accompanied by bills of lading that
shall clearly state for each delivery: the name of the Contractor as consignee, the project name and
number, address of delivery and name of consignor and a description of the material(s) shipped.
Prior to storage of any materials which have been shipped to or by the Contractor to any location
within the Agency’s boundaries the Contractor shall provide the Engineer a copy of lease
agreements for each property where such materials are stored. The lease agreement shall clearly
state the term of the lease, the description of materials allowed to be stored and shall provide for the
removal of the materials and restoration of the storage site within the time allowed for the Work. All
such storage shall conform to all laws and ordinances that may pertain to the materials stored and
to preparation of the storage site and the location of the site on which the materials are stored. Loss,
damage or deterioration of all stored materials shall be the Contractor’s responsibility. Conformance
to the requirements of this section, both within and outside the limits of work are a part of the Work.
The Engineer shall have the right to verify the suitability of materials and their proper storage at any
time during the Work.
GRevised: 10/08/03 Contract No. 39141 Page 58 of 97 Pages
SECTION 5 -- UTILITIES
5-1 LOCATION. Add the following:
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
andlor completeness of the nature, size and/or location of utilities indicated on the Plans is not
guaranteed.
5-4 RELOCATION. Delete the first paragraph and substitute the following:
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 request to the Engineer, may be permitted to
temporarily omit the portion of work affected by the utility. Such omission shall be for the Contractor's
convenience and no additional compensation will be allowed therefore. The portion thus omitted
shall be constructed by the Contractor immediately following the relocation of the utility involved
unless otherwise directed by the Engineer.
SECTION 6 -- PROSECUTION, PROGRESS AND
ACCEPTANCE OF THE WORK
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete subsection 6-1 and substitute the following: -
Except as otherwise provided herein and unless otherwise prohibited by permits from other
agencies as may be required by law the Contractor shall begin work within 14 calendar days after
receipt of the "Notice to Proceed".
Add the following sections:
6-1 .l 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 .I .I Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline
Construction Schedule per the submittal requirements of section 2-5.3. The submittal of the Baseline
Construction Schedule shall include each item and element of sections 6-1.2 through 6-1.2.9 and
shall be on hard (paper) copy and electronic media conforming to section 6-1.3.3 Electronic Media.
6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall
prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the
precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall
depict a workable plan showing the sequence, duration, and interdependence of all activities
required to represent the complete performance of all project work as well as periods where work is
precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of
@Revised: 10/08/03 Contract No. 39141
-,
Page 59 of 97 Pages
the notice to proceed and conclude with the date of final completion per the contract duration. The
Baseline Construction Schedule shall include detail of all project phasing, staging, and sequencing,
including all milestones necessary to define beginning and ending of each phase or stage.
-
6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the
Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram
showing all of the activities, logic relationships, and milestones comprising the schedule.
6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall
prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity
the identification number, the description, the duration, the early start, the early finish, the late start,
the late finish, the total float, and all predecessor and successor activities for the activity described.
6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare
and submit to the Engineer a chart showing individual tasks and their durations arranged with the
tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture
patterns or distinctive line types to show the critical path.
6-1.2.4 Schedule Software. The Contractor shall use commercially available software equal to
the Windows 95 compatible “Suretrak” program by Primavera or ”Project” program by Microsoft
Corporation to prepare the Baseline Construction Schedule and all updates thereto. The Contractor
shall submit to the Agency a 89 mm (3.5) data disk with all network information contained thereon, in
a format readable by a Microsoft Windows 95 system. The Agency will use a “Suretrak, “Project” or
equal software program for review of the Contractor’s schedule. Should the Contractor elect to use a
scheduling program other than the ”Suretrak“ program by Primavera or “Project” program by
Microsoft Corporation the Contractor shall provide the Engineer three copies of the substituted
program that are fully licensed to the Agency and 32 class hours of on-site training by the program
publisher for up to eight Agency staff members. The classes shall be presented on Mondays through
Thursdays, inclusive, between the hours of 8:OO a.m. and 500 p.m. The location dates and times of
the on-site training shall be submitted to the Engineer for approval five working days before the start
of the on-site training. The training shall be completed prior to the submittal of the first Baseline
Construction Schedule.
-
6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter
than 1 working day nor longer than 15 working days, unless specifically and individually allowed by
the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activities,
including submittals, interfaces between utility companies and other agencies, project milestones and
equipment and material deliveries. The number of activities will be sufficient, in the judgment of the
Engineer, to communicate the Contractor’s plan for project execution, to accurately describe the
project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity’s
description shall accurately define the work planned for the activity and each activity shall have
recognizable beginning and end points.
6-1.2.6 Float.
to whatever party or contingency first exhausts it.
Float or slack time within the schedule is available without charge or compensation
6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency
supplied materials, equipment, or services, which may impact any activity’s construction shall be
shown as a restraint to those activities. Time periods to accommodate the review and correction of
submittals shall be included in the schedule. -
GRevised: 10/08/03 Contract No. 39141 Page 60 of 97 Pages
6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer
than the specified contract duration will not be acceptable and will be grounds for default by
Contractor, per section 6-4.
-
6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor’s plan to
support and maintain the project for the entire contractual timespan of the project. Should the
Contractor propose a project duration shorter than contract duration, a complete Baseline
Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance
with all schedule requirements of section 6-1. The Engineer may choose to accept the Contractor’s
proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the
shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public
and private, which interFace with the project are able to support the provisions of the shortened
Baseline Construction Schedule. The Agency’s acceptance of a shortened duration project will be
confirmed through the execution of a contract change order revising the project duration and
implementing all contractual requirements including liquidated damages in accordance with the
revised duration.
6-1.2.10 Engineer’s Review. The Construction Schedule is subject to the review of the Engineer,
The Engineer’s determination that the Baseline Construction Schedule proposed by the Contractor
complies with the requirements of these special provisions shall be a condition precedent to issuance
of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule
does not meet the requirements of these specifications the Contractor shall correct the Construction
Schedule to meet these specifications and resubmit it to the Engineer. Failure of the Contractor to
obtain the Engineer’s determination that the initial Construction Schedule proposed by the Contractor
complies with the requirements of these special provisions within thirty (30) working days after the
date of the preconstruction meeting shall be grounds for termination of the contract per section 6-4.
Days used by the Engineer to review the initial Construction Schedule will not be included in the 30
working days.
-
The Engineer will review and return to the Contractor, with any comments, the Baseline Construction
Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned
marked as per sections 6-1.2.10.1 through 6-1.2.1 0.3.
6-1.2.10.1 “Accepted.”
Notice to Proceed, and will receive payment for the schedule in accordance with section 6-1.8.1.
The Contractor may proceed with the project work upon issuance of the
6-1.2.10.2 “Accepted with Comments.” The Contractor may proceed with the project work upon
issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the
comments prior to receipt of payment per section 6-1.8.1.
6-1.2.10.3 “Not Accepted.” The Contractor must resubmit the schedule incorporating the
corrections and changes of the comments prior to receipt of payment per section 6-1.8.1. The Notice
to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as
required hereinbefore and marked “Accepted” or “Accepted with Comments” by the Engineer. The
Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract
under the provisions of section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments
are not submitted as required hereinbefore and marked “Accepted” by the Engineer.
6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the
Engineer during the last week of each month to agree upon each activity’s schedule status and shall
submit monthly updates of the Baseline Construction Schedule confirming the agreements no later
than the fifth working day of the following month. The monthly update will be submitted on hard
(paper) copy and electronic media conforming to section 6-1.3.3 Electronic Media per the submittal
-
aRevised: 10/08/03 Contract No. 39141 Page 61 of 97 Pages
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.
Contractor shall report the percentage determined by the Engineer as complete for the activity.
For each activity underway at the end of the month, the
6-1.3.3 Electronic Media. The schedule data disk shall be a 31/2n high density diskette, labeled
with the project name and number, the Contractor’s name and the date of preparation of the
schedule data disk. The schedule data disk shall be readable by the software specified in section 6-
1.2.2 Schedule Software and shall be free of file locking, encryption or any other protocol that would
impede full access of all data stored on it.
6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic,
with an explanation for each change.
6-1.3.5 Change Orders, Each monthly update will include the addition of the network revisions
reflecting the change orders approved in the previous month. The network revisions will be as
agreed upon during the review and acceptance of the Contractor’s change orders.
6-1.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their
durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar
chart shall use differing texture patterns or distinctive line types to show the critical path. c
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-
I .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.”
for the schedule in accordance with section 6-1.8.2.
The Contractor may proceed with the project work, and will receive payment
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.
’3Revised: 10/08/03 Contract No. 39141 Page 62 of 97 Pages
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 64 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 I including but not limited to the acceptance and payment
provisions.
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
I
9-3.2.
6-1.8 Measurement and Payment. The Contractor’s preparation, revision, and maintenance of
the Construction Schedule are incidental to the Work and no separate payment will be made for the
Construction Schedule.
6-2 PROSECUTION OF WORK.
Add the following sections:
6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and
materials, and performing all operations necessary to complete the Project Work as shown on the
Project Plans and as specified in the Specifications.
6-2.2.5 Weekend and Night Work. Weekend and/or night work shall be performed by the
Contractor to reconstruct the pipelines across major intersections and within major arterial streets as
indicated on the Traffic Control Plans provided as part of the Contract Documents and as otherwise
required by the City Traffic Engineer for work not covered by the Contract Document Traffic Control
Plans. -.
6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project
GRevised: 10/08/03 Contract No. 39141 Page 63 of 97 Pages
Meetings. Each Project Meeting shall be attended by the Contractor‘s Representative. The Project
Representative shall be the individual determined under section 7-6, “The Contractor’s
Representative”, SSPWC. No separate payment for attendance of the Contractor, the Contractor’s
Representative or any other employee or subcontractor or subcontractor’s employee at these
meetings will be made.
6-6 DELAYS AND EXTENSIONS OF TIME
6-6.4 Written Notice and Report. Modify as follows:
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@) required by this section the Contractor agrees that no delay has occurred and that it will not
submit any claim(s) therefore.
6-7 TIME OF COMPLETION. Add the following:
The Contractor shall diligently prosecute the work to completion within 80 working days after the
starting date specified in the Notice to Proceed. -
6-7.2 Working Day. Add the following:
Unless otherwise approved in writing by the Engineer or as otherwise indicated on the Traffic Control
Plans provided as part of the Contract Documents or as otherwise required by the City Traffic
Engineer for work not covered by the Traffic Control Plans provided as part of the Contract
Documents, the hours of work shall be between the hours of 7:OO a.m. and 4:OO p.m. on Mondays
through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the
Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or
holidays. This written permission must be obtained at least 48 hours prior to such work The
Engineer may approve work outside the hours and/or days stated herein when, in hidher sole
opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The
Contractor shall pay the inspection costs of such work.
Contractor is hereby advised that the Engineer will require weekend work for pipeline construction
through major intersections as indicated on the project traffic control plans.’
6-8 COMPLETION AND ACCEPTANCE. Delete the second paragraph and add the following:
The Engineer will not accept the Work or any portion of the Work before all of the Work is
completed and all outstanding deficiencies that may exist are corrected by the Contractor and the
Engineer is satisfied that all the materials and workmanship, and all other features of the Work,
meet the requirements of all of the specifications for the Work. Use, temporary, interim or
permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the
Engineer’s judgment, the Work has been completed and is ready for acceptance the Engineer will
so certify to the Board. Upon such certification by the Engineer the Board may accept the
completed Work. Upon the Board’s acceptance of the Work the Engineer will cause a “Notice of
I
QRevised: 10/08/03 Contract No. 39141 Page 64 of 97 Pages
-.. Completion" to be filed in the office of the San Diego County Recorder. The date of recordation
shall be the date of completion of the Work.
Delete the first sentence of the third paragraph and substitute the following two sentences:
All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any
faulty work or materials discovered during the warranty period shall be repaired or replaced by the
Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as
a warranty bond for the one year warranty period.
6-9 LIQUIDATED DAMAGES. Modify the last sentence of the first paragraph and the first sentence
of the second paragraph and add the following:
For each consecutive calendar day in excess of the time specified for completion of Work, as
adjusted in accordance with 6-6, the Contractor shall pay the Agency, or have withheld monies due it,
the sum of Five Hundred Dollars ($500.00).
Execution of the Contract shall constitute agreement by the Agency and Contractor that $500.00 per
day is the minimum value of costs and actual damages caused by the Contractor to complete the
Work within the allotted time. Any progress payments made after the specified completion date shall
not constitute a waiver of this paragraph or of any damages.
SECTION 7 -- RESPONSIBILITIES of the CONTRACTOR
7-3 LIABILITY INSURANCE. Add the following:
All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-
:V and are admitted and authorized to conduct business in the state of California and are listed in the
official publication of the Department of Insurance of the State of California.
74 WORKERS' COMPENSATION INSURANCE. Add the following:
All insurance is to be placed with insurers that are admitted and authorized to conduct business in
the state of California and are listed in the official publication of the Department of Insurance of the
State of California. Policies issued by the State Compensation Fund meet the requirement for
workers' compensation insurance.
7-5 PERMITS. Delete the first sentence and add the following four sentences:
Except as specified herein the Contractor will obtain, at no permit fee cost to the Contractor, all
encroachment, right-of-way, grading, resource agency and building permits necessary to perform
work for this contract on Agency property, in streets, highways (except State highway right-of-way),
railways or other rights-of-way. Contractor 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.
Add the following section:
7-7 COOPERATION AND COLLATERAL WORK.
Add the following section:
@Revised: 10/08/03 Contract No. 39141 Page 65 of 97 Pages
- 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. Add the following:
Cleanup and dust control required herein shall also be executed on weekends and other non-working
days when needed to preserve the health safety or welfare of the public. The Contractor shall
conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer
may require increased levels of cleanup and dust control that, in hidher 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.
7-8.5 Temporary Light, Power and Water. Add the following:
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. Add the following:
The Contractor shall prepare and implement a storm water pollution and monitoring plan in
accordance with the California State Water Resources Control Board order number 92-08-DWQ,
NPDES General Permit number CAS000002 and the “Water Discharge Requirement for Discharges
of Storm Water Runoff Associated with Construction Activity“.
Add the following section:
7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped
with mufflers in good repair when in use on the project with special attention to the City Noise Control
Ordinance, Carlsbad Municipal Code Chapter 8.48.
7-10 PUBLIC CONVENIENCE AND SAFETY.
7-10.1 Traffic and Access. Add the following:
The Contractor shall schedule the work so as to prevent damage by all traffic, including but not
limited to mail delivery and in accordance with the allowable work hours shown on the Contract
Drawings. The Contractor shall not schedule work so as to conflict with trash pickup. The trash
hauling schedule can be obtained by calling the City’s contracted waste disposal company, Coast
Waste Management at 929-941 7. -
Seventy two hours prior to the start of any construction in the public right-of-way that affects vehicular
@Revised: 10/08/03 Contract No. 39141 Page 66 of 97 Pages
traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the
impending disruption. For a full street closure, all residences and/or businesses on the affected
street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the
residences and/or businesses directly affected by the work shall be notified.
-
The notification shall be hand delivered and shall state the date and time the work will begin and its
anticipated duration. The notification shall list two telephone numbers that may be called to obtain
additional information. One number shall be the Contractor's permanent office or field office and the
other number shall be a 24 hour number answered by someone who is knowledgeable about the
project. At least one of the phone numbers shall be in the (760) area code. An answering machine
shall not be connected to either number. The notification shall also give a brief description of the
work and simple instructions to the home or business owner on what they need to do to facilitate the
construction. The Contractor shall submit the contents of the notification to the Engineer for
approval. Notices shall not be distributed until approved by the Engineer.
For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a
doorknob without adhesives. It shall be a minimum size of 3-112 inches by 8-112 inches and shall be
brightly colored with contrasting printing. The material shall be equivalent in strength and durability to
65 Ib. card stock. The printing on the notice shall be no smaller than 12 point. An example of such
notice is provided in Appendix "A.
In addition to the notifications, the contractor shall post no parking signs 48 hours in advance of the
work being performed. The no parking signs shall state the date and time of parking restriction for a
duration not to exceed the time necessary to complete the work at that location. Failure of the
contractor to meet the posted date requires re-posting the no parking signs 48 hours in advance of
the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed
and re-posted 48 hours in advance of the rescheduled work. ._
The preparation, materials, printing and distribution of the notifications shall be included in the
contract price bid for traffic control and the Contractor will not be entitled to any additional
compensation for printing and distributing these notices.
7-1 0.3 Street Closures, Detours, Barricades. Modify the second paragraph as follows:
At least 5 working days prior to closing, detouring, partially closing or reopening any street, alley or
other public thoroughfare the Contractor shall notify the following:
1) The Engineer ...................................................................................... (760) 438-1161 X-4411
2) Carlsbad fire Department Dispatch .................................................... (760) 931-21 97
3) Carlsbad Police Department Dispatch .............................................. (760) 931 -21 97
4) Carlsbad Traffic Signals Maintenance ............................................... (760) 438-2980 X-2937
5) Carlsbad Traffic Signals Operations .................................................. (760) 438-1 161 X-4500
6) North County Transit District .............................................................. (760) 743-9346
7) Coast Waste Management ................................................................ (760) 929-9400
7-1 0.3 Street Closures, Detours, Barricades. Add the following sections:
Traffic controls shall be in accordance with the plans, Chapter 5 of the California Department of
Transportation "Manual of Traffic Controls," 1996 edition, these Supplemental Provisions, and as
shown on the Contract Drawings. If any component in the traffic control system is damaged,
displaced, or ceases to operate or function as specified, from any cause, during the progress of the
work, the Contractor shall immediately repair said component to its original condition or replace said
component and shall restore the component to its original location. In the event that the Contractor
-
@Revised: 10/08/03 Contract No. 39141 Page 67 of 97 Pages
fails to install and/or maintain barricades or such other trafFic signs, markings, delineation or devices
as may be required herein, the Engineer may, at hidher sole option, install the traffic signs, markings,
delineation or devices and charge the Contractor twenty dollars ($20.00) per day per traffic sign or
device, or the actual cost of providing such traffic control facility, whichever is the greater.
--
7-1 0.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control
devices shall be maintained throughout the duration of work in good order and according to the
approved traffic control plan. All construction area signs shall conform to the provisions of section
206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of section
214-5.1 .et seq. All temporary reflective channelizers shall conform to the provisions of section 214-
5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform
to the provisions of section 210-1.6 et seq. except that all temporary paint shall be rapid dry water
borne conforming to section 210-1.6 for materials and section 310-5 et seq. For workmanship.
Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction
and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory
signs, lights and devices shall be promptly removed by the Contractor when no longer required.
Warning and advisory signs that remain in place overnight shall be stationary mounted signs.
Stationary signs that warn of nonexistent conditions shall be removed from the traveled way and
from the view of motorists in the traveled way or shielded from the view of the traveling public during
such periods that their message does not pertain to existing conditions. Care shall be used in
performing excavation for signs in order to protect underground facilities. All excavation required to
install stationary construction area signs shall be performed by hand methods without the use of
power equipment. Warning and advisory signs that are used only during working hours may be
portable signs. Portable signs shall be removed from the traveled way and shielded from the view of
the traveling public during non-working hours. During the hours of darkness, as defined in Division 1,
Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the
Contractor, shall be in conformance with the provisions in section 206-7.2 et seq. If illuminated traffic
cones rather than post-type delineators are used during the hours of darkness, they shall be affixed
or covered with reflective cone sleeves as specified in CALTRANS “Standard Specifications”, except
the sleeves shall be 180 mm (7”) long. Personal vehicles of the Contractor‘s employees shall not be
parked within the traveled way, including any section closed to public traffic. Whenever the
Contractor’s vehicles or equipment are parked on the shoulder within 1.8 m (6’) of a traffic lane, the
shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper
in advance of the parked vehicles or equipment and along the edge of the pavement at 7.6 m (25’)
intervals to a point not less than 7.6 m (25’) past the last vehicle or piece of equipment. A minimum
of nine (9) cones or portable delineators shall be used for the taper. A C23 (Road Work Ahead) or
C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a sign post or telescoping
flag tree with flags. The sign post or flag tree shall be placed where directed by the Engineer.
-
7-10.3.2 Maintaining Traffic. The Contractor’s personnel shall not work closer than 1.8 m (6’), nor
operate equipment within 0.6 m (2’) from any traffic lane occupied by traffic. For equipment the 0.6 m
(2’) shall be measured from the closest approach of any part of the equipment as it is operated
and/or maneuvered in performing the work. This requirement may be waived when the Engineer has
given written authorization to the reduction in clearance that is specific to the time, duration and
location of such waiver, when such reduction is shown on the traffic control plans included in these
contract documents, when such reduction is shown on the traffic control plans prepared by the
Contractor and approved by the Engineer or for the work of installing, maintaining and removing
traffic control devices. As a condition of such waiver the Engineer may require the Contractor to
detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or
provide barriers.
During the entire construction, a minimum of one paved traffic lanes, not less than 3.6m (12’) wide,
shall be open for use by public traffic in each direction of travel.
e
@Revised: 10/08/03 Contract No. 39141 Page 68 of 97Pages
7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing -
traffic lanes or pedestrian walkways in accordance with the details shown on the plans, CALTRANS
"Manual of Traffic Control", latest edition, and provisions under "Maintaining Traffic" elsewhere in
these Supplemental Provisions. The provisions in this section will not relieve the Contractor from its
responsibility to provide such additional devices or take such measures as may be necessary to
maintain public safety.
When lanes are closed for only the duration of work periods, all components of the traffic control
system, except portable delineators placed along open trenches or excavation adjacent to the
traveled way, shall be removed from the traveled way and shoulder at the end work period. If the
Contractor so elects, said components may be stored at selected central locations, approved by the
Engineer, within the limits of the right-of-way.
7-1 0.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe
operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System
for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan
proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until he has submitted its plan to the Engineer and has
received the Engineer's written approval of said plan.
7-1 0.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished,
placed, maintained and removed in accordance with the minimum standards specified in Chapter 5
of the "Traffic Manual", latest edition, published by CALTRANS. Whenever the work causes
obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place
prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall
be provided at all times for traveled ways open to public traffic. All work necessary, including any
required lines or marks, to establish the alignment of temporary pavement delineation shall be
performed by the Contractor. When temporary pavement delineation is removed, all lines and marks
used to establish the alignment of the temporary pavement delineation shall be removed by grinding.
__
Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material.
Temporary pavement delineation shall not be applied over existing pavement delineation or other
temporary pavement delineation. Temporary pavement delineation shall be maintained until
superseded or replaced with permanent pavement delineation.
Temporary pavement delineation shall be removed when, as determined by the Engineer, the
temporary pavement delineation conflicts with the permanent pavement delineation or with a new
traffic pattern for the area and is no longer required for the direction of public traffic. When temporary
pavement delineation is required to be removed, all lines and marks used to establish the alignment
of the temporary pavement delineation shall be removed.
7-1 0.3.6 Temporary Traffic Signal Detection. The contractor shall install temporary video detection
as shown on the plans and in accordance with the Supplemental Provisions to Standard
Specifications for Public Works Construction, Part 2 Construction Materials, Section 209 Electrical
Components. The installation of the video detection system shall take place prior to damaging the
existing loop detection system and shall remain in operation until the existing loop detection system is restored to its original operating condition as determined by the engineer. The contractor shall
schedule work sequentially at intersections needing temporary video detection systems, so as to
reuse the same system at each of these locations.
7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan
Sheets. The Contractor shall prepare and submit traffic control plans (TCP) and/or Traffic Control
-
aRevised: 10/08/03 Contract No. 39141 Page 69 of 97 Pages
Staging plans (TCP) for work in all roadways. 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. 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. Design of TCP shall meet
the requirements of the Engineer and of the "MANUAL OF TRAFFIC CONTROLS", current edition,
as published by the State of California Department of Transportation. 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 the TCP. No work shall be commenced that is
until the TCP are approved by the Engineer. The preparation TCP shall not presuppose their
approval or obligate the Agency in any fashion. Submittal and review requirements for TCP shall
conform to the requirements of section 2-5.3 Shop Drawings and Submittals.
-
7-10.3.7 Payment. The Contractor shall provide traffic control at the contract lump sum price bid.
The contract lump sum price paid for "traffic control" shall include full compensation for furnishing all
labor (including flagging costs), materials (including signs), tools, equipment and incidentals, and for
doing all the work involved in preparation, reproduction and changing of traffic control plans, placing,
applying traffic stripes and pavement markers with bituminous adhesive, removing, storing,
maintaining, moving to new locations, replacing, and disposing of the components of the traffic
control system as shown on the plans and approved additions and modifications, as specified in
these special provisions, and as directed by the Engineer. All expenses and time to prepare TCP
designs shall be included in the lump sum bid for traffic control and no additional payment will be
made therefore. Flagging costs will be paid for as a part of the Lump Sum Amount for "Traffic
Control." The cost of labor and material for portable concrete barriers will be paid for at the unit price
bid. When there is no bid item for the cost of labor and material for portable concrete barriers, they
will be paid as an incidental to the work being performed, and no additional payment will be made
therefore. Progress payments for "Traffic Control" will be based on the percentage of the
improvement work completed.
.-
Add the following section:
7-10.4.4 Safety and Protection of Workers and Public. The Contractor shall take all necessary
precautions for the safety of employees on the work and shall comply with all applicable provisions of
Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons
on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect
and properly maintain at all times, as required by the conditions and progress of the work, all
necessary safeguards for the protection of workers and public, and shall use danger signs warning
against hazards created by such features of construction as protruding nails, hoists, well holes, and
falling materials.
7-13 LAWS TO BE OBSERVED. Add the following:
Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this
notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the
proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish
and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game
Code shall become conditions of the contract.
-
@Revised: 10/08/03 Contract No. 39141 Page 70 of 97 Pages
-.
SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL
(NOT USED)
SECTION 9 -- MEASUREMENT & PAYMENT
9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK
9-1.4 Units of Measurement. Modify as follows:
The system of measure for this contract shall be the U.S. Standard Measures.
9-3 PAYMENT
9-3.1 General. Delete the eighth paragraph and substitute the following:
Guarantee periods, shall not be affected by any payment but shall commence on the date of
recordation of the "Notice of Completion."
9-3.2 Partial and Final Payment. Delete the second paragraph and substitute the following:
Each month, the Engineer will make an approximate measurement of the work performed to the
closure date as basis for making monthly progress payments. The estimated value will be based on
contract unit prices, completed change order work and as provided for in Section 9-2 of the
Standard Specifications (SSPWC). Progress payments shall be made no later than thirty (30)
calendar days after the closure date. Five (5) working days following the closure date, the Engineer
shall complete the detailed progress pay estimate and submit it to the Contractor for the
Contractor's information. Should the Contractor assert that additional payment is due, the
Contractor shall within ten (IO) days of receipt of the progress estimate, submit a supplemental
payment request to the Engineer with adequate justification supporting the amount of supplemental
payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon
as practicable after receipt, determine whether the supplemental payment request is a proper
payment request. If the Engineer determines that the supplemental payment request is not proper,
then the request shall be returned to the Contractor as soon as practicable, but not later than seven
(7) days after receipt. The returned request shall be accompanied by a document setting forth in
writing the reasons why the supplemental payment request was not proper. In conformance with
Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after
receipt of an undisputed and properly submitted supplemental payment request from the Contractor.
If payment of the undisputed supplemental payment request is not made within thirty (30) days after
receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate
set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure.
-
Add paragraph 6 et seq. as follows:
After final inspection, the Engineer will make a Final Payment Estimate and process a
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
corresponding payment. The estimate will be in writing and shall be for the total amount owed the -
@Revised: 10/08/03 Contract No. 39141 Page 71 of 97Pages
L
.-
for prior payments and amounts to be deducted under provisions of the contract. All prior estimates
and progress payments shall be subject to correction in the Final Payment Estimate.
The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make
written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its
position. Should the Contractor fail to submit the statement and supporting documentation within the
time specified, the Contractor acknowledges that full and final payment has been made for all
contract bid items and change order items.
If the Contractor submits a written statement with documentation in the aforementioned time, the
Engineer will review the disputed item within 30 calendar days and make any appropriate
adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the
Engineer will be subject to resolution as specified in subsection 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. Add the following:
Except for those final payment items disputed in the written statement required in subsection 9-3.2 all
claims of any dollar amount shall be submitted in a written statement by the Contractor no later than
the date of receipt of the final payment estimate. Those final payment items disputed in the written
statement required in subsection 9-3.2 shall be submitted no later than 30 days after receipt of the
Final Payment estimate. No claim will be considered that was not included in this written statement,
nor will any claim be allowed for which written notice or protest is required under any provision of this
contract including sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to
Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the
Contractor has complied with notice or protest requirements.
