HomeMy WebLinkAboutTC Construction Co; 2004-03-24; 3583-1A Part 1 of 4DQC# 2006-0152193
Recording requested by:
CITY OF CARLSBAD
When recorded mail to:
City Clerk
City of Carlsbad
1200 Carlsbad Village Dr.
Carlsbad, CA 92008
If MAR 03, 2006 4:38 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 October
19,2005.
6. The name of the contractor for such work of improvement is TC Construction, 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 Cannon Road Lift Station,
Project No. 3583-1 A.
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 February 21 , 2006, 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 February 21 2006, at Carlsbad, California.
CITY OF CARLSBAD
on
Meeting Date: 2-21-2006
lORRAINE M. WOOD
ity Clerk
: Xl ~
CITY OF CARLSBAD
CONTRACT CHANGE ORDER TRANSMITTAL -C/0 3
PROJECT: 3583-1A, CANNON ROAD LIFT STATION
Date Routed:
l ?./'l.'l./Ob ~ JM.M
City Engineer
Engineering lnsp~
Finance Director®
City Manager/Mayor
Engineering Inspection
1-10--orp
IA t/0//J I
Reason for change:
Item 1: Repairs to the City furnished wet well deck hatch were necessary due to
faulty welds on interior framing of hatch. The faulty welds were discovered
upon delivery of door to the construction site from the City storage yard.
Item 2: Investigation of cause and source of water entering the existing 14" HOPE
sewer force main system.
Item 3: Subsurface physical conditions differing materially from those represented
in the Contract were discovered during excavation for the storm drain. The
ground water table was much higher than what was represented by the
soils report and indicated by project drawings.
Item 4: Upon review of RFI No. 57, the Design Engineer has recommended four
(4) additional custom-made pipe supports to be located in valve vault
caisson to minimize 14" force-main movement.
Item 5: SDG&E requested to have the electrical room access door modified and
re-keyed per their requirements. This modification is not addressed on
project drawings or in the technical specifications.
Item 6: Per RFI No. 66, the Design Engineer has recommended 120 LF of
fabricated metal flashing be fastened to the roof lip and to the wall (soffit
area of eaves of the lift station control building) as noted on Contract
Drawing Sheet A-6, Detail 6.
Item 7: The Design Engineer recommended a FRP extension on the stainless
steel duct work to add height to exhaust stack to facilitate clearance over
chimney enclosure as noted on Contract Drawing Sheet A-10, Detail A.
. -
Project: 3583-1A, Cannon Road Lift Station
Change Order No. 3
Item 8: The Contract Drawing failed to adequately represent the method of
relocating the 2" water service that is in conflict with the curb returns of the
new driveway. Also, the existing backflow preventer must be replaced.
Item 9: Per RFI No. 70, a combination motor starter will be added in the MCC for
the dilution fan to facilitate automatic operation. The Contract Drawings do
not show a starter for dilution fan operation.
Item 10: The Design Engineer has recommended installation of three (3) additional
electrical pump relays in the MCC. Having a relay on each submersible
pump will prevent the third pump from starting up on a wet well high level
alarm, causing a possible electrical system failure and disruption of
electrical service to the lift station. The system was not designed to have
all three pumps start-up at the same time.
Item 11: Neither the Contract Specifications nor the Contract Drawings identify the
requirement of a "Knox Box" which is required by City Fire Department for
access in to a secured property in case of emergency.
Item 12: The Design Engineer requested installation of a 2" PVC vent line from
ferric chloride tank. This item was not shown on project drawings.
Item 13: The Project Engineer has requested that the existing influent diversion
channel at Faraday lift station be altered to direct influent to Cannon Road
Lift Station. Neither the Contract nor the Contract Drawings identified this
as an item of work.
Item 14: Chemical handling equipment is required per business plan and is
mandated by the State of California. This item was not identified in the
Contract Technical Specifications.
Item 15: Operations and Maintenance Department requested a permanent access
ladder be installed in the valve vault. Neither the Contract Specifications
nor the Contract Drawings identify an access ladder as being part of the
Contract.
Item 16: After review of site irrigation system, the Design Engineer requested
additional five (5) pop-up spray heads.
Item 17: The Design Engineer recommended substitution of the pump discharge
head material of the Chemical Metering Pump. This substitution will
generate a credit to the Contract.
. "'
Project: 3583-1A, Cannon Road Lift Station
Change Order No. 3
COST ACCOUNTING:
Original contract amount. ...................................................... $3,156,000.00 v
Total amount this c/o ................................................................. $70,438.00
Total amount of previous c/o's ..................................................... $98,054.99
Total c/o's to date ..................................................................... 168,492.99
New Contract Amount ............................................................ $3,324,492.99
Total c/o's as% of original contract ..................................................... 5.34%
Contingency monies encumbered ............................................... $315,600.00
Contingency increase or decrease ...................................................... $0.00
Contingency Subtotal ............................................................... $315,600.00
Total c/o's to date .................................................................... $168,492.99
Contingency Balance ............................................................... $147,107.01
CITY OF CARLSBAD
PROJECT: 3583-1A, CANNON ROAD LIFT STATION
CONTRACT CHANGE ORDER NO. 3
CONTRACT NO. 3583-1A
ACCOUNT NO. 51663309060/35831921
CONTRACTOR: T.C. Construction
ADDRESS: 10540 Prospect Avenue
Santee, CA 92071
P.O. NO. 114055
The Contractor is directed to make the following changes as described herein. Changes
shall include all labor, materials, equipment, contract time extension, and all other goods
and services required to implement this change. Payment stated on this change order
includes all charges, direct or indirect, arising out of this additional work and is expressly
agreed between the City and the Contractor to be the complete and final costs hereof.
The requirements of the specifications, where pertinent and not in conflict with this
change order, shall apply to these changes. This change order is not effective unless
signed by the City Manager and/or the Mayor.
Pursuant to Subsection 3-2.2.3 Agreed Prices, SSPWC 2000, and the Provisions of this
Contract, perform the following:
Item 1: Repair fabrication welds of wet well hatch for the lump sum price of $426.00.
Increase to contract cost. ............................................................... $426.00
Item 2: Locate damaged I leaking section of 14" HPDE force main for the lump sum
price of $9,180.00.
Increase to contract cost. ............................................................. $9, 180.00
Item 3: Excavate, dewater and install shoring as necessary to facilitate the installation of
the 14" HPDE force main for the lump sum price of $27,010.00.
Increase to contract cost. ........................................................... $27,010.00
Project: 3583-1A, Cannon Road Lift Station
Change Order No. 3
Page 2
Item 4: Procure fabricated custom pipe stands per Design Engineer's drawings and
install four (4) additional pipe supports in valve vault for the lump price of
$5,387.00.
Increase to contract cost. ............................................................. $5,387.00
Item 5: Modify and re-key electrical room access door per SDG&E requirements for the
lump sum price of $1,792.00.
Increase to contract cost. ............................................................. $1,792.00
Item 6: Fabricate and attach 120 LF of metal flashing to the roof soffit on the north and
south side of the lift station control building per Sheet A-6, Detail 6 of the
Contract Drawings for the lump sum price of $1,130.00.
Increase to contract cost. ............................................................. $1, 130.00
Item 7: Modify odor control exhaust piping to exit above top of chimney per Sheet A-10,
Detail A of the Contract Drawings for the lump sum price of $2,153.00.
Increase to contract cost. ............................................................. $2, 153.00
Item 8: Relocate 2" water service in Cannon Road to clear the new concrete driveway
returns and install new backflow preventer.
Increase to contract cost. ......................................................... $13,291.00
Item 9: Install a combination motor starter in the MCC for the dilution fan, an ON/OFF
switch and a run indicator light on the MCC bucket panel for the lump sum price
of $2,864.00.
Increase to contract cost. ............................................................. $2,864.00
Item 10: Install 3 relays and reset logic for 2 pumps to only run at high wet well level to
prevent overloading when 3 pumps are necessary.
Increase to contract cost. ............................................................. $1, 191.00
. .
Project: 3583-1 A, Cannon Road Lift Station
Change Order No. 3
Page 3
Item 11: Install Knox Box per Fire Department requirements for the lump price of
$492.00.
Increase to contract cost. ............................................................... $492.00
Item 12: Install 3" PVC vent line from Ferric Chloride Tank and connect to bathroom vent
line for the lump price of $992.00.
Increase to contract cost. ............................................................... $992.00
Item 13: Modify the existing diversion channel at the Faraday lift station for diversion of
effluent to Cannon Road Lift Station for the lump sum price of $2,271.00.
Increase to contract cost. ............................................................ $2,271.00
Item 14: Provide required chemical handling equipment as listed in business plan for the
lump price of $1,665.00.
Increase to contract cost. ............................................................. $1,665.00
Item 15: Provide and install ladder in valve vault for the lump price of $2,048.00.
Increase to contract cost. ............................................................. $2,048.00
Item 16: Provide and install five (5) additional pop-up spray heads for irrigation system at
east side of site per KTUA drawing dated 10-11-05 for the lump price of $391.00.
Increase to contract cost. ............................................................... $391.00
Item 17: Procure and install PVC pump discharge head on the chemical metering pump
per RFI 71 for a lump sum credit of $1,800.00.
Decrease to contract cost. ......................................................... ($1,800.00)
TOTAL INCREASE TO CONTRACT COST ................................................... $70,483.00
. .
Project: 3583-1A, Cannon Road Lift Station
Change Order No. 3
Page 4
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT WILL NOT BE
INCREASED AS THE RESULT OF THIS CHANGE ORDER.
RECOMMENDED BY:
~ 12/1-1/0{
CONSTRUCTION MANAGER (DATE)
a_.. 1zi ;I
DEP Y CITY ENGINEER (DATE)
~~~{{Jib
FINANCE DIRECTOR
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING
CONTRACTOR
DEPUTY CITY ENGINEER, DESIGN
1/;o/ol
(DATE)
APPROVED BY:
I ;&s-/o(/ . I (BATE)
,~<~ ,/-Jk--1/lt/01,
CiTMANAGER/ MAYOR (DATE)
CITY OF CARLSBAD
CONTRACT CHANGE ORDER TRANSMITTAL-C/0.2_
Project: 3583-1A, CANNON ROAD LIFT STATION
Date Routed:
Reason for change:
City Engineer
Engineering lns,pn .
Finance Directo · 6/lqJot:;
City Manager/Ma r
Engineering Inspection
Item 1: Neither the Project Drawings nor the Contract Documents specify
protective lining of the cast-in-place concrete top slab of the Wet Well.
Item 2: The Project Drawings specified a protective coating on the Valve Vault
and Wet Well caissons but due to the procedures of caisson
construction, it was determined the coating would be stripped off during
the sinking of the caissons.
Item 3: The Project Drawings identify a 480V electrical power supply for the Odor
Control Panel. However, 120V is necessary. After review of RFI #45, the
Project Engineer has determined the Odor Control instrumentation
electrical system must be modified to be consistent with the electrical
design of the Plans and Specifications. Furthermore, during review of the
Odor Control electrical system, it was decided the control panel should
provide dry contacts for the 'scrubber run' and 'fail indication' to the
SCADA system.
Item 4: Neither the Project Drawings nor the Technical Specifications identify the
requirement for pipe unions on the submersible pump suction line. To
facilitate maintenance, it was determined they are necessary.
Item 5: After review of RFI #41 ( Bubbler Tube Conduit) , the Design Engineer
has determined a junction box to transition from 1" SCH 80 PVC pipe to
1" PVC conduit is necessary to facilitate maintenance of the Bubbler
Control system.
Item 6: After review of RFI #45 (Chemical Pump Logic), the Design Engineer
has recommended two (2) Potentiometers and two (2 ) Reset buttons
Project: 3583-1, Cannon Road Lift Station
Change Order 2
be added to the Local Control Panel (CPL) for the ferric chloride
metering pumps. Additionally, the high discharge pressure alarm will
latch in the CPL. These modifications are recommended to facilitate
manual and automated control of the metering pumps and for
equipment protection.
Item 7: Emergency repairs of the existing sewer force main are necessary to
facilitate testing of the submersible pumps.
COST ACCOUNTING:
Original contract amount. ................................................. $3, 156,000.00 v
Total amount this c/o .......................................................... $65,492.36
Total amount of previous c/o's ............................................... $32,562.64
Total c/o's to date ............................................................... $98,055.00
New Contract Amount. ...................................................... $3,254,076.69
Total c/o's as % of original contract.. ................................................. 3.11 %
Contingency monies encumbered .......................................... $315,600.00-
Contingency increase or decrease .................................................... $0.00
Contingency Subtotal.. .......................................................... $315,000.00
Total c/o's to date .............................................................. $98,055.00
Contingency Balance ............................................................... $216,923.31
CITY OF CARLSBAD
PROJECT: 3583-1A, Cannon Road Lift Station
CONTRACT CHANGE ORDER NO. 2
CONTRACT NO. 3583-1
ACCOUNT NO. 51663309060/35831921
CONTRACTOR: T.C. Construction
ADDRESS: 10540 Prospect Avenue
Santee, CA 92071
P.O. NO. 114055
The Contractor is directed to make the following changes as described herein.
Changes shall include all labor, materials, equipment, contract time extension, and all
other goods and services required to implement this change. Payment stated on this
change order includes all charges, direct or indirect, arising out of this additional work
and is expressly agreed between the City and the Contractor to be the complete and
final costs hereof. The requirements of the specifications, where pertinent and not in
conflict with this change order, shall apply to these changes. This change order is not
effective unless signed by the City Manager and/or the Mayor.
Pursuant to Subsection 3-2.2.3 Agreed Prices, SSPWC 2000, and the Provisions of this
contract, perform the following:
Item 1: Per the lining manufacturers recommendations, apply Amer-Plate T-Lock flexible
sheet liner to the underside of the cast-in-place concrete top slab of the Wet Well
for the lump sum price of $5,170.00.
Increase to contract cost. ............................................................... $5, 170.00
Item 2: Deduct (Credit) the cost of the protective coating of the Wet Well and Valve Vault
for the lump sum price of $3,000.
Decrease to contract cost.. ............................................................ ($3,000.00)
Item 3: Convert the 480V power supply at the Control Power Transformer to 120V control
power for the Odor Control Panel. Additionally, provide dry contacts for 'scrubber
run' and 'fail indication' at the CPL for the lump sum price of $3, 410.00.
Increase to contract cost.. .............................................................. $3,410.00
Item 4: Modify the piping as necessary for installation of victaulic couplings, procure and
install the couplings per manufacturers recommendations for the lump sum price of
$819.25.
Increase to contract price ................................................................... $819.25
Project: 3583-1, Cannon Road Lift Station
Change Order No. 2
Page 2
Item 5: Procure and install approved junction box on the exterior wall of the lift station
operations building at the designated location for the lump sum price of $1,416.00.
Increase to the contract cost ............................................................ $1,416.00
Item 6: Modify the control panel, procure and install the approved potentiometers and reset
buttons to the control panel, modify the control system wiring to include the high
discharge pressure alarm at the CPL for the lump price of $688.82.
Increase to contract cost ..................................................................... $688.82
Item 7: Remove existing AC, excavate, remove and replace damaged section of HOPE force
main, weld in place, pressure test, backfill and compact excavation, repair AC
roadway and restripe as necessary for the lump sum price of $56,988.28.
