Loading...
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