The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the
basis and amount of said claims. The Engineer will consider and determine the Contractor’s claims
and it will be the responsibility of the Contractor to furnish within a reasonable time such further
information and details as may be required by the Engineer to determine the facts or contentions
involved in its claims. Failure to submit such information and details will be sufficient cause for
denying the claims.
Payment for claims shall be processed within 30 calendar days of their resolution for those claims
approved by the Engineer. The Contractor shall proceed with informal dispute resolution under
subsection 3-5, Disputed Work, for those claims remaining in dispute.
Add the following section:
9-3.3.1 Delivered Materials.
into the work will not be included in the progress estimate.
The cost of materials and equipment delivered but not incorporated
Add the following section:
9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will
@Revised: 10/08/03 Contract No. 39141 Page 72 of 97 Pages
be made at the stipulated lump-sum price bid therefore in the bid schedule. The Contract lump-sum
price paid for mobilization shall not exceed Twenty Thousand Dollars ($20,000.00) for Schedule “A”
and Ten Thousand Dollars ($1 0,000.00) for Schedule “B” 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.
GRevised: 10/08/03 Contract No. 39141 Page 73 of 97 Pages
APPENDIX “A”
RESIDENT NOTIFICATION EXAMPLE I
ABC CONTRACTORS
OFFICE # (760)xxX-xx>oc
FIELD # (760)XXX--xxxX
Dear resident: 1 As a part of the City of Carlsbad’s and Carlsbad Municipal Water
District’s Encina Basin Water Reclamation Program Phase II
Project, your street will be closed to allow for pipeline construction.
This construction will require the closing of your street to through
traffic for X days. Your street, from XYZ St. to XYZ Ave. will be
closed to through traffic on:
MON. TUE. WED. THU. FRI.
CITY OF CARLSBAD
CONSTRUCTION WORK
DATE:
lfrom 7:OOA.M. to 5:OO P.M.
If you don’t plan to leave your home by 7:OO A.M. on the
above date(s) please park your car on an adjacent street in your
neighborhood that will not be impacted.
ABC is the Contractor that will be performing the construction
work for the city and you may call them at (760)~-~ if you
have any questions regarding the project. Mail delivery may be
delayed if the postman cannot reach the mailbox that day. If you
have a moving company scheduled for that day please call and
inform the Contractor of the date. If you have any concerns which
cannot be addressed by the Contractor, you may call the City’s
Engineering Inspection Department at 438-1 q61x4323.
Thank you for your cooperation as we work to make a better
City of Carlsbad.
@Revised: 10/08/03 Contract No. 39141 Page 74 of 97 Pages
SUPPLEMENTAL PROVISIONS
TO
“GREEN BOOK”
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
PART 2, CONSTRUCTION MATERIALS
SECTION 200 - ROCK MATERIALS
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 below in Section 200-2.7 of these Supplemental Provisions.
Add the following section:
200-2.7 Class 2 Aggregate Base. Aggregate for Class 2 aggregate base shall be free from organic matter and other deleterious substances, and shall be of such nature that it can be compacted readily under watering and rolling to form a firm, stable base. Aggregate may include material processed from reclaimed asphalt concrete, portland cement concrete, lean concrete base, cement treated base or a combination of any of these materials.
Aggregate shall conform to the grading and quality requirements shown in the following tables. At the option of - the Contractor, the grading for either the 11/2-inch maximum or 314 inch maximum shall be used, except that
once a grading is selected it shall not be changed without the Engineer’s written approval.
AGGREGATE GRADING REQUIREMENTS
Percentage Passing
11/2” Maximum 31’4” Maximum
Operating Operating Sieve Sizes Range Range - 2“ .................................. 100 1 112“ ............................. 90-1 00 I “ .................................. - 100
314“ ............................... 50-85 90-1 00
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.”
-
GRevised: 10/08/03 Contract No. 39141 Page 75 of 97Pages
- 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.
Type of Construction
All Concrete Used Within the Right-of-way
Trench Backfill Slurry -
Street Light Foundations and Survey Monuments
Traffic Signal Foundations
Concreted-Rock Erosion Protection
No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or
one day’s production, whichever is smaller.
Concrete Maximum
Class Slump mm (Inches)
330-C-23 (2)
(560-C-3250) (’I
(1 90-E-400)
(560-C-3250)
(590-C-3750)
(520-C-2500 P)
1 15-E-3 200 (8”)
3 30-C-2 3 100 (4”)
350-C-27 100 (4”)
31 0-C-17 per Table 300-1 1.3.1
SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS
201-1 PORTLAND CEMENT CONCRETE
TABLE 201-1 .I .2(A) Modify as follows:
201 -1.2 Materials.
201-1.2.4(a) Integral Colored Concrete. Add the following: Integral color shall consist of colored
admixtures developed for use in ready mixed concrete. The product shall be made of the highest
quality pigments, as well as other ingredients designed to enhance the color and improve the
pigment dispersion, workability and finishing performance of the concrete. Integral color pigments
shall meet or exceed ASTM-C-979. The coloring method shall be designed for concrete flatwork
applications (salt finished, broom finishes, rotary finishes), as well as vertical surfaces, and other
types of architectural concrete. Pigment shall be a permanent coloration, uniform throughout the
concrete surface and interior, and shall be highly UV and fade resistant.
- Integral colored concrete shall be cured with QC Color Cure color matched to the concrete
(see product information bulletin). Provide sample panel submittals of all colors to be used in the
QRevised: 10/08/03 Contract No. 39141 Page 76 of 97Pages
installation on identical surfaces for approval by Resident Engineer. Contractor shall provide a
maintenance schedule for integral colored concrete. Admixture for all integral colored concrete paving in medians and other integral colored concrete
shall be the following:
-
Color:
Curing:
Manufacturer:
match existing
Scofield Colorcure Concrete Sealer (or approved equal). See Section
201 of these Supplemental Provisions for Concrete Curing Materials.
Scofield Chromix Admixtures for color-conditioned concrete,
or approved equal
L.M. Scofield Company
6533 Bandini Boulevard Los Angeles, CA 90040
1-800-800-9900
Admixture products and procedures for installation shall be in strict accordance with the manufacturer’s specifications and recommendations, and those published by the American Concrete Institute (ACI) and the Portland Cement Association (PCA).
201 -1.2.4 Chemical Admixtures. (e) Air-Entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-1/2 percentage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504.
Add the following: 201 -1.6 Finish: match existing
Add the following: 201 -1.7 Miscellaneous Concrete Finishing Products.
201 -1.7.1 Water Base Penetrating Sealer for Integral Colored Concrete. (Scofield Colorcure Concrete Sealer or approved equal)
Water base penetrating sealer shall be a sealer designed for the protection of imprinted and natural concrete.
Water base penetrating sealer shall be a sealer designed for the protection of imprinted, colored and natural concrete, and other masonry surfaces to preserve the natural appearance of the masonry without darkening or adding gloss to the surface. It shall preserve the natural slip resistance of the concrete, etc. Sealer shall repel spills and soils, minimizing staining and maintenance.
Seal shall leave no visible material on the surface and shall be absorbed and locked into the pores of the masonry, repelling liquids and soils but leaving the top surface natural in appearance. Install per manufacturer’s directions. Seal shall be compatible with the surfaces and materials which it is applied. Concrete sealer shall conform to the following specifications:
Color: Odor: Flash Point: Specific Grav.: Density : Drying Time: Cure Time: VOC Content:
Polymer Type: Coverages (approximate): Smooth Concrete:
Clear, non-yellowing Mild None (C.O.C. method) I .03 8.6 pounds per gallon 30 minutes to 60 minutes
24 to 48 hours None (0 g/I) excluding water Proprietary Reactive Resin System
300 to 400 square feet per gallon
GRevised: 10/08/03 Contract No. 39141 Page 77 of 97 Pages
Rough Concrete: 200 to 300 square feet per gallon
Note: Coverages vary depending on porosity and condition of surface and method of application. Method of Application: Airless sprayer Manufacturer:
-
Scofield Chromix Admixtures for color-conditioned concrete, or approved equal L.M. Scofield Company 6533 Bandini Boulevard Los Angeles, CA 90040 1-800-800-9900
All materials shall be furnished, prepared, applied, cured, and stored according to the product
manufacturer‘s direction.
201-1.2.4 Chemical Admixtures. (e) Air-entraining Admixtures. Substitute the following: The air
content shall not deviate from the percentage specified or permitted by more than 1-1/2 percentage
points. The air content of freshly mixed concrete will be determined by California Test Method No.
504.
201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS. Add the following:
201 -3.4 Type “A” Sealant (Two-Part Polyurethane Sealant). Add the following:
All finished concrete surfaces shall have a w” continuous expansion joint at locations indicated on
the plans and notes and shall be located either parallel to perpendicular to the curb line. When not
otherwise indicated, all expansion joints located adjacent to colored concrete shall be sealant Type
“A and colored to match the color of the concrete surface.
Contractor shall provide joint sealants that have been produced and installed to establish and to
maintain watertight and airtight continuous seals without causing staining or deterioration of joint
substrates.
Contractor shall submit product data from the manufacturer of each joint sealant product required,
including instructions for joint preparation and joint sealer application. Contractor shall also submit
samples for initial selection purposes in form of manufacturer’s standard bead samples, consisting of
strips of actual products showing full range of colors available, for each product exposed to view.
Samples shall be submitted to Engineer. Submit complete schedule of type (and location where type
is to be used) of each sealant.
Contractor shall engage an experienced installer who has completed joint sealant applications similar
in material, design and extent to that indicated for Project that have resulted in construction with a
record of successful in-service performance.
Provide joint sealants, joint fillers, and other related materials that are compatible with one another
and with joint substrates under conditions of service and application, as demonstrated by sealant
manufacturer based on testing and field experience.
Provide color selections made by Engineer from manufacturer’s full range of standard colors for
products of type indicated. Sealant color parallel to curbline shall match color of Paving Treatment
Type “A’ as specified in Section 201-1.2.4(a) of these Special Provisions.
Joint sealants shall be multi-component polyurethane sealant. Except as otherwise indicated, provide
manufacturer‘s standard, non-modified, 2-or-more-part, polyurethane-based, elastomeric sealant;
@Revised: 10/08/03 Contract No. 39141 Page 78 of 97 Pages
- complying with either ASTM-C-920-87, Type M, Grade P, Class 25, or FS TT-S 0227E Class A,
non-sag, Type II.
Acceptable Products: “Sonneborn NPII”; Sonneborn Building Products Division; “Scofield Lithoseal
Trafficalk 3-G”, L.M. Scofield Company; or equivalent, as approved by the Engineer.
Provide sealant backings of material and type that are nonstaining; are compatible with joint
substrates, sealants, primers and other joint fillers; and are approved for applications indicated by
sealant manufacturer based on field experience and laboratory testing.
Plastic foam joint fillers shall be preformed, compressible, resilient, nonstaining, nonwaxing, nonextruding strips of flexible plastic foam either open-cell polyurethane foam or closed-cell polyethylene foam, subject to approval of sealant manufacturer, for cold-applied sealants only. Polystyrene foam is not acceptable.
SECTION 203 - BITUMINOUS MATERIALS
203-6 ASPHALT CONCRETE.
DELETE sections 203-6.2 and 203-6.3.2 and ADD the following:
203-6.1 General. Add the following: The Contractor shall submit design mix report and verification
data for review by the Engineer for each source of supply and type of mixture specified. The design mix report shall indicate the results of all testing requirements identified in sections 203-1.2 and 203-6.3 of the standard specifications for public works construction and these special provisions.
203-6.2 Materials. Add the following: Asphalt concrete shall be class C2-AR-4000 for surface course, and B-AR-4000 for base course. Asphalt concrete shall be class D2-AR-8000 for dikes and class E-AR-8000 ditches.
-
203-6.3.2 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be determined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant inspection that confirms the production of a particular mix design and verifies using samples of aggregate taken before the addition of asphalt and mineral filler (Bin). All samples shall be taken in accordance with Calif. Test 125. .
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 21 72, and Calif. Test 202.
2. Stability‘ using:
a.
b.
Stabilometer Value2 using Calif. Test 366 and shall be the average of three individual Stabilometer Values And/or Marshall Stability in accordance with the Asphalt 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).
*Use Marshall Stability when the deviation between individual Stabilameter Values are greater than +/-4.
-
QRevised: 10/08/03 Contract No. 39141 Page 79 of 97 Pages
When using core sample analysis, the samples must be properly prepared to safeguard against influx of outside contaminates and so that the cut surfaces do not influence the test results.
The amount of asphalt binder used in asphalt concrete placed in dikes, gutters, gutter flares, overside drains and aprons at the ends of drainage structures shall be increased one percent by mass of the aggregate over the amount of asphalt binder determined for use in asphalt concrete
placed on the traveled way.
203-6.3.3 Acceptance. Wet Mix or Core sampled asphalt concrete will be considered in
conformance with the mix design when the asphalt content is within +/-.5 of the design mix and the
gradation conforms to the grading as shown in Table 203-6.3.2 (A). Deviations in gradation may be
considered in conformance with the mix design provided the stability of the completed mix complies
with the requirements for Stabilometer Value per Table 203-6.3.2 (A) Marshall Stability using Asphalt
Institute MS-2.
Plant inspected asphalt concrete will be considered in conformance with the mix design when
visually inspected and the combined gradation of the Bin samples show conformance to the grading
as shown in Table 203-6.3.2 (A).
203-6.6.2, Batch Plant Method, modify as follows: Third paragraph, last sentence, delete “and from
the Engineer’s field laboratory”. Last paragraph, add after D 21 72: “method A or B.”
203-6.7 Asphalt Concrete Storage. add the following: Open graded asphalt concrete stored in
excess of 2 hours, and any other asphalt concrete stored in excess of 18 hours, shall not be used in
the work.
_- 203-1 1 ASPHALT RUBBER HOT MIX (ARHM) WET PROCESS
203-11.3 Composition and Grading. Add the following: Asphalt Rubber Hot Mix shall be class
ARH M-GG-C .
Add the following section:
203-13 ASPHALT PAVEMENT CRACK SEALANTS
203-1 3.1 Elastomeric Sealant. Elastomeric sealant shall be a polyurethane material of a
composition that will, within its stated shelf life, cure only in the presence of moisture. No elastomeric
sealant shall be incorporated into any portion of the work that is beyond the shelf life recommended
by its manufacturer. No elastomeric sealant shall be incorporated into any portion of the work that
has been stored under conditions not recommended by its manufacturer. Sealant shall be suitable
for use in both asphalt concrete and portland cement concrete. The cured sealant shall have the
performance characteristics in Table 203-1 3(A).
,-
GRevised: 10/08/03 Contract No. 39141 Page 80 of 97Pages
TABLE 203-1 3.1 (A)
Property Measuring Standard (ASTM
Designation)
ASTM D 3407, Sec. 5
ASTM D 3407, Sec. 6
,ASTM D 3407, Sec. 8
Cone Penetration
Flow, 60°C
Resilience
Softening Point, ASTM D 36
Ductility, ASTM D 113
Flash Point, COC, "C ASTM D 92
Viscosity, Brookfield ASTM D 4402
Thermosel,
Property
Results Conditions
25"C, 150 g, 5 s 3.5 mm, max.
5 mm, max.
25%, min. 25°C
82 "C, min.
300 mm, min.
288 "C, min.
2.5-3.5 Pas No. 27 Spindle, 20
25"C, 50 mm/min
rpm, 19O"C,
~ Hard ness
(indentation)
Tensile
Strength
Elongation
Flex at -40°C
Weathering
Resistance
Salt-Spray
Resistance
Dielectric
Constant
ELASTOMERIC
Type A, Model 1700
ASTM D 412 Die C,
ASTM D 412 Die C,
0.6 mm (25 mil) Free
Film Bend (1 80")
ASTM D 822
Weatherometer 350 h
ASTMB11728days
at 38°C
ASTM D 150
SEALANT CHARACTERIS'
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
- ICs
Conditions
25°C @ 50% relative
humidity
pulled at 508 mm (20") per
minute
pulled at 508 mm (20") per
minute
over 13 mm (1/21') Mandrel
Cured 7 days at 25°C @ - 50% relative humidity
5% NaCI. Die C. Dulled at
508 mm (20") pe; minute
over a temperature range of
-3OQC to 50-C
203-1 3.2 Asphaltic Emulsion Sealant. Asphaltic emulsion sealant shall conform to the State of
California Specification 8040-41A-15 and shall be used only for filling slots in asphalt concrete
pavement. This material shall not be used in slots which exceed 16 mm (5/8") in width or where
the slope causes the material to run from the slot. The material shall not be thinned in excess of
the manufacturer's recommendations and shall not be placed when the air temperature is less
than 7°C (45°F). _,
203-1 3.3 Hot-Melt Rubberized Asphalt Sealant. Hot-melt rubberized asphalt shall be in solid
form at room temperature and fluid at an application temperature of 190°C (375°F) to 205°C
(400°F). Fumes from the material shall be non-toxic. Sealant shall be suitable for use in both
asphalt concrete and portland cement concrete. Performance characteristics of the cured hot-
melt rubberized asphalt shall be as per Table 203-13.3(A).
GRevised: 10/08/03 Contract No. 39141 Page 81 of 97Pages
SECTION 206 - MISCELLANEOUS METAL ITEMS -
Add the following section:
206-7 TRAFFIC SIGNS.
Add the following section:
206-7.1.1 General. Materials, legend, proportion, size, and fabrication of all signs used for the
direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall conform to
the requirements of “SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993”,
Sheets 1 through 5 that accompany “SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS,
October 1993” of dimensions and details, dated April 1987, and “OPAQUE COLOR CHART”, dated
February 1980, all published by the State of California, Department of Transportation, Division of
Procurement Services, Office of Material Operations, 1900 Royal Oaks Drive, Sacramento, CA
95819 and as modified herein. Where the “SPECIFICATION FOR REFLECTIVE SHEETING SIGNS,
October 1993” require the Contractor or supplier to notify the Department of Transportation or to
certify compliance to said SPECIFICATIONS, to provide a quality control program or to allow testing,
approval, observation of manufacturing or assembly operations by the State of California,
Department of Transportation and/or its employees or officials, such rights shall be vested in the
Engineer.
Add the following section:
206-7.2 Temporary Traffic Signs. Temporary traffic signs shall consist of all signs used for the
direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic during the
Contractor’s performance of the Work. Temporary traffic signs include both stationary and portable
signs.
Add the following section:
206-7.2.1 General. Materials, legend, proportion, size, and fabrication of all temporary traffic signs
used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic
shall conform to the requirements of “Specifications For Reflective Sheeting Signs, October 1993”,
Sheets 1 through 5 that accompany “Specifications For Reflective Sheeting Signs, October 1993” of
dimensions and details, dated April 1987, and “OPAQUE COLOR CHART”, dated February 1980, all
published by the State of California, Department of Transportation, Division of Procurement Services,
Office of Material Operations, 1900 Royal Oaks Drive, Sacramento, CA 95819 and as modified
herein. Where The “Specification For Reflective Sheeting Signs, October 1993 require the
Contractor or supplier to notify the Department of Transportation or to certify compliance to said
“Specifications For Reflective Sheeting Signs, October 1993”, to provide a quality control program or
to allow testing, approval, observation of manufacturing or assembly operations by the State of
California, Department of Transportation and/or its employees or officials, such rights shall be vested
in the Engineer.
-
Add the following section:
206-7.2.2 Drawings. Modify the “Specifications For Reflective Sheeting Signs, October 1993” as
follows: Standard temporary traffic signs shall be as per the most recently approved “Approved Sign
Specification Sheets” of the State of California, Department of Transportation. The date of approval
shall be the date most closely preceding the date of manufacture of the sign@) or the date of the
“Notice to Proceed” of this contract, whichever is most recent.
Add the following section:
206-723 Reflective Sheeting. Modify the ’Specifications For Reflective Sheeting Signs, October
1993” as follows: All advisory signs, warning signs and all regulatory signs shall be fabricated with
Type Ill encapsulated lens sheeting conforming to the requirements of this specification.
I
GRevised: 10/08/03 Contract No. 39141 Page 82 of 97 Pages
Add the following section:
206-7.2.4 Substrate. Modify the “Specifications For Reflective Sheeting Signs, October 1993” as
follows: Excepting only construction warning signs used at a single location during daylight hours for
not more than five (5) consecutive days, all signs used for the direction, warning, and regulation of
vehicle (including bicycle) and pedestrian traffic shall be stationary mounted and shall use aluminum
substrate.
--
Add the following section:
206-7.2.5 Stationary Mounted Temporary Traffic Signs. Stationary mounted temporary traffic
signs shall be installed on 10-gage and 12-gage cold-rolled steel perforated tubing posts in the same
manner shown on the State of California, Department of Transportation “Standard Plans” 1995
edition standard plans numbers RSI, RS2, RS3 and RS4 for installation of roadside signs, except as
follows:
a) Wood posts shall not be used.
b) Back braces and blocks for sign panels will not be required.
c) The height to the bottom of the sign panel above the edge of traveled way shall be at least
2.1 m (7’).
d) Unless othenvise shown on the plans traffic sign posts shall conform in materials and
installation to SDRS drawing M-45 and shall have one post provided for each 0.48 m2 (5
ft2)of sign area, or the signs may be installed on existing lighting standards when approved
by the Engineer.
e) Sign panels mounted on temporary traffic sign posts shall conform to the requirements
specified for aluminum signs in the “Specifications For Reflective Sheeting Signs, October
1993”.
Add the following section: -
206-7.2.6 Temporary Traffic Sign Posts. Posts shall be 10-gage or 12-gage cold-rolled steel
perforated tubing used for the support and stabilization of stationary mounted temporary signs. Post
size and number of posts shall be as shown on the plans, except that when stationary mounted signs
are installed and the type of sign installation is not shown on the plans, post size and the number of
posts will be determined by the Engineer. Sign panels for stationary mounted signs shall consist of
reflective sheeting applied to a sign substrate.
Add the following section:
206-7.2.7 Portable Temporary Traffic Signs. Each portable temporary traffic sign shall consist of
a base, standard or framework and a sign panel. The units shall be capable of being delivered to the
site of use and placed in immediate operation. Sign panels for portable signs shall conform to the
requirements of sign panels for stationary mounted signs in the “Specifications For Reflective
Sheeting Signs, October 1993, or shall be cotton drill fabric, flexible industrial nylon fabric, or other
approved fabric. Fabric signs shall not be used during the hours of darkness. Size, color, and leg-
end requirements for portable signs shall be as described for stationary mounted sign panels in
section 206-7.2 of these Supplemental Provisions. The height to the bottom of the sign panel above
the edge of traveled way shall be at least 0.3-m (12”). All parts of the sign standard or framework
shall be finished with 2 applications of orange enamel which will match the color of the sign panel
background. Testing of paint will not be required.
@Revised: 10/08/03 Contract No. 39141 Page 83 of 97 Pages
Add the following section: - 206-9 PORTABLE CHANGEABLE MESSAGE SIGN
Add the following section:
206-9.1 General. Each portable changeable message sign (PCMS) unit shall consist of a controller
unit, a power supply, and a structural support system all mounted on a trailer. The PCMS unit shall
be assembled to form a complete self-contained portable changeable message sign, which can be
delivered to the site of the work and placed in immediate operation. The complete PCMS unit shall
be capable of operating in an ambient air temperature range of -2OOC (-4OF) to +7OoC (758OF) and
shall not be affected by unauthorized mobile radio transmissions.
The trailer shall be equipped so that it can be leveled and plumbed. Full operation height shall be
with the bottom of the sign at least 2.1 m (7') above the ground and the top no more than 4.4 m
(14.5') above the ground. After initial placement, PCMS shall be moved from location to location as
directed by the Engineer
Add the following section:
206-9.2 Message Board. The message displayed on the PCMS shall be visible from a distance of
460 m (1500') and shall be legible from a distance of 230 m (750'), at noon on a cloudless day, by
persons with vision corrected to 20/20. The sign panel shall be 3-line matrix and shall display not
less than 7 characters per line. Sign messages to be displayed shall be as approved by the
Engineer. The sign face shall be flat black and shall be protected from glare of the sun by a method
which does not interfere with the clarity of the sign message. The sign shall be raised and lowered
by means of a power driven lifting mechanism. The matrix sign shall be capable of complete
alphanumeric selection.
c_ Lamp matrix type signs shall be equipped with an automatic dimming operational mode that
automatically compensates for the influence of a temporary light source or other abnormal lighting
conditions. The sign shall have manual dimming operation modes of 3 or more different lamp
intensities.
Matrix signs not utilizing lamps shall be either internally or externally illuminated at night.
The controller shall be an all solid-state unit containing all the necessary circuitry for the storage of at
least 5 pre-programmed messages. The controller shall be installed in a location allowing the
operator to perform all functions from one position. A keyboard entry system shall be provided to
allow an operator to generate an infinite number of additional messages over the pre-programmed
stored messages. The keyboard shall be equipped with a security lockout feature to prevent
unauthorized use of the controller. The controller shall contain a nonvolatile memory to hold the
keyboard created messages in memory during periods when the power is not activated. The
controller shall provide for a variable message display rate which allows the operator to match the
information display to the speed of the approaching traffic. The flashing off time shall be operator
adjustable within the control cabinet.
Add the following section:
206-9.3 Operation and Maintenance. PCMS shall be furnished, placed, operated, and maintained
at locations shown on the traffic control plans, specified herein, and designated by the Engineer. The
PCMS will be diligently maintained and repaired by the Contractor throughout the project in
accordance with the manufacturer's recommendations. If ownership is transferred to the City (at the
end of the job), it must be demonstrated to be in good working condition, and meet the provisions of
these specifications, including current registration.
@Revised: 10/08/03 Contract No. 39141 Page 84 of 97 Pages
Add the following section:
206-9.4 Measurement and Payment. The contract price bid for Traffic Control shall include full
compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all
the work involved in furnishing, placing, operating, maintaining, repairing, replacing, transporting from
location to location, and delivery of the PCMS and other signs. The signs will be given to the City at
the completion of the construction, in good working order, and as directed by the Engineer, and no
other compensation will be made.
Application of Geotextile
Separation of Soil and Street Structural Section
Separation of Soil and Subsurface Aggregate Drain
Reinforcement of Street Structural Section
Remediation and Separation of Soil
Reinforcement of Soil
SECTION 209 - ELECTRICAL COMPONENTS
Type Designation
9ows
180N
2oows
270WS .
270WS
209 ELECTRICAL COMPONENTS. Modify as follows: Section 209, “Signals, Lighting and Traffic
Electrical Systems“, herein, shall replace Section 209, “Electrical Components”, of the SSPWC in all
matters pertaining to the specifications for measurement, payment, warranty, and materials and
methods of construction for all elements of street lighting and traffic signals. For electrical components provided and installed in systems not including street lighting and traffic signals section
209 SSPWC is unmodified except as specified in sections other than section 209, “Signals, Lighting
and Electrical Systems”, herein. For section 209, “Signals, Lighting and Traffic Electrical Systems”,
for all elements of street lighting and traffic signals both construction materials and construction
methods have been combined into a single section.
SECTION 210 - PAINT AND PROTECTIVE COATINGS
210-1 PAINT.
- 210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. Modify as follows:
Paint for traffic lane lines, turn pocket lines, edge lines, channelizing lines, bike lane lines, chevrons,
and curbs shall be rapid dry water borne conforming to CALTRANS Specification No. PTWB-01.
Paint for pavement legends, pavement symbols, pavement arrows, cross walks, parking stall
markings and stop bars shall be alkyd thermoplastic conforming to CALTRANS Specification No.
8010-19A. Glass beads shall be applied to the surface of the rapid dry water borne paint and the
molten thermoplastic material and shall conform to the requirements of CALTRANS Specification No.
801 0-004 (Type 11). CALTRANS Specifications for water borne paint, thermoplastic material and
glass beads may be obtained from the CALTRANS Transportation Laboratory, P.O. Box 19128,
Sacramento, CA 9581 9, telephone number (91 6) 227-7000.
SECTION 213 - ENGINEERING FABRICS
213-2 GEOTEXTILES.