Increase to contract cost. ............................................................... $56,988.28
TOTAL INCREASE TO CONTRACT COST .......................................... $65,492.35
Project: 3583-1, Cannon Road Lift Station
Change Order No. 2
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT WILL NOT BE
INCREASED AS THE RESULT OF THIS CHANGE ORDER.
RECOMMENDED BY:
~ sftt/05
CONSTRUCTION MANAGER (DATE)
~4./s!t/s-DEPUYC1TYENG1NEER (DATE)
CITY ENGINEER
/
INANCE DIRECTOR
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING
CONTRACTOR
DEPUTY CITY ENGINEER, DESIGN
(DATE)
/I .-,/ / " ,-r_ 1 ·") ,'\ ') ..J • -\.,
(DATE)
APPROVED BY:
CITY OF CARLSBAD
CONTRACT CHANGE ORDER TRANSMITTAL -C/0 # 1
Project: 3583-1, CANNON ROAD LIFT STATION
Date Routed:
tf,2/05
ill'll~
I 2.0 0':J ii
/,J.0 O:i
J.t.N 2 1 200
Reason for change:
To:
City Engineer
Engineering lnsp~n
Finance Director(.f1$)
City Manager/Mayor
Engineering Inspection
Item 1: Upon the recommendation of the Design Engineer, reinforcing steel was
added in the cutting shields for the Wet Well and Valve Vault caissons.
Item 2: The proposed storm drain connections to the existing storm drain pipe
downstream of the Baffle Box could not be completed per plan design
due to conflicts with unmarked and undocumented utilities.
COST ACCOUNTING:
Original contract amount. ....................................................... $3, 156,000.00
Total amount this c/o ......................................................... $ 32,562.64
Total amount of previous c/o's .............................................. $ 0.00
Total c/o's to date ............................................................. $ 32,562.64
New Contract Amount. .......................................................... $3, 188,562.64
Total c/o's as % of original contract.. .................................................. 1.03%
Contingency monies encumbered .......................................... $ 315,600.00
Contingency increase or decrease ......................................... $ 0.00
Contingency Subtotal .......................................................... $ 315,600.00
Total c/o's to date ............................................................... $ 32,562.64
Contingency Balance ............................................................. $ 283,037.36
CITY OF CARLSBAD
PROJECT: 35831, CANNON ROAD LIFT STATION
CONTRACT CHANGE ORDER NO. 1
CONTRACT NO. 3583-1
ACCOUNT NO. 51663309060/35831921
CONTRACTOR: T.C. Construction Co., Inc.
ADDRESS: 10540 Prospect Avenue
Santee, CA 92071
P.O. NO. 114055
The Contractor is directed to make the following changes as described herein.
Changes shall include all labor, materials, equipment, contract time extension, and all
other goods and services required to implement this change. Payment stated on this
change order includes all charges, direct or indirect, arising out of this additional work
and is expressly agreed between the City and the Contractor to be the complete and
final costs hereof. The requirements of the specifications, where pertinent and not in
conflict with this change order, shall apply to these changes. This change order is not
effective unless signed by the City Manager and/or the Mayor.
Pursuant to Subsection 3-2.2.3 Agreed Prices, SSPWC 2000, and the Provisions of this
contract, perform the following:
Item 1: Provide, bend to fit and set reinforcing steel in cutting shields per attached detail
drawing for the lump sum price of $1,894.89.
Increase to contract amount. ....................................................... $1,894.89
Item 2: Construct two (2) Modified Type "A" storm drain cleanouts, and realign the thirty-
six inch (36") and forty-two inch (42") RCP storm drain to facilitate
connection to the existing storm system for the lump sum price of $30,667.75.
Price includes demobilization and delay costs.
Increase to contract amount. ..................................................... $30,667.75
TOTAL INCREASE TO CONTRACT COST ..................................... $32,562.64
Project: 3583-1, Cannon Road Lift Station
Change Order No. 1
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT WILL BE
INCREASED BY TWENTY-THREE (23) WORKING DAYS AS THE RESULT OF THIS
CHANGE ORDER.
RECOMMENDED BY:
~
CONSTRUCTION MANAGER
CITY ENGINEER
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING
CONTRACTOR
DEPUTY CITY ENGINEER, DESIGN
APPROVED BY:
ll/29104-
(DATE)
7 (DATE)
(DATE)
CITY OF CARLSBAD
1 San Diego County
California
CONTRACT DOCUMENTS AND
SUPPLEMENTAL PROVISIONS
FOR
CANNON ROAD
LIFT STATION
CONTRACT NO. 3583-A
PWSO4-15ENG
em %# Revised 07/29/02 Contract No. 3583-A Page 1 of 92 Pages
TABLE OF CONTENTS
c Item Page
Notice Inviting Bids ........................................................................................................................ 8
.
Contractor’s Proposal .................................................................................................................... 12
Equipment/ Material Source Information ...................................................................................... 16
Bid Security Form ........................................................................................................................... 17
Bidder’s Bond To Accompany Proposal ....................................................................................... 18
Guide For Completing the “Designation Of Subcontractor and Amount Of Subcontractor’s
Bid Items” and “Designation of Owner Operator/Lessor and Amount Of Owner Operator/Lessor
Work“ Forms ......................................................................................................................... 20
Designation Of Subcontractor and Amount Of Subcontractor’s Bid Items ................................ 22
Bidder’s Statement Of Financial Responsibility ............................................................................ 23
Bidder’s Statement Of Technical Ability And Experience ............................................................. 24
Bidder’s Certificate Of Insurance For General Liability. Employers’ Liability. Automotive
Liability And Workers’ Compensation .......................................................................................... 26 . Bidder’s Statement Of 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
.
e= \# Revised 07/29/02 Contract No . 3583-A Page 2 of 92 Pages
SUPPLEMENTAL PROVISIONS
Supplemental Provisions to Standard Specifications for Public Works Construction
PART 1 General Provisions
Section 1 Terms. Definitions Abbreviations And Symbols 1-1 Terms ..................................................................................................................... 44 Definitions ............................................................................................................. 44 1-2 1-3 Abbreviations ........................................................................................................ 45
Section 2 Scope And Control Of The Work 2-3 Subcontracts ......................................................................................................... 46 2-4 Contract Bonds ..................................................................................................... 46 2-5 Plans And Specifications ...................................................................................... 47 2-9 Surveying .............................................................................................................. 49 2-1 0
Section 3 Changes In Work 3-2 3-3 Extra Work ............................................................................................................ 53
3-5 Disputed Work ...................................................................................................... 55
Section 4 Control Of Materials 4- 1 Materials And Workmanship ................................................................................. 57
Section 5 Utilities 5- 1 Location ................................................................................................................. 58 5-4 Relocation ............................................................................................................. 58
Authority Of Board And Engineer ......................................................................... 52
Changes Initiated by the Agency .......................................................................... 53
3-4 Changed Conditions ............................................................................................. 54
4-2 Materials Transportation, Handling and Storage .................................................. 58
.-
Section 6 Prosecution. Progress And Acceptance Of The Work 6-1 Construction Schedule And Commencement Of Work ........................................ 59 6-2 Prosecution Of Work ............................................................................................. 64 6-6 Delays And Extensions Of Time ........................................................................... 64 6-7 Time of Completion ............................................................................................... 64 6-8 Completion And Acceptance ................................................................................ 65 6-9 Liquidated Damages .............................................................................................. 65
Section 7 7-3 7-4 7-5 7-7 7-8 7-1 0 7-1 3 7-1 6
Responsibilities Of The Contractor Liability Insurance ................................................................................................. 66 Workers' Compensation Insurance ...................................................................... 66 Permits .................................................................................................................. 66
Project Site Maintenance ...................................................................................... 67 Public Convenience And Safety ........................................................................... 72 Laws To Be Observed .......................................................................................... 72
Geologic Conditions
Cooperation and Collateral Work ......................................................................... 67
Section 8 8-2 8-6
Facilities For Agency Personnel Field Office Facilities ............................................................................................. 72 Basis Of Payment ................................................................................................. 73
Section 9 Measurement and Payment 9-1 Measurement Of Quantities For Unit Price Work .................................................. 73 9-2 Lump Sum Work ................................................................................................... 73 9-3 Payment ................................................................................................................ 75
I
Revised 07/29/02 Contract No . 3583-A Page 3 of 92 Pages
PART 2
Section 200
200-2
..
Section 201
201-1
Section 203
203-6
203-1 1
Construction Materials
Rock Materials ...........................................................................................
Untreated Base Materials ..........................................................................
Concrete. Mortar. and Related Materials ..................................................
Portland Cement Concrete ........................................................................
Bituminous Materials .................................................................................
Asphalt Concrete .......................................................................................
Asphalt Pavement Crack Sealants ............................................................
Section 207 Pipe ............................................................................................................ 207-2 Reinforced Concrete Pipe .........................................................................
207-25 Underground Utility Marking Tape .............................................................
Section 21 3
2 1 3-2 Geosynthetics . i .......................................................................................... 213-3 Erosion Control Specialties .......................................................................
Engineering Fabrics ..................................................................................
PART 3 Construction Methods
Section 300 Earthwork ...................................................................................................
300-1 Clearing And Grubbing .............................................................................
300-2 Unclassified Excavation ............................................................................
300-3 Structure Excavation and Backfill .............................................................. 300-4 Unclassified Fill .......................................................................................... 300-5 Borrow Excavation .....................................................................................
300-9 Geotextiles For Erosion Control ................................................................
Section 301 Treated Soil, Subgrade Preparation and Placement of Base Materials ... 301-1 Subgrade Preparation ...............................................................................
..
.
Section 302 Roadway Surfacing ...................................................................................
302-5 Asphalt Concrete Pavement ......................................................................
Section 303 Concrete and Masonry Construction ......................................................... 303-1 Concrete Structures ...................................................................................
303-2 Air-Placed Concrete ..................................................................................
303-5 Access Ramps. and Driveways ................................................................. Concrete Curbs. Walks. Gutters. Cross Gutters. Alley Intersections.
Section 306
306-5
Underground Conduit Construction ......................................................... 306-1 Open Trench Operations ...........................................................................
Abandonment Of Conduits and Structures ...............................................
4% %& Revised 07/29/02 Contract No . 3583-A
. ~~~~
78
78
78
78
79
79
80
81
81
81
83
83
83
84
84
84
86
86
86
87
88
8%
88
88
89
89
89
89
90
90
92
Page 4 of 92 Pages
TECH N ICAL SPECIFICATIONS .
Division 01 . General Requirements
01600 Material and Equipment ................................................................... 01600-01 to 01600-10
01630 Substitutions and Product Options ................................................... 01630-01 to 01630-04
01730 Operation and Maintenance Data ..................................................... 01730-01 to 01730-04
01750 Equipment Testing and Startup ........................................................ 01750-01 to 01750-06
01780 . Contract Closeout ............................................................................. 01780-01 to 01780-02
Division 02 . Site Work
02050
02140
02210
02361
0261 6
02622
02623
028 10
02900
Demolition ....................................................................................... 02050-01 to 02050-04
Dewatering and Drainage ................................................................. 02140-01 to 02140-04
Caisson Construction ....................................................................... 02210-01 to 02210-06
Drilled Piers ..................................................................................... 02361-01 to 02361-08
Ductile Iron Pipe and Fittings ........................................................ 1. 0261 6-0 1 to 0261 6-06
Polyvinyl Chloride (PVC) Gravity Sewer Pipe ................................ 02622-01 to 02622-06
High Density Polyethylene (HDPE) Pipe and Fittings ..................... 02623-01 to 02623-06
Irrigation System .............................................................................. 02810-01 to 02810-16
Landscaping ..................................................................................... 02900-01 to 02900-10
Division 03 . Concrete
. 03 100
03200
03250
03300
03350
03380
03400
03482
03600
Concrete Forrnwork ......................................................................... 03100-01 to 03 100-06
Concrete Reinforcement ................................................................... 03200-01 to 03200-06
Concrete Joints and Joint Access0 ries .............................................. 03250-01 to 03250-04
Cast-in-Place Concrete ..................................................................... 03300-01 to 03300-18
Concrete Finishing ........................................................................... 03350-01 to 03350-06
Concrete Electricdilnstrumentation Duct Encasement .................... 03380-01 to 03380-02
Precast Concrete Structures .............................................................. 03400-01 to 03400-14
Precast Concrete Moldings ............................................................... 03482-01 to 03482-02
Grout ................................................................................................. 03600-01 to 03600-08
Division 04 . Masonry
04200
04270
Masonry ............................................................................................ 04200-01 to 04200-20
Glass Unit Masonry .......................................................................... 04270-01 to 04270-02
04430 Simulated Stone ............................................................................... 04430-01 to 04430-04
Division 05 . Metals
05120 Structural Steel ................................................................................. 05120-01 to 05120-06
05310
05500
Steel Roof Deck ............................................................................... 05310-01 to 05310-06
Miscellaneous Metal ........................................................................ 05500-01 to 05500-10
Division 06 . Woods and Plastics
. 06615 Fiberglass Reinforced Plastic Components ...................................... 06610-01 to 06610-04
em
Revised 07/29/02 Contract No . 3583-A Page 5 of 92 Pages
Division 07 . Thermal and Moisture Protection
07210
07322 07600
07901
Building Insulation ........................................................................... 0721 0-0 1 to 0721 0-02
Concrete Roofing Tiles .................................................................... 07322-01 to 07322-04 Flashing and Sheet Metal ................................................................. 07600-01 to 07600-04 Joint Sealers ..................................................................................... 07901-01 to 07901-06
cl
Division 08 . Doors and Windows
081 10 08331 08710
Metal Doors and Frames .................................................................. 08110-01 to 08110-04
Finish Hardware ............................................................................... 08710-01 to 08710-10
Fire-Rated Overhead Coiling Doors ................................................. 0833 1-01 to 0833 1-04
Division 09 . Finishes
09200 093 10
095 10 09902
Lath and Plaster ................................................................................ 09200-01 to 09200-06
Ceramic Tile ..................................................................................... 09310-01 to 09310-04 Acoustical Ceilings .......................................................................... 09510-01 to 09510-04 Painting and Coatings ...................................................................... 09200-01 to 09200-18
Division 10 . Specialties
10200 10400 10522
10800
Architectural Louvers ....................................................................... 10200-01 to 10200-04 Signage ............................................................................................. 10400-01 to 10400-04 Fire Extinguishers and Brackets ....................................................... 10522-01 to 10522-02
Toilet Accessories ............................................................................ 10800-01 to 10800-02
Division 11 . Equipment
11260
11310 11346 11400
L
Chemical Feed and Metering Pumps ............................................... 11260-01 to 11260-14
Cross-Linked Polyethylene Tanks ................................................... 11346-01 to 11346-08 Hydraulic Specialties ....................................................................... 11400-01 to 11400-06
Submersible Pumps ......................................................................... 1 13 10-0 1 to 1 1 3 1 0-06
Division 12 . NOT USED
Division 13 . Special Construction
13300 Instrumentation and Controls ........................................................... 13300-0 1 to 13300-24
Division 14 . NOT USED
Division 15 . Mechanical
15050 15064
15066 15100
15400 15410
15440 15450
15500 15510
15995 .