213-2.1 General. Add the following: Geotextile used for base stabilization shall be Mirafi 600X or
approved equal. Geotextile types shall be used for the applications listed in Table 213-2.1(A)
4-
%#Revised: 10/08/03 Contract No. 39141 Page 85 of 97 Pages
Application of Geotextile
Drainage at the Interface of Soil Structures
Drainage at the Interface of Soil and Structures
Rock Slope Protection Fabric for Rock Sizes Below 225 kg (’!A Ton)
Rock Slope Protection Fabric for Rock Sizes Including and Above 225
Type Designation
N/A
N/A
180N
250N
,-
Plant Protection Covering
and 3 m (1 0’) Post Spacing
Erosion Control Fence with 14 AWG - 150 mm x 150 mm (6”x6”) Wire
Erosion Control Fence with 1.8 m (6’) Post Spacing and No Wire
@Revised: 10/08/03 Contract No. 39141
90 N 9ows
2oows
Page 86 of 97 Pages
SECTION 214 PAVEMENT MARKERS
TFPM
214-5 REFLECTIVE PAVEMENT MARKERS
DAPCO Davidson Plastics Company, 18726 East Valley Highway,
Kent, Washington 98032,
Telephone (206) 251-8140.
Add the following section:
214-5.1 Temporary Reflective Pavement Markers. Temporary pavement markers shown on the
plans and required in the specifications shall be one of the types shown in Table 214-5.1 (A), or equal
thereto.
TABLE 214-5.1(A)
Carsonite "Super Duck" SDF-436
TEMPORARY REFLECTIVE PAVEMENT MARKERS
Type Manufacturer of Distributor I
Telephone (41 5) 783-6550
Carsonite International Corporation
Rep0 "The Replaceable Post"
Add the following section:
14-5.2 Permanent Reflective Channelizer. Reflective Channelizer shall be new surface-mounted
type and shall be furnished, placed, and maintained at the locations shown on the plans. Reflective
channelizer posts shall be orange in color. Reflective channelizers shall have affixed white reflective
sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm in
size. The reflective sheeting shall be visible at 300 m at night under illumination of legal high beam
headlights, by persons with vision of or corrected to 20120. Reflective channelizer shall be one of the types shown in Table 214-5.2(A), or equal thereto. -
2900 Lockheedway
Carson City, NV 89701
Telephone (702) 883-51 04
Western Highway Products
P.O. Box 7
Stanton, CA 90680
Telephone (800) 422-4420
TABLE 214-5.2(A)
REFLECTIVE CHANNELIZER
Type I Manufacturer of Distributor
Safe-Hit SH236MA Safe-Hit Corporation
1930 West Winton Avenue, Building #I 1 I Hayward, CA 94545
The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the
provisions of Section 2-5.3.3 "Submittals". Said certificate shall certify that the permanent reflective channelizers comply with the plans and specifications and conform to the prequalified design and
material requirements approved by the engineer and were manufactured in accordance with the
approved quality control program.
eRevised: 10/08/03 Contract No. 39141 Page 87 of 97 Pages
SUPPLEMENTAL PROVISIONS
TO
STANDARD SPECIFICATIONS FOR PUBLIC WORKS
CONSTRUCTION
PART 3, CONSTRUCTION METHODS
SECTION 300 - EARTHWORK
300-1 CLEARING AND GRUBBING.
300-1.1 General. add the following to the third paragraph: During surface clearing operations, the
Contractor shall not cover or bury any plant growth or other objectionable materials. If the Contractor
cannot successfully separate the plant growth from the surface soil and advertently or inadvertently
mixes organic or other objectionable materials with the soil, the soil so contaminated shall be
removed from the site by the Contractor. All costs, if any, associated with removing the soil mixed
with organic or other objectionable materials and importing soil to replace said contaminated soil
shall be, borne by the Contractor and no additional payment therefor shall be made to the Contractor.
300-1.4
grubbing. Clearing and grubbing shall be considered incidental to the work.
Payment. modify as follows: No separate payment shall be made for clearing and
-
300-2 U NCLASSI Fl ED EXCAVATION.
300-2.9 Payment. substitute the following: Payment for all unclassified excavation shall be paid
for as incidental to the various items of work and no additional payment will be made therefore.
SECTION 301 - TREATED SOIL, SUBGRADE PREPARATION AND
PLACEMENT OF BASE MATERIALS
301-1 SUBGRADE PREPARATION.
301-1.2 Preparation of Subgrade. Modify the second and third paragraphs as follows: Change
each instance reading “150mm (6 inches)” to “300 mm (12”)”.
301-1.3 Delete the first paragraph and substitute the following: The
Contractor shall compact the upper 300 mm (12”) of subgrade beneath areas to be paved, have
base or subbase material placed on them, or curb, gutter, curb and gutter, alley pavement, driveway
or sidewalk constructed over them to no less than 95 percent maximum dry density as determined by
ASTM test D-I 557-91.
Relative Compaction.
301-1.7 Payment. modify as follows: No separate payment shall be made for subgrade preparation.
Subgrade preparation shall be considered incidental to the work.
.-
@Revised: 10/08/03 Contract No. 39141 Page 88 of 97 Pages
SECTION 302 - ROADWAY SURFACING
302-5 ASPHALT CONCRETE PAVEMENT.
302-5.1 General. add the following: The Contractor shall treat all vegetation within the limits of the
paved area to receive asphalt concrete paving with a post emergent herbicide. Herbicide shall be
applied at least 2 (two) working days prior to paving the area. Allowance for the two day period shall
be shown in the schedule required per section 6-1.
302-5.2.3 Removal and Disposal of Material. During the milling operation, the contractor shall
sweep the street with mechanical equipment and remove all loosened material from the Project site
until the completion of the removal work. The removal crew shall follow within 50 feet of the milling
machine unless otherwise directed by the Engineer. The Contractor shall take all necessary
measures to avoid dispersion of dust. All material removed shall be considered the property of the
Contractor and shall be disposed of by the Contractor at its expense.
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 51. 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.
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.
302-5.6.1 General. modify as follows: Second paragraph, Part (2), add: Pinched joint rolling
procedures shall be required, and vibratory rollers shall be limited to breakdown, unless otherwise
directed by the Engineer.
modify as follows: After last paragraph, add: Unless directed otherwise by the Engineer, the initial
breakdown rolling shall be followed by a pneumatic-tired roller as described in this section.
302-5.8 Manholes (and other structures). delete the first paragraph and replace with the following: When placing the overlay the Contractor shall pave over appurtenances in the roadway which includes sanitary and storm access covers, water valve boxes, air vents, sewer dead end boxes and survey monument boxes. Each appurtenance shall be treated or covered to prevent adhesion of the
overlay. Each appurtenance shall be located and raised within 72 hours 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. Wl1 or CMWD Standard Drawing No. W13. All City of Carlsbad sanitary
sewer access covers shall be adjusted per CMWD Drawing No. SI. 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.
GRevised: 10/08/03 Contract No. 39141 Page 89 of 97 Pages
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.
Add the following section:
302-1 1 ASPHALT PAVEMENT REPAIRS AND REMEDIATION
Add the following section.
302-11.1 General. Asphalt pavement Repairs and Remediation shall consist of the repair and
restoration of existing asphalt pavement. Repair of asphalt pavement shall consist of the saw cutting,
removal and disposal of existing asphalt pavement in conformance with section 300-1.3, compaction
of existing subgrade in conformance with section 301-1, grading and compaction of base material in
conformance with section 301-2, application of grade SS-lh emulsified asphalt and the placement of
asphalt concrete base and wearing courses as specified herein
Add the following section.
302-11.2 Full Depth Asphalt Concrete Patch. Full depth asphalt concrete patch shall consist of
removing asphalt concrete and/or aggregate basehubgrade to 1 ’ below existing asphalt surface and
placing replacing the material so removed with asphalt concrete. The area shown on the plans or set
forth in the bid item are for estimating purposes only, final quantity will be as measured in the field.
The Engineer will designate and mark the final limits of the asphalt patch area by outlining the area
to be patched. The Contractor shall cut such areas to straight lines in square or rectangular areas as
marked. The area so cut shall have two of the sides at right angles to the direction of traffic. The
excavated faces of the basehubgrade shall be straight and vertical. The Contractor shall compact
the upper 300mm (1’) of subgrade to 95% relative compaction. A tack coat of SS-lh emulsified
asphalt shall be applied uniformly to all asphalt to asphalt contact surfaces at a rate of 0.25 L/m2 to
0.45 L/m2 (0.05 to 0.lOgallons per square yard) in accordance with subsection 302-5.4, SSPWC.
The Contractor shall fill and compact areas designated to be removed with 300 mm (1 .O’) full depth
asphalt concrete. Asphalt concrete for full depth asphalt concrete patch shall be B-AR-4000. The
asphalt concrete so constructed shall have a finish surface and density conforming to subsection
-
302-5.6.2 SSPWC.
Add the following section.
302-11.3 Crack Sealing The Contractor shall wash, blow out and thoroughly dry all cracks
designated to be sealed before installing elastomeric sealant material. The Contractor shall dispose
debris from crack cleaning outside the public way in accordance with Section 7-8.1, “Cleanup and
Dust Control.” The hot-melt rubberized asphalt shall be melted in a jacketed, double boiler type
melting unit. Temperature of the heat transfer medium shall not exceed 245°C (475°F). Application
of the hot-melt sealant shall be made with a pressure feed applicator or pour pot. Sealant shall be
applied when the pavement surface temperature is greater than 4°C (40°F). Containers of hot-melt
sealant shall be delivered to the job-site in unopened containers that are clearly marked with data
showing the manufacturer’s name, the product designation and the manufacturer’s batch number
and lot numbers. The level of the sealant shall be flush with the surface of the existing pavement.
All excess sealant shall be removed from the crack with a minimum overlap onto adjacent pavement.
Add the following section.
302-1 1.4. Measurement and Payment. Quantities of full depth asphalt concrete’patch and crack
sealing set forth in the bid item are for estimating purposes only, final quantity will be as designated
and measured in the field. The Engineer will designate and mark the limits of the Full depth asphalt
GRevised: 10/08/03 Contract No. 39141 Page 90 of 97 Pages
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, but not be limited to, saw cutting and removing
300 mm (1’) thick section of existing asphalt concrete, aggregate baselsubbase and basement soil
as designated by the engineer, placement of asphalt concrete, compaction of subbase and asphalt
concrete, placement of SS-I h asphalt emulsion and all other work incidental to full depth asphalt
concrete patch shall be considered as included in the contract unit price bid for full depth asphalt
concrete patch and no additional compensation will be allowed therefor. 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 therefor.
-
@Revised: 10/08/03 Contract No. 39141 Page 91 of 97Pages
SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION
306-1 OPEN TRENCH OPERATIONS
Add the following section:
306-1.1.7 Steel Plate Bridging - With a NonSkid Surface. This section covers the use of steel
plate bridging. The Contractor shall not employ the use or use steel plate bridging or trench plate
that does not meet the requirements of this section both in application and circumstance of use.
Add the following section:
306-1 .I .7.1 Requirements for Use. Alternate construction methods that avoid the use of steel
plate bridging shall be used by the Contractor unless othetwise approved by the Engineer.
It is recognized that to accommodate excavation work, steel plate bridging may be necessary. All
conditions for use of steel plate bridging set forth in the following requirements must be fulfilled as
conditions of approval of the use of steel plate bridging. Consideration of steel plate bridging in the
review process will take into account the following factors:
1. Traffic volume and composition.
2. Duration of use of the steel plate bridging.
3. size of the proposed excavation.
3. Weather conditions.
The following formula shall be used to score the permitted use of steel plate bridging:
PS = [ ADT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED Ikmh) + SLOPE X 1001 X LANES
1000 8
I
PS = [ ADT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED ImDh)+ SLOPE X 1001 X LANES
1000 5
where:
PS
ADT
EWL DAYS -
WEEKEND =
NIGHTS =
WEATHER =
- - - - - - -
- SPEED -
- SLOPE -
- LANES -
plate score.
average daily traffic as defined in the CALTRANS Traffic Manual.
equivalent wheel loads as defined in the CALTRANS Traffic Manual.
total number of 24 hour periods during which the plates will be utilized at the site
being considered.
total number of Saturdays, Sundays and holidays that the plates will be utilized
at the site being considered.
total number of overnight periods that the plates will be in place, exclusive of
Saturday, Sunday and holiday nights.
total number of 24-hour periods that the plates will be utilized at the site being
considered when the possibility of rain exceeds 40 percent.
the design speed in kilometers per hour or miles per hour, as applicable in the
formulae above, of the street where the plates are to be installed. This number
shall not be reduced for construction zone speed reductions.
the quotient of the vertical differential divided by the horizontal distance. The
vertical and horizontal dimensions shall be measured at the locations spanning a
distance of 15 m (50’) up and downstream of the position of the proposed steel
plate bridging.
the number of lanes where plates will be used.
- When the computed value of the plate score exceeds 50, steel plate bridging shall not be used
unless, and at the sole discretion of the Engineer, the Engineer determines that no alternative
method of construction is possible in lieu of using steel plate bridging or that other overriding
GRevised: 10/08/03 Contract No. 39141 Page 92 of 97 Pages
considerations make the use of steel plate bridging acceptable. Alternatives considered to bridging
shall include, but not be limited to, detouring traffic, construction detour routes, tunneling, boring and
other methods of trenchless construction. Unless specifically noted in the provisions of the
Engineer’s approval, the use of steel plate bridging at each location so approved shall not exceed
four (4) consecutive working days in any given week.
Add the following section:
306-1.1.7.2 Additional Requirements. In all cases when the depth of the trench exceeds the
width of the steel plate bridging resting on each side of the pavement adjacent to the trench, safety
regulations require or the Engineer determines that shoring is necessary to protect the health or
safety of workers or the public the Contractor shall install shoring conforming to Section 7-10.4.1 of
the Standard Specifications. The trench shoring shall be designed and installed to support the steel
plate bridging and traffic loads. All approvals for design, substitution of materials or methods shall be
submitted by the Contractor in accordance with all provisions of section 2-5.3 Shop Drawings and
Submittals. The Contractor shall backfill and resurface excavations in accordance with section 306-
1.5.
Add the following section:
306-1 .I .7.3 Installation. When backfilling operations of an excavation in the traveled way,
whether transverse or longitudinal cannot be properly completed within a work day, steel plate
bridging with a non-skid surface and shoring may be required to preserve unobstructed traffic flow.
In such cases, the following conditions shall apply:
a) Steel plate bridging when the plate score exceeds 50 is not allowed except when, at the
b) Steel plates used for bridging must extend a minimum of 610 mm (2’) beyond the edges of
c) Steel plate bridging shall be installed to operate with minimum noise.
sole discretion of the Engineer, it is approved as specified hereinbefore.
the trench.
When the use of steel plate bridging and shoring is approved by the Engineer, the Contractor shall
install using either Method (I) or (2) depending on the design speed of the portion of street where the
steel plate bridging is proposed for use.
Method 1 [For speeds more than 70 Km/hr (45 MPH)]: The pavement shall be cold planed to a
depth equal to the thickness of the plate and to a width and length equal to the dimensions of the
plate. The cold milling shall produce a flat surface that the plate shall rest on with no horizontal or
vertical movement. Horizontal gaps between the unmilled pavement and the plate shall not exceed
25 mm (I”) and shall be filled with elastomeric sealant material which may, at the contractor’s option,
be mixed with no more that 50%, by volume, of Type I aggregate conforming to the requirements of
tables 203-5.2(8) and 203-5.3(A) .
Method 2 [For speeds 70 Km/hr (45 MPH) or less]: Approach plate(s) and ending plate (if
longitudinal placement) shall be attached to the roadway and shall be secured against displacement
by using two adjustable cleats that are no less than 50 mm (2”) shorter than the width of the trench
bolted to the underside of each plate and located within 150 mm (6”) of the beginning and end of the
trench for plates at the beginning and end of the trench, a minimum of two 300 mm long by 19 mm
diameter (12” x XI) steel bolts placed through the plate and driven into holes drilled 300 mm (12”)
into the pavement section, or other devices approved by the Engineer. Subsequent plates shall be
butted to each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum
slope 8.5% with a minimum 300 mm (12”) taper to cover all edges of the steel plates. When steel
plates are removed, the dowel holes in the pavement section shall be completely filled with
elastomeric sealant material. At the Contractor’s option, the methods required for Method 1 may be
used. If the Contractor so elects, all requirements of Method 1 shall be used. The Contractor shall
maintain the steel plates, shoring, and asphalt concrete ramps and maintain and restore the street
GRevised: 10/08/03 Contract No. 39141 Page 93 of 97Pages
Maximum Trench Width (I)
0.3 m (IO”)
0.6 m (23”)
Minimum Plate Thickness
13 mm (I/*”)
I 9 mm (3/2)
1.6 m (63”) I 32mm (1 X’)
(1) For spans greater than 1.6 m (5’1, a structural design shall be prepared by a registered civil engineer and submitted to
1.0 m (41”)
the Engineer for review and approval in accordance wifh section 215.3. - -
25 mm (1”)
Steel plate bridging shall be steel plate designed to support the HS20-44 truck loading per
CALTRANS Bridge Design Specifications Manual. The Contractor shall maintain a non-skid surface
on the steel plate with no less than a coefficient of friction of 0.35 as determined by California Test
Method 342. If a different test method is used, the Contractor may utilize standard test plates with
known coefficients of friction available from the CALTRANS District 11 Materials Engineer to
correlate skid resistance results to California Test Method 342. In addition to all other required
construction signing, the Contractor shall install Rough Road (W33) sign with black lettering on an
orange background in advance of steel plate bridging.
Add the following section:
306-1.1.7.5 Measurement and Payment. Steel plate bridge materials including, but not limited to:
steel plates, anchoring devices, cold milling, elastomeric sealant material, asphalt ramping and
padding, signage, placing, installation, removal, relocation, preparation and processing of shop
drawings and submittals to support the use of steel plate bridging and all other materials, labor,
supervision, overhead of any type or description will be paid for as an incidental to the work that the
bridging is installed to facilitate. No separate payment for steel plate bridging will be made. No
extension to contract time will be allowed for, or because of, the use of steel plate bridging.
-
306-1 -5 Trench Resurfacing.
306-1.5.1 Temporary Resurfacing. Delete the fourth and fifth paragraphs and substitute the
following: Temporary bituminous resurfacing materials which are placed by the Contractor are for its
convenience and shall be at no cost to the Agency. Temporary bituminous resurfacing materials shall
be used in lieu of permanent resurfacing only when approved by the Engineer. When temporary
bituminous resurfacing materials are used in lieu of permanent resurfacing it shall be removed and
replaced with permanent resurfacing within 7 days of placement. No additional payment will be
made for temporary bituminous resurfacing materials. The price bid for the associated conduit or
structure shall include full compensation for furnishing, placing, maintaining, removing, and disposing
of such temporary resurfacing materials.
306-1 5.2 Permanent Resurfacing. Add the following: Except as provided in section 306-1 51,
“Temporary Resurfacing,” the Contractor shall perform permanent trench resurfacing within 24 hours
after the completion of backfill and densification of backfill and aggregate base materials.
c
GRevised: 10/08/03 Contract No. 39141 Page 94 of 97 Pages
306-5 ABANDONMENT OF CONDUITS AND STRUCTURES. Add the following: Unless othetwise 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. No separate
payment shall be made for removal and disposal of abandoned utilities. Removal and disposal of
abandoned utilities shall be considered incidental to the work.
SECTION 310 - PAINTING
310-5 PAINTING VARIOUS SURFACES.
310-5.6 Painting Traffic Striping, Pavement Markings and Curb Markings. Modify the fifth
paragraph as follows: The Contractor shall furnish all equipment, materials, labor, and supervision
necessary for painting traffic lanes, directional arrows, guidelines, curbs, parking lines, crosswalks,
and other markings in accordance damaged or removed during conduct of the work.
310-5.6.10 Measurement and Payment. Modify the first paragraph as follows: No separate
payment shall be made for replacement of existing traffic striping, curb markings and pavement
markings. Replacement of existing traffic striping, curb markings and pavement markings shall be
considered incidental to the work.
Add the following section:
310-5.6.1 I Preformed Thermoplastic Pavement Markings.
For asphalt concrete pavement the Contractor shall be apply preformed thermoplastic pavement
markings using the propane torch method recommended by the manufacturer. The preformed
thermoplastic pavement markings shall not be applied at ambient and road temperatures below 0" C
(32" F). The Contractor shall clean, dry and remove all debris from the pavement before applying
preformed thermoplastic pavement markings.
-
SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL
312-1 PLACEMENT. Add the following to the third paragraph:
4) When being installed on asphalt concrete pavement sooner than 14 days after placement
of the asphalt concrete pavement course on which the pavement markers are to be placed.
Add the following section:
312-1 .I Reflective Channelizer Placement and Removal. The Contractor shall place and
remove reflective channelizers the same as for pavement marker placement and removal. The
Contractor shall place the channelizers uniformly, straight on tangent alignment and on a true arc on
curved alignment to the same tolerances of position as for application of paint in section 310-5.6.8.
The Contractor shall perform all layout work necessary to place the channelizers to the proper
alignment. If the channelizers are displaced or fail to remain in an upright position, from any cause,
the channelizers shall immediately be replaced or restored to their original location, by the
Contractor. When reflective channelizers are removed the pavement surface shall be restored to the
same color and surface finish as the adjacent pavement.
Section 31 3 - Temporary Traffic Control Devices
Add the following section:
313-1 TEMPORARY TRAFFIC PAVEMENT MARKERS.
QRevised: 10/08/03 Contract No. 39141 Page 95 of 97Pages
- Add the following section:
313-1 .I General. The Contractor shall supply and install temporary traffic pavement markers,
channelizers, signing, railing (type K), crash cushions and appurtenances at the locations shown on
the plans and as required in the specifications, complete in place prior to opening the traveled way
served by said final and temporary traffic pavement markers, signing, railing (type K) and
appurtenances to public traffic.
31 3-1.2 Temporary Pavement Markers. Temporary reflective raised pavement markers shall be
placed in accordance with the manufacturer‘s instructions. Temporary reflective raised pavement
markers shall be cemented to the surfacing with the adhesive recommended by the manufacturer,
except epoxy adhesive shall not be used to place temporary reflective raised pavement markers in
areas where removal of the markers will be required. Pavement striping, legends and markers which
conflict with any traffic pattern shall be removed by grinding as determined by the Engineer. The
Contractor shall use temporary reflective raised pavement markers for temporary pavement marking,
except when the temporary pavement markers are used to replace patterns of temporary traffic stripe
that will be in place for less than 30 days. Reflective pavement markers used in place of the
removable-type pavement markers shall conform to the section 31 2 “Pavement Marker Placement
and Removal”, except the 14day waiting period before placing the pavement markers on new
asphalt concrete surfacing as specified in section 312-1 “Placement”, shall not apply; and epoxy
adhesive shall not be used to place pavement markers in areas where removal of the markers will be
required.
Add the following section:
31 3-1.3 Channelizers. Channelizers shall be new surface-mounted type and shall be furnished,
placed, and maintained at the locations shown on the plans. Channelizer posts shall be orange in
color. Channelizers shall have affixed white reflective sheeting as specified in the special provisions.
The reflective sheeting shall be 75 rnm x 300 mm (3” x 12”) in size. The reflective sheeting shall be
visible at 300 m (1000’) at night under illumination of legal high beam headlights, by persons with
vision of or corrected to 20/20. The channelizer bases shall be cemented to the pavement in the
same manner as provided for cementing pavement markers to pavement in section 312-1,
“Placement.” Channelizers shall be applied only on a clean, dry surface. Channelizers shall be
placed on the alignment and location shown on the plans and as directed by the Engineer. The
channelizers shall be placed uniformly, straight on tangent alignment and on a true arc on curved
alignment. All layout work necessary to place the channelizers to the proper alignment shall be
performed by the Contractor. If the channelizers are displaced or fail to remain in an upright position,
from any cause, the channelizers shall immediately be replaced or restored to their original location,
by the Contractor. The Contractor shall provide the Engineer with a Certificate of Compliance in
accordance with the provisions of section 4-1 5, “Certification”. Said certificate shall certify that the
channelizers comply with the plans and specifications and conform to the prequalified design and
material requirements approved by the Engineer and were manufactured in accordance with a quality
control program approved by the Engineer.
-
Add the following section:
313-2 TEMPORARY TRAFFIC SIGNING.
Add the following section:
313-2.1 General. The Contractor shall provide and install all temporary traffic control signs, markers,
markings, and delineators at locations shown on plans and specified herein.
,- Add the following section:
313-2.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or
overturned, from any cause, during the progress of the work, the Contractor shall immediately
GRevised: 10/08/03 Contract No. 39141 Page 96 of 97 Pages
replace the signs in their original approved locations. The Contractor shall maintain all temporary
traffic signs used in the Work in a clean, reflective and readable condition. The Contractor shall -
replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours
of such marking being discovered during non-working hours or, when the marking is discovered
during working hours, within 2 hours of such discovery of marking.
Add the following section:
31 3-4 MEASUREMENT AND PAYMENT. Temporary traffic pavement markers, temporary
channelizers, temporary signing, temporary railing (type K), temporary crash cushions and temporary
appurtenances thereto shown on the plans or required in the specifications are a part of the lump-
sum item for traffic control and payment therefor shall include full compensation for furnishing all
labor, materials, tools, equipment, and incidentals and for doing all the work involved in applying,
installing, maintaining, and removing temporary traffic pavement markers, channelizers, signing,
railing (type K), crash cushions and appurtenances, complete in place, as shown on the plans, as
specified in the Standard Specification and these special provisions, and as directed by the
Engineer. Payment for temporary crash cushions, concrete barriers and the signs and reflectors
marking them shall include the installation, grading for installation, grading for the approach path,
maintenance, painting and re-painting, replacement of damaged units and removal and shall also be
included in the lump-sum price bid for traffic control. Payment for relocation of K-rails and crash
cushions when not shown on the plans and requested by the Engineer shall be made per section 3-
3, Extra Work, SSPWC.
GRevised: 10/08/03 Contract No. 39141 Page 97 of 97Pages
TECHNICAL
SPECIFICATIONS
.-
SECTION 02050 - DEMOLITION
PART 1 -GENERAL -
1 .I
A.
6.
1.2
A.
- 1.3
A.
6.
1.4
A.
6.
WORK OF THIS SECTION
The Contractor shall furnish all materials, equipment and labor necessary to perform and
complete demolition of existing asphalt and concrete pavement and sidewalks, curbs and
gutters, chain link fencing, concrete masonry retaining walls, and other existing
improvements as required for the construction of reclaimed water pipelines shown in the
Drawings.
The Contractor shall cut back flush and seal any pipe stub-outs remaining, and remove
exposed piping, conduits, fixtures, junction boxes, light fixtures, water fixtures, and supports.
Switches, receptacles, and boxes shall also be removed. Abandoned buried piping and
conduits shall be removed or capped and abandoned as necessary to facilitate the work. All
other items shall be removed as shown.
RELATED SECTIONS
The Work of the following Sections applies to the Work of this Section. Other Sections of
the Specifications, not referenced below, shall also apply to the extent required for proper
performance of this Work.
1. Section 02200 Earthwork
REFERENCE SPECIFICATIONS, CODES AND STANDARDS
The WORK of this Section shall comply with the current edition of the Uniform Building
Code.
Except as otherwise indicated in this Section, the Contractor shall comply with the latest
adopted edition of the Standard Specifications for Public Works Construction (SSPWC),
together with the latest adopted edition of the Regional Supplement Amendments and with
the Carlsbad Municipal Water District Reclamation Rules and Regulations for Construction
of Reclaimed Water Mains.
CONTRACTOR SUBMITTALS
The Contractor shall submit a demolition schedule. The demolition schedule shall provide a
complete coordination schedule for demolition work including shut-off and continuation of
utility services before the start of the demolition. 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.
Before completion of the Work, the Contractor shall submit an Affidavit of Legal Disposal
attesting to the lawful disposal of all demolished materials.
PART 2 -- PRODUCTS (Not Used)
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NO. 3914
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
DEMOLITION
DATE: MAY 10,2004
02050-1
PART 3 - EXECUTION
3.1
A.
3.2
A.
B.
3.3
A.
B.
C.
D.
E.
3.4
A.
GENERAL
.- Structures shall be demolished and removed in compliance with SSPWC subsection 306-5
and the requirements indicated herein.
POLLUTION CONTROL
Water sprinkling, temporary enclosures, chutes, and other suitable methods shall be used
for dust suppression in compliance with SSPWC Section 7.