Piping . General Requirements ...................................................... 15050-01 to 15050-06 PVC Pipe and Fittings ...................................................................... 15064-01 to 15064-08 Double Wall Chemical Pipe System ................................................ 15066-01 to 15066-04
Valves .............................................................................................. 15100-01 to 15100-08 Plumbing - General Provisions ........................................................ 15400-01 to 15400-08
Plumbing - Piping Systems ............................................................. 15410-01 to 15410-12 Plumbing Fixtures and Trim ............................................................. 15440-01 to 15440-06
Plumbing Equipment ....................................................................... 15450-01 to 15450-06 WAC General Provisions ............................................................... 15500-01 to 15500-26
Stainless Steel Pipeand Fittings (Odor Exhaust) ............................. 15510-01 to 15510-06 Odor Control System (Activated Carbon) ........................................ 15995-01 to 15995-08
4- %# Revised 07/29/02 Contract No . 3583-A Page 6 of 92 Pages
Division 16 - Electrical
rc
16020
16426
16480
16500
16620
16950
Appendix A
Appendix B
Appendix C
A.
B. -
Electrical - General Provisions ........................................................ 1602041 to 16020-22
Distribution Switchboards ................................................................ 16426-01 to 16426-04
Motor Control Center ....................................................................... 16480-01 to 16480-12
Lighting Syst em............................................................................... 16500-01 to 16500-04
Standby Engine Generator System ................................................... 16620-01 to 16620-14
Electrical Acceptance Tests ............................................................. 16950-01 to 16950-06
APPENDICES
Standard Drawings
Storm Water Pollution Prevention Plan (Template)
Rightaf-Entry Agreement (Staging Area)
INFORMATION FOR CONTRACTOR
TO OBTAIN A COPY OF CURRENT PLAN HOLDERS LIST
CONTACT THE PURCHASING DEPARTMENT
PHONE (760) 602-2460
QUESTIONS PERTAINING TO PLANS AND CONTRACT DOCUMENTS
SR. CIVIL ENGINEER, Teny Smith
PHONE (760) 602-2765
*= \# Revised 07/29/02 Contract No. 3583-A Page 7 of 92 Pages
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
Until 4:OO p.m. on December 1, 2003, the City shall accept sealed bids, clearly marked as such, at
the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by
mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they
will be opened and read, for performing the work as follows: Construction of a 3.2 mgd wet pit sewer
lift station with odor control, chemical addition, emergency generator and 1500 square foot control
building. The wet well will be constructed as a caisson and the control building will be supported on
concrete piers. The pumps will be purchased separately by the City and provided to the Contractor.
CANNON ROAD LIFT STATION
CONTRACT NO. 3583-A
This bid and the terms of the Contract Documents and Supplemental Provisions constitute an
irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional
time as may be mutually agreed upon by the City of Carlsbad and the Bidder.
The work shall be performed in strict conformity with the plans and specifications as approved by the
City Council of the City of Carlsbad on file with the Engineering Department. The specifications for
the work include the Standard Specifications for Public Works Construction, 2003 Edition and the
supplements thereto, all hereinafter designated “SSPWC” as issued by the Southern California
Chapter of the American Public Works Association and as amended by the supplemental provisions
sections of this contract. Reference is hereby made to the plans and specifications for full particulars
and description of the work.
-
The City of Carlsbad encourages the participation of minority and women-owned businesses.
The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to
utilize recycled and recyclable materials when available, appropriate and approved by the Engineer.
The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when
a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the
State of California as an irresponsible bidder.
No bid will be received unless it is made on a proposal form furnished by the Purchasing
Department. Each bid must be accompanied by security in a form and amount required by law. The
bidder’s security of the second and third next lowest responsive bidders may be withheld until the
Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be
returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the
provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for
any obligation required by this notice or for any monies withheld by the City to ensure performance
under this Contract. section 10263 of the Public Contract Code requires monies or securities to be
deposited with the City or a state or federally chartered bank in California as the escrow agent. The
escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in
connection with the handling of retentions under this section in an amount not less than $100,000
per contract.
F-
ew ts Revised 07/29/02 Contract No. 3583-A Page 8 of 92 Pages
,- The documents which comprise the Bidder's proposal and that must be completed and
properly executed including notarization where indicated are:
1.
2.
3.
4.
5.
6.
7.
Contractor's Proposal
Bidder's Bond
Non-Collusion Affidavit
Equipment/ Material Source Information
Designation of Subcontractors and Amount of Subcontractor Bid
Bidder's Statement of Financial Responsibility
Bidder's Statement of Technical Ability and Experience
8. Acknowledgement of Addendum(a)
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.
10. Bidder' s Statement Re Debarment
11. Bidder's Disclosure Of Discipline Record
12. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security)
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
$3,200,000.
Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a
contractor pursuant to the Business and Professions Code shall be considered nonresponsive and
shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall
be invalidated by the failure of the bidder to be licensed in accordance with California law. Where
federal funds are involved the contractor shall be properly licensed at the time the contract is
awarded. In all other cases the contractor shall state their license number, expiration date and
classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal
funds. The following classifications are acceptable for this contract:
I General Engineering I
In order for a bid to be considered, the Bidder shall have completed construction of similar
projects involving lift stationslpump stations, and caisson construction. Lift station and/or
pump station experience shall include at least two projects in the past eight years, each project
having a building with at least 1,000 square feet, an emergency generator, and at least two pumps with a total of 150 horsepower or greater. Caisson construction experience may be provided by the
Bidder or by a subcontractor, and shall include at least two projects in the past eight years, having
caissons of 12 feet diameter or greater and depths greater than 15 feet. The caissons may be constructed using cast in place concrete or with a steel drop shaft as described in the Technical
Specifications. This experience shall be included in the "bidder's Statement of Technical Ability and
Experience" in the spaces provided.
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.
_-
Revised 07/29/02 Contract No. 3583-A Page 9 of 92 Pages
1
Sets of plans, supplemental provisions, and Contract documents may be obtained at the
Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California
92008-7314, for a non-refundable fee of $75 (seventy-five dollars) per set. The project
geotechnical report is available for viewing at the Faraday Center or can be purchased for $15
(fifteen dollars). If plans and specifications are to be mailed, the cost for postage should 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 the award of the contract, no addition to, modification of
or interpretation of any provision in the contract documents will be given by any agent,
employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder
may rely on directions given by any agent, employee or contractor of the City of Carlsbad
except as hereinbefore specified.
The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or
informality in such bids.
The general prevailing rate of wages for each craft or type of worker needed to execute the Contract
shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770,
1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy
of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the
Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers
employed by him or her in the execution of the Contract.
-
The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5
of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and
Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the
purposes of section 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.
An optional pre-bid meeting and tour of the project site will be held at 5950 El Camino Real,
Carlsbad, CA 92008 on November 5,2003, at 1O:OO am.
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. -
em h$ Revised 07/29/02 Contract No. 3583-A Page 10 of 92 Pages
The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to:
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 City 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 City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements.
Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:V 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner.
,c
c
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 City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance.
The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price.
The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited.
The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract.
Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2003-261, adopted on the 7th day of October, 2003.
em kp Revised 07/29/02 Contract No. 3583-A Page 11 of 92 Pages
,.---
- City of Carlsbad
November 19,2003
ADDENDUM NO. 1
RE: Rebid-CANNON ROAD LIFT STATION, CONTRACT NO. 3583-A
Please include the attached addendum in the Notice to BiddedRequest for Bids you
have for the above project.
This addendum--receipt acknowledged-must be attached to your Request for Bid when
your bid is submitted.
-
KEVIN DAVIS
Buyer
KD:jlk
Attachment
I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1
c.LrnX-
Bidder's Signature a
1635 Faraday Avenue Carlsbad, CA 92008-7314 (760) 602-2430 FAX (760) 602-8553
www.ci.carlsbad.ca.us - Business License (760) 602-2495 - Utility Billing (760) 602-2420 - @ Purchasing (760) 602-2460 - FAX (760) 602-8556 - Bid Line (760) 602-2464
- City of Carlsbad
November 25,2003
ADDENDUM NO. 2
RE: Rebid-CANON ROAD LIFT STATION, CONTRACT NO. 3583-A
Please include this addendum in the Notice to BiddedRequest for Bid package
you have for the above project.
The submission deadline and opening date for this bid has
changed to December 16. 2003. The City will not accept bid
submissions later than 4:OO PM on this date.
<-
This addendum-receipt acknowledged-must be attached to your bid when it is
submitted. - KEVIN DAVIS
Buyer
I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2
&m.dw, i
Bidder’s SignatGe
~~
1635 Faraday Avenue Carlsbad, CA 92008-731 4 - (760) 602-2430 FAX (760) 602-8553
www.ci.carlsbad.ca.us Business License (760) 602-2495 - Utility Billing (760) 602-2420 - (53 Purchasing (760) 602-2460 - FAX (760) 602-8556 - Bid Line (760) 602-2464
CITY OF CARLSBAD
CANNON ROAD LIFT STATION
CONTRACT NO. 3583-A
CONTRACTOR'S PROPOSAL
OPENED, WITNESSED AND RECORDED:
City Council
City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, California 92008 DATE WNATURE
The undersigned declares he/she has carefully examined the location of the work, read the Notice
Inviting Bids, examined the Plans, Specifications, Supplemental 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. 3583-A in accordance with the Plans, Specifications,
Supplemental Provisions and addenda thereto and that he/she will take in full payment therefor the
following unit prices for each item complete, to dt:
Item - No. Description
Approxi mate
Quantity Unit
and Unit Price Total
1 All work required to construct LS $ -- $ 3,/56drn
the Cannon Road Lift Station,
52 no&& Dolldrs (Lump Sum)
Total amount of bid in numbers: $ 3,156, dQ& 03
Price(s) given above are firm for 90 days after date of bid opening.
Addendum(a) No(s). I
proposal.
hadhave been received and is/are included in this
The Undersigned has carefully checked all of the above figures and understands that the City will not
be responsible for any error or omission on the part ofthe Undersigned in preparing this bid.
4- h$ Revised 07/29/02 Contract No. 3583-A Page 12 of 92 Pages
The Undersigned agrees that in case of default in executing the required Contract with necessary
bonds and insurance policies within twenty (20) days from the date of award of Contract by the City
Council of the City of Carlsbad, the City may administratively authorize award of the contract to the
second or third lowest bidder and the bid securityof 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 capaci alifornia, validly licensed under 40245 q , classification which expires on
, 'and that this statement is true and correct and has the legal effect of
of a contractor within the State o
an aficavit.
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 5 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 Ca!ifwnia law. However, at the time
the contract is awarded, the contractor shall be properlylicensed. Public Contract Code 5201 04.
The Undersigned bidder hereby represents as follows:
1. That no Council member, officer agent, or employee of the City of Carlsbad is personally
interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no
representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted
him/her to enter into this Contract, excepting only those contained in this form of Contract and the
papers made a part hereof by its terms; and
2. That this bid is made without connection with a,ny person, firm, or corporation making a bid br the
same work, and is in all respects kir and without collusion or fraud.
Accompanying this proposal is kkkd., (Cash, Certified Check, Bond or
Cashier's Check) for ten percent (I 0%) of the amount bid.
-
The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every
employer to be insured against liability for workers' compensation or to undertake self-insurance in
accordance with the provisions of that code, and agrees to comply with such provisions before
commencing the performance of the work of this Contract and continue to comply until the contract is
complete.
The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative
to the general prevailing rate of wages for each craft or type of worker needed to execute the
Contract and agrees to complywith its provisions.
4m tp Revised 07/29/02 Contract No. 3583-A Page 13 of 92 Pages
License Detail Page 1 of 3
License Detail
Contractor License # 402459
CALIFORNIA CONTRACTORS STATE LICENSE BOARD
DISCLAIMER
A license status check provides information taken from the CSLB license data base.
Before relying on this information, you should be aware of the following limitations:
CSLB complaint disclosure is restricted by law (B&P 7124.6). If this entity is
subject to public complaint disclosure, a link for complaint disclosure will appear
below. Click on the link or button to obtain complaint and/or legal action
information.
are disclosed.
the arbitration.
onto the Board's license data base.
Per B&P 7071.1 7, only construction related civil judgments known to the CSLB
Arbitrations are not listed unless the contractor fails to comply with the terms of
Due to workload, there may be relevant information that has not yet been entered
I-----
Extract Date: la1 7/2003
* * * Business Information * * *
T C CONSTRUCTION COMPANY INC
10540 PROSPECT AVE
SANTEE, CA 92071
Business Phone Number: (61 9) 448-4560
Entity: Corporation
Issue Date: 04/07/1981 Expire Date: 04/30/2005
* * * License Status * * *
This license is current and active. All information below should be reviewed.
* * * Additional Status Information * * *
PAST DISCIPLINARY ACTION
A disciplinary action (citation) was previously filed against this licensee, but the licensee
has completed all requirements resulting from the citation. For further information,
please call the Case Management Office in your area: (91 6) 255-4041 Northern
California or (562) 466-6021 Southern California.
* * * Classifications * * *
12/17/2003
License Detail
IClassl
C21
Page 2 of 3
' Description
BUILDING MOVING, DEMOLITION
IIA llG EN E RAL ENG I N E ERI NG CONTRACTOR11
* * * Certifications * * *
llcertll Description II
IlHlC IlHOME IMPROVEMENT CERTlFlCATlONll
* * * Bonding Information * * *
CONTRACTOR'S BOND: This license filed Contractor's Bond number 9049830 in the
amount of $7,500 with the bonding company
AMERICAN CONTRACTORS INDEMNITY COMPANY. Effective Date: 04/30/2003
Contractor's Bondinu History
BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) TERRY WILLIAM CAMERON certified that he/she owns 10 percent or more of the
voting stocklequity of the corporation. A bond of qualifying individual is not required.
Effective Date: 04/07/1981
BOND OF QUALIFYING INDIVIDUAL(2): This license filed Bond of Qualifying Individual number 9032997 for AUSTIN ALEXANDER CAMERON in the amount of
$7,500 with the bonding company
AM ERIC AN CONTRACT0 RS INDEMNITY COMPANY.
Effective Date: 08/10/2000
* * * Workers Compensation Information * * *
This license has workers compensation insurance with the
AMERICAN HOME ASSURANCE COMPANY
Policy Number: 6435983 Effective Date: 11/01/2003 Expire Date: 11/01/2004
Workers Compensation History
Personnel listed on this license (current or disassociated) are listed on other
licenses.
Personnel List Other Licenses
1 21 1712003
License Detail Page 3 of 3
-
___- License Number Request Contractor Name Request -uest
Salesperson Request Salesperson Name Request
0 2003 State of California. Conditions of Use Privacy Policy
1 2/ 17/2003
Personnel List Page 1 of 1
Personnel List CALIFORNIA CONTRACTORS STATE LICENSE BOARD
Contractor License # 402459
Click on the person's name to see a more detailed page of information on that person.
Name
TERRY LANE
CAMERON
TERRY WI LLl AM
CAMERON
JOHN LEE KELLER
JESSIE EUGENE
BROKAW
JOHN ALEXANDER II
- CAMERON
JOHN FRANCISM
SULLIVAN
AUSTIN ALEXANDER
CAMERON
STEVEN PAUL
COKER
Title Association Disassociation Class More
Date Date Class
S/T 04/07/1981 06/18/1985
A More
/2001
RMO/CEO/PRES 04/07/1981
TREASURER 04/09/1999 03/0
VICE
PRESIDENT
SECRETARY 04/30/1997 03/01
04/30/1997
/2003
TREASURER 04/30/1997 04/09/1999
RME 08/14/2000
OFFICER 03/06/2003
C21 More
License Number Request Contractor Name Request Personnel Name Request
Salesperson Request Salesperson Name Request
8 2003 State of California. Conditions of Use Privacv Policy
12/17/2003
IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE:
(I) Name under which business is conducted
(2) Signature (given and surname) of proprietor
I
"
(3) Place of Business (Street and Number)
City and State
(4) Zip Code Telephone No.
IF A PARTNERSHIP, SIGN HERE
(1) Name under which business is conducted
(2) Signature (given and surname and character of partner) (Note: Signature must be made by a
general partner)
(3) Place of Business
(Street and Number)
City and State
(4) Zip Code Telephone No.
IF A CORPORATION, SIGN HERE
(1) Name under which business is conducted Tfld
---
(Title)
Impress Corporare Seal here
tp Revised 07/29/02 Contract No. 3583-A Page 14 of 92 Pages
- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California I
County of .naUQI")
J 1 ss. h
before me, - On
Date rn
personally appeared bq '67OKCLk-O
Narne(s) of Signer@)
hrsonally known to me
0 proved to me on the basis of satisfactory
evidence
-3.4-h- I-, to be the personh whose name
acknowledged to me thm executed 1 subscribed to the within instrumen % -9
- A I the same in mhenwseit authorized
capacity(b), and that by wir
signature(s).on the instrument the perso
acted. executed the instrument.
7 J
f the entity upon behalf of which the
WJNESS my hand and official seal.
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signer(s) Other Than Named Above: I )vl
Capacity(ies) Claimed by Signer
Signer's Name: &-% rokcLa
0 Individual
&corporate Officer - Title(s):
0 Partner - 0 Limited 0 General
0 Attorney-in-Fact
0 Trustee
0 Guardian or Conservator
0 Other:
Signer Is Representing: cn&rl l&im
Q 1999 National Notary Association * 9350 De Solo Ave.. P.0. Box 2402 * Chatswolth, CA 913152402 mvw.natwnalnotary.org Prod. No 5907 Reorder: Call Toll-Free 1-800876-6627
\
(3) Incorporated under the laws of the State of
(4) Place of Business
City and State nky,
!ab
I rnw
I (Street and Number)
(5) Zip Code 91207 I
NOTARIAL ACKNOWLEDGMENT
ATTACHED
Telephone No. Ld4- *8-%hfi
OF EXECUTION BY ALL SIGNATORIES MUST BE
List below names of president, vice president, secretary and assistant secretary, if a corporation; if a
partnership, list names of all general partners, and managing partners:
Revised 07/29/02 Contract No. 3583-A Page 15 of 92 Pages
EQUIPMENT/ MATERIAL SOURCE INFORMATION
TO ACCOMPANY PROPOSAL
CANNON ROAD LIFT STATION
CONTRACT NO. 3583-A
The bidder shall indicate opposite each item of equipment or material listed below, the name of one
supplier/manufacturer of each item of equipmenffmaterial proposed to be furnished under the bid.
The listing of more than one supplier for each equipmenVmateria1 to be furnished with the words
"and/or" will not be permitted. Failure to comply with this requirement may render the Bid non-
responsive and may cause its rejection. Awarding of a contract under this bid will not imply approval
by District of the rnanufactwers listed by the Bidder.
P
Equipment/ Material Manufacturer
1. Emergency Generator
2. Odor Control System (Scrubber) -
3. Litter Removal Box
.-
<$ Revised 07/29/02
(Manufacturer)
(Manufacturer)
(Manufacturer)
Contract No. 3583-A Page 16 of 92 Pages
_- BID SECURITY FORM
(Check to Accompany Bid)
CANNON ROAD LIFT STATION
CONTRACT NO. 3583-A
(NOTE: The following form shall be used if check accompanies bid.)
Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF
CARLSBAD, in the sum of
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 City provided this proposal shatl be accepted by the City through action of
its legally constituted contracting authorities and the undersigned shall fail to execute a contract and
furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage
within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of
this check shall also become the property of the City if the undersigned shall withdraw his or her bid
within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise
required by law, and notwithstanding the award of the contract to another bidder.
BIDDER
*Delete the inapplicable wxd.
(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 07/29/02 Contract No. 3583-A Page 17 of 92 Pages
c
BIDDERS BOND TO ACCOMPANY PROPOSAL
CANNON ROAD LIFT STATION
COWRACT NO. 3583-A
KNOW ALL PEF2SONS BY THESE PRESENTS:
as Surety are held and firmly bound unto the City of Cadsbad, California. in an amount as follawsI
(must be at least ten percent (10%) of the hd amount) for which
payment, welI and truty made, we bind aurselves, our heirs, executors and administrators,
successors or assigns. jointly and severalty, firmly by these presents.
mat we, TC CONSTRUCI'ION CCWANY, INC., as principal, and LIBERTY MUTUAL INSURANCE WANY
PERCENT( 1 0% )OF BID
THE CONDITION OF THE FOREGOING OBLIQA710N IS SUCH that if the proposal of the above- bounden Ptincipal for.
CANNON ROAD LIFT STATION
CONTRACT NO. 3583-A
in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and
execute a Contract including required bonds and insurance polides withi lwenly (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duty notified of said award, then this obligation shall become null and void; otherwise. it shall be and remain in full force and effect, and the amount specilied herein shall be brfeited to the said City.
...
I.. ... ... ... .-. ... .-. .._ ... ... ... ... ... ... ... ... ... . ..
__. -.. ... ... ...
e Rebised 07/29/02 C~nnact NO. 3683-A Page 18 of 92 Pages
In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond.
Executed by PRINCIPAL this 1 @ day of be&rt-lm ,20%.
Executed bysumthis day of DECEMBER * 20&.
SURER;
LIBERTY MUTUAL INSURANCE COMPANY
(name of Surety}
505 SC" MAIN STREET, STE. 830
(address of Surety) ORANGE, CA 92868
(71 4) 542-01 15
1-
(pnnt name here)
JAMES F. 'IE-, A"OFNE-IN-FACT ace si?dfichu tion of signatory) (printed name of Attorney-in-fact)
(Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowring that officer to bind the corporation.)
APPROVED AS n3 FORM: RONALD R. BAU City Attorney
By:
Revised 07/29/02 Contract: NO. 3583-A Page 7 9 of 92 Pages
- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California 1
County of
Name andxtle of Officer (e.g , "Jane Dok, Notary Public')
On ' a / I k/Dg.?n - before me,%&-b , d
n
Public - California
Nameis) of Signeris)
hersonally known to me
0 proved to me on the basis of satisfactory
evidence
to be the personb whose name-
subscribed to the within instrument and
acknowledged to m a@%k&hey executed
the same in hi I authorized
capacityw an*-
signatur-n the instrument the personw or
the entity upon behalf of which the person(&
acted. executed the instrument.
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
\
-__I
Signer(s) Other Than Named Above: \ w-m k-
Capacity(ies) Claimed by Signer
Signer's Name: Ge.~-w-%roK~ +- 0 Individual
0 Partner - 0 Limited 0 General
0 Attorney-in-Fact
0 Trustee 0 Guardian or Conservator
0 Other:
Signer Is Representing: Ti?, cj~iuc$';cm
0 1999 National Notary Association * 9350 De Soto Ave., P.O. Box 2402 * Chatsworth, CA 91313-2402 * w.nationalnotary.org Prod. No. 5907 Reorder: Call Toll-Free 1-800-676-6627
"_ CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
personally appeared Name@) of Slgner(s1
&ersonally known to me
0 proved to me on the basis of satisfactory
evidence
to be the person@.). whose name-
a-d%-.- subscribed to the within instrument and
acknowledged to me th@h&hey executed
the same in authorized
capacityw, and that by eir
signaturwon the instrument the persow or
the entity upon behalf of which the person#
acted, executed the instrument.
-ass3 - SANDRA BOUCHER
- $1 ?~
WITNESS my hand and official seal.
n
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: 131 ILQ! 0 3 Number of Pages: a
Signer(s) Other Than Named Above: CJkmvaL-
Capacity(ies) Claimed by Signer
Signer's Name: < -
0 Individual
0 Partner - 0 Limited 3 General
-&I Corporate Officer - Title@):
0 Attorney-in-Fact
Trustee
0 Guardian or Conservator
O Other:
Signer Is Representing:
Q 1999 Natbnai Notary ASSOCialion - 9350 De Solo Ave.. P.O. Box 2402 * Chatsworlh, CA 91313-2402 * w.nationalnotary.org Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827
12/01 /03
NOTICE FROM SURETY REQUIRED BY
TERRORISM RISK INSURANCE ACT OF 2002
In accordance with the Tenorism Risk Insurance Act of 2002 (referred to
hereinafter as the uAct”), this disclosure notice is provided for surety bonds on
which one or more of the following companies is the issuing surety: Liberty
Mutual Insurance Company; Liberty Mutual Fire Insurance Company; LM
Insurance Corporation; The First Liberty insurance Corporation; Liberty
Insurance Corporation; Employers insurance Company of Wausau (formerly
“EMPLOYERS iNSURANCE OF WAUSAU A Mutual Company“); Peerfess
Insurance Company; and any other company that is a part of or added to the
LIberty Mutua! Group for which surety business is underwritten by Liberty Bond
Services (referred io collectively hereinafter as the “Issuing Sureties”).
NOTICE FORMS PART OF BOND
This notice forms part of surety bonds issued by any one or more of the Issuing
Sureties.
DISCLOSURE OF PREMIUM
The premium attibutable to any bond coverage for “acts of terrorism” as defined
in Section lUZ(1) of the Act is Zero Dollars ($0.00).
DISCLOSURE OF FEDERAL PARTICIPATION
IN PAYMENT OF TERRORISM LOSSES
The United States will reimburse the Issuing Sureties for ninety percent (90%) of
any covered losses from terrorist acts cerfified under the Act exceeding the
applicable surety deductible.
LMIC-6539 2/03
a THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 1239733
This Pdwer of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY r BOSTON, MASSACHUSETTS
POWER OF ATTORNEY
KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company'), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint
CALIFORNIA .................. ............... ............................................ .........................................
ge and deliver, for and on its
That this power is made and execu
ARTICLE Xlll - Execution of Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seat, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be
as binding as if signed by the president and attested by the secretary.
By the following instrument the chaiman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact:
Pursuant to Article XIII, Section 5 of the By-Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and
deliver as surety any and all undertakings, bonds, recognizances and other surety obligations.
That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of
'.iberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 28th day of March 2003.
1
LIBERTY MUTUAL INSURANCE COMPANY
4 A/- - Garnet W. Elliott, Assistant Secretary COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY
On this 28th day of , 2003 , before me, a Notary Public, personally came Gamet W. Ellio& to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and
IN TESTIMONY W Pennsylvania, on the day and year first above written.
March
rate seal of Liberty Mutual tnsurance Company thereto with the authority and at the direction of said corporation.
CERTIFICATE
I, the undersig ney of which the foregoing is a full, true a r official who executed the said power of -fact as provided in Article XIII, Section 5
This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980.
VOTED that the facsimile or mechanically reproduced signature 3f any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed.
day of
r i ,N TESTIMONY WHEREOF, I have hereunto subscribed my name and af;ixed the corporate seal of the said company, this 1 ST , 2003 .
...
F CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
Zounty of San Diego
3n 12/0 1/03 before me, Nicki Edwards, Notary Public,
3ersonally appeared James F. Teghtmeyer,
a personally known to me 43 . to be the person$)
pin instrument and acknowledged to me that he/* executed the same in hislhedthek
authorized capacityo, and that by his- ’ ignaturew on the
instrument the personHor the entity upon behalf of which the person Y acted, executed the instrument.
WITNESS my hand and official seal.
L-h Signature &drn of Notary
OPTIONAL
~~ ~ rhough 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 DESCRWTION OF ATTACHED DOCUMENT
7 INDIVIDUAL 7 CORPORATE OFFICER
0 PARTNER(S) [7 LIMITED
c] TRUSTEE(S) 0 G UARDIANlCON SERVATOR
OTHER:
ATTORNEY-IN-FACT
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(1ES)
Liberty Mutual Insurance Company
CA-ICW 24 (7/00)
Company Profile Page 1 of 2
x
Company Profile In
LIBERTY MUTUAL INSURANCE COMPANY
175 BERKELEY ST
BOSTON, MA 021 16
800-262-8238
Agent for Service of Process
ERE KEPRIOS, C/O CT CORPORATION SYSTEM 818 WEST SEVENTH STREET, 2ND FLOOR LOS ANGELES, CA 90017 Unable to Locate the Agent for Service of Process?
Reference Information
NAIC #: 23043
NAIC Group #: 0111
California Company ID #: 1022-3
Date authorized in California:
Company Type: Property & Casualty
State of Domicile: MASSACHUSETTS
August 30, 1929
License Status: UNLIMITED-NORMAL
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 gl.ossary.
AIRCRAFT
AUTOMOBILE
BOILER AND MACHINERY
BURGLARY
COMMON CARRIER LIABILITY
CREDIT
DISABILITY
FIRE
LIABILITY
MARINE
http://cdinswww.insurance.ca.gov/pls/wu_co~prof/idb~co_prof~utl.get~co~prof?p~EID=3... 12/17/2003
~ ~ ___ ~ __
Company Profili Page 2 of 2
MISCELLANEOUS
PLATE GLASS
SPRINKLER
SURETY
TEAM AND VEHICLE
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 - October 16,2003 01% PM
Copyright Q California Department of Insurance
Disclaimer
http://cdinswww.insurance.ca.gov/pls/wu~co~prof/idb~co~prof~utl.get~co~prof?p~E~=3 ... 12/17/2003
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 othennn'se to be performed 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 perbrmed 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
($1 0,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be
set forth and included as an integral part ofthe bid offer.
-
The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid.
Failure to provide complete and correct information may result in reiection of the bid as non-
responsive.
Suppliers of materials from sources outside the limits of work are not subcontractors. The value of
materials and transport of materials from sources outside the limits of work, as shown on the plans,
shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder
proposes as installer of said materials. The value of material incorporated in any Subcontractor-
installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder
proposes to be performed by the Subcontractor installing said item.
When a Subcontractor has a Carlsbad business license, the number must be entered on the proper
form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate
space.
When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a
bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The
explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to
perform no less than fifty percent (50%) of the work with its own forces.
Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the
Supplemental Provisions. The decision of the City Council shall be final. - %$ Revised 07/29/02 Contract No. 3583-A Page 20 of 92 Pages
Contractor is prohibited from performing any work on this project with a subcontractor who is
ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or
1777.7. !-
Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the
required information. The page number and total number of additional form pages shall be entered in
the location provided on each type of form so duplicated.
e- %# Revised 07/29/02 Contract No. 3583-A Page 21 of 92 Pages
.. . .