Water shall not be used when it creates hazardous or objectionable conditions such as
flooding, erosion, sedimentation, or pollution.
PROTECTION
Safe passage of persons around the area of demolition shall be provided. Operations shall
be conducted to prevent injury to people and damage to adjacent buildings, structures, and
other facilities in compliance with SSPWC Section 7.
Interior and exterior shoring, bracing, or supports shall be provided to prevent movement,
settlement or collapse of structures to be demolished.
Existing landscaping materials, structures, and appurtenances that are not to be demolished
shall be protected and maintained as necessaryand in accordance with SSPWC Section 7.
Unless otherwise indicated, the Contractor shall protect and maintain all utilities in the
proximity of the facilities to be demolished. I
The Contractor shall protect nearby existing equipment from dust caused by demolition
activities by covering, drop curtains and other similar methods.
DISPOSAL OF NON-FRIABLE ASBESTOS
If non-friable asbestos cement pipe (ACP) is identified, the Contractor shall employ
adequate care to maintain the pipe in a non-friable condition. Removal of ACP shall be in
whole sections where possible. Cutting or breaking of ACP to facilitate removal shall be in
compliance with California Regulations, Title 8, Section 5208. At a minimum, the Contractor
shall follow the following requirements for ACP that is to be cut or broken:
1. The Contractor shall evacuate the area of unauthorized an untrained personnel, post
warning signs, and provide a demarcation zone and adequate barriers to keep
unauthorized personnel out of the area.
2. The Contractor shall provide personal protective equipment consisting at least of a
respirator and disposable clothing to asbestos accredited workers performing the
cutting or breaking of ACP. Respiratory protection shall be in accordance with the
requirements of California Regulations, Title 8, Section 5414.
3. The area to be cut or broken shall be adequately wetted with amended water to reduce
fiber emission. The method employed by the Contractor shall minimize fiber release.
Power saw cutting will not be allowed. All related debris from the cutting or breaking of
ACP shall be considered friable. The Contractor shall dispose of friable material in
accordance with California Regulations Title 22.
-
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NO. 3914
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
DEMOLITION
DATE: MAY 10,2004
02050-2
B. -
C.
3.5
A.
B.
C.
3.6
A.
I
B.
C.
D.
3.7
A.
B.
3.8
A.
-
4. All waste generated and ACP shall be wrapped in 6 mil polyethylene sheeting or bags
and shall be properly transported and disposed of.
The Contractor is responsible for all ACP removal and associated contamination. For
disposal of non-friable ACP, the Contractor shall comply with applicable landfill acceptance
criteria for the disposal of non-friable asbestos waste..
Payment for disposal of non-friable asbestoscontaining materials shall be included in the
Bid price per linear foot of new water main and no separate payment will be allowed.
DISPOSAL OF FRIABLE ASBESTOS
Friable asbestos-containing material is defined as material that can be crumbled, pulverized,
or reduced to powder by hand pressure. All friable asbestos-containing materials shall be
considered as hazardous waste and shall be transported by a licensed hazardous waste
hauler. Procedures for handling friable asbestos-containing material shall conform to
applicable requirements for hazardous waste management and disposal. Friable asbestos
containing materials shall be disposed of at an approved hazardous waste landfill.
Upon discovery of friable asbestos, the Contractor shall immediately notify the Engineer.
Payment for the disposal of friable asbestos-containing materials shall be in accordance with
SSPWC Subsection 3-2.2.3.
BELOW-GRADE DEMOLITION
Structures designated on the plans to be removed shall be removed to the full depth of the
structure, including its foundation.
Below-grade areas and voids resulting from demolition of structures shall be completely
filled to a minimum compaction of 95%
All fill and compaction shall be in accordance with Section 02200 - Earthwork.
After fill and compaction, surfaces shall be graded to meet adjacent contours and to provide
flow to surface drainage structures, or as indicated.
DISPOSAL OF DEMOLISHED MATERIALS
Demolition and removal of debris shall be conducted to ensure minimum interference with
roads, streets, walks, and other adjacent occupied or used facilities that shall not be closed
or obstructed without permission from the Agency. Alternate routes shall be provided
around closed or obstructed traffic ways.
Site debris, rubbish, and other materials resulting from demolition operations shall be
removed and disposed of in compliance with all laws and regulations. Burning of removed
materials from demolished structures will not be permitted.
PATCHING AND REPAIRING
The Contractor shall provide patching, replacing, repairing, and refinishing of damaged
areas involved in demolition as necessary to match the existing adjacent surfaces.
CARLSBAD MUN IC IPAL WATER DISTRICT
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
DEMOLITION
DATE: MAY 'lo, 2004 PROJECT NO. 3914 02050-3
B. The Contractor shall repair all damages caused to adjacent facilities by demolition at no
additional cost to the Agency.
C. After patching and repairing has been completed, the Contractor shall carefully remove
splatterings of mortar from adjoining work (plumbing fixtures, trim, tile, and finished metal
surfaces) and repair any damage caused by such cleaning operations.
-
3.9 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 the Work in a clean condition.
B. The Contractor shall clean adjacent structures and facilities of dust, dirt, and debris caused
by demolition and return adjacent areas to condition existing prior to start of Work.
C. The Contractor shall clean and sweep the affected portions of roads, streets, sidewalks and
passageways daily.
** END OF SECTION **
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NO. 3914
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
DEMOLITION
02050-4
DATE: MAY 10,2004
SECTION 02100 - SITE PREPARATION
- PART 1 -- GENERAL
1 .I WORK OF THIS SECTION
A. The Contractor shall furnish all materials, equipment, and labor necessary to prepare the
site including clearing, grubbing and stripping.
1.2 RELATED SECTIONS
A. The Work of the following Sections applies to the Work of this Section. Other Sections, not
referenced below, shall also apply to the extent required for proper performance of this
Work.
1. Section 02050 Demolition
2. Section 02140 Dewatering
3. Section 02200 Earthwork
1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS
A. Except as otherwise indicated in this Section, the Contractor shall comply with the latest
adopted edition of the Standard Specifications for Public Works Construction (SSPWC)
together with the latest adopted edition of the Regional Supplement Amendments and with
the Carlsbad Municipal Water District Reclamation Rules and Regulations for Construction
of Reclaimed Water Mains.
.-
I .4 CONTRACTOR SUBMITTALS
A. Before starting the Work, the Contractor shall have submitted a Storm Water Pollution Prevention Plan.
B. Before completion of the Work, the Contractor shall submit an Affidavit of Legal Disposal
attesting to the lawful disposal of all materials removed as part of the Work.
PART 2 - PRODUCTS (Not Used)
PART 3 -- EXECUTION
3.1 GENERAL
B. Existing Conditions: The site shall be examined and the Engineer notified of any conditions
that affect the Work of this Section.
C. Utility Interference: Where existing utilities interfere with the Work of this Section, the
Engineer shall be notified of interferences, and notifications to the relevant departments and
utilities shall be provided in accordance with SSPWC Section 7.
C. Project site maintenance shall conform to SSPWC Subsection 7-8.
.- ** END OF SECTION **
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NO. 3914
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
SITE PREPARATION
02 100-1
DATE: MAY 10,2004
SECTION 02140 - DEWATERING
,-
PART 1 - GENERAL
I .I
I A.
B.
1.2
A.
I .3 -
A.
B.
1.4
A.
WORK OF THIS SECTION
The Contractor shall perform site dewatering necessary to lower and control groundwater
levels and hydrostatic pressures to allow excavation and construction to be performed
properly under dry conditions. This Section includes materials, installation, maintenance,
operation, and removal of temporary dewatering systems.
Dewatering operations shall be adequate to ensure the integrity of the finished project. The
responsibility for conducting the dewatering operation in a manner that will protect adjacent
structures and facilities rests solely with the Contractor. The cost of repairing any damage to
adjacent structures and restoration of facilities shall be the responsibility of the Contractor.
RELATED SECTIONS
The Work of the following Section applies to the Work of this Section. Other Sections, not
referenced below, shall also apply to the extent required for proper performance of this
Work.
1. Section 02200 Earthwork
REFERENCE SPECIFICATIONS, CODES AND STANDARDS
Except as otherwise indicated in this Section, the Contractor shall comply with the latest
adopted edition of the Standard Specifications for Public Works Construction (SSPWC)
together with the latest adopted edition of the Regional Supplement Amendments and with
the Carlsbad Municipal Water District Reclamation Rules and Regulations for Construction
of Reclaimed Water Mains.
The Contractor shall comply with California Regional Water Quality Control Board General
Waste Discharge Requirements for Groundwater Remediation and Dewatering Waste
Discharges, Order Numbers 90-31 and 96-41.
CONTRACTOR SUBMITTALS
The following shall be submitted in compliance with SSPWC Subsection 2-5.3:
1. Before starting excavation, the Contractor shall submit shop drawings including a
detailed plan, schedule, and description of the dewatering of excavations for those
areas where dewatering is anticipated to be required. The shop drawings shall include:
the proposed type of dewatering system; the arrangement, location, and depths of
system components; a complete description of the equipment and instrumentation to
be used if any, with installation, operation and maintenance procedures; a description
of the Contractor's means and methods for measuring groundwater levels and
piezometric water levels if necessary; and the methods for disposal of dewatering
effluent.
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NO. 3914
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
DEWATERING
DATE: MAY 10,2004
02140-1
B.
1.5
A.
B.
C.
2. Before starting excavation, the Contractor shall submit copies of well installation
permits if dewatering wells are proposed.
dewatering discharges to the Regional Water Quality Control Board permit for
dewatering discharges to the environment.
The Contractor shall submit copies of well destruction permits, as applicable.
3. Before starting excavation, the Contractor shall submit copies of its permit for -
4.
The Contractor shall submit a daily report that includes the following information:
1.
2.
Groundwater levels and piezometric water levels in observation wells (if any).
Changes in elevation of reference points as stated in subparagraph 1.5C to detect
settlement in adjacent structures.
The average dewatering flow rate.
Water quality testing results as required by the Regional Water Quality Control Board.
3.
4.
QUALITY ASSURANCE
The Contractor shall conduct a demonstration of its proposed system and shall provide
verification that adequate personnel, materials, and equipment are available.
The Contractor shall maintain adequate control to ensure that the stability of excavated and
constructed slopes is not adversely affected by water, that erosion is controlled, and that
flooding of excavations or damage to structures does not occur.
Where critical structures or facilities exist immediately adjacent to areas of proposed
dewatering, the Contractor shall establish reference points and shall observe the reference
points at frequent intervals to detect any Settlement which may occur.
PART 2 -- PRODUCTS
2.1 MATERIALS AND EQUIPMENT
A. Dewatering, where indicated, includes well points, sump pumps, temporary pipelines for
water disposal, rock or gravel placement, observation wells, and other means including
standby pumping equipment maintained on the jobsite continuously.
B. The Contractor shall provide piezometers for monitoring groundwater levels. The Contractor
shall provide other instruments and measuring devices as required.
PART 3 -- EXECUTION
3.1 GENERAL REQUIREMENTS
A. The Contractor is responsible for obtaining permits for temporary construction dewatering.
The Contractor shall comply with all applicable sampling, testing, monitoring, reporting, and
treatment requirements.
1. The Contractor shall obtain a permit from the Regional Water Quality Control Board for
any discharge of groundwater to the environment. The Contractor shall comply with
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
DEW ATE RI N G
DATE: MAY 10,2004
PROJECT NO. 3914 02 I 40-2
B.
C.
D.
E.
F.
.- G.
H.
I.
J.
K.
L.
Regional Water Quality Control Board Waste Discharge requirements under Orders
96-41 and 90-31. Before starting dewatering operations, the Contractor shall obtain
authorization, as required, for the disposal of groundwater.
2. The Contractor shall obtain the approval of the utility owner before disposing of
dewatering effluent to a sanitary sewer. The Contractor shall be responsible for all
fees and for pretreatment requirements associated with disposal of dewatering effluent
to the sanitary sewer.
The Contractor shall maintain an adequate system to lower and control the groundwater to
permit excavation, construction of structures, and placement of fill materials to be performed
under dry conditions.
Sufficient dewatering equipment shall be installed to pre-drain the water-bearing strata
below the bottom of foundations, drains, sewers, and other excavations.
The hydrostatic head in water-bearing strata below foundations, drains, sewers, water
pipelines and other excavations shall be reduced to ensure that the water level is below the
excavation surface at all times.
The system shall be placed into operation before excavation below groundwater level is
started. The system shall be operated continuously 24 hours a day, 7 days a week until
drains, sewers and structures have been constructed, fill materials have been placed, and
dewatering is no longer required.
The site shall be graded to facilitate drainage and runoff shall be diverted from the
excavation. Surface runoff shall be collected in shallow ditches around the perimeter of the
excavation, drained to sumps, and pumped or drained by gravity away from the excavation.
Dewatering shall at all times be conducted to preserve the undisturbed bearing capacity of
the subgrade soils at proposed bottom of excavation.
If foundation soils are disturbed or loosened by the upward seepage of water or an
uncontrolled flow of water, the affected areas shall be excavated and replaced with drain
rock at no additional cost to the Agency.
Flotation of structures and facilities shall be prevented by maintaining a positive and
continuous removal of water.
If well points or wells are used, they shall be adequately spaced to provide the necessary
dewatering and shall be sandpacked and/or other means shall be used to prevent pumping
of fine sands or silts from the subsurface. A continuous check shall be maintained to ensure
that the subsurface soil is not being removed by the dewatering operation.
Water and debris shall be disposed of in a suitable manner in compliance with permit
requirements and SSPWC Subsection 306-3.3, without damage to adjacent property. No
water shall be drained into work built or under construction. Before disposal, water shall be
treated in accordance with permit requirements.
The release of groundwater to its original level shall be performed in a manner that avoids
disturbance of natural foundation soils, prevents disturbance of compacted backfill, and
prevents flotation or movement of structures and pipelines.
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NO. 3914
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
DEWATERING
DATE: MAY 10,2004
02 140-3
**END OF SECTION**
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NO. 3914
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
DEWATERING
021 40-4
DATE: MAY 10.2004
SECTION 02160 EXCAVATION SUPPORT SYSTEMS
PART 1 -GENERAL -
1 .I WORK OF THIS SECTION
A. The Work of this Section includes support of temporary open excavations by means of sheet
pilings, soldier piles and lagging, structural steel walls and struts, liner plates, and timber.
The Contractor shall be responsible for the design and selection of methods in conformance
with the design criteria as specified herein.
B. The Work of this Section applies to temporary excavation support systems for demolition,
construction of underground structures, and installation of buried pipelines, and boring and
receiving shaft or pits.
1.2 RELATED SECTIONS
A. The Work of the following Sections applies to the Work of this Section. Other Sections, not
referenced below, shall also apply to the extent required for proper performance of this
Work:
1. Section 02200 Earthwork
2.
5. Section 05500 Miscellaneous Metals
Section 02340 Boring and Jacking
1.3 STANDARD SPECIFICATIONS -
A. Except as otherwise indicated in this Section, the Contractor shall comply with the Standard
Specifications for Public Works Construction, including the Regional Supplement
Amendments (SSPWC) and with the Carlsbad Municipal Water District Reclamation Rules
and Regulations for Construction of Reclaimed Water Mains.
1.4 SPECIFICATIONS AND STANDARDS
A. Except as otherwise indicated, the current editions of the following apply to the Work of this
Section:
I.
2.
3.
4.
5.
6.
7.
8.
ASTM A 36 Structural Steel.
ASTM A 328 Steel Sheet Piling.
AWS D1.1 Structural Welding Code-Steel.
UBC Chapter 25 Wood.
WCLIB Grading Rules.
WWPA Grading Rules.
AlSC Manual of Steel Construction.
AASHTO, Section on Steel Tunnel Liner Plate
1.5 CONTRACTOR SUBMITTALS
A. The following shall be submitted in compliance with SSPWC Subsection 2-5.3:
1. The proposed excavation support system for each construction component where
excavation support systems will be used.
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
EXCAVATION SUPPORT SYSTEMS
DATE: MAY 10,2004
PROJECT NO. 3914 02160-1
B.
C.
D.
1.6
A.
1.7
A.
2.
3.
4.
5.
6.
7.
8.
9.
IO.
Arrangement and details for each excavation support system, supporting design
calculations, and construction methods to be used for the installation of each system.
Soldier pile installation methods, connection details, bracing preloading, and jacking
procedures.
Depths below the main excavation bottom elevation to which the support system will be
installed.
Elevations of ground surface, struts, and shores, as applicable.
Permissible depth to which excavation may be carried before supports must be
installed and preloaded.
Full excavation depth load to be carried by various support system members.
Bracing loads for various stages of excavation, bracing removal, and concrete
placement.
Preloads as required.
Proposed sequence of strut and shore removal as applicable and as related to
backfilling operations.
The above Shop Drawings shall be coordinated with other shop drawing submittals for work
specified elsewhere in which support of excavation is required.
The proposed method of installing sheet piling including sequence of installation, template,
and equipment description.
Contingency plan for alternative procedures to be implemented if the excavation support
system is found to perform unfavorably.
QUALITY ASSURANCE
Support of excavation shall be designed, and Shop Drawings and calculations signed, by a
Professional Engineer licensed to practice in the State of California and experienced in the
design of excavation support systems. All design drawings and calculations shall be
checked and initialed by a checker.
DESIGN CRITERIA
Shop Drawings with supporting calculations for the various excavation support systems shall
be prepared in accordance with the following criteria:
1. Design the excavation support system and all components to support the earth
pressures, unrelieved hydrostatic pressures, utility loads, equipment, traffic, and
construction loads including impact, and other surcharge loads in such manner as will
allow the safe and expeditious construction of the permanent structures, to minimize
ground movement or settlement, and to prevent damage to or movement of adjacent
buildings, structures, roadways and utilities.
2. Design support members to resist the maximum loads expected to occur during the
excavation and support removal stages.
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NO. 3914
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
EXCAVATION SUPPORT SYSTEMS
DATE: MAY IO, 2004
02 1 60-2
.c
3. Design for staged removal shall conform to construction backfill sequence shown.
Design shall consider provisions for future construction, and limits on bracing level
elevations as shown on the plans.
4. Maximum vertical center-to-center spacing of supports shall be 16 feet between top 2
support levels and 12 feet below second support level unless othetwise approved. If
decking beams are not required, install the uppermost bracing tier at a vertical distance
of not more than 6 feet below the top of excavation.
5. Where water flows from the face of excavation, the maximum height of unsupported
excavation shall not exceed 15 inches.
6. In running sand and silt, provide positive means for securing timber lagging to the
soldier piles to avoid shifting or falling off of the lagging, and positive means for
containing such material behind lagging.
7. Review of the Contractor's Shop Drawings and methods of construction by the
Engineer does not relieve the Contractor of responsibility for the adequacy of the
excavation support systems.
8. No portion of the excavation support system's vertical face will be permitted to
penetrate the design lines as indicated on the Drawings for the permanent concrete
structure to be constructed within the excavation.
9. Vertical support capacity shall be provided for wall systems and internal bracing
elements, for loads due to vertical force components of tieback anchors, the weight of
the structural systems themselves, and live load on any portion of the system.
c B. Steel Components:
1. Design and fabrication of steel components shall be as specified in Section 05120.
C. Timber Support Systems and Members:
1. Bases for determination of minimum allowable working stress: UBC Chapter 25.
2. The minimum thickness of timber lagging between soldier piles spaced 5 to 7 feet
center-to-center shall be 3 inches for excavations up to 25 feet in depth, and 4 inches
for excavations deeper than 25 feet.
3. For other conditions and types of lagging, design calculations shall be submitted.
1.8 SAFETY
A. Except as otherwise indicted, the following codes apply to the Work of this Section:
1. Title 8, California Administrative Code, Chapter 4, Subchapter 4, Construction Safety
Orders, Article 6, Excavations, Trenches, Earthwork, Section 1542, Shafts.
1.9 PROJECT CONDITIONS
A. Utility agencies shall be notified and caution exercised while exposing utility facilities by hand
or other methods approved by utility owner.
I
CARLSBAD MUNICIPAL WATER DISTRICT PROJECT NO. 3914
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
EXCAVATION SUPPORT SYSTEMS
DATE: MAY 10,2004
02 160-3
B. If existing utility facilities interfere with the proposed method of support, the method shall be
modified in a manner that will protect the facility and accommodate the proposed Work,
Shop Drawings shall be revised and resubmitted along with design calculations required to
utilities.
account for the modified support method and to show the actual location of the existing -
C. Provisions shall be made for contingencies as follows:
1. Monitor performance of support system components, for both vertical and horizontal
movement, at regular intervals not to exceed 3 days.
Provide contingency plan for alternative procedures to be implemented if unfavorable
performance is evidenced.
2.
3. Keep on hand materials and equipment necessary to implement contingency plan.
D. Elements of the support system shall not be spliced unless approved by the Engineer.
PART 2 - PRODUCTS
2.1 MATERIALS
A. Steel sheet piling shall be continuous interlocking type ASTM A 328 of appropriate shape
and provided with at least one 2-1/2-inch-diameter handling hole on the centerline of the
web located at least 6 inches from each end of the sheet pile.
B. Fabricated connections and accessories, steel H-piles, WF shapes, and other structural
steel shall conform to the requirements of ASTM A 36, unless otherwise approved.
C. Concrete shall be as specified in Section 03300.
1. For encasement of steel soldier piles below the final level of excavation, 2,500 psi shall
be used.
2. For encasement of soldier piles above the final level of excavation, lean concrete shall
be used, the strength of which shall be adequate to protect the excavated faces of the
augured hole.
D. Wood lagging shall be dimension lumber with minimum allowable stress of I100 psi.
1. The stress grade of the lagging shall be in conformance with the allowable stresses of
the UBC, Chapter 25.
2. Lumber shall be grade marked by WWPA or WCLIB with species and grade
conforming with those shown on approved Shop Drawings.
PART 3 -- EXECUTION
3.1 GENERAL
A. The support system shall extend the main excavation bottom elevation to a depth adequate
to prevent lateral movement and to adequately support applied vertical loads. In areas
where additional excavation is required below the main excavation subgrade provisions shall
be made to prevent movement of main excavation supports. Damage to existing utilities
during installation of excavation support system shall be avoided.
CARLSBAD MUNICIPAL WATER DISTRICT EXCAVATION SUPPORT SYSTEMS
PROJECT NO. 3914 021 60-4
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE DATE: MAY 10,2004
B.
3.2 .-
A.
B.
C.
D.
3.3
A.
B.
I_
C.
D.
3.4
A.
B.
,-
Water control measures shall be provided in accordance with the requirements specified in
Section 021 40.
SOLDIER PILES
Soldier piles shall be installed by preboring or other approved pre-excavation methods to tip
elevation shown on approved Shop Drawings. Prevent prebored or other pre-excavate:
holes from collapsing.
Prebored hole shall be filled with lean concrete from bottom of hole to subgrade dependent
upon analysis of vertical support requirements.
Remaining pile length shall be filled with lean concrete, completely encasing the pile.
Concrete shall be placed from the bottom of the hole upwards by means of a flexible pipe
connected to a hopper.
SHEETING AND LAGGING
Sheeting and lagging shall be installed with no gap between the boards unless specifically
approved. As installation progresses, the voids between the excavation face and the
lagging or sheeting shall be backfilled with sand or soil rammed into place. Materials such
as hay or burlap shall be used where necessary to allow drainage of groundwater without loss of soil or packing material. If gaps in the lagging are allowed, the gap width between
lagging boards shall be limited to 1/2 inch maximum.
If unstable material is encountered, suitable measures shall be taken to retain it in place or
to otherwise prevent soil displacement.
Extend lagging down to final subgrade.
A sufficient quantity of material shall be on hand for sheeting, shoring, bracing, and other
operations for protection of work and for use in case of accident or emergency.
STEEL SHEET PILING
Steel sheet piling may be used only where existing subsurface conditions are suitable for
installation of sheet piling to the full depth of penetration required, and to proper alignment
and plumbness, specified herein, without damage to the sheet piling or rupture of its
interlocks. The use of steel sheet piling will not be permitted where sheeting would be
required to penetrate boulders, rock or other materials that may prevent the proper
installation of sheet piling.
Steel sheet piling shall be installed in plumb position with each pile interlocked with adjoining
piles for its entire length so as to form a continuous diaphragm throughout the length of each
run of wall, bearing tightly against original ground. Install sheeting to depth required for
design. Exercise care during installation so that interlocking members can be extracted, if
required, without injury to adjacent ground. The installation equipment shall be suitable to
the type and nature of the subsurface materials anticipated to be encountered. The
equipment, and methods of installation, cutting, and splicing shall conform to the approved
Shop Drawings.
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
EXCAVATION SUPPORT SYSTEMS
DATE: MAY 10,2004
PROJECT NO. 3914 02 160-5
C. Liner plate shall be installed to proper line and grade and dimensions that will enable final
liner to be placed in accordance with tolerances specified. Annular void, if present by
method of ground support shall be filled with tunnel grout as specified.
3.5 INTERNAL BRACING SUPPORT SYSTEM
A. All bracing support members shall be installed and maintained in tight contact with each
other and with the surface being supported.
B. Bracing members shall be preloaded by jacking the struts and shores in accordance with
loads, methods, procedures, and sequence as described on the approved Shop Drawings.
Coordinate excavation work with bracing installation and preloading. Use steel shims and
steel wedges welded or bolted in place to maintain the preloading force in the bracing after
release of the jacking equipment pressure. Use procedures so as to produce uniform
bracing member loading without appreciable eccentricities, overstressing, or support
member distortion.
C. Struts shall be provided with intermediate bracing as needed to enable them to carry their
maximum design load without distortion or buckling. Provide diagonal bracing as necessary
to maintain the stability of the system. Web stiffeners, plates, or angles shall be provided as
needed to prevent rotation, crippling, or buckling of connectors at points of bearing between
structural steel members. Allow for eccentricities resulting from field fabrication and
assembly.
D. Excavations shall be to a depth no more than 2 feet below the elevation of the support
member about to be placed. The support member shall be installed and preloaded
immediately after installation and prior to continuing excavation.
3.6 REMOVAL OF SUPPORT SYSTEMS
A. Where removal is required wholly or in part, such removal shall be performed in a manner
that will not disturb or damage adjacent new or existing construction or utilities. Fill all voids
immediately with lean concrete, or other approved means.
B. All elements of support systems shall be removed to a minimum depth of 6 feet below final
ground surface. However, when a structure poured against the sheeting system extends
above the 6-foot limit, removal of the sheeting system shall be to the top of the structure.
C. All damage to property resulting from removal shall be promptly repaired at no cost to the
Agency. The Engineer shall be the sole judge as to the extent and determination of the
materials and methods for repair.
** END OF SECTION **
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
EXCAVATION SUPPORT SYSTEMS
DATE: MAY 10,2004
PROJECT NO. 3914 02 160-6
SECTION 02200 - EARTHWORK
PART I -GENERAL
1 .I
A.
1.2
A.
6.
C.
D.
I-
1.3
A.
I .4
A.
B.
1.5
WORK OF THIS SECTION
The Contractor shall perform all earthwork required for construction of the Work. The Work
includes the loosening, removing, loading, transporting, depositing, and compacting in their
final locations of all materials, wet and dry. The Contractor shall comply with all local, state
and federal safety and health standards, laws and regulations.
DEFINITIONS
Fill material is defined as material used to raise the level of a portion of the site to the line
and grade indicated.
Backfill material is defined as material used to refill an excavation. Backfill material is
defined as starting 1 foot above the top of the pipe or conduit, or at the subgrade for cast-in-
place structures such as vaults and valve boxes.
Bedding material is defined as material within the pipe zone that supports and surrounds the
pipe or conduit.
The pipe zone is generally defined as the area that extends from 6 inches below the bottom
of the pipe to I foot above the top of the pipe. For steel pipe, the pipe zone begins 4 inches
below the bottom of the pipe.
RELATED SECTIONS
The Work of the following Sections applies to the Work of this Section. Other Sections, not
referenced below, shall also apply to the extent required for proper performance of this
work:
1. Section 021 00 Site Preparation
2. Section 02140 Dewatering
3.. Section 03300 Cast-in-Place Concrete
REFERENCE SPECIFICATIONS, CODES AND STANDARDS
Except as otherwise indicated in this Section, the Contractor shall comply with the latest
adopted edition of the Standard Specifications for Public Works Construction (SSPWC)
together with the latest adopted edition of the Regional Supplement Amendments.
The Work of this Section shall comply with current versions, with revisions, of the following:
1. Uniform Building Code.
2.