The Gidder certifies rnai 11 has used ths siib-bid ofthe fdlowing list& subcontractors ir! Preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as deslgnateij IR this lis: in axarciance with applicable provisions of the specifications and section 4100 et seq of the Public Cantract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder iui%e; zsjli5es that 20 .dc!it!onzi subcontractor will be allowed to perform any porlion of the Work in excess of one-half of one pzrcmt (0.5°/D) of the Bidder's total bld, or in the case of bids or offers for construction of strsets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes In the suhcC!T!tractc?rs listed work wil! be made except upon the prior approml of the Agency.
S3BCSNTP&CTCrZ('S a,!D !EM
*Subcontractor's License No. 7!06.9 7
Page ( of / pages of this Subcontractor Designation iorm
- __ - -
*- Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information
preceded by an asterisk may be submitted by the Bidder up to 24 hours-after the-deadline for ___ submitting bids contained in the "Notice Inwting Bids."
_- -_ -_
--- --__ ~
Contract No. 3583-A Page 22 of 92 Pages
The Bidcier ciiiifi;s ihai has us;d the s~b-bid ofthe ?sflowing listed stlbcgntrastors ir, preparinn 3 this -.
bid for- thc Work and thai the iisied subcontractors will be used to perform thc portions of ths Work as designstad iii this list tr accordancs with appIicable provisions of the specifications and section
4100 el ssq. of the PuSiic Cantracr Code, "Subletting and Subcontracting Fair Practices Act." The
Biddsi fu<hsr ,-~-lr%fies tha? ,RC. ~!diiicnal subcontractor will De allowed to piriorm any portim of the WDrk in excsss of orehalf of one p=.rc=.nt (0.5O;o) of the Biddnr's total bid, or in the case of bids or offers for construction of strszk and highways, including bridges, in excess of one-half of one percent (3.5%) or ten thousand dollars Is;I0,000), whichever is greater, and that no cnanges in the
s~!bbrnn!rar,.i~rs listsd work will be ma& except upon the prior approval ofthe Agency.
PI IpPnhlTD ArTn3jc iziii ITFIVIC ClLI.2buiw I I-- h wax v YIV n I-..:-.
11 Subcontractor Name, and
"Subcontractor's License No. &5?770,9
Page / of pages of this Subcontractor Designation brm - -_
__ __ - -_ -_ -_ - - - - -" Pursuant to section dl 04 (a)(2)(A) California Public Contract Code, receipt of the information
an asterisk may be submitted by the Bidder up to 24 hours-after thedg~dline for
submitting bids contained in the "Notice lnitrng Bids."
-_- --- __ __
-
-- e- - _--- t? Revised 07/29/02 -- Contract No. 3583-A Page 22 of 92 Pages
. .. .. -... . .. . ... . . . ... .. . .. . . .
The Bidder certifies tnat it has used ths sub-bid ofthe fdlowing listed subcontractors in preparing this
bid for the Work and that the listed subcontractors will be used to perform the portions of ths Work as designated iii this lis: iz accordznce with applicable provisions of the specifications and section 4100 et ssq. of the Public Cantract Code, "Subletting and Subcontracting Fair Practices Act." The Bicldei iiljihsi- csr?Ees that nr, additiona! subcontractor will be allowed to perform any portion of the Work in excess of ons-half of one psrcnnt (0.5%) of the Bidder's total bid, or in the case of bids or offers far construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the cut?contractc!rs listed work wil! be made except upon the prior approval ofthe Agency.
SUECGP?TP?CTOR'S B!D !?-EMS
R PAGE)
*Subcontractor's License No. c -lo $59 5$8
Page / of / pages of this Subcontractor Designation brm __ - . -- - - - ___
* Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information
precede3 bTan-asterisk-may-be submitted by the Bidder up. to 24 hours_after the-deadline ---- for - - __ submitting bids contained in the "Notice lnliting Bids."
- - -- - --_2_
--__ -----_-___ - - __
-- e* tu' Revised 07/29/02 Contract No. 3583-A Page 22 of 92 Pages
aviding €/ectr;cal Services-
NEAL ELECTRIC ! PAGE 04/04
Instnunentation Certification of Intent
Cannon Road Lift Station
Neal Electric hereby certifies intent to asshe and execute full responsibility to select,
furnish, install, test, calibrate and place into operation all specified instnunentation,
equipment and accessories needed for a complete operational insmenration and control
system all in full compliance with the requirements of the contract documents.
In addition, it is certified that the drawings and data kill be prepared and submitted,
specified field services will be performed by qualified personnel and the Agency's
operating and maintenance personnel will be instructed and trained. Technical manuals will be prepared and submitted as required.
- Finally, it is certified that the quotation offered provides for full and complete compliance
with the requirements of the Contract Documents without exception.
Sincerely, w*
Michael Schaefer
Director of Instrumentation Engineering
Neal, Electric, Inc.
13250' KIRKHAM WAY. POWAY. CALIFORNIA 92064
PHONE 868-513.2525 FAX 858-513-9494
www.nealelectr1c.com
License number C10-802588
CESIGNATDN OF SUBCONTR4CTOfl AND
AMOUNT OF SUBCONTRACTOR'S BID ITEMS
CONTRACT NO. 3583-A
CANFijON 2OAD LlFT STATION
I
*'Amount of Work Subcontractor Name, and by Subcontractor
I Location of Business Portion of Work im ar I
The Bidder certifies tnai it has used the sub-bid ofthe fc$awing listed subcontractors ir! preparing this bid for the Work and that the listed subcontractors will be used to perform the podions of the Work as designated iri 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 filr?ie; certifies that 10 adriitiona! 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 ofiers 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.
SUBCGNTP&CTOR'S BID !EMS
ION€ COMPANY PER PAGE)
"Subcontractor's License No. 7746
pages of this Subcontractor Designation form - Page of
~ - * 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 lniting Bids."
---
~
- ----__ --__ I
Revised 07/29/02 Contract No. 3583-A
~ --- -__ ~ Page 22 of 92 Pages
DESlGNATION 9F SUBCQNTMCTOR AND
AMOUNT OF SUBCONTRACTOR’S BID ITEMS
CANNON ROAD LIFT STATION
The Bidder certifies fnat it has used the sub-bid ofthe following listed subcontractors in preparins this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated iii this list in accordznce with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, “Subletting and Subcontracting Fair Practices Act.“ The Bidder fueher certifies that 20 additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder’s total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approml of the Agency.
SOBC9NTP&CTOR’S SID !EMS
(ONE COMPANY PER PAGE)
CONTRACT NO. 3583-A
11 Subco
“~ubcontractor’s License NO. 284 m7
Page I of 1 pages of this Subcontractor Designation form
* Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information
preceded by an asterisk may be submitted by the Bidder up to 24 hours-after the deadline for
submitting bids contained in the “Notice InLiting Bids.” ___
--- __ ----.---_
-_ - -_ em %s Revised 07l29102 Contract No. 3583-A Page 22 of 92 Pages
- . ..- .
DESlGNATION OF SUBCONTR4CTOR AND
AMOUNT OF SUBCONTRACTOR’S BID ITEMS
CANNON RGAD LEFT STA?iON
CONTRACT NO. 3583-A
The Bidder cerijfies that it has used the siit-bid ofthe fdl~wing listsd sc!bca!ltfaCtors jr! preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, ”Subletting and Subcontracting Fair Practices Act.” The Bid”- uuGr fxthe; certifies that na additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder’s total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($lO,OOO), whichever is greater, and that no changes in the subcontrzctors listed work will be made except upon the prior approval of the Agency.
*Subcontractor’s License NO. .&I a 5b7-
pages of this Subcontractor Designation form
-_ -.
Page,5 of
- * Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information
preceded by an asterisk may be submitted by the Bidder up to 24 hours-after the_deadi&e-foi-
submitting bids contained in the “Notice lnliting Bids.”
-__ -
--------- -.
- ._ ---- ~ em ts Revised 07/29/02 Contract No. 35834 . Page 22 of 92 Pages
DESENATION OF SUBCONTRn;.@TQR AND
AMOUNT OF SUBCONTRACTOR'S BID ITEMS
CONTRACT NO. 3583-A
CANNON ROAD LIFT STATION
The Bidder certifies that it has used the sub-bid ofthe fdlowing 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 accord22ce with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder fdrthsr ceeifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approml of the Agency.
SUB'ZC"P4CTOR'S EJlD ITEMS
*Subcontractor's License No. b#b@
Page $, of pages of this Subcontractor Designation form
* Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information
preceded by an asterisk may be submitted by the Bidder up to 24 hours- after the. deadline for
submitting bids contained in the "Notice lnliting Bids."
-___
. __
~ ----
--- -__ -\_- ?= _- -__ - a@ Revised 07/29/02 Contract No. 3583-A
.-
I
DESlfGMATDN OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR’S BID ITEMS
CANNON ROAD LIFT STATION
CONTRACT NO. 3583-A
The Bidder certifies that it has used the siit-bid ofthe falbwing listed subcontractors ir! preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, “Subletting and Subcontracting Fair Practices Act.” The
Bidder fij~hei- certifies that m additiona! subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder’s total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($lO,OOO), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approml of the Agency.
SUBCGNTRACTOR’S B!D ITEMS
*Subcontractor’s License No. ,4524 7,
pages of this Subcontractor Designation form - Page 4 of
~ - * Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information
submitting bids contained in the “Notice lnliting Bids.”
--_ . preceded by an asterisk may be submitted by the Bidder up to 24 hours-after the_dead!iie-for -. -
-
__I_ -_ -_
_- - -- - ~ - -_ ----I--_ . e= r.4 Revised 07/29102 Contract No. 35834 - __ - ---__ Page 22 of 92 Pages
DESIGNiZTlOl‘d OF SUBCONTRACTOR AND
AMQUNT OF SUBCONTRACTOR’S BID ITEMS
CONTRACT NO. 3583-A
CANRON ROAD LIFT STATION
The Bidder certifies that it has used the sub-bid ofthe following list& 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 ifi 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 fu;the; certifies that RG 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 ($lO,OOO), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency.
SUBCOEI’TR.ACTC?i?’S BID !?EMS
*Subcontractor’s License No.
pages of this Subcontractor Designation form - -. Page 2 of
~ * Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information
. preceded by an asterisk may be submitted by the Bidder up to 24 hours_af?er the-deadline --_ for
submitting bids contained in the “Notice InLiting Bids.” .
--_- -----__ -- -_ -- - -- __ .- #W - r,s Revised 07/29/02 Contract No. 3583-A Page22ofGPages ~
.~ . .. . ... . ~ . . ..~. . .. .
The Bidder certirlos inat ii has Used ths sub-bid ofthe fcjllowkj listed sZbcontr2ctQrS ir! preparing this bid for the Work and that the lisred subcontractors will be used to perform the portions of the Work as designated in this lis: i;l acc=:dancc with qplicable provisions of the specifications and section 4100 et seq. of the Public Cantract Code, "Subletting and Subcontracting Fair Practices Act." The EidGei iiirthe; serfifies ti.& RO additions! subcontractor will be allowed to perform any portion of thP Work in excess of one-half of one percclnt (0.5%) of the Bidder's total bid, or in the case of .bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($lO,OOO), whichever is greater, and that no changes in the subcontractors listed wrk wil! be made except upon the prior approml of the Agency.
*Subcontractor's License No. /,%377
Page 1 of pages of this Subcontractor Designation brm
--. - __ - - - - -___
* Pursuant to section 4104 (a)(Z)(A) California Publjc Contract Code, receipt of the information
preceded by an asterisk may be submitted by the Bidder upto 24 hours-aftw the-deadline for
submitting bids contained in the "Notice Iniiting Bids."
A __ ___ -
--__ --------_- ----__ - -_ e* -_ %@ Revised 07/29/02 Contract NO. 3583-A Page 22 of 92 Pages
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
(To Accompany Proposal)
CANNON ROAD LIFT STATION
CONTRACT NO. 3583-A
Copies of the latest Annual Report, audited financial statements or Balance Sheets may be
submitted under separate caber marked CONFIDENTIAL.
I-
.. .-
43 Revised 07/29/02 Contract No. 3583-A Page 23 of 92 Pages
BIDDER’S STATEMENT OF
TECHNICAL ABILITY AND EXPERIENCE
(To Accompany Proposal)
CANNON ROAD LIFT STATION
CONTRACT NO. 3583-A
The Bidder is required to state what work of a similar character to that included in the proposed
Contract he/she has successfully performed and give references, with telephone number, which will
enable the City to judge hidher responsibility, experience and skill. If additional sheets are used, the
Bidder must use copies of the sheets contained herein, and attach the additional sheets to this
section of the bid.
List projects completed by Bidder (or Bidder’s sub-contractor for caissons) that shows lift
station/pump station and caisson construction project experience called for in the Notice Inviting
Bids. Provide sufficient project descriptions to demonstrate referenced projects adequately meet the
minimum requirements. Fill in all spaces.
If a Bidder fails to accurately provide all of the requested information, the bid will be deemed
non-responsive. If a Bidder fails to meet the minimum experience requirements listed in the
Notice Inviting Bids, the bid will be rejected. If the experience cannot be verified through contact
with the contact person at the telephone number provided by the Bidder in the spaces below, the
experience will not qualify as meeting the requirements. Bidders shall verify Owner’s contact person
and phone number.
LIFT STATION/PUMP STATION EXPERIENCE
Provide a minimum of 2 projects completed within the past 8 pars, each project having a building
size of at least 1,000 square feet, an emergency generator, and at least tu0 pumps with a total of
150 horsepower.
(I) Project Name:
Owner: Date Completed: m-
Owner’s Conta lephone No. b fi - 533-4271
Emergency Generator size: Number of Pumps/HP:.
Project Description: m find- P&lldir;f,rn
43 Revised 07/29/02 Contract No. 3583-A Page 24 of 92 Pages
-
.-
(2) Project Name: 'i>CzrS &L SkXtlIMJ
Date Completed: 200 I
Number of PumpdHP: 5 ,/ / 60 e
le m#k Telephone No. klq %-'%7/
Emergency Generator size:
Project Description: b
CAISSON CONSTRUCTION
Provide a minimum of 2 projects completed within the past 8 years utilizing caisson construction of structures having a diameter of 12 feet or more and a depth greater than 15 feet. Caisson
experience may be from projects completed by the Bidder or by a subcontractor.
(I) Project Name:
Owner's Contact Person:
Project Description:
(2) Project Name:
Caisson Diameter:
dpleted by (contractor or sub-contractor):
4- t? Revised 07/29/02 Contract No. 3583-A Page 25 of 92 Pages
12/15/2003 16:53 9163639904 VADNAIS SACRAMENTO PAGE 05
CAISSON CONSTRUCT/ON
Provide a minimum of 2 projects completed within the past 8 pats u+ilizing caisson epnstruction of structures having: a dia,meter of 12 feet or more and a depth greater thaq 15 feet, Caisson experience may berftPm projects completed bythe Bidder or by a subcontnctor.
c ..
Completed by (contractor or sub-contractor): &!i&% &p~-noJ
Completed by (contractor 0) sub-contractor); db -5
@ Revised 07/29/02 Contract No. 358344 Page 25 af 92 Pages
12/15/2003 16: 53 9163639984 VADNAIS SACRAMENTO
VADNAIS GORPORATlON
CAISSON SHAFT EXPERIENCE
PAGE 06
Mission Hills and Santa Yner Microtunnels, Santa Barbara County, CA
Owner: Central Coast Water Authority, 225 Industrial Way, Suite 6, Buellton, CA 93427.
Owner's Representative: Dave Baum. 805-966-2224. Caisson Shafts were installed to be utilized as launching and receiving shafts for three
separate Microtunnel Drives. Soil conditions consisted of a mixed face of Rincan
claystone, rivet cobble, silty sand, and occasional boulders under the San Antonio Creek
and the Santa Ynez River, with very high groundwater.
This pmject consisted of three separate reinforced sunken concrete caissons. The launch
shaft was 28' inside diameter and 63' deep. Two separate reception shafts were also constructed by the sunken concrete caisson method. Both were 14' inside diameter, one 63' deep, the other 78' deep.
Onginat and Finaf Contract Amount for the entire project was $4,565,000.
This project started in September 1995 and completed in May 1996.
Bajarnont Way Membrane Filtration Plant, Rancho Cordava, CA
Owner: Carrnichael Water District, 3501 Bajamont Way, Carmichael, CA 95608
Contact Person: Ken Riley, Kiewit Pacific Company, 5000 Marsh Drive, Concord, CA
Caisson Shafts were installed to be utilized as launching and receiving shafts for three
separate Microtunnel Drives. Soil conditions consisted af sandy clays and cobbles adjacent to the American River, with very high ground water.
This project consisted of two separate reinforced sunken concrete caissons. The launch
shaft was 28' inside diameter and 65' deep. The reception shaft was also constructed by
the sunken concrete caisson method. This one was 20' inside diameter and 105' deep. On this project, the caissons were permanent structures serving as a Junction Structure for
collected groundwater and as a Raw Water Pumping facility.
Original and Final Contract Amount for the entire project was $3,967,000.
This project started in June q999, and the tunneling portion was started in
November 1999 and was completed in January, 2000.
94520. 925-686-3030,
12/15/2003 16:53 9163639904 VADNAIS SACRAMENTO PAGE a7
c American River Crossing 48-in. Water Transmission Main, Sacramento, CA
Owner: City of Sacramento, 7395 35’ Avenue, Sacramento, CA 95822 Contact Person: Dan Sherry, Department of Utilities, 1395 35’ Avenue, Sacramento,
Caisson Shafts were again installed to be utilized as launching and receiving shafts for
a single Microtunnel Drive (1 1 OOLF) under the American River. Soil conditions
consisted of medium dense alluvium and gravel adjacent to the American River, with
very high ground water.
This project consisted of two separate reinforced sunken concrete caissons. The launch
shaft was 28’ inside diameter and 72’ deep. The reception shalt was also constructed by the sunken concrete caisson method. This one was 18’ inside diameter and 85‘ deep.
These caissons were used as temporary shoring, and ultimately were backfilled upon
completion of tunneling.
Original and Final Contract Amount for entire project was $7,190,470.
This project started in July 2000, and the tunneling portion was started in
August 2000 and was completed in December 2000.
CA 95822. (91 6) 264-1 41 9.
Wohler Collector No. 6, Santa Rosa, CA
Owner. Sonoma County Water Agency, PO Box 11628, Santa Rosa, CA 95406
Contact Person: Cordell Stiflman, Senior Engineer (707) 547-1 953.
This project consisted of the mnstnrction of a reinforced sunken concrete caisson for
Wohler Collector No. 6. The Agency uses these structures as water wells. This
caisson was 18’ inside diameter and 120’ deep. The soil was sandy gravel with
extremely high groundwater.
Final contract amount for the entire project was $2,587,248.
This project began in late May 2001 and the caisson portion was complete
by the end of July 2001.
Cleanriew River Crossing, Snohomish, WA
Owner: Clearview Group, 3626 156’ Stfeet SW, Lynnwood, WA 98037
Contact Person: Don Bergman, Frank Coluccio Construction Co. (206) 722-5306.
This project consisted of the construction of a reinforced sunken concrete caisson for
use as a Launch Shaft for a Microtunneling contractor, Frank Coluccio Construction. This caisson was 28’ inside diameter and 76’ deep. The soil conditions were very soft
organic young alluvium near the surface to very dense silty gravels and cobbles with
concentrations of wood debris and extremely high groundwater.
Final contract amount far the caisson was $ 969,000. This project began mid-September 2001 and was complete in mid-November2001.
12/15/2663 16: 53 9163639964 VADNAIS SACRAMENTO PAGE 68
I--
Clearview River Crossing 2 , Snohomish, WA
Owner: Clearview Group, 3626 156* Street SW, Lynnwood, WA 98037
Contact Person: Don Bergman, Frank Coluccio Construction Co. (206) 722-5306.
This project consisted of the construction of another reinforced sunken concrete caisson to be used as the Launch Shaft for the Microtunneling contractor, Frank
Coluccio Construction, The original tunnel out of the first caisson was unsuccessful to
due an obstruction, and another launch shaft was needed adjacent to the first caisson.
This caisson was also 28’ inside diameter but was 89’ deep. The soil conditions were
very soft organic young alluvium near the surface to very dense silty gravels and
cobbles with concentrations of wood debris and extremely high groundwater.
Final contract amount for this caisson was $ 1,093,000.
This project began June 2002 and was complete in August 2002.
BIDDER'S CERTIFICATE OF INSURANCE FOR
GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE
LIABILITY AND WORKERS' COMPENSATION
(To Accompany Proposal)
CANNON ROAD LIFT STATION
CONTRACT NO. 3583-A
As a required part of the Bidder's proposal the Bidder must attach either of the following to this page.
1) Certificates of insurance showing conformance with the requirements herein for each of:
Comprehensive General Liability
Automobile Liability
Workers Compensation
Employer's Liability
2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for
Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's
Liability in conformance with the requirements herein and Certificates of insurance to the Agency
showing conformance with the requirements herein.
All certificates of insurance and statements of willingness to issue insurance for auto policies offered
to meet the specification of this contract must:
1) Meet the conditions stated in The Notice Inviting Bids, the Standard Specifications for Public Works Construction and the Supplemental Provisions for this project for each insurance
company that the Contractor proposes.
2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate
must state the coverage is for "any auto" and cannot be limited in any manner.
Revised 07/29/02 Contract NO. 3583-A Page 26 of 92 Pages
I AWF?Lk CERTIFICATE OF LIABILITY INSURANCE I OATE [MMmD#YYYI I 02mi04
rnham Insurance Sycs 11
099753 I 750 8 St, #2400
San Diego, @A 92101
INh&t3? T C Constructton Go., Inc.
10540 Prospect Avenue
Sankee, CA 92071
WSURER B: Netherlands Insurance Co. & 1 g
HBURER C: Amertcan Home Assurance 'Co. A
[ 24171 ~4 I 19380 e&.
I I
I I 1
A
- B
ill01103
1 1101 103
C
I 1 I
*1 lJO$l04
I
I
I I I
OWCWPTlONOF OPERnnoNS I LUGATIWS IMWCLWI E%CtustoPrti ADDED W ENDORSEMEW I SPEOIAL PRonSlONs RE: Cannon Road Lift Statlon - Contract #35834. The Crty of Carfsbad,
its offici;rls, empbyees and volunteers am Named Addl fnscls (GWAL)
as reaspads oapffoned operations of ths tilgmed Insd, Coverage is
Prtmary and N@n-GontFulutory.
I IS
IMPORTANT
If tb CgrtlfICgfe hotder is an ADDlTlONAL INSURED, the policvfies) must be endarssd. A s1atemiM
on this certificate does not confer rights to the certificate holder in lleu of such enduFsrtment(s),
If SUBROGATION IS WAIVED. subject lo fhe twms and conditbtw of the poky, wnain poticies may
requfrcn an endorsement, A statement on this certificate &$s wt cmfer riahts to the certiii
holder in lii of such endomernentts).
DtSCLAfMER
The Cdfime oflnsursnce on the reverseMe of thisform domwrrat ~0ft~titUte a contract bWen
the issuing insurer(s), authorrzad representative or producer, and the certiffcate balder, nor does it affiatlvely or negatively amend, extend or alter the coverage afforded by the policies ISsted therwn,
.-
617f2 (12494)
. , 1.
'i
". . . ..
'. ..
., ,. .. ' . '.. ' .. .. '.
THS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY,
COMMERCIAL AUTO GOLD ENDORSEMEN f
, - TM endorsement modifies hsurance provided under the folbvlng:
WSINEES AUTO COVEME FORM
. SECIION 11 - LlABiLrrY COVERAGE
A. COVERAGE
1. WHO IS AN IhlWREb
'?.refonowlngisadded:
d. Any qani interest on
organ'lzatk.m.
a partnership or joint venture, over which flu maintain ownership ar a mjarity
of this Coverage Fom, if #we is no similar Insuranw availaMe fo that
q Any person, organization, trustee, state or gowmnerrtal entity with respect to the operatian, maintenance or use of a wefed "auto" by an insured, if:
(b) an expressed comrii of a written permit &sued to you by a gavemmen&t M pubtic
aUthnfty.
(2) The "badily injury" or pFop;ertu damsge" is caused by an 'accident" which Wes pboa after:
(a) You executed tfte "insurd contract" or wtitten agreement; or
a. Any "arcto* you lease, hire, rent or borrow fm someme othb than your ernpbyees or partrim or members
b, The most we will pay for 'JQ5s' in any
of thek hwseholrj is a mered "auto" for tach of your physical &mags merages.
nacoidmt" is the smallest of:
(I) $50,000.
If "bs" msub from the total theft of a cavered "auto" of the ptivate passenger type, we will pay under this
EX63nsiofl.
Q mty that amount of your rental reimbursement expenses which is not already-provided under Permraph 4. Cowraga
7. Customkcad Pumishfngs coq
We will pay with respect ta a covered 'auto" for %ss* fo custom furnishings incfuding, but not limited to:
b. Heightwingroofs;
lnckraes aopyrfghted meterlel d insurance Services Wis, Inc. wfth Its permi#iDR GECA 701 (01101) Page 2 of 4
a. Tepes, remtds, disks or other similar audio, visual or date electronic: dwbs designed kr use with BWO, vim;ud or data electronic equipment.
Equipment designed or used for the Wectiin or Wion d radar.
Any ehtronic muipment that receives or transmits audio, visual of data signals.
b.
c.
€K*sbFl4.c does
(3) Ektmnic equipment thaf rtmbes w trans db, ukwJ of data signals, vrrttetber or not designed solely far the reproductiDn af sound, if the quip rnanmw instatjed I
the "loss" end such equipment is designed to be sof& operated by use electtical systsm, in or upon the were6 *lato*; or
at the time of e "auto's"
0, DEDUCTBLE The folMng is added: No deductibb applies to glass damage ff the glass is repaired rather than repiamd,
SECTION W. BUStNESS AUTO CONDfllObS
2. D&ias tn The Event af Aaialent, Claim, Suit, or LrrsS
a. You must prompt& & us. Your duty tb prcrrnptly nMfy us is effective when any of your executhtt~ve officers,
parhers, members, or Isgal repmmtatives is aware afthe accident, dah, "suit*, w bas. Knowledge oi en accWr?mt, cMm, "srml", of loss, by ofher employee(s) daw rot imply yw also have such knwvfedgie.
the, extent possible, notice to us should indude:
(1) How, Wen and where the acckfqnt or loss Wk place;
(2) Ths names end addmssm of any injured persons and witnesses; and
(3) The nature andi WaUon of any injury or damage arising out of the acXidsnt or loss.
ThekMm is added to 5
We wake my right d may we rn Insured g., but only as respects loss pursuant to the provisions of the "insured contractn, writfen agrement, or permit.
weU under Covamge A 1. Who ks l#n enarlce or use of a cwersd "auto"
_- MR-02-04 01 :ZGPM FRO&
..
t
- 1-910 P.D01/002 F-082
I a-
I -
.
1 ,-
BIDDER'S STATEMENT RE DEBARMENT
(To Accompany Proposal)
CANNON ROAD LIFT STATION
CONTRACT NO. 3583-A
1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? J Yes no
2) If yes, what wadwere the name(s) of the agency(ies) and what wadwere the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debar-
ments.
party debarred party debarred
agency agency I
period of debarment period of debarment
BY CONTRACTOR:
(print namehide) '
Page of pages of this Re Debarment form
Revised 07/29/02 Contract No. 3583-A Page 27 of 92 Pages
.- BIDDER’S DISCLOSURE OF DISCIPLINE RECORD
(To Accompany Proposal)
CANNON ROAD LIFT STATION
CONTRACT NO. 3583-A
Contractors are required by law to be licensed and regulated by the Contractors’ State License Board
which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent
act or omission is filed within four years of the date of the alleged violation. A complaint regarding a
latent act or omission pertaining to structural defects must be filed within 10 years of the date of the
alleged violation. Any questions concerning a contractor may be referred to the Registrar,
Contractors’ State License board, P.O. Box 26000, Sacramento, California 95826.
1) Have you ever had your contractor’s license suspended or revoked by the California Contractors’ State license Board two or more times within an eight year period?
J Yes no
2) Has the suspension or revocation of your contractors license ever been stayed?
no
3) Have any subcontractors that you propose to perform any portion of the Work ever had their csr,;r;c;cfs
or more times within an eight year period?
-
suspe.i?dec; 2; rs&& “VL‘ ;hi= cz;i;cr,iz cGfi;rzc;c& S&ia ;iCeiise ”Doti r’d
no
4) Has the suspension or revocation of the license of any subcontractor’s that you propose to perform any portion of the W k ever been stayed?
Yes no
J”
5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of
the violation and the disciplinary action taken therefor.
-
(If needed attach additional sheets to provide full disclosure.)
@ Revised 07/29/02
Page of L pages of this Disclosure of Discipline form
Contract No. 3583-A Page 28 of 92 Pages
BIDDER'S DISCLOSURE OF DISCIPLINE RECORD
(CONTINUED)
(To Accompany Proposat)
CANNON ROAD LFl' STATION
CONTRACT NO. 3583-A
6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to,
describe the nature of the violation and the condition (if any) upon which the disciplinary action
~ was stayed.
(If needed attach additional sheets to provide full disclosure.)
BY CONTRACTOR:
By:
(sign here) -
- (print name/title) '
Page 7, of pages of this Disclosure of Discipline form
a Revised 07/29/02 Contract No. 3583-A Page 29 of 92 Pages
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMllTED WITH BID
PUBLIC CONTRACT CODE SECTION 71 06
CANNON ROAD LIFT STATION
CONTRACT NO. 3583-A
State of California ) ) ss.
Countyof BBn )
0) , being first duly sworn, deposes
(Name of Bidder) I
and says that he or she is \/ice - @t?.5;ideVLi?
(Title)
of uh6\1&, ,Fi-pl
(Name of F6m)
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
irorn oidaing; ihai ihe bidder has noi in any manner, aireciiy or inaireciiy, sougnt by agreemen?,
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 i b day of T'1>4 cern.GT)c?-9- , 20 03. #
Subscribed and sworn to before me on the 1 6)' ' day of b-("<rr\h I20QzL.
- d Commission# 1315616 Signature of Notary -
Notary Public - California 5 4 z z i J Sen Diego County
My Cs VI Eminis kta 4,2005
43 Revised 07/29/02 Contract No. 3583-A Page 30 of 92 Pages
r-
CONTRACT
PUBLIC WORKS
This agreement is made this$k& day of
between the City of Carlsbad, California, a municipal corpo?oenafter calleh "City"),
20 elf; by and
and T.C. CONSTRUCTION CO whose principal place of business is
10540 PROSPECT AVENUE, SANTEE CA 92071 (hereinafter
called "Contractor").