3.
4.
Construction Safety Orders, Division of Industrial Safety, State of California.
California Department of Transportation Traffic Manual.
Carlsbad Reclamation Rules & Regulations for Construction of Reclaimed Water Mains
CONTRACTOR SUBMITTALS
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NO. 3914
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
EARTHWORK
02200-1
DATE: MAY 10,2004
A. The Contractor shall submit the following in compliance with SSPWC Subsection -2-5.3:
1. The Contractor‘s detailed plan the showing the design and calculations for all shoring,
bracing, sloping of the sides of excavation, or other provisions for worker protection
against the hazard of caving ground during the excavation of trenches or structure
excavation. The Contractor’s detailed plan shall include a description of the methods,
schedule and equipment, including trench shields, to be used for earthwork operations.
The Contractor’s plan shall identify the locations of temporary soil stockpiles. The
Contractor‘s detailed plan shall be submitted before starting any trench or structure
excavation 5-feet deep or over. The Contractor shall be in possession of the Agency’s
written acceptance of the detailed plan before starting any trench or structure
excavation 5-feet deep or over. If the Contractor’s detailed plan varies from the
shoring system established in the Construction Safety Orders of the State of California,
the Contractor’s detailed plan shall be prepared and signed by a civil or structural
engineer licensed in the State of California.
2. A copy of the excavation permit issued by the California Department of Industrial
Safety.
3. Samples of imported material in accordance with SSPWC Subsection 306-1.3.5.
4. Such other samples of materials as the Engineer may require.
5. An agricultural soil evaluation about the suitability of proposed topsoil.
PART 2 - PRODUCTS
2.1 FILL AND BACKFILL MATERIALS
A. General: Fill and backfill material shall consist of select material obtained from the
excavation, imported material, bedding material, or unclassified material. The Contractor
shall import at its expense materials in excess of the approved material obtained from
excavation as required to complete the fill, backfill, and grading Work as indicated.
B. Select Material: Select material shall consist of primarily granular material obtained from the
excavation which is free of vegetation, organic matter, rubbish, debris, rocks larger than 4-
inches in diameter and other unsuitable material, has an expansion index less than 30 (less
than 20 for footings and floor slabs) as determined by UBC Standard No. 29-2, has a
plasticity index of 10 or less, has a liquid limit of 30 or less, and is approved as select
material by the Engineer.
C. Imported Material: Imported material shall conform to the same specifications as select
material defined above. In addition, the imported materials shall comply with SSPWC
subsection 306-1.3.5. Imported material placed in areas to be planted shall be able to
support normal plant growth. The Contractor shall obtain approval by the Engineer before
transporting imported material.
D. Bedding Material: Bedding material shall be sand, gravel, crushed aggregate, or free
draining material in accordance with SSPWC Subsection 306-1.2.1, including the Regional
Supplement Amendments.
E. Unclassified Material: Unclassified material shall conform to SSPWC Subsection 300-4.
F. Structure Backfill: Structure backfill shall conform to SSPWC Subsection 300-3.5.
CARLSBAD MUNICIPAL WATER DISTRICT EARTHWORK
PROJECT NO. 3914 02200-2
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE DATE: MAY 10,2004
2.2 ROCK PRODUCTS
A. Rock products, consisting of crushed rock, rock dust, gravel, sand, and stone for riprap shall
be clean, hard, sound, durable, uniform in quality and free of disintegrated material, organic
matter, oil, alkali, or other deleterious substance, and shall unless othewise specified
conform to the requirements of SSPWC Subsection 200-1, including the Regional
Supplement Amendments.
-
2.3 UNTREATED BASE MATERIALS
A.
B.
Untreated base materials shall conform to the requirements of SSPWC Subsection 200-2.
Materials for use ks untreated base or subbase shall be:
1. Sand
2. Crushed Aggregate Base
3. Crushed Miscellaneous Base
4. Processed Miscellaneous Base
5. Select Subbase
2.4 NOTUSED
2.5 PIPELINE MARKING TAPE
A. Buried, non-metallic water pipe shall be provided with metallic locator tape in accordance
with materials list in the Carlsbad Reclamation Rules 81 Regulations for Construction of
Reclaimed Water Mains. All buried water lines shall require location installed over the
centerline of the water line and twelve inches (12”) above the top of pipe. Tape shall be
metalized foil core two inches (2”) in width. The tape shall be “Detectable Terra Tape”, Thor
Enterprises, Inc., P.O. Box 450, Sun Prairie, Wisconsin 53590, or approved equal.
PART 3 -- EXECUTION
3.1 GENERAL
A. The Contractor shall perform earthwork as necessary to complete the Work as shown on the
Contract Drawings and specified herein. The Contractor shall take the necessary
precautionary measures to prevent dust or other nuisances that might be created by reason
of his activities. The necessary precautionary measures shall conform to the requirements
of SSPWC Subsection 7-8. The requirements specified in Subsection 7-8 shall be extended
to include paved surfaces.
B. All types of earthwork, including trench, structural and general excavation, fill, backfill and
compaction, shall conform to applicable requirements of the SSPWC Section 300 and to the
requirements specified herein.
C. Pursuant to California Code of Regulations, Title 8, Section 1541, at least two working days
before the start of excavation, the Contractor shall notify the Regional Notification Center
and known owners of underground facilities in the area who are not members of the Regional Notification Center of the proposed excavation.
3.4 SITE PREPARATION
A. Areas to be excavated, filled, graded, and to be occupied by permanent construction or
embankments shall be prepared by clearing, grubbing and stripping. Clearing, grubbing and
c
CARLSBAD MUNICIPAL WATER DISTRICT EARTHWORK
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE DATE: MAY 10,2004
PROJECT NO. 3914 02200-3
stripping shall conform to the applicable requirements of SSPWC Subsection 300-1 and
Section 02100. The Contractor shall provide for a Storm Water Pollution Prevention Plan.
3.5 EXCAVATION
A. General: Except when specifically provided to the contrary, excavation shall include the
removal of all materials of whatever nature encountered, including all obstructions of any
nature that would interfere with the proper execution and completion of the work. Unless
othewise directed, the removal of said materials shall conform to the lines and grades
shown. Unless otherwise provided, the entire construction site shall be stripped of all
vegetation and debris, and such material shall be removed from the site prior to performing
any excavation or placing any fill. The Contractor shall furnish, place, and maintain all
supports and shoring that may be required for the sides of the excavations, and all pumping,
ditching, or other measures for the removal or exclusion of water as required by Section
02140 - Dewatering. Excavations shall be sloped or otherwise supported in a safe manner
in accordance with the rules, orders, and regulations of the Division of Industrial Safety of
the State of California.
B. Unclassified Excavation: Unclassified excavation shall consist of all excavation , including
roadways, unless separately design a ted .
1. Unsuitable material shall be excavated and disposed of in accordance with the
requirements of SSPWC Subsection 300-2.2.
2. Wet material, if unsatisfactory for the specified use on the project solely because of
high moisture content, may be processed to reduce the moisture content, or may be
required to be removed and replaced with suitable material in accordance with the
requirements of SSPWC Subsection 300-2.2.2.
3. The removal and disposal of slide and slipout material shall be in accordance with
SSPWC Subsection 300-2.4.
4. Excavation slopes shall be finished in conformance with the lines and grades shown,
and in accordance with SSPWC Subsection 300-2.5.
5. Surplus material shall be disposed of off-site, and in accordance with SSPWC
Subsection 300-2.6.
C. Structure Excavation: Structure excavation shall consist of the removal of material for the
construction of foundations for bridges, retaining walls, headwalls, culverts, buildings, or
other structures, and shall be in accordance with SSPWC Subsection 300-3.
1. Cofferdams for foundation construction shall be constructed in accordance with
SSPWC Subseon 300-3.2.
The treatment of foundation material shall be in accordance with SSPWC Subsection 2.
300-3.3.
D. Underground Conduit Excavation:
1. General: Excavation for underground conduits shall be in accordance with SSPWC
Subsection 306-1 .I and the requirements contained herein. Unless otherwise shown
or ordered, excavation for pipelines and utilities shall be open-cut trenches. Trench
widths shall be kept as narrow as is practical for the method of pipe zone densification
selected by the Contractor.
-_
CARLSBAD M U N IC I PAL WATER DISTRICT EARTHWORK
PROJECT NO. 3914 02200-4
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE DATE: MAY 10,2004
E.
2.
3.
4.
5.
6.
Sheeting, Shoring, and Bracing of Excavations: The manner of sheeting, shoring, and
bracing excavations shall be as set forth in the rules, orders and regulations of the
Division of Industrial Safety of the State of California, and in accordance with the
requirements of SSPWC Subsection 306-1.1.6. Sheeting, shoring and bracing shall be
provided for the protection of life and limb, for the protection of existing underground
and above ground structures and improvements, and shall conform to applicable safety
orders. Sheeting, shoring and bracing shall be provided to prevent trench sluffing,
pavement separation and similar problems during construction, and shall include
furnishing, installation, maintenance, and removal.
Trench Bottom: Except when pipe bedding is required, the bottom of the trench shall
be excavated uniformly to the grade of the bottom of the pipe. The trench bottom shall
be given a final trim, using a string line for establishing grade, such that each pipe
section when first laid will be continually in contact with the ground along the extreme
bottom of the pipe. Rounding out the trench to form a cradle for the pipe will not be
required.
Open Trench: The maximum length of open trench permitted in any one location shall
be 500 feet or the length necessary to accommodate the amount of pipe installed in a
single day, whichever is greater. All trenches shall be fully backfilled at the end of each
day or, in lieu thereof, shall be covered by heavy steel plates adequately braced and
capable of supporting vehicular traffic in those locations where it is impractical to
backfill at the end of each day. The top of the steel plates shall be set flush with the
top of the adjacent pavement, and the plates shall be surfaced for improved vehicular
traction. The above requirements for backfilling or use of steel plate will be waived in
cases where the trench is located further than 100-feet from any traveled roadway or
occupied structure. In such cases, however, the Contractor shall provide and maintain
barricades and warning lights conforming to requirements set forth in the California
Department of Transportation Traffic Manual.
Trench Over-Excavation: Where the Drawings indicate that trenches shall be over-
excavated, they shall be excavated to the depth required, and then backfilled to the
grade of the bottom of the pipe.
Where pipelines are to be installed in embankment fills, the fill shall be constructed to a
level at least one-foot above the top of the pipe before the trench is excavated.
Over-Excavation Ordered by Engineer: Trenches shall be over-excavated beyond the depth
shown when required by the Engineer. Such over-excavation shall be to the depth ordered
by the Engineer. The over-excavation shall then be backfilled using 3/4-inch crushed rock.
The Contractor shall then place bedding material over the crushed aggregate. All work
specified in this Section shall be performed by the Contractor at no additional cost to the
Agency when the over-excavation ordered by the Engineer is within 6 inches of the limit
shown on the Drawings. When the over-excavation ordered by the Engineer is 6 inches
more than the limit shown on the Drawings, additional payment will be made to the
Contractor for the portion that exceeds the said 6-inch distance.
F. Over-Excavation not Ordered or Indicated: Any over-excavation carried below the grade
ordered or indicated shall be backfilled to the required grade with material specified by the
Engineer and the material shall be compacted. Such work shall be performed by the
Contractor at no additional cost to the Agency.
- G. Excavation in Lawn Areas:
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NO. 3914
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
EARTHWORK
DATE: MAY 10,2004
02200-5
1. Where excavation occurs in lawn areas, the sod shall be carefully removed and
stockpiled to preserve it for replacement. Excavated material may be placed on the
lawn; provided, that a drop cloth or other suitable method is employed to protect the
Immediately after completion of backfilling [and testing of the pipeline], the sod shall be
replaced in a manner so as to restore the lawn as near as possible to its original
condition. Contractor shall provide new sod if removed sod has remained stockpiled
for more than 72 hours.
lawn from damage. The lawn shall not remain covered for more than 72 hours. -
2. The Contractor shall restore the lawn irrigation system removed or damaged due to
excavation operations to a condition equal to the previous condition.
H. Excavation in Vicinity of Trees: Except where trees are shown to be removed, trees shall be
protected from injury during construction operations. No tree roots over 2-inches in diameter
shall be cut without written permission of the Engineer. Trees shall be supported during
excavation by means previously reviewed by the Engineer.
I. Rock Excavation:
1. Rock excavation shall include removal and disposal of the following: (1) all boulders
measuring 1/3 of a cubic yard or more in volume; (2) all rock material in ledges,
bedding deposits, and unstratified masses which cannot be removed without
systematic drilling and blasting; (3) concrete or masonry structures which have been
abandoned; and (4) conglomerate deposits which are so firmly cemented that they
possess the characteristics of solid rock and which cannot be removed without
systematic drilling and blasting.
2. Rock excavation shall be performed by the Contractor, however, should the quantity of
rock excavation be affected by any change in the scope of the Work, an appropriate
adjustment of the contract price will be made.
3.6 FILL AND BACKFILL
A. General:
1. Fill and backfill shall be placed in accordance with the applicable provisions of SSPWC
Section 300 and the requirements stated herein.
2. Backfill shall not be dropped directly upon any structure or pipe. Backfill shall not be
placed around or upon any concrete structure until the concrete has cured in
accordance with the requirements of Section 03300 - Cast-in-Place Concrete and has
attained sufficient strength to withstand the loads imposed. Backfill around water
retaining structures shall not be placed until the structures have been tested, and the
structures shall be full of water while backfill is being placed.
B. Placing and Spreading of Materials:
1. Materials shall be placed and spread evenly in layers. When compaction is achieved
using mechanical equipment the layers shall be evenly spread so that when compacted
each layer shall not exceed 8 inches in thickness. When compaction is achieved using
flooding and jetting methods, each layer shall not exceed 3 feet in thickness after
compaction.
2. During spreading, each layer shall be thoroughly mixed as necessary to promote
uniformity of material in each layer. Bedding materials shall be brought up evenly
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
EARTH W 0 RK
DATE: MAY 10,2004
PROJECT NO. 3914 02200-6
around the pipe so that when compacted the material will provide uniform bearing and
side support.
3. Where the material moisture content is below the optimum moisture content watershall
be added before or during spreading until the proper moisture content is achieved.
4. Where the material moisture content is too high to permit the specified degree of
compaction the material shall be dried until the moisture content is satisfactory.
C. Compaction Requirements
%
1. The Agency will perform density and compaction tests in accordance with SSPWC
Subsection 21 1-2.
2. The relative compaction of fill, backfill, and base material shall be in accordance with
SSPWC Section 300, with the following exceptions:
a. Subgrade where trench has been over-excavated 95%
b. Fill beneath structures: 95%
3. In case the tests of the fill or backfill show non-compliance with the required
compaction or density, the Contractor shall accomplish such remedy as may be
required to ensure compliance. Subsequent testing to show compliance shall be bya
testing laboratory selected by the Agency and shall be at the Contractor's expense.
D. Unclassified Fill: All fill shall be of unclassified material unless separately designated.
Construction of unclassified fill, including preparing the area on which fill is to be placed, and
the depositing, conditioning, and compacting of fill material shall be in accordance with
SSPWC Subsection 300-4.
E. Structure Backfill: Backfill at structures shall be select material placed in accordance with
SSPWC Subsections 300-3.5 and 300-4.5.
F. Underground Conduit Bedding and Backfill:
1. Bedding around pipe shall be bedding material placed in accordance with the
requirements of SSPWC Subsection 306-1.2.1 except as noted. Water pipes shall be
bedded in accordance with Standard Drawings W-21 and SDW-100. Bedding material
shall be sand, gravel, crushed rock, or native free-draining granular material having a
sand equivalent of not less than 50 and an expansion when saturated with waterof not
more than 0.5 percent. Bedding material shall be mechanically compacted. The
relative compaction of the conduit bedding shall be 90 percent. Neither flooding nor
jetting will be allowed for compaction of the bedding.
2. If bedding material consists primarily of gravel or crushed rock, the bedding material
shall be wrapped using an approved nonwoven geotextile filter fabric. Geotextile filter
fabric will not be required where sand is used for bedding material or where the
excavation is through rock.
3. Upon completion of the bedding and following placement of the pipe or conduit, trench
backfill shall be placed and densified in accordance with SSPWC Subsection 306-1.3.
Backfill shall be select material. Where imported material is used for trench backfdl
and has a sand equivalent of 30 or more, it may be water densified in accordance with
the requirements of SSPWC Subsection 306-1.3.3, otherwise trench backfill shall be
CARLSBAD MUNICIPAL WATER DISTRICT EARTHWORK
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE DATE: MAY 10.2004
PROJECT NO. 3914 02200-7
mechanically compacted. Mechanically compacted trench backfill shall be placed in
accordance with the requirements of SSPWC Subsection 306-1.3.2.
4. Trench backfill shall be compacted to obtain a minimum 90 percent relative
compaction. The top foot of the trench backfill shall be densified to a minimum 95
percent relative compaction except in unimproved areas. Only lightweight tamping
equipment shall be used within 3 feet of the pipe, conduit, or appurtenance. Testing of
compaction will be performed by the City Materials and Testing Lab.
5. Separate payment for imported backfill will be made only when select material from the
excavation is unavailable, when the excavation is in heavy clay, when the excavation is
in highly expansive soil, or when the soil has other deleterious properties as
determined by the Engineer. The Engineer will decide whether the excavated material
is suitable for backfill and when separate payment will be made for imported backfill.
Where imported backfill is required, the unit Bid price for imported backfill shall include
the cost for disposal of all unsuitable materials excavated from the trench.
3.7 PREPARATION OF SUBGRADE
A. The preparation of subgrade for pavement, curbs and gutters, driveways, sidewalks and
other roadway structures shall be in accordance with SSPWC Subsection 301-1.
3.8 UNTREATED BASE
A. Aggregate base material shall be spread and compacted in accordance with SSPWC
Subsection 301-2.
3.9 TEMPORARY STOCKPILES
A. Locations of temporary stockpiles shall be approved by the Engineer.
B. Temporary stockpiles shall not surcharge buried pipe, conduits, or other structures.
** END OF SECTION **
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NO. 3914
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
EARTHWORK
DATE: MAY 10,2004
02200-8
I
^.
SECTION 02510 -ASPHALT CONCRETE PAVEMENT AND BASE
PART 1 - GENERAL
1 .I
A.
1.2
A.
1.3
A.
1.4
I
A.
B.
C.
D.
WORK OF THIS SECTION
The Contractor shall provide asphalt concrete pavement, cement-treated base, and
associated materials in accordance with the Contract Documents.
RELATED SECTIONS
The Work of the following Sections applies to the Work of this Section. Other Sections, not
referenced below, shall also apply to the extent required for proper performance of this
work.
1. Section 02100 Site Preparation
2. Section 02200 Earthwork
REFERENCE SPECIFICATIONS, CODES AND STANDARDS
Except as otherwise indicated in this Section, the Contractor shall comply with the latest
adopted edition of the Standard Specifications for Public Works Construction (SSPWC)
together with the latest adopted edition of the Regional Supplement Amendments.
CONTRACTOR SUBMITTALS
The Contractor shall submit, in writing, materials testing reports, job-mixformulas, and other
pertinent information satisfactory to the Engineer, demonstrating that materials and methods
Contractor proposes to use will comply with the provisions of this Section. Submittals shall
be in accordance with the requirements of SSPWC Subsection 2-5.3.
Suitability Tests of Proposed Materials: Test for conforrnance with the Specifications shall be
performed before start of the Work. The samples shall be identified to show the name of the
material, aggregate source, name of the supplier, contract number, and the segment of the
Work where the material represented by the sample is to be used. Results of all tests shall
be submitted to the Engineer for approval. Materials to be tested shall include aggregate
base, coarse and fine aggregate for paving mixtures, mineral filler, and asphalt binder.
The Contractor shall submit an asphalt 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.
The Contractor shall submit certification and test records of all proposed materials showing
that they meet the applicable requirements.
ASPHALT CONCRETE PAVEMENT AND BASE
DATE: MAY 10,2004
02510-1
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NO. 3914
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
PART 2 - PRODUCTS
2.1 AGGREGATE BASE - A. Materials for aggregate base shall be crushed rock and rock dust complying with SSPWC
Subsection 200-2.
2.2 PRIME COAT
B.The prime coat shall be liquid asphalt complying with SSPWC Subsection 302-5.3.
2.3
A.
2.4
A.
2.5
A.
2.6
A.
2.7
A.
2.8
A.
TACK COAT
The tack coat material shall comply with SSPWC Subsection 302-5.4
ASPHALT CONCRETE
Except as noted below, asphalt concrete shall comply with SSPWC Subsection 400-4.
Asphalt concrete shall be class C2-AR-4000 for surface course, and B-AR-4000 for base
course. Asphalt concrete shall be class D2-AR-8000 for dikes and class E-AR-8000 ditches.
CEMENT-TREATED BASE
Materials for cement-treated base shall conform to the requirements of SSPWC Subsection
301 -3.3, including Regional Supplement Amendments.
PAVEMENT MARKING PAINT
Pavement marking paint shall comply with SSPWC Subsection 210-1.6.
EMULSIFIED ASPHALT SLURRY COAT
The slurry coat shall meet the requirements of SSPWC Subsection 203-5, and shall have
the composition and grading indicated for Type II material.
SOIL STERILANT
Soil sterilant or chemical weed control agent shall be a commercial product manufactured
specifically to sterilize the subgrade soil to prevent the growth of weeds, plants or any type of vegetation
PART 3 -- EXECUTION
3.1 SUBGRADE PREPARATION
A. The subgrade shall be prepared as specified in Section 02200 - Earthwork as applicable to
roadways and embankments. Redwood headers measuring 2-inch by 4-inch shall be firmly
staked in the proper positions along all edges other than those where the pavement is to be
placed against existing concrete or paved surfaces.
3.2 CEMENT-TREATED BASE
A. Cement-treated base shall be installed where indicated and to the thickness indicated.
Construction of the cement-treated base shall comply with SSPWC Subsection 301-3.3.
I
CARLSBAD MUNICIPAL WATER DISTRICT ASPHALT CONCRETE PAVEMENT AND BASE
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE DATE: MAY 10,2004
PROJECT NO. 3914 02510-2
3.3
A.
I
3.4
A.
3.5
A.
B.
PRIME COAT
Before placing of pavement a prime coat of cutback asphalt shall be applied to the
compacted base. Application of the prime coat shall comply with the requirements of
SSPWC Subsection 302-5.3.
TACK COAT
A tack coat shall be applied in accordance with the requirements of SSPWC Subsection
302-5.4.
ASPHALT CONCRETE SAMPLING AND TESTING
Evaluation of asphalt concrete shall be in accordance with the requirements of SSPWC
Subsection 203-6.3.2, except as noted below. 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 by Extraction using Calif. Test 382 or ASTM 2172, and
Calif. Test 202
2. Stability’ using:
a. Stabilometer Value’ using Calif. Test 366 and shall be the average of three
individual Stabilometer Values
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.
And I or
1. Stability will be waived provided the extracted asphalt content is within +\-.5 of mix design and the
extracted gradation complies with Table 203-6.3.2 (A).
Use Marshall Stabilitywhen the deviation between individual Stabilometer Values are greater than +\4. 2.
C. When using core sample analysis, the samples must be properly prepared to safeguard
against influx of out side contaminates and so that the cut surfaces do not influence the test results.
D. The amount of asphalt binder used in asphalt concrete placed in dikes, gutters, gutterflares,
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.
E. 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
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
ASPHALT CONCRETE PAVEMENT AND BASE
DATE: MAY 10,2004
PROJECT NO. 3914 0251 0-3
3.5
A.
B.
C.
3.6
3.7
A.
3.8
A.
completed mix complies with the requirements for Stabilometer Value per Table 203-6.3.2
(A) Marshall Stability using Asphalt Institute MS-2.
F. Plant inspected asphalt concrete will be 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).
ASPHALT CONCRETE PAVING
Asphalt concrete paving shall be constructed in accordance with SSPWC Subsection 302-5.
Existing asphalt pavement that has been gouged, marred or scarrred during construction
shall be repaired by the Contractor in accordance with SSPWC Subsection 302-5.10. The
repair shall consist of asphalt patching andlor seal and sand. Repairs of asphalt pavement
shall be as determined at the sole discretion of the Engineer.
Unless provisions are made in the Bid, payment for trench resurfacing, repairs and
replacement of all surface improvements damaged, displaced or removed as a result of the
CONTRACTOR'S operation shall be included in the Bid and no separate payment will be
made.
NOT USED
TRAFFIC MARKING
Application of paint shall comply with SSPWC Subsection 310-5.6 except as modified by the
Supplemental Provisions of this Contract.
EMULSIFIED ASPHALT SLURRY COAT
An emulsified asphalt slurry coat shall be applied to surfaces of existing asphaltic-concrete
pavement as indicated. Mixing and spreading of the slurry coat shall conform to applicable
portions of SSPWC Subsection 302-4. Slurry shall be applied at the rate of 1350 square
feet per extra long ton.
** END OF SECTION **
CARLSBAD MUNICIPAL WATER DISTRICT ASPHALT CONCRETE PAVEMENT AND BASE
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE DATE: MAY 10,2004 PROJECT NO. 3914 0251 0-4
SECTION 02646 - PVC PRESSURE PIPE
F PART 1 - GENERAL
1 .l WORK OF THIS SECTION
A. The Contractor shall provide rubber gasketed polyvinyl chloride (PVC) pressure pipe greater
than 4-inches in diameter and all appurtenant work, complete in place.
1.2 RELATED SECTIONS
A. The Work of the following Sections applies to the Work of this Section. Other Sections, not
referenced below, also apply to the extent required for proper performance of this Work.
1. Section 02140 Dewatering
2. Section 02200 Earthwork
3. Section 02666 Water Pipeline Testing and Disinfection
4. Section 09800 Protective Coating
1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS
A. Except as otherwise indicated in this Section, the Contractor shall comply with the latest
adopted edition of the Standard Specifications for Public Works Construction (SSPWC)
together with the latest adopted edition of the Regional Supplement Amendments and with
the Carlsbad Municipal Water District Reclamation Rules and Regulations for Construction
of Reclaimed Water Mains.
B. Except as otherwise indicated, the current additions of the following apply to the Work of this
section:
1. ANSVAWWA C104/A21.4
2. ANSVAWWA C110/A21.10
3. ANSVAWWA C111/A21 .I 1
4. ANSVAWWA C217
5. ANSI/AWWA C600
6. ANSVAWWA C605
Cement-Mortar Lining for Ductile-Iron Pipe and Fittings
for Water
Ductile-Iron and Gray-Iron Fittings, 3-in. through 48-in.
(75 mm through 1200 mm), for Water and Other Liquids
Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and
Fittings
Cold-Applied Petrolatum Tape and Petroleum Wax Tape
Coatings for the Exterior of Special Sections,
Connections, and Fittings for Buried Steel Water
Pipelines
Installation of Ductile-Iron Water Mains and their
Appurtenances
Underground Installation of Polyvinyl Chloride (PVC)
Pressure Pipe and Fittings for Water
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NO. 3914
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
PVC PRESSURE PIPE
DATE: MAY 10,2004
02646-1
1.4
A.
1.5
A.
1.6
A.
B.
C.
D.
7. ANSIIAWWA C900 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated
Fittings, 447. through 124. (100 mm through 300 mm),
for Water Distribution
Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated
Fittings, 14 in. through 48 in. (350mm through 1,200 mm),
for Water Transmission and Distribution
-
8. ANSIIAWWA C905
9. AWWA Manual M23 PVC Pipe - Design and Installation
CONTRACT0 R SUBMITTALS
The following shall be submitted in compliance with SSPWC Subsection 2-5.3:
1. Shop drawings and laying diagrams of all pipe, joints, bends, special fittings, and piping
appurtenances.
2. Shoring and bracing drawings in accordance with Section 02200 - Earthwork.
3. Manufacturer's technical data and installation instructions plus samples of all materials
proposed for use on the Work. Samples shall be clearly marked to show the
manufacturer's name and product identification.
4. Test Reports from:
a. Hydrostatic proof testing
b. Sustained pressure testing
c. Burst strength testing -.
5. Thrust block calculations and details.
OPERATIONS AND MAINTENANCE INFORMATION
The Contractor shall provide operation and maintenance information. This information shall
include the manufacturer's certificates of compliance indicating that all materials provided
under this Section meet the requirements of the Contract Documents.
FACTORY INSPECTION AND TESTS
Quality Control: The Contractor shall comply with quality control requirements in Part 1 of
the SSPWC.
Inspection: All pipe shall be subject to inspection at the place of manufacture in accordance
with the provisions of the referenced standards as supplemented by the requirements
herein. The Contractor shall notify the Engineer in writing of the manufacturing starting date
not less than 14 calendar days before the start of any phase of the pipe manufacture.
Access: During the manufacture of the pipe, the Engineer shall be given access to all areas
where manufacturing is in process and shall be permitted to make all inspections necessary
to confirm compliance with the Specifications.
Tests: Except as modified herein, pipe shall be tested in accordance with the requirements
of this Section and AWWA C900 and C905, as applicable. The Contractor shall perform
said material tests in accordance with the requirements of the Contract Documents. The
CARLSBAD MUNICIPAL WATER DISTRICT PVC PRESSURE PIPE
PROJECT NO. 3914 PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE DATE: MAY 10,2004
02646-2
Engineer will witness all testing conducted by the Contractor; provided, that the Contractor's
schedule will not be delayed for the convenience of the Engineer.
- E. Samples: All expenses incurred in obtaining samples for testing shall be borne by the
Contractor at no additional cost to the Agency. .In addition to those tests specifically
required, the Engineer may request additional samples of any material for testing by the
Agency. The additional samples shall be furnished at no additional cost to the Agency.
PART 2 - PRODUCTS
2.1 PIPE
A. Pipe Design: PVC pressure pipe from 4- through 12-inch diameter shall conform to the
applicable requirements of ANSVAWWA C900, and pipe from 14- through 36-inch diameter
shall conform to ANSVAWWA C905. The pressure class or dimension ratio for pipe shall be
shown on the Drawings along with the nominal pipe diameter.
B. Pipe Dimensions: Dimensions for PVC pressure pipe from 4- through 12-inch diameter shall
conform to Table 1 of ANSVAWWA C900 for cast iron pipe equivalent outside diameters.
Dimension for PVC pressure pipe from 14- through 36-in. diameter shall conform with the
requirements of Table 2 of ANSVAWWA C905 for cast iron pipe outside diameter.
C. Pipe Marking: Pipe shall be marked in conformance with ANSVAWWA C900 or C905, as
appropriate.
2.2 FITTINGS
A. Fittings for PVC pressure pipe shall be ductile iron and shall conform to the requirements of
AWWA C110/A21 .IO, Class 350 and ANSVAWWA C111/A21 .I 1. Fittings shall be lined
with cement mortar of double thickness as defined in ANSVAWWA C104/A21.4. Buried
ductile iron fittings shall be coated in accordance with the requirements of Section 09800 -
Protective Coating.
I
2.3 JOINTS IN PIPE AND FITTINGS
A. PVC pressure pipe from 4- through 12-inch diameter shall have pipe ends that are either
plain by elastomeric gasket bell or plain-by-plain. Each coupling for plain end by plain end
pipe shall be furnished with two elastomeric gaskets. For pipe-to-pipe connections, solvent
cement or mechanical joints will not be accepted.
B. PVC pressure pipe from 4- through 36-inch diameter shall have pipe ends that are plain by
elastomeric gasket bell. For pipe-to-pipe connections, solvent cement or mechanical joints
will not be accepted.
C. Fittings used with PVC pipe shall have mechanical joints and shall conform to the
requirements of ANSVAWWA C1 I O/A21 .IO and ANSVAWWA C111/A21 .I 1. Solvent
cement joints or push-on joints will not be allowed. Bolt holes in the flanges of the
mechanical joint fitting shall straddle the vertical centerline of the fitting. Glands shall be
made of ductile iron and shall be factory-stamped. Ductile iron from which the glands are
cast shall have a minimum elongation of 5%. Bolts shall be tee heads made of high-strength
low-alloy steel or ductile iron in accordance with ANSVAWWA C111/A21 .I 1. Buried
mechanical joint couplings shall be coated with petrolatum/wax tape in accordance with
Section 09800 - Protective Coating.
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
PVC PRESSURE PIPE
DATE: MAY IO, 2004
PROJECT NO. 3914 02646-3
PART 3 -- EXECUTION
3.1
A.
B.
3.2
A.
3.3
A.
3.4
A.
3.5
A.
B.
C.
D.
GENERAL
All laying, jointing, and testing for defects and for leakage shall be performed in the presence
of the Engineer, and shall be subject to approval before acceptance.
Installation shall conform to the requirements of AWWA M23, instructions furnished by the
pipe manufacturer, ANSVAWWA C600, ANSVAWWA C605, SSPWC Subsection 306-1 2.13
and Supplement Amendments, and to the supplementary requirements or modifications
specified herein. Wherever the requirements of this Section and the aforementioned
requirements are in conflict, the more stringent provision shall apply.
PROTECTIVE COATING OF EXPOSED PVC PIPING
Unless otherwise indicated, PVC piping exposed to sunlight shall be painted as specified in
Section 09800 - Protective Coating.
PIPE STORAGE
Pipe should be stored at the job site in unit packages provided by the manufacturer. Caution
shall be exercised to avoid compression damage or deformation to bell ends of the pipe.
Pipe shall be stored in such a way as to prevent sagging or bending and shall be protected
from exposure to direct sunlight by covering with an opaque material while permitting
adequate air circulation above and around the pipe. Gaskets should be stored in a cool,
dark place out of the direct rays of the sun, preferably in original cartons.
TRENCHING AND BACKFILL
Trench excavation and backfill shall conform to the requirements of Sections 02200 -
Earthwork and as specified herein.
INSTALLATION OF PIPE
Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes,
the Engineer may direct a change in the alignment or the grades. Such change shall be
made by the deflection of joints, by the use of bevel adapters, or by the use of additional
fittings. However, in no case shall the deflection in the joint exceed the maximum deflection
recommended by the pipe manufacturer. No joint shall be misfit any amount that will be
detrimental to the strength and integrity of the finished joint.
Each section of pipe shall be laid in the order and position shown on the laying schedule.
Unless indicated otherwise, the pipe shall be laid to the design line and grade, within
approximately one inch plus or minus. No tolerance is permitted on pipes designed forzero
slope.
Where curved alignments are indicated, deflecting the joints will not be allowed. Curves and
deflections shall be made only with the use of high deflection C-900 PVC couplings as
specified in Section 15000. Where a smaller radius of curvature is required than can be
accommodated with a standard pipe length and high deflection couplings, use shorter pipe
lengths and the high deflection couplings .
Cutting and machining of the pipe shall only be in accordance with the pipe manufacturer's
standard procedures for this operation. Pipe shall not be cut by any method that may
CARLSBAD MUNICIPAL WATER DISTRICT PVC PRESSURE PIPE PROJECT NO. 3914 02646-4
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE DATE: MAY 10,2004
fracture the pipe, produce ragged, uneven edges, or otherwise impair the condition of the
pipe.
I_
E. The Contractor shall install all pipe, fittings, closure pieces, bends, reducers, wyes, tees,
crosses, outlets, manifolds, and other steel plate specials, bolts, nuts, gaskets, jointing
materials, and all other appurtenances as indicated and as required to provide a complete
and workable installation. No pipe or appurtenance shall be installed when the interior or
exterior surfaces show cracks or other defects that may be harmful as determined by the
Engineer. Damaged interior and exterior surfaces shall be repaired to the satisfaction of the
Engineer or a new undamaged pipe or appurtenance shall be provided.
F. Pipe laying operations shall be stopped and dewatering operations shall be adjusted to
prevent the pipe from floating due to water entering the trench from any source. The
Contractor shall reinstall all affected pipe to its specified condition and grade.
G. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into
position in the trench. Pipe shall be kept clean during and after laying. All openings in the
pipeline shall be closed with water tight expandable type sewer plugs or PVC test plugs at
the end of each day’s operation or whenever the pipe openings are left unattended. The use
of burlap, wood, or other similar temporary plugs will not be permitted.
H. Immediately before placing each section of pipe in final position for jointing, the bedding
shall be checked for firmness and uniformity of surface.
I. Pipe shall be laid directly on the bedding material. No blocking will be permitted and the
bedding shall form a continuous, solid bearing for the full length of the pipe. Excavate to
facilitate removal of handling devices after the pipe is laid. Bell holes shall be formed at the
ends of the pipe to prevent point loading at the bells or couplings and to facilitate placement
of grout bands. Excavation shall be adequate to permit access to the joints for bonding
operations and for application of coating on field joints.
J. Sheet piling used for shoring shall extend at least 2 feet below the bottom of the trench.
After completion of the pipe, it may be removed by cutting at least 12-inches above the top
of the pipe. No vibratory methods for pile removal will be accepted, and piling lower than 12-
inches above the top of the pipe shall be left in place.
K. Lay sections of pipe with the bell end upgrade.
L. Except for short runs that may be permitted by the Engineer, sections of pipe shall be laid in
a sequence moving in an upgrade direction on grades exceeding 10%. Pipe installed in a
downgrade direction shall be blocked and held in place until sufficient support is furnished by
the following pipes.
M. Where indicated, concrete thrust blocks shall be provided.
3.6 INSTALLATION OF FITTINGS
A. Ductile iron fittings shall be installed using standard installation procedures. Fittings shall be
lowered into the trench by means of rope, cable, chain, or other acceptable means without
damage to the fittings or linings or coating. Cable, rope, or other devices used for lowering
fittings into trench shall be attached around the exterior of fitting for handling. Under no
circumstances shall the cable, rope or other device be attached through the interior for
handling. Fittings shall be carefully connected to the pipe or otherfacility, and joints shall be
checked to insure a sound and proper joint. Recoat damaged coatings.
CARLSBAD MUNICIPAL WATER DISTRICT PVC PRESSURE PIPE
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE DATE: MAY 10,2004
PROJECT NO. 3914 02646-5
3.7 CONNECTIONS TO EXISTING SYSTEM
A. All connections to existing transmission mains will be coordinated with and performed in the
presence of CMWD forces . The Contractor shall expose the existing main at the
connection point and install the new transmission main at the alignment and grade shown on
the Drawings to within 10 lineal feet of the existing main.
_.
3.8 FIELD TESTING AND DISINFECTION
A. Field testing shall conform to the requirements of Section 02666 -Water Pipeline Testing
and Disinfection.
3.9 SITE RESTORATION
A. The Contractor shall backfill and compact soil in accordance with Section 02200 -
Earthwork.
B. The Contractor shall place subgrade and base materials in accordance with Section 02200 -
Earthwork.
C. The Contractor shall replace damaged pavement, curbs, gutters, and sidewalks, shrubs, and
trees as indicated in SSPWC Subsection 306-1 5.2.
3.10 MARKING TAPE INSTALLATION
A. Continuous plastic marking tape and metallic locator tape shall be installed in accordance
with the requirements of Section 02200 - Earthwork along the pipeline at the depth and
location shown on the Drawings.
** END OF SECTION **
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NO. 3914
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
PVC PRESSURE PIPE
DATE: MAY 10,2004
02646-6
SECTION 02666 -WATER PIPELINE TESTING AND DISINFECTION
,.-.-
PART I -GENERAL
1.1
A.
1.2
A.
1.3
A.
B.
C.
1.4
A.
WORK OF THIS SECTION
The Contractor shall flush and test all water pipelines and appurtenant piping. The
Contractor shall disinfect recycled water pipelines and appurtenant piping. The Contractor
shall provide test water and shall provide for the disposal of spent water.
RELATED SECTIONS
The Work of the following Sections applies to the Work of this Section. Other Sections, not
referenced below, shall also apply to the extent required for proper performance of this
work.
1. Section 02646 PVC Pressure Pipe
REFERENCES SPECIFICATIONS, CODES AND STANDARDS
Except as otherwise indicated in this Section of the Specifications, the Contractor shall
comply with the latest adopted edition of the Standard Specifications for Public Works
Construction (SSPWC) together with the latest adopted edition of the Regional Supplement
Amendments and with the Carlsbad Municipal Water District Reclamation Rules and
Regulations for Construction of Reclaimed Water Mains.
The Work of this Section shall comply with the current editions, with revisions, of the
following codes and City of San Diego Supplements:
1. Uniform Plumbing Code
Except as otherwise indicated, the current editions of the following apply to the Work of this
Section:
1. ANSVAWWA B300 Hypochlorites
2. ANSVAWWA 8301 Liquid Chlorine
3. ANSVAWWA C651 Disinfecting Water Mains
4. APHA, AWWA, and WEF
TESTING SCHEDULE
Standard Methods for the Examination of Water and
Wastewater
The Contractor shall submit the following:
1. A testing schedule, including proposed plans for water and reclaimed water
conveyance, control, and disinfection shall be submitted in writing for approval a
minimum of 21 days before testing is to start. The submittal shall also include the
Contractor's plan for obtaining sufficient flow to flush disinfection water, neutralization
of water from the pipeline, and the release of water from pipelines after testing and
disinfection has been completed.
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
WATER PIPELINE TESTING AND DISINFECTION
DATE: MAY 10,2004
PROJECT NO. 3914 02666-1
PART 2 -- PRODUCTS
2.1 MATERIALS REQUIREMENTS
A. All test equipment, chemicals for chlorination, temporary valves, temporary blow-offs,
bulkheads, or other water control equipment and materials shall be determined and
furnished by the Contractor. No materials shall be used which would be injurious to the
pipeline or its future function.
B. Chlorine for disinfection shall be in the form of liquid chlorine, sodium hypochlorite solution,
or calcium hypochlorite granules or tablets.
C. Liquid chlorine shall be in accordance with the requirements of ANSVAWWA 6301. Liquid
chlorine shall be used only:
1.
2.
3.
In combination with appropriate gas flow chlorinators and ejectors;
Under the direct supervision of an experienced technician;
When appropriate safety practices are observed.
D. Sodium hypochlorite and calcium hypochlorite shall be in accordance with the requirements
of ANSVAWWA 6300.
PART 3 - EXECUTION
3.1
A.
B.
C.
3.2
A.
B.
3.3
A.
GENERAL
Unless otherwise indicated, potable water for testing and disinfecting water pipelines shall
be furnished by the Contractor. The Contractor shall also make all necessary arrangements
for conveying the water to the points of use.
Disinfection operations for recycled water pipelines shall be scheduled by the Contractor as
late as possible during the contract time period so as to assure the maximum degree of
sterility of the facilities at the time the Work is accepted by the Agency.
Pipeline pressure tests will include the following tests:
1. Air test of double welded lap joints.
2. Hydrostatic pressure test of the complete pipeline, in segments as required to match
pipe pressure class.
AIR TEST
All double welded lap joints shall be pressure tested to a minimum of 40-psi air pressure for
a period of 10 minutes per AWWA C206. No air leakage will be allowed.
Any joints that leak shall be repaired and retested.
HYDROSTATIC TESTING OF RECYCED WATER PIPELINES
Hydraulic testing of recycled water pipelines shall be performed in accordance with the latest
edition of the Carlsbad Municipal Water District Reclamation Rules and Regulations for
Construction of Reclaimed Water Mains. Before starting hydrostatic testing, all pipelines
shall be flushed or blown out as appropriate. The Contractor shall test all pipelines either in
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
WATER PIPELINE TESTING AND DISINFECTION
DATE: MAY 10,2004
PROJECT NO. 3914 02666-2
sections or as a unit. No section of the pipeline shall be tested until all field-placed concrete
or mortar has attained an age of 14 days. The test shall be made by closing valves when
available, or by placing temporary bulkheads in the pipe and filling the line slowly with water.
The Contractor shall be responsible for ascertaining that all test bulkheads are suitably
restrained to resist the thrust of the test pressure without damage to, or movement of, the
adjacent pipe. Any unharnessed sleeve-type couplings, expansion joints, or other sliding
joints shall be restrained or suitably anchored prior to the test, to avoid movement and
damage to piping and equipment. Backfilling shall be completed except at joints. The Contractor shall provide sufficient temporary air tappings in the pipelines to allow for
evacuation of all entrapped air in each pipe segment to be tested. After completion of the
tests, such taps shall be permanently plugged. Care shall be taken to see that all air vents
are open during filling.
B. The pipeline shall be filled at a rate that will not cause any surges or exceed the rate at
which the air can be released through the air valves at a reasonable velocity and all the air
within the pipeline shall be properly purged. Maximum filling rate shall be per CMWD
Standards. After the pipeline or section thereof has been filled, it shall be allowed to stand
under a slight pressure for at least 48 hours to allow the concrete or mortar lining, as
applicable, to absorb water and to allow the escape of air from any air pockets. During this
period, bulkheads, valves, and connections shall be examined for leaks. If leaks are found,
corrective measures satisfactory to the Engineer shall be taken.
C. The hydrostatic test shall consist of holding the test pressure on the pipeline for a period of
not less than 4 hours. The test pressure for shall be at least 150 percent of the pipe
pressure class indicated measured at the lowest point of the pipeline section being tested,
and no less than 100 percent of the pipe pressure class at the highest elevation. All visible
leaks shall be repaired in a manner acceptable to the Engineer. Maximum test pressure for
Class 200 PVC pipe shall be 250 psi.
The maximum allowable leakage for distribution and transmission pipelines shall be as
indicated in CMWD Standards. In the case of a pipeline that fails to pass the prescribed
leakage test, the Contractor shall determine the cause of the leakage, shall take corrective
measures necessary to repair the leaks, and shall again test the pipeline.
-
D.
3.4 DISINFECTION OF RECYCLED WATER PIPELINES
A. General: All recycled water pipelines except those appurtenant to hydraulic structures shall
be disinfected in accordance with the requirements of ANSVAWWA C651 using the
Continuous-Feed Method as modified herein. Preliminary and final flushing shall be done at
the ends of mains that have been hydrostatically tested.
B. Chlorination: A chlorine-water mixture shall be uniforrnly introduced into the pipeline by
means of a solution-feed chlorinating device. The chlorine solution shall be introduced at
one end of the pipeline through a tap in such a manner that as the pipeline is filled with
water, the dosage applied to the water entering the pipe shall be approximately 50 mg/l.
Care shall be taken to prevent the strong chlorine solution in the line being disinfected from
flowing back into the line supplying the water.
”-
C. Chlorine Residual Test: The Agency will make 24-hour chlorine residual tests. The Agency
will notify the Contractor of the chlorine test result. Chlorinated water shall be retained in the
pipeline for at least 24 hours. After the chlorine-treated water has been retained for the
required time, the free chlorine residual at the pipeline extremities and at other
representative points shall be at least 25 mg/l.
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
WATER PIPELINE TESTING AND DISINFECTION
DATE: MAY IO, 2004
PROJECT NO. 3914 02666-3
D. Repetition of Test: The disinfection testing procedure shall be repeated if the initial tests fail
to produce satisfactory results. Two consecutive satisfactory test results shall be required
after any unsatisfactory test. The tablet method shall not be used for repeated disinfection.
Chlorinating Valves: During the process of chlorinating the pipelines, all valves and other
appurtenances shall be operated while the pipeline is filled with the heavily chlorinated
water.
-
E.
F. Final Flushing: Final Flushing shall be done by the Contractor after he has been notified of a
satisfactory chlorine residual test by the Agency. After the applicable retention period, the
heavily chlorinated water shall be flushed from the pipeline until chlorine measurements
show that the concentration in the water leaving the pipeline is no higher than that generally
prevailing in the system or is acceptable for the intended use. If there is any question that
the chlorinated discharge will cause damage to the environment, a reducing agent shall be
applied to the water to neutralize thoroughly the chlorine residual remaining in the water at
no additional cost to the Agency.
G. Disinfection of Connections: Pipe and appurtenances used to connect the newly installed
water main shall also be disinfected in accordance with AWWA C651.
H. Neutralization of Chlorinated Water: Neutralizing and disposing of chlorinated water shall be
in accordance with Appendix "B" of AWWA Standard C651 as the water exits the pipe.
Contractor shall perform all necessary tests to ensure and verify that total residual chlorine
effluent limitations are not exceeded. The Engineer will review the effluent chlorine residual
test results to ensure conformance with the limitations. Total residual chlorine limits for
discharge from testing of pipelines to surface waters of the San Diego Region are as follows:
30-day average - 0.002 mg/L
Average daily maximum - 0.008 mg/L
Instantaneous maximum - 0.02 mg/L
3.4 BACTERIOLOGICAL TESTING OF DISINFECTED RECYCLED WATER PIPELINES
A. The Contractor shall contract with a State-certified sampling laboratory to take
bacteriological samples, transport the samples to the laboratory, and perform bacteriological
testing as specified herein. Collect two sets of samples at least 24 hours apart after
completion of final flushing as indicated above. Samples will be taken at locations indicated
in ANSVAWWA C651 and will be tested for coliform organisms and standard plate count
according to the latest edition of the Standard Methods for the Examination of Water and
Wastewater. Sampling methods including tie-ins and connections by spray or swab shall be
in accordance with ANSVAWWA C651. Laboratory costs of initial testing will be the
Contractor's responsibility.
B. If disinfection fails to produce satisfactory bacteriological counts, the pipe shall be reflushed
and will be resampled and retested. Satisfactory bacteriological counts are no positive
samples for coliform bacteria and 500 colony forming units/mL or less for heterotrophic plate
count. If counts from analysis of the second samples exceed the criteria in Standard
Methods, the pipe shall be redisinfected and will be resampled and retested until
satisfactory results are obtained. The Contractor shall be responsible for all repeat
bacteriological testing costs.
** END OF SECTION **
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
WATER PIPELINE TESTING AND DISINFECTION
DATE: MAY 10,2004
PROJECT NO. 3914 02666-4
SECTION 15000 - PIPING COMPONENTS
PART 1 - GENERAL
1 .I
A.
B.
I .2
A.
1.3
A.
B.
C.
WORK OF THIS SECTION
The Contractor shall furnish and install all piping systems shown and specified, in
accordance with the requirements of the Contract Documents. Each system shall be
complete with all necessary fittings, hangers, supports, anchors, seismic restraints,
expansion joints, flexible connectors, valves, accessories, heat tracing, insulation, lining and
coating, testing, disinfection, excavation, backfill and encasement, to provide a functional
installation.
The piping shown in the Drawings is intended to define the general layout, configuration,
routing, method of support, pipe size, and pipe type. The Drawings are not pipe construction
or fabrication drawings. It is the Contractor's responsibility to develop the details necessary
to construct all mechanical piping systems, to accommodate the specific equipment
provided, and to provide and install all spools, spacers, adapters, connectors, and other
appurtenances for a complete and functional system.
RELATED SECTIONS
The Work of the following Sections applies to the Work of this Section. Other Sections, not
referenced below, shall also apply to the extent required for proper performance of this
Work.
1. Section 02666 Water Pipeline Testing and Disinfection
2. Section 05500 Miscellaneous Metals
3. Section 09800 Protective Coating
REFERENCE SPECIFICATIONS, CODES AND STANDARDS
The Work of this Section shall comply with the current editions of the following codes:
1. Uniform Mechanical Code
2. Uniform Plumbing Code
3. Uniform Fire Code
Except as otherwise indicated in this Section, the Contractor shall comply with the latest
adopted edition of the Standard Specifications for Public Works Construction (SSPWC)
together with the latest adopted edition of the Regional Supplement Amendments and with
the Carlsbad Municipal Water District Reclamation Rules and Regulations for Construction
of Reclaimed Water Mains.
Commercial Standards: All equipment, products, and their installation shall be in accordance
with the following standards, as applicable, and as indicated in each Section:
1.
2.
3.
4.
American Society for Testing and Materials (ASTM)
American National Standards Institute (ANSI)
American Society of Mechanical Engineers (ASME)
American Water Works Association (AWWA)
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NO. 3914
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
PIPING COMPONENTS
DATE: MAY 10,2004
15000-1
5. American Welding Society (AWS)
6.
7.
American Iron and Steel Institute (AM)
National Fire Protection Association (NFPA)
D. The following standards have been referenced in this Section:
1.
2.
3.
4.
5.
6. 7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
ANWASME B1.20.1
ANSI B16.5
ANSVAWWA C207
ANSIIAWWA C606
ANSI/AWS Dl .I
ASTM A 36
ASTM A 283
ASTM A 285
ASTM A 307
ASTM A 325
ASTM A 563
ASTM D 2000
ASTM/AWWA C219
AWWA Manual MI 1
AWWA Manual M23
AWWA Manual M41
Pipe Threads, General Purpose (inch)
Pipe Flanges and Flanged Fittings, NPS 1/2 through NPS
24
Steel Pipe Flanges for Water Works Service, Sizes 4 in
through 144 in.
Grooved and Shouldered Joints
Structural Welding Code [I Steel
Specification for Carbon Structural Steel
Specification for Low and Intermediate Tensile Strength
Carbon Steel Plates
Specification for Pressure Vessel Plates, Carbon Steel,
Low- and Intermediate-Tensile Strength
Specification for Carbon Steel Bolts and Studs, 60000
PSI Tensile Strength
Specification for High-Strength Bolts for Structural Steel
Joints
Specification for Carbon and Alloy Steel Nuts
Classification System for Rubber Products in Automotive
Applications
Bolted, Sleeve-Type Couplings for Plain-End Pipe
Steel Pipe - A Guide for Design and Installation
PVC Pipe - Design and Installation
Ductile-Iron Pipe and Fittings
1.4 CONTRACTOR SUBMITTALS
A. The Contractor shall submit complete shop drawings and certificates, test reports, affidavits
of compliance, of all piping systems for review by the Engineer in accordance with the
requirements in SSPWC Subsection 2-5.3, and as indicated in the individual piping sections.
The shop drawings shall include dimensions and details on pipe joints, fittings, fitting
specials, harnessed joints, valves, and appurtenances, and shall include design calculations
and material lists. The submittals shall include detailed layout, spool, or fabrication drawings
which show all pipe spools, spacers, adapters, connectors, fittings, and pipe supports and
seismic restraints necessary to accommodate the equipment and valves provided in a
complete and functional system.
B. The Contractor shall submit operations and maintenance information including the following:
1. ManufacturerIls product data.
2. Manufactureds installation instructions.
3. Manufactureds certification of compliance.
4. Statement from the pipe fabricator certifying that all pipe will be fabricated subject to a
Quality Control Program.
5. Outline of Quality Control Program.
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
PIPING COMPONENTS
DATE: MAY 10,2004
PROJECT NO. 3914 15000-2
1.5
- A.
B.
C.
D.
1.6 c
A.
1.7
A.
1.8
A.
QUALITY ASSURANCE
Inspection: All pipe shall be subject to inspection at the place of manufacture. The
Contractor shall notify the Engineer in writing of the date for the start of each phase of pipe
production and the dates for the proof of design tests. The notification shall be given at least
14 days prior to the start of the pipe manufacture. During the manufacture of the pipe, the
Engineer shall be given access to all areas where manufacturing is in progress and shall be
permitted to make all inspections necessary to confirm compliance with the Specifications.
Tests: Except where otherwise indicated, all materials used in the manufacture of the pipe
shall be tested in accordance with the applicable specifications and standards. Welds shall
be tested as indicated. The Contractor shall perform all tests at no additional cost to the
Agency. Copies of all test reports shall be furnished to the Engineer.
Welding Requirements: All welding procedures used to fabricate pipe shall be prequalified
under the provisions of ANSVAWS D1 .I. Welding procedures shall be required for, but not
necessarily limited to, longitudinal and girth or spiral welds for pipe cylinders, spigot and bell
ring attachments, reinforcing plates and ring flange welds, and plates for lug connections.
Welder Qualifications: All welding shall be done by skilled welders, welding operators, and
tackers who have had adequate experience in the methods and materials to be used.
Welders shall be qualified under the provisions of ANSI/AWS D1.l by an independent local,
approved testing agency not more than 6 months prior to commencing Work on the pipeline.
Machines and electrodes similar to those used in the Work shall be used in qualification
tests. The Contractor shall furnish all material and bear the expense of qualifying welders at
no increased cost to the Agency.
MANUFACTURERS SERVICE REPRESENTATIVE
Where the assistance of a manufacturer's service representative is advisable in order to
obtain perfect pipe joints, supports, or special connections, the Contractor shall furnish such
assistance at no additional cost to the Agency.
MATERIAL DELIVERY, STORAGE, AND PROTECTION
All piping materials, fittings, valves, and accessories shall be delivered in a clean and
undamaged condition and shall be stored off the ground to provide protection against
oxidation caused by ground contact. All defective or damaged materials shall be replaced
with new materials.
CLEANUP
After completion of the Work, all remaining pipe cuttings, joining and wrapping materials,
and other scattered debris, shall be removed from the site by the Contractor. The entire
piping system shall be handed over to the Agency in a clean and functional condition.