City and Contractor agree as follows:
1.
for:
Description of Work. Contractor shall perform all work specified in the Contract documents
CANNON ROAD LIFT STATION
CONTRACT NO. 3583-A
(hereinafter called "project")
2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools,
equipment, and personnel to perform the work specified by the Contract Documents. - 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids,
Contractor's Proposal; Bidder's Bond, 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
City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to
said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials
suppliers of this condition of the Contract will not relieve responsibility of compliance.
4. Payment. For all compensation for Contractor's performance of work under this Contract, City
shall make payment to the Contractor per section 9-3 PAYMENT of the Standard Specifications for
Public Works Construction (SSPWC) 2003 Edition, and the supplements thereto, 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.
c
Revised 07/29/02 Contract No. 3583-A Page 31 of 92 Pages
5. Independent Investigation. Contractor has made an independent investigation of the
jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the
work, and is aware of those conditions. The Contract price includes payment for all work that may be
done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any
information that may have been furnished to Contractor by City about underground conditions or
other job conditions is for Contractor's convenience only, and City does not warrant that the
conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground
conditions and has not relied on information furnished by City.
6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging
trenches or other excavations that extend deeper than four feet below the surface Contractor shall
promptly, and before the following conditions are disturbed, notify City, in writing, of any:
A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste,
as defined in section 251 17 of the Health and Safety Code, that is required to be removed to a Class
I, Class II, or Class Ill disposal site in accordance with provisions of existing law.
B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those
indicated.
C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual
nature, different materially from those ordinarily encountered and generally recognized as inherent in
work of the character provided for in the contract.
City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ,
or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time
required for, performance of any part of the work shall issue a change order under the procedures
described in this contract.
-
In the event that a dispute arises between City and Contractor whether the conditions materially
differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time
required for, performance of any part of the work, contractor shall not be excused from any
scheduled completion date provided for by the contract, but shall proceed with all work to be
performed under the contract. Contractor shall retain any and all rights provided either by contract or
by law which pertain to the resolution of disputes and protests between the contracting parties.
7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements
of the Immigration Reform and Control Act of 1986 (8 USC sections 11 01 -1 525) 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 1 775, Contractor shall pay prevailing wages. Contractor shall post
copies of all applicable prevailing wages on the job site.
.-
e=
Revised 07/29/02 Contract No. 3583-A Page 32 of 92 Pages
9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and
indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage,
injury and liability of every kind, nature and description, directly or indirectly arising from or in
connection with the performance of the Contract or work; or from any failure or alleged failure of
Contractor to comply with any applicable law, rules or regulations including those relating to safety
and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may
be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except
for loss or damage caused by the sole or active negligence or willful misconduct of the City. The
expenses of defense include all costs and expenses including attorneys' fees for litigation,
arbitration, or other dispute resolution method.
-
Contractor shall also defend and indemnify the City against any challenges to the award of the
contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense
costs include the cost of separate counsel for City, if City requests separate counsel.
Contractor shall also defend.and indemnify the City against any challenges to the award of the
contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by
the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense
costs for the City. Defense costs include the cost of separate counsel for City, if City requests
separate counsel.
10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance
against claims for injuries to persons or damage to property which may arise from or in connection
with the performance of the work hereunder by the Contractor, his or her agents, representatives,
employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in
Resolution No. 91 -403. -
(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 City or its agents,
officers or employees are additional insured.
b. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for
bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the
performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether
scheduled or non-scheduled. 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.
Revised 07/29/02 Contract No. 3583-A Page 33 of 92 Pages
a. The City, its officials, employees and volunteers are to be covered as additional insured as
respects: liability arising out of activities performed by or on behalf of the Contractor; products and
completed operations of the contractor; premises owned, leased, hired or borrowed by the
contractor. The coverage shall contain no special limitations on the scope of protection afforded to
the City, its officials, employees or volunteers. All additional insured endorsements must be
evidenced using separate documents attached to the certificate of insurance; one for each company
affording general liability, and employers' liability coverage.
I
b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its
officials, employees or volunteers shall be in excess of the contractor's insurance and shall not
contribute with it.
c.
to the City, its officials, employees or volunteers.
Any failure to comply with reporting provisions of the policies shall not affect coverage provided
d. Coverage shall state that the contractor's insurance shall apply separately to each insured
against whom claim is made or suit is brought, except with respect to the limits of the insurer's
liability.
(C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage
or limits except after thirty (30) days' prior written notice has been given to the City by certified mail,
return receipt requested.
(D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the
insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the
City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of
losses and related investigation, claim administration and defense expenses.
-
(E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its
officials or employees.
(F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or
shall furnish separate certificates and endorsements for each subcontractor. Coverages for
subcontractors shall be subject to all of the requirements stated herein.
(G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's
Key Rating Guide of at least A-: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 City Council in Resolution No. 91 -403.
(H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and
original endorsements affecting coverage required by this clause. The certificates and
endorsements for each insurance policy are to be signed by a person authorized by that insurer to
bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the
City and are to be received and approved by the City before the Contract is executed by the City.
(I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid.
-
Revised 07/29/02 Contract No. 3583-A Page 34 of 92 Pages
11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in
accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5
(commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is
included in the Supplemental Provisions I section. The contractor shall initially submit all claims over
$375,000 to the City using the informal dispute resolution process described in Public Contract Code
subsections 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.
I
(A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City
must be asserted as part of the contract process as set forth in this agreement and not in anticipation
of litigation or in conjunction with litigation.
(B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution.
(C) Government Code. Contractor acknowledges that California Government Code sections
12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a
false claim to a public entity. These provisions include false claims made with deliberate ignorance of
the false information or in reckless disregard of the truth or falsity of the information.
(D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False
Claims Act, it is entitled to recover its litigation costs, including attorney's fees.
- (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim
may subject the Contractor to an administrative debarment proceeding wherein the Contractor may
be prevented from further bidding on public contracts for a period of up to five years.
(F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference.
(G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by
another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontrac-
tor 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. 9 init
12. Maintenance of Records. Contractor shall maintain and make available at no cost to the
City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1,
Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's
principal place of business as specified above, Contractor shall so inform the City by certified
letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of
any change of address of such records.
init
13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720
of the Labor Code are incorporated herein by reference.
a Revised 07/29/02 Contract No. 3583-A Page 35 of 92 Pages
.-
14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted
for any monies withheld by the City to secure performance of this contract for any obligation
established by this contract. Any other security that is mutually agreed to by the Contractor and the
City may be substituted for monies withheld to ensure performance under this Contract.
--
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 "Supplemental Provisions" attached hereto and made a part hereof.
NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE
ATTACHED
-
(sign here) ATTEST: A
$~.ec/e cOkei(', 4ecf-
(print namdand title)
President or vice-president and secretary or assistant secretary must sign for corporations. If only
one officer signs, the corporation must attach a resolution certified by the secretary or assistant
secretary under the corporate seal empowering that officer to bind the corporation.
APPROVED AS TO FORM:
RONALD R. BALL
City Attorney
DTuutyCity Attorney _-
Revised 07/29/02 Contract No. 3583-A Page 36 of 92 Pages
v CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
} ss.
On
personally appeared Name@) of Signer@)
Rersonally known to me
0 proved to me on the basis of satisfactoly
evidence
to be the persol$jaawhose name(s)-
subscribed to the within instrument and
the same in
signature(s) on the instrument the person(s), or
the entity upon behalf of which the person(s)
acted, executed the instrument.
capacity(ies),
' Signature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: 31, p-4 Number of Page-
Signer(s) Other Than Named Above: L Q
Capacity(ies) Claimed by Signer
0 Individual
0 Partner - 0 Limited General
YZ& Corporate Officer -Title($:
0 Attorney-in-Fact
0 Trustee
0 Guardian or Conservator
O Other: I I
Signer Is Representing: I IC+ 'm
0 1999 National Notary Association - 9350 De Solo A=.. P.0 Box 2402 - Chatsworth, CA91313-2402 - www.nat1onalnotaTy.org Prod. No. 5907 Reorder Call Toll-Free 1-800-876-6827
BOM) NO. 024-015-360
LABOR AND MATERIALS BOND
WHEREAS, the City Council of the City of Carlsbad, State of California, by'Resolution No. 2004-021, adopted January 20, 2004, has awarded to T.C. CONSTRUCTION CO. (hereinafter designated as the "Principa~, a contract fw.
comm No. 35834
CANNON ROAD UFT STATlON
in the City of Carisbad, in strid conformity with the drawings and specifications, and other Contract Documents now on fife in the Office of the City Clerk of the City of Carlsbad and all of which are
incorporated herein by this reference.
WHEREAS, Principal has executed or is about b ex& saM Contract and the terms thereof require the furnishing of a bond, providing that if Prindpal or any of their subcontractors shall fail to pay for any materials, provisions, provender or ottrer 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 thii bond WHI pay the same tu the extent hereinafter set forth.
NOW, THEREFORE, WE, T.C. CONST RUCTION CO, as Principal, (hereinafter deslgnated as the
"Contmctor),and as Surety, are held firmly bound unto the City of Carlsbad In the sum of
HUNDRED FlFTY-SlX THOUSAND Dollars ($3.456.000.00 ), said sum being an amount equal to:
One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carisbad, and for which payment well and 6uty to be made we bind ourselves, our heirs, executors
and administraturs, successors, or assigns, @intly and severally, firmly by these presents,
INSURANCE CcMPANy OF THE WEST
THREE MILLION. ONE
THE CONDITION OF THIS OBLIGATION IS SUCH that if the Coniractor or haer subcontradbrs
fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contraded to be done, or for any other work or labor thereon of any kind, consistent with Caiiiis 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 60 be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontradm pursuant tu 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 attorneys fees, to be fixed by the court consistent with California Civil Code section 3248.
.
Thls bond shall inure to the benefit of any of the persons named in Califoli.lia Civil Code section
3181, so as to give a right of adion 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 Contra& or to the work to be performed thereunder or the specifications accompanying the same shall affect its oblimons on this bond, and it does hereby waive notice of any change,
extension of time, alterations or addition tu the terms of the contract or to the work or to the specifications.
Contract No. 3583-A Page37of 92Pages
in the event that Contractor is an Individual, it is agreed that the de& of any such Contractor shall not exonerate the Surety from .ts obllgatlons under this bond.
E3acuted by CONTRACTOR thk? ExecutedbySURETYthiS 27TH day
-
day of ,202- of FEBRUARY 4 20%.
CONTRACTOR: SURFIY:
LIBERTY MUTUAL INSURANCE aoMpANy
(name of Surety)
505 SOUTH MAIN ST., STE. 830, ORANGE, CA (address of Surety) 92868
&-NE rw ( 71 4) 542-01 3 5
(print name here)
in-Fact) E&
(SigtlatUfSSAth&
JAMES F. TIZGTIMXER, ATIYIRNEY-IN-FACT
(printed name of Attorney-in$&)
s7Lrt/e COKe'r {attach carpmde resolution showing current power
(print name here) \ of attorney)
*CE-m-fk -yc eownpummh)
(title a& organization of signatory) - (Proper notarial acknowledgment of exdon by CONTRACTOR and SURETY must be attached.)
(President or vice-presldent and secretary of assistant secretary must slgn for corporatiOnS. If only me offm signs, the corporation must attach a resolution certified by the secretary or assistant secretary under mtprate
seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL
Revised 07/29/02 CMItraCt NO. 3583-A Page 38 of92 Pages
02/27/2004
NOTEE FROM SURETY REQUIRED BY
TERRORSM R!SK INSURANCE ACT OF 2002
In accordance with the Terrorism Risk Insurance Act of 2002 (referred to
hereinafter as the ”Act?, this disclosure notice is provided for surety bonds on
which one or more of the following companies is the issuing surety: Liberty Mutual Insurance Company; Liberty Mutual Fire insurance Company; LM
Insurance Corporation; The First Liberty Insurance Corporation; Liberty
Insurance Corporation; Empioyers Insurance Company of Wausau (formerly
“EMPLOYERS INSURANCE OF WAUSAU A Mutual Company“); Peerless
Insurance Company; and any other company that is a part of or added to the
Liberty Mutual Group for which surety business is underwritten by Liberty Bond
Services (referred to collectively hereinafter as the “Issuing Sureties”).
NOTlCE FORMS PART OF SOND
This notice forms part of surety bonds issued by any one or more of the Issuing
Sureties.
DISCLOSURE OF PREMIUM
The premium attributable to any bond coverage for “ads of terrorism” as defined
in Section lOZ(1) of the Act is Zero Dollars ($0.00).
“I
DISCLOSURE OF FEDERAL PARTICIPATION
IN PAYMENT OF TERRORISM LOSSES
The United States will reimburse the Issuing Sureties for ninety percent (90%) of
any covered losses from terrorkt acts certified under the Act exceeding the
appticable surety deductible.
LMIC-6539 2/03
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 1423712
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to
the extent herein stated.
LIBERTY MUTUAL INSURANCE COMPANY
BOSTON, MASSACHUSETTS
POWER OF ATTORNEY r
KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint
JAMES F. TEGHTMEYER, DANIEL P. WE, JOHN T. DOLE, NICK1 EDWARDS, AU OF THE CITY OF BONITA, STATE OF CAL~FORNIA ......................................................................................................................................... .............................................................. ".........*,......*................".................................*...................*,....................................
, each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, ackno-wledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other sure obli ations in the penal sum not exceeding SEVENTY-FIVE MILLION AND OWlOO* *-************** ) each, and the
execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons.
DOLLARS ($ ~~,~0,&0.08****
That this power is made and executed pursuant to and by authority of the fdowing By-law and AuthorizMton:
ARTICLE Xlll - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary.
P. 3 By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact:
Pursuant to Article XIII, Section 5 of the By-Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby
authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations.
Q) That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect.
- Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 23rd day of December
'i aj
32 5 9 IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of E' 3003 .
LIBERTY MUTUAL INSURANCE COMPANY
28 I!!
a;: COMMONWEALTH OF PENNSYLVANIA ss 3 8 COUNTY OF MONTGOMERY
Garnet W. Elliott, Assistant Secretary
that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and
IN TESTIMONY W
rate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation.
to subscribed my nams and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year
-t
CERTIFICATE
orney of which the foregoing or official who executed the I, the undersigned, A
is a full, true and cor said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article
XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company.
This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980.
VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. 7
day of 27TH .\1 TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this -,2004
BY David M. Carey, hssdt Secretary
- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of San Diego
On 02/27/2004 before me, Nicki Edwards, Notary Public,
personally appeared James F. Teghtmeyer,
personally known to me 433 & to be the personw
whose namew islam subscribed to the within instrument and
acknowledged to me that he/sh&hcy executed the same in hislhdtkek
authorized capacity(+, and that by his/hedtkr ' signaturew on the
instrument the personMor the entity upon behalf of which the personfl
acted, executed the instrument.
WITNESS my hand and official seal.