PART 2 -- PRODUCTS
2.1 GENERAL
A. All pipes, fittings, and appurtenances shall be furnished in accordance with the requirements
of the applicable Sections of Divisions 2 and 15 and this Section. -
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
PIPING COMPONENTS
DATE: MAY 10,2004
PROJECT NO. 3914 15000-3
B.
C.
D.
E.
F.
G
2.2
A.
B.
C.
D.
E.
F.
Pipe Supports: All pipes shall be adequately supported in accordance with the requirements
of Section 15020 - Pipe Supports, and as indicated.
Lining: The thickness, application, and curing of pipe lining shall be in accordance with the
requirements of the applicable Sections of Division 2, unless otherwise indicated.
Coating: The thickness, application, and curing of pipe coating shall be in accordance with
the requirements of the applicable Sections of Division 2, unless othewise indicated. Pipes
installed above ground or in structures shall be field-painted in accordance with
Section 09800 - Protective Coating.
I
Pressure Rating: All piping systems shall be designed for the maximum expected pressure
as defined in Section 02666 -Water Pipeline Testing and Disinfection, or as indicated on the
piping schedule.
Grooved Piping Systems: Grooved couplings on buried piping shall be bonded. All grooved
fittings, couplings, and valves shall be from the same manufacturer.
Nuts, Bolts, and Washers: Bolts used for joining pipes shall be stainless steel, Type 316,
conforming to the requirements of ASTM AI 93, Grade B8M, Standard heavy hexagon head.
Nuts shall be stainless steel, Type 316, conforming to the requirements of ASTM A194,
Grade 8M, Standard heavy hexagon. Fit shall be Class 2A or 28, per ANSI B1 .I.
PIPE FLANGES
Flanges: Where the design pressure is 150 psi or less, flanges shall conform to either
ANSVAWWA C207 Class D or ANSI B16.5 150-pound class. Where the design pressure is
greater than 150 psi, up to a maximum of 275 psi, flanges shall conform to either
ANSVAWWA C207 Class E, Class F, or ANSI B16.5 150-pound class. Where the design
pressure is greater than 275 psi up to a maximum of 700 psi, flanges shall conform to ANSI
B16.5 300-pound class. Flanges shall have flat faces and shall be attached with bolt holes
straddling the vertical axis of the pipe unless otherwise shown. Attachment of the flanges to
the pipe shall conform to the applicable requirements of ANSVAWWA C207.
Blind Flanges: Blind flanges shall be in accordance with ANSVAWWA C207. All blind
flanges for pipe diameters 12-inches and over shall be provided with lifting eyes in form of
welded or screwed eye bolts.
Flange Coating: All machined faces of metal blind flanges and pipe flanges shall be coated
with a temporary rust-inhibitive coating to protect the metal until the installation is completed.
Flange Bolts: All bolts and nuts shall conform to Section 05500 - Miscellaneous Metals.
Studs and bolts shall extend through the nuts a minimum of 1/4-inch. All-thread studs shall
be used on all valve flange connections, where space restrictions preclude the use of
regular bolts.
Insulating Flanges: Insulated flanges shall have bolt holes 1 /4-inch diameter greater than
the bolt diameter.
Insulating Flange Sets: Insulating flange sets shall be provided where shown on the
Drawings. Each insulating flange set shall consist of an insulating gasket, insulating sleeves
and washers and a steel washer. Insulating sleeves and washers shall be one piece when
flange bolt diameter is 1-1/2 inches or smaller and shall be made of acetal resin. For bolt
diameters larger than 1-112 inches, insulating sleeves and washers shall be two-piece and
CARLSBAD MUNICIPAL WATER DISTRICT PIPING COMPONENTS
PROJECT NO. 3914 15000-4
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE DATE: MAY 10,2004
G.
rc.
H.
I.
2.3
A.
B.
_I
2.4
A.
B.
C.
D. -
shall be made of polyethylene or phenolic. Steel washers shall be in accordance with
ASTM A 325. Insulating gaskets shall be full-face.
Insulating Flange Manufacturers, or Equal:
1.
2.
Reflange by Taylor Forge, Houston, Texas
PSI Products, Inc., Gardena, California.
Flange Gaskets: Gaskets for flanged joints shall be full-faced, l/binch thick compressed
sheets of asbestos-free aramid fiber base, with nitrile binder and nonstick coating, suitable
for temperatures to 700 degrees F, a pH of I to 11, and pressures to 1,000 psig. Blind
flanges shall have gaskets covering the entire inside face of the blind flange and shall be
cemented to the blind flange. Ring gaskets will not be permitted.
Flange Gasket Manufacturers, or Equal:
1. John Crane, Style 2160.
2. Garlock, Style 3000.
THREADED INSULATING CONNECTIONS
General: Threaded insulating bushings, unions, or couplings, as appropriate, shall be used
for joining threaded pipes of dissimilar metals and for piping systems where corrosion control and cathodic protection are involved.
Materials: Threaded insulating connections shall be of nylon, Teflon, polycarbonate,
polyethylene, or other nonconductive materials, and shall have ratings and properties to suit
the service and loading conditions.
MECHANICAL-TYPE COUPLINGS (GROOVED OR BANDED PIPE)
General: Cast mechanical-type couplings shall be provided where shown. The couplings
shall conform to the requirements of ANSVAWWA C606. Bolts and nuts shall conform to
the requirements of Section 05500 - Miscellaneous Metals. All gaskets for mechanical-type
couplings shall be compatible with the piping service and fluid utilized, in accordance with
the coupling manufacturer's recommendations. The wall thickness of all grooved piping
shall conform to the coupling manufacturer's recommendations to suit the highest expected
pressure. To avoid stress on equipment, all equipment connections shall have rigid-grooved
couplings, or harness sets in sizes where rigid couplings are not available, unless thrust
restraint is provided by other means. The Contractor shall have the coupling Manufacturer's
service representative verify the correct choice and application of all couplings and gaskets,
and the workmanship, to assure a correct installation.
Manufacturers of Couplings for Steel Pipe, or Equal:
1.
2.
3.
Victaulic Style 41 or 44 (banded, flexible).
Victaulic Style 77 (grooved, flexible). Victaulic Style 07 or HP-70 (grooved, rigid).
Manufacturers of Ductile Iron Pipe Couplings, or Equal:
1. Victaulic Style 31 (flexible or rigid grooving), furnished with flush seal gaskets.
Manufacturers of Couplings for PVC Pipe, or Equal:
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
PIPING COMPONENTS
DATE: MAY 10,2004
PROJECT NO. 3914 15000-5
1. Victaulic Style 775, furnished with radius cut or standard roll grooved pipe ends.
2.5 SLEEVE-TYPE COUPLINGS
A. Construction: Sleeve-type couplings shall be provided where indicated on the Drawings, in
accordance with ANSVAWWA C219 unless othenvise indicated on the Drawings, and shall
be of steel with steel bolts, without pipe stop, and shall be of sizes to fit the pipe and fittings.
The middle ring shall be not less than 1/4-inch in thickness and shall be either 5 or7-inches
long for sizes up to and including 30-inches and 1 O-inches long for sizes greater than 30-
inches, for standard steel couplings, and 16-inches long for long-sleeve couplings. The
followers shall be single-piece contoured mill section welded and cold-expanded as required
for the middle rings. They shall be of sufficient strength to accommodate the number of
bolts necessary to obtain adequate gasket pressures without excessive rolling. The shape
of the follower shall be of such design as to provide positive confinement of the gasket.
Bolts and nuts for buried couplings shall be Type 316 stainless steel. Bolts and nuts for
exposed couplings shall conform to the requirements of Section 05500 - Miscellaneous
Metals and shall be coated in accordance with Section 09800 - Protective Coating. Buried
sleeve-type couplings shall be fusion bonded epoxy lined and coated at the factory in
accordance with AWWA C213, and shall also receive a petrolatum/wax tape coating in
accordance with Section 09800 - Protective Coating.
B. Pipe Preparation: The ends of the pipe, where indicated, shall be prepared for flexible steel
couplings. Plain ends for use with couplings shall be smooth and round for a distance of 12-
inches from the ends of the pipe, with outside diameter not more than 1/64-inch smaller than
the nominal outside diameter of the pipe. The middle ring shall be tested by cold-expanding
a minimum of one percent beyond the yield point, to proof-test the weld to the strength of the
parent metal. The weld of the middle ring shall be subjected to air test for porosity.
C. Gaskets: Gaskets for sleeve-type couplings shall be rubber-compound material that will not
deteriorate from age or exposure to air under normal storage or use conditions. Gaskets
shall be immune to attack by impurities normally found in water or wastewater. All gaskets
shall meet the requirements of ASTM D 2000, AA709Z, meeting Suffix B13 Grade 3, except
as noted above. All gaskets shall be compatible with the piping service and fluid conveyed.
The rubber in the gasket shall meet the following specifications:
1. Color - Jet Black.
2. Surface - Nonblooming.
3.
4.
5.
Durometer Hardness - 74 * 5.
Tensile Strength - 1,000 psi minimum.
Elongation - 175 percent minimum.
D. Insulating Couplings: Where insulating couplings are required, both ends of the coupling shall have a wedge-shaped gasket which assembles over a rubber sleeve of an insulating compound in order to obtain insulation of all coupling metal parts from the pipe.
E. Restrained Joints: Sleeve-type couplings on pressure lines shall be hamessed unless thrust
restraint is provided by other means. Harnesses shall conform to the requirements of the
appropriate reference standard, to the requirements specified herein, or to the Drawings.
1. Joint Harnesses for Sleeve-Type Couplings on Steel Water Pipelines: Bolts and stud
materials shall conform to ASTM A307, Grade B. Nuts shall conform to ASTM A563,
Grade A, heavy hex. Lug material shall conform to one of the following: ASTM A36;
ASTM A283 Grade B, Grade C, or D; or ASTM A285, Grade C. Lug dimensions shall
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NO. 3914
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
PIPING COMPONENTS
DATE: MAY IO, 2004
15000-6
be as shown in AWWA Manual MI 1. Lugs shall be Type P for pipe from 6- through
1 O-inch diameter, and Type RR for pipe 12-inch diameter and larger.
F.
2.6
A.
2.7
A.
2.8
A
B.
2. End Thrust: Joint harnesses shall be designed to accommodate the design working
pressure and surge allowance shown on the Drawings.
3. Coating of Joint Harnesses: Coatings for joint harnesses shall conform to Section
09800 - Protective Coating. Buried joint harnesses shall be coated with a
petrolatum/wax tape coating in accordance with Section 09800 - Protective Coating.
Manufacturers, or Equal:
1.
2.
3.
4.
5.
Rornac Industries, Inc. Style 501 Straight, Transition, and Long Barrel Couplings.
Ford Meter Box Co., Inc., Style FCI Ductile Iron Coupling and Style FC2A Ductile Iron
Transition Coupling.
Smith-Blair, Style 41 1 Steel Coupling and Style 441 Cast Coupling.
JCM Industries Model 21 2 Ductile Iron Transition Coupling.
Power Seal, Model No. 3501.
FLEXIBLE CONNECTORS
Flexible connectors shall be installed in all piping connections to engines, compressors, and
other vibrating equipment, and where shown on the Drawings. Flexible connectors for
service temperatures up to 180 degrees F shall be flanged, reinforced Neoprene or Butyl
spools, rated for a working pressure of 40 to 150 psi, or reinforced, flanged duck and rubber,
as best suited for the application, unless otherwise shown. Flexible connectors for service
temperatures above 180 degrees F shall be flanged, braided stainless steel spools with
inner, annular, cormgated stainless steel hose, rated for minimum 150 psi working pressure,
unless otherwise shown on the Drawings. The connectors shall be 9 inches long, face-to-
face flanges, unless otherwise shown on the Drawings. The final material selection shall be
approved by the manufacturer. The Contractor shall submit manufacturer's shop drawings
and calculations.
EXPANSION JOINTS
All piping subject to expansion and contraction shall be provided with sufficient means to
compensate for such movement, without exertion of undue forces to equipment or
structures. This may be accomplished with expansion loops, bellow-type expansion joints,
or sliding-type expansion joints. Expansion joints shall be of stainless steel, monel, rubber,
or other materials, best suited for each individual service. The Contractor shall submit to the
Engineer detailed calculations and manufacturer's shop drawings, guaranteeing satisfactory
performance of all proposed expansion joints, piping layouts showing all anchors and guides, and information on materials, temperature and pressure ratings.
FLANGED COUPLING ADAPTERS
Flanged coupling adapters shall be epoxy lined and coated with high-strength low alloy bolts
and nuts conforming to ANSI A21 .I 1. Buried flange coupling adapters shall be wrapped with three layers of 8-mil polyethylene.
Flanged coupling adapters shall be as follows:
1.
2.
3.
Romac Industries, Inc. Style FCA 501 and Style FC400
Ford Meter Box Co. Style FFCA and Style FCA
Smith-Blair Style 912 and Style 913.
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NO. 3914
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
PIPING COMPONENTS
DATE: MAY 10,2004
15000-7
2.9 RESTRAINED JOINTS
A. All recycled water lines shall have joint restraint system incorporating ductile iron serrated
gripping ring with stainless steel hardware. Restrained joints shall be wrapped with three
layers, 8 mil polyethylene and taped at each end. Restrained joints for PVC pipe shall be as follows: B.
I. Restrained Flange Adapters:
a.
b.
EBAA Iron, lnc. Series 21 00 Megaflange (3- to 24-inch diameter)
Ford Meter Box Co. Uni-Flange Series 900-C) (4- to 12-inch diameter)
2. Bell Restraint Harnesses: Bell restraint harnesses shall be full-circle split restraint rings
with one installed behind the spigot an d one behind the bell. The design of the
restraint system shall be based on the design working pressure with a 21 safety factor.
The restraint system shall include high strength threaded rods and nuts. Buried joints
shall be wrapped with three layers of 8-mil polyethylene. Bell restraint harnesses shall
be the following:
a.
b.
c.
d.
EBAA Iron, Inc. Series 1500 or 1600 (4- to 12-inch diameter)
EBAA Iron, Inc. Series 2800 (14- to 36 inch diameter)
Ford Meter Box Co. Uni-Flange Block Buster Series 1390-C) (2- to 36-inch
diameter)
Star Pipe Products Series 11 00 C (4- to 24-inch diameter)
3. Mechanical Joint Restraints
a.
b.
c.
EBAA Iron, Inc. Series 2000 PV (3- to 36-inch diameter)
Ford Meter Box Co. Uni-Flange Block Buster Series 1300-C Pipe Restraint (2- to
36-inch diameter)
Ford Meter Box Co. Uni-Flange Series 1500-CA (4- to 24-inch diameter)
C. Restrained joints for ductile iron pipe shall be as follows:
1. Restrained Flange Adapters
a.
b.
EBAA Iron, Inc. Series 21 00 Megaflange (3- to 36-inch diameter)
Ford Meter Box Co. Uni-Flange Series 400 (2- to 48-inch diameter)
2. Bell Restraint Harnesses
a.
b.
EBAA Iron, Inc. Series 1700 Megalug Restraint Harness (4- to 36-inch diameter)
Ford Meter Box Co. Uni-Flange Block Buster Series 1390-C) (4- to 16-inch
diameter)
3. Mechanical Joint Restraints
a.
b.
c.
d.
EBAA Iron, Inc. Series 1 I00 Megalug (3- to 48-inch diameter)
EBAA Iron, Inc. Series 1 I OOSD (3- to 48-inch diameter)
Ford Meter Box Co. Uni-Flange Block Buster Series 1300-C Pipe Restraint (4- to
16-inch diameter)
Ford Meter Box Co. Uni-Flange Series 1400-C) (4- to 36-inch diameter)
D. Buried restrained connections shall be wrapped with three layers of 8-mil polyethylene.
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NO. 3914
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
PIPING COMPONENTS
DATE: MAY 10,2004
15000-8
2.10
A.
-
2.1 1
A.
2.12
A.
2.13
A.
FLEXIBLE EXPANSION JOINTS
Flexible expansion joints shall be manufactured of ductile iron conforming to ANSVAWWA
C 153/A21.53. The joints shall consist of double ball and socket having minimum 15 degrees
deflection per ball and 8 inches minimum expansion. Joints shall be rated for a pressure of
350 psi. All internal surfaces of the joints shall be lined with a minimum 15 mils of fusion
bonded epoxy (System 6, Section 09800, Protective Coatings). All external surfaces of the
joints shall be coated with coal tar epoxy (System 7, Section 09800, Protective Coatings)
conforming to AWWA C210. Provide flexible expansion joints manufactured by EBAA Iron or
approved equal.
DISMANTLING JOINTS
Dismantling joints shall be self-constraint flanged restrained joint fittings allowing for a
minimum 2 inches of longitudinal adjustment and service pressures of 250 psi and 350 psi,
depending of the approved pump shut-off head rating. The joints shall be manufactured of
steel conforming to ASTM A283, grade C with EPDM gaskets conforming to ASTM 02000.
The joints shall consist of flanged adapters, spigot pieces, tie bars, and gaskets. All internal
surfaces of the joints shall be lined with a minimum 15 mils of fusion bonded epoxy (System
6, Section 09800, Protective Coatings). All external surfaces of the joints shall be coated
with coal tar epoxy (System 7, Section 09800, Protective Coatings) conforming to AWWA
C210. Provide dismantling joints manufactured by Viking Johnson or approved equal.
PIPE THREADS
All pipe threads shall be in accordance with ANSVASME B1.20.1
HIGH DEFLECTION COUPLINTS FOR AWWA C900 PVC PIPE
Provide PVC couplings with twin elastomeric gaskets that allow 2 degrees of deflection at
each gasket for a total of 4 degrees per coupling. Provide couplings for cast iron equivalent
outside diameter and Class 200 pressure rating. Provide CertainTeed High Deflection (HD) Stop Couplings or equal.
PART 3 -- EXECUTION
3.1 GENERAL
A. All pipes, fittings, and appurtenances shall be installed in accordance with the requirements of Divisions 2 and 15. The lining manufacturer shall take full responsibility for the complete, final product and its application. All pipe ends and joints at screwed flanges shall be epoxy-
coated, to assure continuous protection.
Where core drilling is required for pipes passing through existing concrete, core drilling locations shall be determined by radiograph of concrete construction to avoid damage to embedded raceways and rebar. .
B.
C. All buried valves, mechanical joints, flanges, adapters, restrained connections, and other
metallic pipeline appurtenances shall be wrapped with three layers of 8-mil polyethylene
sheet taped at the ends.
** END OF SECTION **
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NO. 3914
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
PIPING COMPONENTS
DATE: MAY 10,2004
15000-9
SECTION 151 00 - VALVES, GENERAL
PART 1 -- GENERAL
1.1
A.
B.
C.
1.2
A.
1.3
A.
B.
WORK OF THIS SECTION
The Contractor shall provide all valves, operators, and appurtenances, complete and
operable, in accordance with the Contract Documents. This Section applies to all valves
and valve operators except where otherwise indicated.
Unit Responsibility: A single manufacturer shall be made responsible for coordination of
design, assembly, testing, and furnishing of each type of valve; however, the Contractor
shall be responsible to the Owner for compliance with the requirements of each valve
section. Unless indicated otherwise, the responsible manufacturer shall be the
manufacturer of the valve.
Single Manufacturer: Where two or more valves of the same type or size are required, the
valves shall be furnished by the same manufacturer.
RELATED SECTIONS
The Work of the following Sections applies to the Work of this Section. Other Sections, not
referenced below, shall also apply to the extent required for proper performance of this
work.
1. Section 09800 Protective Coating
2. Section 15000 Piping Components
3. Section 15101 Valve Operators
4. Section 15109 Gate Valves
7. Section 151 13 Air Release and Vacuum Valves
8. Section 151 14 Pressure Regulating Valves
9. Section 151 15 Miscellaneous Valves
REFERENCE SPECIFICATIONS, CODES AND STANDARDS
Except as otherwise indicated in this Section, the Contractor shall comply with the latest
adopted edition of the Standard Specifications for Public Works Construction (SSPWC)
together with the latest adopted edition of the Regional Supplement Amendments and with
the Carlsbad Municipal Water District Reclamation Rules and Regulations for Construction
of Reclaimed Water Mains.
Except as Otherwise indicated, the current editions of the following standards apply to the
Work of this Section:
1. ANWASME 616.1 Cast Iron Pipe Flanges and Flanged Fittings
2. ANSVASME B16.5 Pipe Flanges and Flanged Fittings
3. ANWASME B16.47
4. ANSVASME B1.20.1 Pipe Threads (Inch), General Purpose
5. ANSVASME B31 .I Power Piping
6. ASTMA36 Standard Specification for Carbon Structural Steel
Large Diameter Steel Flanges: NPS 26 through NPS 60
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
VALVES, GENERAL
DATE: MAY 10,2004
PROJECT NO. 3914 151 00-1
1.4
A.
B.
7. ASTMA48
8. ASTMA126
9. ASTMA216
IO. ASTMA351
11. ASTMA395
12. ASTMA515
13. ASTMA536
14. ASTMA743
15. ASTM 861
16. ASTM 862
17. ASTM 8148
18. ASTM B584
19. ANSIIAWWA C210
20. ANSIIAWWA C217
21. ANSIIAWWA C550
22. SSPCSP2
23. SSPCSP5
24. MSSSP25
Standard Specification for Gray Iron Castings
Standard Specification for Gray Iron Castings for Valves,
Flanges, and Pipe Fittings
Standard Specification for Steel Castings, Carbon Suitable
for Fusion Welding for High Temperature Service
Standard Specification for Steel Castings, Austenitic,
Austenitic-Ferric (Duplex), and Pressure-Containing Parts
Standard Specification for Ferritic Ductile Iron Pressure-
Retaining Castings for Use at Elevated Temperatures
Standard Specification for Pressure Vessel Plates, Carbon
Steel, for Intermediate and Higher Temperature Service
Standard Specification for Ductile Iron Castings
Standard Specification for Castings, Iron-Chromium, Iron-
Chromium-Nickel, Corrosion-Resistant, for General
Purposes
Standard Specification for Stream or Valve Bronze Castings
Standard Specification for Composition Bronze or Ounce
Metal Castings
Standard Specification for Aluminum-Bronze Sand Castings
Specification for Copper Alloy Sand Castings for General
Applications
Liquid-Epoxy Coating Systems for the Interior and Exterior of
Steel Water Pipelines
Cold-Applied Petrolatum Tape and Petroleum Wax Tape
Coatings fro the Exterior of Special Sections, Connections,
and Fittings for Buried Steel Water Pipelines
Protective Epoxy Interior Coatings for Valves and Hydrants
Hand Tool Cleaning
Joint Surface Preparation White Metal Blast Cleaning
Standard Marking Systems for Valves, Fittings, Flanges, and
Unions
CONTRACTOR SUBMITTALS
General: Submittals shall be furnished in accordance with Section 01 300 - Submittals.
Shop Drawings: Shop drawings shall contain the following information:
1.
2.
Manufacturer’s product data including catalog cuts.
Valve name, size, C, factor, pressure rating, identification number (if any), and
specification section number.
Complete information on valve operator, including size, Manufacturer, model number,
limit switches, and mounting.
Cavitation limits for all control valves.
Assembly drawings showing part nomenclature, materials, dimensions, weights, and
relationships of valve handles, handwheels, position indicators, limit switches, integral
control systems, needle valves, and control systems.
A schedule of valves to be labeled, indicating in each case the valve location and the
proposed wording for the label.
3.
4.
5.
6.
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
VALVES, GENEWL
DATE: MAY IO, 2004
PROJECT NO. 3914 151 00-2
7. Manufacturer's certification that products comply with the indicated requirements.
C.
D.
E.
1.5
A.
1.6
A.
8. Manufacturer's certification that epoxy coatings have been factory tested and comply
with the indicated requirements.
9. Manufacturer's literature for flange gaskets, including compression calculation on
gaskets for plastic valves and fittings.
The following operations and maintenance information shall be provided:
1. 2. Manufacturer's maintenance procedures.
3. List of special tools.
4.
Manufacturer's installation and operating instructions.
Schedule of valves indicating valve identification and location.
Spare Parts List: A spare parts list shall be provided with information for each valve
assembly.
Factory Test Data: Where indicated, signed, dated, and certified factory test data for each
valve requiring certification shall be submitted before shipment of the valve. The data shall
also include certification of quality and test results for factory-applied coatings.
FACTORY TESTING
General: Valves shall be tested in compliance with the AWWA Standards as indicated. As
a minimum, unless otherwise indicated, each valve body4 inches and larger shall be tested
hydrostatically to 1.5 times its rated working pressure at 100 degrees F, for a period of 5
minutes, without showing any leaks or loss of pressure. In addition, each valve 4 inches and
larger shall undergo a functional test to demonstrate satisfactory operation throughout the
operating cycle, and a closure test shall be conducted at the rated waterworking pressure at
100 degrees F for a period of 5 minutes to demonstrate tight shut-off. Minor stem seal
leakage shall not be a cause for rejection. All valves 3 inches and smaller shall undergo the
manufacturer's standard test.
FIELD TESTING
Testing: Valves shall be field-tested for compliance with the indicated requirements.
PART 2 -- PRODUCTS
2.1 PRODUCTS
A. General: Valves shall be of the size, type, and capacity indicated on the Drawings or in the
Specifications. All valves shall be new and of current manufacture. All shut-off valves 6-
inches in diameter and larger shall have operators with position indicators. Buried valves
shall be provided with operating devices in accordance with Section 15101 - Valve
Operators. Where chains would interfere with passageways, a chain hook shall be mounted
on a permanent structure to maintain the passageway clear to a minimum height of 80
inches for the full passage width.
B. Valve Operators: Unless otherwise indicated, valve operators shall be in accordance with
Section 151 01 - Valve Operators. -
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
VALVES, GENERAL
DATE: MAY 10,2004
PROJECT NO. 3914 151 00-3
C.
D.
E.
2.2
A.
2.3
A.
B.
C.
Protective Coating: Protective coatings for buried and exposed valves shall be provided in
accordance with Section 09800 - Protective Coating. Wet interior surfaces of all ferrous
valves of diameters 4 inches and larger shall be coated in accordance with Section 09800 -
Protective Coating. The valve manufacturer shall certify in writing that the required coating
has been applied and tested in the manufacturing plant before shipment, in accordance with
the Specifications. Flange faces of valves shall not be epoxy coated but shall be coated with
a temporary rust-inhibitive coating to protect the metal until the installation is complete.
Certification: Before shipment of any valve over 12 inches in diameter, the Contractor shall
submit certified, notarized copies of the hydrostatic factory tests, showing compliance with
the applicable standards of AWWA, ANSI, and ASTM.
Valve Marking: All valve bodies shall be permanently marked in accordance with MSS
SP25 - Standard Marking Systems for Valves, Fittings, Flanges, and Unions.
MATERIALS
General: All materials shall be suitable for the intended application. Materials not specified
shall be high-grade standard commercial quality, free from all defects and imperfections that
might affect the serviceability of the product for the purpose for which it is intended. Unless
otherwise specified, valve bodies shall conform to the following requirements:
1. Cast Iron: Cast iron valve bodies shall be of close-grained gray cast iron, conforming
to ASTM A48, Class 30, or to ASTM A126.
2. Ductile Iron: Ductile iron valve bodies shall conform to ASTM A536 or to ASTM A395
3. Steel: Steel valve bodies shall conform to ASTM A216, Grade WCB or to ASTM A515,
Grade 70.
4. Bronze: Bronze valve bodies shall conform to ASTM B62, and valve stems not subject
to dezincification shall conform to ASTM 6584.
5. Stainless Steel: Stainless steel valve bodies and trim shall conform to ASTM A351,
Grade CF8M, or shall be Type 316 stainless steel.
VALVE CONSTRUCTION
Bodies: Valve bodies shall be cast, forged, or welded of the materials indicated, with
smooth interior passages. Wall thicknesses shall be uniform in agreement with the
applicable standards for each type of valve, without casting defects, pinholes, or other
defects that could weaken the body. All welds on welded bodies shall be performed with
approved welding procedures and procedure qualifications. All welders shall be certified.
Welds shall be ground smooth. Valve ends shall be as indicated, and be rated for the
maximum temperature and pressure to which the valve will be subjected. The flanges of
valves shall comply with Section 15000 - Piping Components.
Bonnets: Valve bonnets shall be clamped, screwed, or flanged to the body and shall be of
the same material, temperature, and pressure rating as the body. The bonnets shall have
provision for the stem seal with the necessary glands, packing nuts, or yokes.
Stems: Valve stems shall be of the materials indicated, or, if not indicated, of the best
commercial material for the specific service, with adjustable stem packing, O-rings, Chevron
V-type packing, or other suitable seal. Where subject to dezincification, bronze valve stems
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
VALVES, GENERAL
DATE: MAY 10,2004
PROJECT NO. 3914 151 00-4
D.
E.
2.4
E.
2.6
E.
shall conform to ASTM B 62, containing not more than 5% of zinc or more than 2% of
aluminum, with a minimum tensile strength of 60,000 psi, a minimum yield strength of 40,000
psi, and an elongation of at least 10% in 2-inches as determined by a test coupon poured
from the same ladle from which the valve stems are poured. Where dezincification is not a
problem, bronze conforming to ASTM 8584 may be used.
Internal Parts: Internal parts and valve trim shall be as indicated for each individual valve.
Where not indicated, valve trim shall be of Type 316 stainless steel or other best suited
material.
Nuts and Bolts: All nuts and bolts on valve flanges and supports shall be in accordance with
Section 05500 - Miscellaneous Metals.
VALVE ACCESSORIES
All valves shall be furnished complete with the accessories required to provide a functional
system.
MANUFACTURER'S QUALIFICATIONS
Manufacturer's Qualifications: All valve manufacturers shall have a successful record of not
less than 5 years in the manufacture of the valves indicated.
PART 3 - EXECUTION
3.1 VALVE INSTALLATION
E. General: All valves, operating units, stem extensions, valve boxes, and accessories shall be
installed in accordance with the manufacturer's written instructions and as indicated. All
gates shall be adequately braced to prevent warpage and bending under the intended use.
Valves shall be firmly supported to avoid undue stresses on the pipe.
._
F. Access: All valves shall be installed with easy access for operation, removal, and
maintenance and to avoid interference between valve operators and structural members,
handrails, or other equipment.
G. Valve Accessories: Where combinations of valves, sensors, switches, and controls are
indicated, assemble and install such items so that all systems are compatible and operating
properly. The relationship between interrelated items shall be clearly noted on shop drawing
submittals.
** END OF SECTION **
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NO. 3914
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
VALVES, GENERAL
DATE: MAY IO, 2004
151 00-5
SECTION 15101 -VALVE OPERATORS
PART 1 -- GENERAL
I .I
A.
B.
1.2
A.
1.3
A.
B.
1.4
A.
B.
WORK OF THIS SECTION
The Contractor shall provide valve operators and appurtenances, complete and operable, in
accordance with the Contract Documents. The Work also includes coordination of design,
assembly, testing and installation. The provisions of this Section shall apply to all valves,
except where otherwise indicated in the Contract Documents.
Unit Responsibility: A single manufacturer shall be made responsible for furnishing the
Work and for coordination of design, assembly, testing, and installation of the Work of each
type of valve; however, the Contractor shall be responsible to the Agency for compliance
with the requirements of each valve section. Unless otherwise indicated, the single
manufacturer shall be the manufacturer of the valve. Where two or more valve operators of
the same type or size are required, the operators shall all be produced by the same
manufacturer.
RELATED SECTIONS
The Work of the following Sections applies to the Work of this Section. Other Sections, not
referenced below, shall also apply to the extent required for proper petformance of this
Work.
1.
2. Section 151 09 Gate Valves
Section 151 00 Valves, General
REFERENCE SPECIFICATIONS, CODES AND STANDARDS
Except as otherwise indicated in this Section of the Specifications, the Contractor shall
comply with the latest adopted edition of the Standard Specifications for Public Works
Construction (SSPWC) together with the latest adopted edition of the Regional Supplement
Amendments and with the Carlsbad Municipal Water District Reclamation Rules and
Regulations for Construction of Reclaimed Water Mains.
Except as otherwise indicated, the current editions of the following apply to the Work of this
Section:
1. ANSVAWWA C500 Gate Valves for Water and Sewerage Systems
CONTRACTOR SUBMITTALS
General: Submittals shall be furnished in accordance with SSPWC Subsection 2-5.3 and
Section 151 00 - Valves, General.
Shop Drawings: Shop drawings of all operators shall be submitted together with the valve
submittals as a complete package.
.-
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NO. 3914
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
VALVE OPERATORS
DATE: MAY 10.2004
15101-1
PART 2 - PRODUCTS
2.1
A.
B.
C.
D.
E.
2.2
A.
B.
GENERAL
General :
1. Unless othenvise indicated, all shutoff and throttling valves, and externally operated
valves, shall be provided with manual operators.
2. Furnish all operators complete and operable with mounting hardware, gears,
handwheels, levers, extensions, and other necessary appurtenances as applicable.
3. All shut-off valves 4-inches in diameter and larger shall have operators with position
indicators. All operators shall be capable of holding the valve in any intermediate
position between fully-open and fully-closed without creeping or fluttering
Manufacturers: Where indicated, certain valves may be provided with operators
manufactured by the manufacturer. Where operators are furnished by different
manufacturers, coordinate selection to have the fewest number of manufacturers possible.
Materials: All operators shall be current models of the best commercial quality materials and
liberally sized for the maximum expected torque. All materials shall be suitable for the
environment in which the is to be installed.
Mounting: All operators shall be securely mounted by means of brackets or hardware
specially designed and sized for this purpose and of ample strength. The word "open" shall
be cast on each valve or operator with an arrow indicating the direction to open in the
counter-clockwise direction. All gear operators shall be equipped with position indicators.
Where possible, manual operator handwheels shall be located between 42 and 54 inches
above the floor or a permanent work platform.
Standard: Unless otherwise indicated and where applicable, all operators shall be in
accordance with ANSVAWWA C540.
MANUAL OPERATORS
General: Unless otherwise indicated, all valves shall be furnished with manual operators.
Valves in sizes up to and including 3.5-inches shall have direct acting lever or handwheel
operators of the manufacturer's best standard design. Larger valves shall have gear-
assisted manual operators, with a maximum operating pull of 60 pounds on the rim of the
handwheel. All buried and submerged gear-assisted valves, all gates, all gear-assisted
valves for pressures higher than 250 psi, all valves 30-inches in diameter and larger, and
where so indicated, shall have worm-gear operators, hermetically sealed and grease-
packed, where buried or submerged. All other valves 4 to 24-inches in diameter may have
traveling-nut operators, worm-gear operators, spur- or bevel-gear operators, as indicated, or
if not indicated, as appropriate for each valve.
Buried Valves: All buried valves shall have extension stems to grade, with wrench nuts
located within 6 inches of the valve box cover or with floor stands, position indicators, and
cast-iron or steel pipe extensions with heavy valve boxes, with stay-put, hot-dip galvanized
covers, and operating keys. Valve box assembly shall be provided for each buried valve and
shall be per Carlsbad Municipal Water District Reclamation Rules and Regulations for
Construction of Reclaimed Water Mains Std. Dwg. No. W13. The valve key extension shall
be provided for all butterfly valves and for all gate valves when the top of the gate valve nut
CARLSBAD MU N IC I PAL WATER D I STRl CT
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
VALVE OPERATORS
DATE: MAY 10.2004
PROJECT NO. 3914 151 01 -2
is 25-inches or more below ground or pavement surface. Where so indicated, buried valves
shall be in cast-iron, concrete, or similar valve boxes with covers of ample size to allow
operation of the valve operators. Valve boxes shall be provided in accordance with the
CMWD Reclamation Rules and Regulations for Construction of Reclaimed Water Mains and
shall be manufactured by Brooks 4TT Series, J. & R. 4T, or equal. Covers of valve boxes
shall be permanently labeled "RECYCLED WATER" or as requested by the Agency or the
Engineer. Wrench-nuts shall comply with AWWA C500.
PART 3 -- EXECUTION
3.1
A.
3.2
A.
GENERAL
Installation shall be as specified herein. Valve operators shall be located so that they are
readily accessible for operation and maintenance. Valve operators shall be mounted for
unobstructed access, but mounting shall not obstruct walkways. Valve operators shall not
be mounted where shock or vibration will impair their operation. Support systems shall not
be attached to handrails, process piping, or mechanical equipment.
INSTALLATION
All valve operators and accessories shall be installed in accordance with Section 151 00 -
Valves, General.
** END OF SECTION **
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NO. 3914
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
VALVE OPERATORS
DATE: MAY 10,2004
1 51 01 -3
SECTION 15109 - GATE VALVES
PART 1 -- GENERAL
1 .I
A.
1.2
A.
1.3
B.
C.
1.4
.,- A.
WORK OF THIS SECTION
The Contractor shall provide gate valves and appurtenances, complete and operable, in
accordance with the Contract Documents.
RELATED SECTIONS
The Work of the following Sections applies to the Work of this Section. Other Sections, not
referenced below, shall also apply to the extent required for proper performance of this
work.
1. Section 09800 Protective Coating
2. Section 15100 Valves, General
3. Section 15101 Valve Operators
REFERENCE SPECIFICATIONS, CODES AND STANDARDS
A. Except as othewise indicated in this Section of the Specifications, the Contractor shall
comply with the latest adopted edition of the Standard Specifications for Public Works
Construction (SSPWC) together with the latest adopted edition of the Regional Supplement
Amendments and with the Carlsbad Municipal Water District Reclamation Rules and
Regulations for Construction of Reclaimed Water Mains.
Latest current City of Carlsbad Municipal Water District Approved Materials List.
Except as otherwise indicated, the current editions of the following standards apply to the
Work of this Section:
1. ANSVAWWA C509
2. ASTM A126
3. ASTMA395
4. ASTMA536
5. ASTM B62
6. ASTM B371
CONTRACTOR SUBMITTALS
Resilient-Seated Gate Valves for Water Supply Service
Standard Specification for Gray Iron Castings for Valves,
Flanges, and Pipe Fittings
Standard Specification for Ferritic Ductile Iron Pressure-
Retaining Castings for Use at Elevated Temperatures
Standard Specification for Ductile Iron Castings
Standard Specification for Composition Bronze or Ounce
Metal Castings
Standard Specification for Copper-Zinc-Silicon Alloy Rod
The Contractor shall furnish submittals in accordance with SSPWC Subsection 2-5.3 and
Section 151 00 - Valves, General.
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
GATE VALVES
DATE: MAY IO, 2004
PROJECT NO. 3914 151 09-1
PART 2 -- PRODUCTS
2.1
A.
B.
C.
D.
2.2
A.
B.
C.
GENERAL
Buried gate valves shall be of the inside screw, non-rising stem type and shall be designed
for repacking under line pressure. Valves 14-inch diameter and larger installed in vertical
pipes with stems horizontal shall be fitted with bronze slides, tracks, rollers, and scrapers to
assist the travel of the gate assembly. Where other operators are indicated, operators shall
have counter-clockwise opening stems and shall comply with Section 151 01 - Valve and
Gate Operators.
Interior ferrous surfaces of 4-inch diameter valves and larger in contact with water shall be
coated in accordance with Section 09800 - Protective Coating.
Buried ductile and gray cast iron valves shall be coated as specified in Section 15100 -
Valves, General.
All gate valves shall be resilient seated type as specified below.
RES I LI ENT-SEATE D GATE VALVES
Resilient-seated gate valves shall conform to ANSVAWWA (2509. The valves shall be suitable for a design working water pressure of 250 psig, with flanged, bell and spigot, or
mechanical joint ends. Valves shall have non-rising stems. Buried gate valves shall be of
the inside screw, non-rising stem type and shall be designed for repacking under line
pressure. Internal and exterior ferrous surfaces shall have a factory-applied, holiday-free, 4
mil epoxy coat conforming to AWWA C550. Valve bodies, bonnets, and discs shall be of
cast iron or ductile iron, as dictated by the working pressure. Body and bonnet wall
thicknesses shall be equal to or greater than the minimum wall thicknesses listed in Table 2
of ANSVAWWA (2509. The valve disc or body shall be rubber coated. Body and bonnet
wall thickness shall be equal to or greater than the minimum wall thickness as listed in Table
2 of ANSVAWWA C509. Packing bolts and packing bolt nuts shall be Type 316 stainless
steel. Flange bolts and nuts shall be Type 316 stainless steel and shall be installed with
anti-seize lubricant. The stem, stem nuts, glands, and bushings shall be of bronze, with the
stem seal per ANSVAWWA (2509.
Operators: Unless otherwise indicated, resilient-seated gate valves shall have manual
operators with counter-clockwise opening stems. Unless otherwise indicated, buried valves
shall have 2-inch square nut AWWA operators, and valves above grade shall have
handwheel operators, in accordance with Section 15101 - Valve and Gate Operators.
Buried valves mounted horizontally shall be provided with bevel gear operators.
Manufacturers and Model:
-.
1. As listed on the latest current Carlsbad Municipal Water District Approved Materials List.
2. Resilient-seated gate valves shall be manufactured by one of the following (or equal):
a. America1 Flow Control Series 2500
b. Kennedy Valve Mfg. Co. (ITT Grinnell)
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NO. 3914
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
GATE VALVES
DATE: MAY 10,2004
151 09-2
PART 3 - EXECUTION
3.1 GENERAL
c
A. All gate valves shall be installed in accordance with the provisions of Section 15100 -
Valves, General. Care shall be taken to ensure that all valves in plastic lines are well
supported at each end of the valve.
** END OF SECTION **
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NO. 3914
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
GATE VALVES
DATE: MAY 10,2004
15109-3
SECTION 15113 -AIR RELEASE AND VACUUM VALVES
r^
PART 1 -GENERAL
c
1 .l
A.
I .2
A.
1.3
A.
B.
1.4
A.
WORK OF THIS SECTION
The Contractor shall provide air release and vacuum valves as indicated, complete and
operable, including accessories and drain connections in accordance with the Contract
Documents.
RELATED SECTIONS
The Work of the following Sections applies to the Work of this Section. Other Sections, not
referenced below, shall also apply to the extent required for proper performance of this
work.
1. Section 15100 Valves, General
REFERENCE SPECIFICATIONS, CODES AND STANDARDS
Except as otherwise indicated in this Section of the Specifications, the CONTRACTOR shall
comply with the latest adopted edition of the Standard Specifications for Public Works
Construction (SSPWC) together with the latest adopted edition of the Regional Supplement
Amendments and with the Carlsbad Municipal Water District Reclamation Rules and
Regulations for Construction of Reclaimed Water Mains.
Except as otherwise indicated, the current editions of the following standards apply to the
Work of this Section:
1. ANSVAWWAC512 . Air Release, AirNacuum, and Combination Air Valves
for Water Works Service
CONTRACTOR SUBMITTALS
The Contractor shall furnish submittals in accordance with SSPWC Subsection 2-5.3 and
Section 151 00 - Valves, General.
PART 2 - PRODUCTS
2.1 GENERAL
A. AirNacuum Valves (AV): Air/vacuum valves shall be capable of venting large quantities of
air while pipelines are being filled and allowing air to re-enter while pipelines are being
drained. They shall be of the sizes indicated on the Drawings, with flanged orthreaded ends
to match adjacent piping. Bodies shall be of high-strength cast iron. The float, seat, and all
moving parts shall be constructed of Type 316 stainless steel. Seat washers and gaskets
shall be of a material ensuring water tightness with a minimum of maintenance. Airlvacuum
valves shall be designed for minimum working pressure of 200 psi unless otherwise
indicated.
F
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
AIR RELEASE AND VACUUM VALVES
DATE: MAY 10,2004
PROJECT NO. 3914 151 13-1
Air Release Valves (AR): Air release valves shall vent accumulating air while the system is
in service and under pressure, shall be of the sizes indicated on the Drawings. They shall
be of the sizes indicated on the Drawings, with flanged or threaded ends to match adjacent
piping. Bodies shall be of high-strength cast iron. The float, seat, and all moving parts shall
be constructed of Type 316 stainless steel. Seat washers and gaskets shall be of a material
ensuring water tightness with a minimum of maintenance. Air release valves shall be
designed for a minimum working pressure of 150 psi unless otherwise indicated.
Combination Air Valves (AV/AR): Combination air valves shall combine the characteristics
of air/vacuum valves and air release valves by exhausting accumulated air in systems under
pressure and releasing or re-admitting large quantities of air, while a system is being filled or
drained, respectively. They shall be of the sizes indicated on the Drawings, with flanged or
threaded ends to match adjacent piping. Bodies shall be of high-strength cast iron. The
float, seat, and all moving parts shall be constructed of Type 316 stainless steel. Seat
washers and gaskets shall be of a material ensuring water tightness with a minimum of
maintenance. Combination air valves shall be designed for minimum working pressure of
150 psi unless otherwise indicated.
MANUFACTURERS AND/OR MODELS
AirNacuum Valves: APCO Series 140 and 150, Val-Matic Model 104 through 1 12.
Manufacturers and/or Models: As listed on the latest current City of Carlsbad Water and
Municipal Sewer Approved Materials list for Combination Air and Vacuum Valves.
PART 3 -- EXECUTION
3.1
C.
D.
E.
INSTALLATION
Air release, air/vacuum valves shall be installed in accordance with CMWD Standard
Drawing W7 at the locations indicated on the Drawings.
All valves shall be installed in accordance with the manufacturer's printed recommendations.
Air release, air/vacuum, and combination air valves shall have piped outlets to the nearest
acceptable drain, firmly supported, and installed in such a way as to avoid splashing and
wetting of floors.
** END OF SECTION **
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NO. 3914 PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
AIR RELEASE AND VACUUM VALVES
DATE: MAY 10,2004
151 13-2
SECTION 15115 - MISCELLANEOUS VALVES
PART 1 - GENERAL
1 .I
A.
1.2
A.
1.3
A.
B. -
1.4
A.
WORK OF THIS SECTION
The CONTRACTOR shall provide miscellaneous valves, including accessories and, where
designated, actuators, complete and operable, in accordance with the Contract Documents.
RELATED SECTIONS
The Work of the following Sections applies to the Work of this Section. Other Sections, not
referenced below, shall also apply to the extent required for proper performance of this
Work.
1. Section 151 00 Valves, General
2. Section 15101 Valve Operators
REFERENCE SPECIFICATIONS, CODES AND STANDARDS
Except as otherwise indicated in this Section, the Contractor shall comply with the latest
adopted edition of the Standard Specifications for Public Works Construction (SSPW C)
together with the Regional Supplement Amendments and with the Carlsbad Municipal Water
District Reclamation Rules and Regulations for Construction of Reclaimed Water Mains.
Except as otherwise indicated, the current editions of the following commercial standards
apply to the Work of this Section:
1. ANSVAWWA C511 Reduced Pressure Principle Backflow Prevention
Assembly
2. ANSVAWWA C800 Underground Service Line Valves and Fittings
CONTRACTOR SUBMITTALS
The CONTRACTOR shall furnish submittals in accordance with SSPWC Subsection 2-5.3
and Section 151 00 - Valves, General.
PART 2 -- PRODUCTS
2.1 CORPORATION STOPS
A. Unless otherwise indicated, corporation sta s shall be made of solid brass for key operation,
with threaded ends with PVC, copper tubing or iron pipe thread, as required. Threads shall
comply with the latest edition of AWWA C 800.
B. Manufacturers and Models: As listed on the latest current City of Carlsbad Water and
Municipal Sewer Approved Materials List for corporation stops.
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NO. 3914
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
MISCELLANEOUS VALVES
DATE: MAY 10,2004
151 15-1
PART 3 - EXECUTION
3.1 INSTALLATION -
A. Valves shall be installed in accordance with the requirements of Section 151 00 - Valves,
General.
B. All valves shall be installed in accordance with the manufacturer's printed recommendations.
** END OF SECTION **
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
MISCELLANEOUS VALVES
DATE: MAY 10,2004
PROJECT NO. 3914 151 15-2
SECTION 15151 - RECYCLED WATER FACILITIES IDENTIFICATION
PART 1 -9 GENERAL
1 .I
A.
1.2
A.
B.
1.3
A.
1.4
A.
WORK OF THIS SECTION
The Contractor shall provide all special materials and their installation for recycled water
facilities identification.
RELATED SECTIONS
Except as otherwise indicated in this Section of the Specifications, the Contractor shall
comply with the latest adopted edition of the Standard Specifications for Public Works
Construction (SSPWC) together with the latest adopted edition of the Regional Supplement
Amendments and with the Carlsbad Municipal Water District Reclamation Rules and
Regulations for Construction of Reclaimed Water Mains.
The Work of the following Sections applies to the Work of this Section. Other Sections not
referenced below, also apply to the extent required for proper performance of this Work.
1.
2.
3.
4.
5.
6.
7.
Section 02646 PVC Pressure Pipe
Section 02653 Fabricated Steel Pipe Specials
Section 151 00 Valves, General
Section 151 09 Gate Valves
Section 151 13 Air Release and Vacuum Valves
Section 151 14 Pressure Regulating Valves
Section 151 15 Miscellaneous Valves
CONTRACTOR SUBMITTALS
The following shall be submitted in compliance with SSPWC Subsection 2-5.3:
1. Shop drawings of all stenciled pipe, joints, valve covers and boxes, special labels and
identification tags.
2. Manufacturer’s technical data and instructions plus samples of all materials proposed
for use on the Work. Samples shall be clearly marked to show the manufacturer’s
name and product identification.
OPERATION AND MAINTENANCE INFORMATION
The Contractor shall provide operation and maintenance information which shall include the
manufactureds certificates of compliance indicating that all materials provided under this
Section meet the requirements of the Contract Documents.
PART 2 -- PRODUCTS
2.1 IDENTIFICATION LABELS AND SIGNS
-_ A. In all cases, the identification labels or signs must be approved prior to installation. Failure
to receive prior approval may result in the Agency removing such sign@) and providing
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
RECYCLED WATER FACILITIES IDENTIFICATION
DATE: MAY 10,2004
PROJECT NO. 3914 15151-1
approved replacement(s). All costs will be at the Contractor‘s expense. The identification
labels shall be a product of T. Christy Enterprises or approved equal.
Buried piping identification tape shall be an inert plastic film specifically formulated for
prolonged underground use and shall be prepared with black printing on a purple field
having the words, “CAUTION: RECYCLED WATER - DO NOT DRINK and “PELIGRO:
AQUA IMPURA -- NO BEBER.” The minimum thickness shall be 4 mils and the overall
width of the tape shall be 12 inches (for 8-inch pipe) and 6 inches (for 6-inch and smaller
pipe).
Warning labels shall be inert plastic film specifically formulated for prolonged exposure and
shall be prepared with black printing on a purple field (Pantone #512) having the words:
”RECYCLED WATER - DO NOT DRINK and “AVISO, AGUA IMPURA -- NO TOMAR.”
The minimum thickness shall be 4 mils for adhesive backed labels and 10 mils for tag type
labels. Tag type labels shall have reinforced tie holes and shall be attached with heavy-duty
nylon fasteners. The size, type of label and location will be dictated by each individual
application and subject to acceptance by the Engineer. The minimum size shall be 1/2” high
letters.
Integrally Stamped/Marked Purple Pipe:
1. The use of integrally stampedlmarked purple pipe will be accepted as an alternative to
the use of identification or warning tape.
2. The pipe shall have the words “CAUTION: RECYCLED WATER -- DO NOT DRINK
and “PELIGRO: AQUA IMPURA -- NO BEBER in 5/8-inch letters repeated every 12
inches. All such piping shall be purple with black on white stenciling appearing on the
top of the pipe.
3. The use of a purple polyethylene or vinyl wrap will be acceptable to the use of integrally
stamped/marked purple pipe. The wrap shall have the words “CAUTION: RECYCLED
WATER -- DO NOT DRINK and “PELIGRO: AQUA IMPURA-- NO BEBER repeating
every 2 feet and shall be a product of T. Christy Enterprises or approved equal.
Valve Boxes:
I. Valve boxes for light duty shall be the standard concrete or fiberglass box conforming
to Standard Drawing W 13. The valve box and cover shall be a Brooks 4TT Series or
J. & R. 4T. For normally closed valves, the valve box and cover shall be Brooks Series
3 RT.
2. For blowoff and manual air release assemblies, conform to Standard Drawing W6 and
use Alhambra Foundry No. 29612,12-inch diameter by 24-inch length, asphalt coated,
with the cast iron box lid marked “RECLAIMED WATER.
3. Valve boxes for heavyduty service shall be of heavy-duty traffic design.
4. All valve covers shall be painted purple (Pantone #512) and the cover shall have
“RECLAIMED WATER cast upon it.
Quick-Coupling Valves:
1. Quick coupling valves shall be l-inch or 3/4-inch nominal size Nelson #7645, with
brass construction and a normal working pressure of 150 psi, or equal.
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
RECYCLED WATER FACILITIES IDENTIFICATION
DATE: MAY 10,2004
PROJECT NO. 3914 15151-2
.- .
2. The cover shall be permanently attached to the quick-coupling valve. It shall be purple
rubber or vinyl.
Special or locking covers are required. 3.
PART 3 - EXECUTION
3.1
A.
B.
3.2
A.
B. .-
3.3
A.
B.
C.
3.4
A.
B.
GENERAL
All onsite recycled water facilities shall be restricted from public access so that the general
public cannot draw water from the system. Facilities such as washdown hydrants (typically
found at tennis courts), blowoff hydrants, blowoffs on strainers, and other such facilities,
shall be restricted from public access.
Recycled water facilities, both above and below grade, shall be housed in an approved
lockable container colored purple, A sign reading "CAUTION: RECYCLED WATER - DO
NOT DRINK" both in English and Spanish shall be installed. Use of valves that operate by
means of hexagonal heads (such as those typically found on fire hydrants) shall also be
used.
WARNING SIGNS AND LABELS
Warning labels shall be installed on all appurtenances in vaults, such as, but not limited to,
air release valves, blowoffs, and meters, and on designated facilities, such as, but not limited
to, controller panels and washdown or blowoff hydrants on water trucks and temporary
construction services.
Each pump and every pipe shall be identified with a painted label. In the fenced pump
station area, at least one sign shall be posted on the fence which can b readily seen by all
operations personnel utilizing the facilities.
QUICK-COUPLING VALVES
In order to prevent unauthorized use, all recycled water quick-coupling valves shall be
operated only with a special coupler key with an acme thread for opening and closing the
valve.
Quick-coupling valves used in potable water systems shall be operated with a coupler key
not using an acme thread for opening and closing the valve, and with a brass or yellow
cover.
A warning sign shall be attached to each recycled water valve as specified herein.
ON-SITE POTABLE WATER PIPING
All potable water piping installed within the same project limits as the onsite recycled water
piping shall be installed with potable water identification.
All PVC potable water piping shall be blue or shall be white with blue stenciling appearing on
both sides of the pipe with the marking "POTABLE WATER in 5/8-inch letters repeated
every 12 inches.
CARLSBAD MUNICIPAL WATER DISTRICT
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE
RECYCLED WATER FACILITIES IDENTIFICATION
DATE: MAY 10,2004
PROJECT NO. 3914 151 51 -3
C. Blue warning tape identiing it as a potable waterline and stating "CAUTION: WATERLINE
BURIED BELOW" may be used as an alternate to blue or stenciled pipe. The tape shall run
continuously for the entire length of the main line piping. The tape shall be attached to the
top of the pipe with plastic tape banded around the warning tape and pipe every 5 feet on
center.
D. Where a potable and recycled line cross within 3 feet vertically, the recycled line shall be
installed within a Class 200 PVC protective sleeve. The sleeve shall extend 5 feet either
side of the potable line of a total of 10 feet. A minimum of 6-inch vertical separation between
utilities must be maintained at al times. The potable line must be installed above the
reclaimed lines. A 1 O-foot horizontal separation must be maintained at all times.
3.5 INSTALLATION OF PIPE IDENTIFICATION (WARNING) TAPE
A. identification tapes shall be installed directly on the longitudinally and shall be centered. The
tape shall be installed continuously for the entire length of the pipe and shall be fastened to
each pipe length by plastic adhesive tape banded around the pipe and warning tape at no
more than 5-foot intervals. Tape attached to the sections of pipe before laying in the trench
shall have 5-foot minimum overlap for continuous coverage. All risers between the main line
and control valves shall be installed with warning tape.
3.6 INSTALLATION OF WARNING LABELS
A. Warning labels shall be firmly attached to all appurtenances using heavy-duty nylon
fasteners.
** END OF SECTION **
CARLSBAD MUNICIPAL WATER DISTRICT RECYCLJEQUVATER FACl LIT1 ES ID EN TI FlCATlON
PROJECT NO. 3914 15151-4
PROJECT NAME: PASEO DEL NORTE RECYCLED WATER PIPELINE DATE: MAY 10,2004