I
Signature of Notary
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
c] INDIVIDUAL
CORPORATE OFFICER
c] PARTNER(S) 0 LIMITED
[XI ATTORNEY-IN-FACT
TRUSTEE(S) 0 GUARDIAN/CONSERVATOR
OTHER
SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(1ES)
Liberty Mutual Insurance Company
CA-ICW 24 (7/00)
- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California 1
On
personally appeared
Name& of Signer@)
Date
-
SANDRA BOUCHER
L --
4 7 ?
sersonally known to me
0 proved to me on the basis of satisfactory
evidence
to be the person(s) whose name(s) a
subscribed to the within
acknowledged to me that
the same in his
capacity(ies), and t
signature(s) on the instr
the entity upon behalf of which the person(s)
acted, executed the instrument.
WITNESS my hand and official seal.
Signature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document: . loovmd M&J-
Document Date: 3/37
I
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
roka +steic bW
&&&n& s- c1 Individual
0 Partner - 0 Limited 0 General
0 Attorney-in-Fact
0 Trustee
0 Guardian or Conservator
0 Other:
=Corporate Officer - Title(s)
Signer Is Representing:
&, 1999 National Notary Association - 9350 De Sot0 Ave.. P.O. Box 2402 - Chatswolth, CA 91313-2402 * www natlonalnotary.org Prod. No. 5907 Reorder: Call Toil-Free 1-800876-6827
.
BOND NO. 024-015-360
FAITHFUL PERFORMANCWARRANTY BOND
_c
WHEREAS, the City Counal of the City of Carisbad, State of California, by Resolution No. 2004-
adopted Januarv 20. 2004 , has awarded to T.C. CONSTRUCTION CO. (hereinafter designated as the 'Principal"), a Contract for:
CONTRACT. NO. 3583-A
CANNON ROAD LIFT STAWON
in the City of Carlsbad, in strict conformity with the conirad, the drawings and specifications, and ofher Contract Documents now on file in the OfACe of the City Clerk of the Ciry of Cadsbad, all of
which are incorporated herein bythis reference.
WHEREAS, Pn'nupal has executed or is about to execute said Contract and the terms themof: require the furnishing of a bond for the faithful perfomnce and warranty of said Contract
NOW, THEREFORE, WE, T.C. CONSTRUCTION CO. , as Principal, (hereinafter designated
as the "ConttacaOr"), and as Surety, are held and firmly bound unto the City of Cartsbad, in
the sum of, THREE MILLION. ONE HUNDRED FIRYSIX THOUSAND Dollars ($ 3.i56.000.00),
said sum being equal to one hundred percent (1 00%) of the estimated amount of the Contract, to be paid to CXy or its certain attorney, -6 SUCC~SSOCS and adgns; for which payment, well and truly b be made, we bind oursehres, our heirs, executc~cs and administrators, successors or assigns, jointly and
severally, fimdy by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH *at if the above bounden Contractor, their heks, executors. administrators, successocs or assigns, shall in all things stand to and abide by, and well. and buly keep and perform the covenants, condi, and agreements in the Contract and any
alteratian thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall
indemnify and save harmless the City of Carisbad, its officers, wnplayees and agents, as therein
stipulated, then this obligation shall become null and wid; otherwise it shall remain in full fdrce and
eff€?d.
INSURANCE COMPANY OF TWE WFST
As a part of the obliion secuttd hereby and in addition to the face amount specified therefore,
there shall be induded cosfs and reasonabie ewnses and fees, including reasonable attorney's
fees, incurred by the City in successfully enforcing such obligation, all bo be taxed as costs and included in any judgment rendered.
Surety stipulates and agrees that no change, extension of time, alteration or addhion to the terms of
the Contract gr tp the work to be performed thereunder or the specificabions accompanying the Same shall affect its obrions on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of fhe contract or to the work or to the- spedfications.
a Revlsed 7/29/02 Page 39 of 92 Pages
In the event that Contractor is an individual, it is agreed that the death Ot any such Contractor shall not exonerate the Surety from its obligations under this bond.
Executed by CONTRACTOR this .
day of , m&.
CONTRACTOR:
TC mSTRUgION OCMPANY, INC.
(sign here) By:
w% 8roKA-d
(print name here) .
Executed by SUREIY this 27TH day of
FEBRUARY J 2oK.
SURETY:
LIBERTY MUTUAL INSURANCE CCMPANY (name of Surety)
505 SOUTH MAIN ST., STE.830, ORANGE, CA 92868
(address of Surety)
(71 4) 542-01 15
(telephone number of Surety)
DY- L" I (signature of Attod&+&act)
JAMES F. -. ATIWRNEY-IN-FACL'
(printed name of Atbmey-in-Fact)
(Attach corporate resolution showing currant
power of attorney.)
919~~~~~-+tt r c Co~srrucsl~d
me and C@an'mtion of signatory)
(Proper notarial acknowledgment of execution by CONTRACTOR and SURETV 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 ceNfied by the secretary or assistant
secretary under corporate seal empowering #at officer to bind the corporation.)
APPROVED AS TO FORM: RONALD R.-BALL w Attorney
e Revised 07/29/02
..
contract No. 3583-A Page 40 of 92 Pages
02/27/2004
’-
NOTtCE FROM SURETY REQUiRED BY
TERROREM RISK INSURANCE ACT OF 2002
In accordance with the Terrorism Risk Insurance Act of 2002 (referred to
hereinafter as the uAct7, his disclosure notice is provided for surety bonds on
which one or more of the following companies is the issuing surety: Liberty
Mutual Insurance Company; liberty Mutual Fire Insurance Company; LM
Insurance Corporation; The First Liberty Insurance Corporation; Liberty Insurance Corporation; Employers Insurance Company of Wausau (formerly
“EMPLOYERS INSURANCE OF WAUSAU A Mutual Company”); Peerless
Insurance Company; and any other company that is a part of or added to the
Liberty Mutual Group for which surety business is underwritten by Liberty Bond
Services (referred to colledivefy hereinafter as the “Issuing Sureties”).
NOTICE FORMS PART OF BOND
This notice forms part of surety bonds issued by any one or more of the Issuing
Sureties.
DISCLOSURE OF PREMfUM - The premium attributable to any bond coverage for “ads of terrorism” as defined in Section 102(1) of the Act is Zero Dollars ($0.00).
DISCLOSURE OF FEDERAL PARTICIPATION
IN PAYMENT OF TERRORISM LOSSES
The United States will reimburse the Issuing Sureties for ninety percent (90%) of
any covered losses from terrorist acts certified under the Act exceeding the
applicable surety deduciible.
LMiC-6539 2/03
1,- THIS ROWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 142371 1
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY
POWER OF ATTORNEY r BOSTON, MASSACHUSETTS
KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the 'Company'), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint
JAMES F. TEGHTMEYER, DANIEL P. DOLE, JOHN T. DOLE, NICK1 EDWARDS, ALL OF THE CITY OF BONITA, STATE OF CALtFORNIA ......... ........................................................... ........................................................
, each individually if there be more than one named, its true and lawful attorney-in-fact to make, e
............................................................................................................................. ........................................................
seal, acknowledge and deliver, for and on its behalf as sure and as its act and deed, any and all undertakings, bonds, rec6gnizances and other sure$ o?~I&$~s in <he penal sum not exceeding SEVENTY-FIk MILLION AND Wl OO* ***************** DOLLARS ($2 each, and the execution of such undertakings, bonds, recognizances and other surety oblgations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and
That this power is made and executed pursuant to and by auth
secretary of the Company in their own proper persons. I ARTICLE Xlll - Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary.
0 x CQ) By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact:
Pursuant to Article XIII, Section 5 of the By-Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations.
Q) That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. z2
L 5 IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of
-?Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 23rd day of December z 2003.
LIBERTY MUTUAL INSURANCE COMPANY
i Gib ggj 6s COMMONWEALTH OF PENNSYLVANIA SS p $ COUNTY OF MONTGOMERY
On this 23rd day of December , 2003 , before me, a Notary Public, personally came Gamet W. Elliott, to me known, and acknowledged Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above rate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation.
CERTIFICATE
I, the undersigne is a full, true and said power of att
XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company.
This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980.
VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed.
day of
orney of which the foregoing or official who executed the
7
.1 TESTIMONY WHEREOF, I have hereunto subscribed my name and afftxed the corporate seal of the said company, this 27TH
FF~W~UARY , 2004 .
I BY David M. Carey, hs6t Secretary
- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
,-
.-
State of California
County of San Diego
On 02/27/2004 before me, Nicki Edwards, Notary Public,
personally appeared James F. Teghtmeyer,
personally known to me 111b VI1 to be the person($)
whose name(s;( is/m subscribed to the within instrument and
acknowledged to me that he/sh&hey executed the same in hishm’thch
authorized capacity- and that by hislhdther ’ SignatureM on the
instrument the person@, or the entity upon behalf of which the personJsf
acted, executed the instrument.
WITNESS my hand and official seal.
cu 2?hJthb Signature of Notary
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
0 PARTNER(S) 0 LIMITED [XI ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 GUARDIAN/CONSERVATOR
OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(1ES)
Liberty Mutual Insurance Company
CA-ICW 24 (7/00)
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California I
On i
personally appeared
9 personally known to me
0 proved to me on the basis of satisfactory
evidence
to be the person(s) whose name(s)
the same in
the entity upon behalf of which the person(s)
acted, executed the instrument.
WLNESS my hand and official seal.
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons re/ying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signer(s) Other Than Named Above:
Le ITk&
\--
Capacity(ies) Claimed by Signer
Signer’s Name: r5@JUL ~o~b3~~~eCoRQy
Q Corporate Officer - Title(s):V \ cb?<e5\mi 5PCX&u-Y 0 Individual
0 Partner - 0 Limited 0 General
0 Attorney-in-Fact
0 Trustee
0 Guardian or Conservator
O Other: I I
Signer Is Representing: s-t.r ud5 o r?
0 1999 National Notary Association * 9350 De Sot0 Am, P.0 Box 2402 - Chatsworth, CA 91 31 3-2402 www.nationalnotary.org Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827
SECURITY DEPOSITS IN LIEU OF RETENTION
This Escrow Agreement is made and entered into by and between the City of Carlsbad whose
address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and
whose address is
hereinafter called
"Contractor" and whose address is
hereinafter
called "Escrow Agent."
For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows:
1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California,
the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention
earnings required to be withheld by the City pursuant to the Construction Contract entered into
between the City and Contractor for Cannon Road Lift Station, Contract No. 3583-A, in the amount
of dated (hereinafter referred to as the
"Contract"). Alternatively, on written request of the Contractor, the City shall make payments of the
retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a
substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit.
The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the Escrow
Agent in connection with the handling of retentions under these sections in an amount not less than
$100,000 per contract. The market value of the securities at the time of the substitution shall be a
least equal to the cash amount then required to be withheld as retention under the terms of the
contract between the City and Contractor. Securities shall be held in the name of the City and shall
designate the Contractor as the beneficial owner.
2. The City shall make progress payments to the Contractor for such funds which otherwise would
be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow
Agent holds securities in the form and amount specified above.
3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow
Agent shall hold them for the benefit of the Contractor until such time as the escrow created under
this contract is terminated. The Contractor may direct the investment of the payments into securities.
All terms and conditions of this agreement and the rights and responsibilities of the parties shall be
equally applicable and binding when the City pays the Escrow Agent directly.
4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow
Agent in administering the Escrow Account and all expenses of the City. These expenses and
payment terms shall be determined by the City, Contractor and Escrow Agent.
5. The interest earned on the securities or the money market accounts held in escrow and all
interest earned on that interest shall be for the sole account of Contractor and shall be subject to
withdrawal by Contractor at any time and from time to time without notice to the City.
6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor.
.- -
Revised 07/29/02 Contract No. 3583-A Page 41 of 92 Pages
7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City.
8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the
Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less
escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges.
9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant
to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above.
10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of
their respective signatures are as follows:
For City: Title FINANCE DIRECTOR
Name
Signature
Address
For Contractor:
For Escrow Agent:
Title
Name
Signature
Address
Title
Name
Signature
Address
At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent
a fully executed counterpart of this Agreement.
e Revised 07/29/02 Contract No. 3583-A Page 42 of 92 Pages
IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the
date first set forth above.
For City:
For Contractor:
For Escrow Agent:
Revised 07/29/02
Title MAYOR
Name
Signature
Address
Title
Name
Signature
Address
Title
Name
Signature
Address
Contract No. 3583-A Page 43 of 92 Pages
SUPPLEMENTAL PROVISIONS
FOR
CANNON ROAD LIFT STATION
CONTRACT NO. 3583-A
SUPPLEMENTAL PROVISIONS TO
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
PART 1, GENERAL PROVISIONS
SECTION 1 -- TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS
1-1 TERMS
Add the following section:
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.
Add the following section:
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.
-
Add the following section:
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.
Add the following section:
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 City of Carlsbad, California.
- - City Council -the City Council of the City of Carlsbad.
City Manager - the City Manager of the City of Carlsbad or hidher approved representative.
@ Revised 07/29/02 Contract No. 3583-A Page 44 of 92 Pages
Dispute Board - persons designated by the City Manager to hear and advise the City Manager on
claims submitted by the Contractor. The City Manager is the last appeal level for informal dispute
resolution.
-
Engineer - the Deputy Public Works Director of the City of Carlsbad or hidher approved
representative. The Engineer is the third level of appeal for informal dispute resolution.
Minor Bid Item - a single contract item constituting less than 10 percent (10%) 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 2-3.1 ”own organization” means construction equipment that the Contractor owns or leases
and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an
operator is not part of the Contractor‘s Own Organization and will not be included for the purpose of
compliance with section 2-3.1 of the Standard Specifications and these Supplemental Provisions.
Owner Operatorkessor - 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.
Deputy City Engineer, Construction Management and Inspection - The Construction manager’s
immediate supervisor and second level of appeal for informal dispute resolution.
Construction Manager - the Project Inspector’s immediate supervisor and first 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.
1-3 ABBREVIATIONS
1-3.2 Common Usage, add the following:
Abbreviation Word or Words
Apts ........................................ Apartment and Apartments
Bldg ........................................ Building band Buildings
CMWD .................................... Carlsbad Municipal Water District
CSSD .................................... .Carlsbad Supplemental Standard Drawings
cfs ........................................... Cubic Feet per Second
Comm ..................................... Commercial
DR .......................................... Dimension Ratio
E ............................................. Electric
G ............................................. Gas
gal ........................................... Gallon and Gallons
Gar ......................................... Garage and Garages
GNV ........................................ Ground Not Visible
gpm ......................................... allons per minute
IE ............................................ Invert Elevation
LCWD ..................................... Leu,cadia County Water District
MSL ........................................ Mean Sea Level (see Regional Standard Drawing M-12) MTBM ..................................... Microtunneling Boring Machine
@ Revised 07/29/02 Contract No. 3583-A Page 45 of 92 Pages
NCTD ..................................... North County Transit Distrct
OMW D ................................... Olivenhain Municipal Water District
ROW ...................................... Right-of-way
S ............................................. Sewer or Slope, as applicable
SDNR ..................................... San Diego Northern Railway
SDRSD ................................... San Diego Regional Standard Drawing
SFM ........................................ Sewer Force Main
T ............................................. Telephone
UE .......................................... Underground Electric
W ............................................ Water, Wider or Width, as applicable
WD ....................................... Vallecitos Water District
-- OHE ........................................ Overhead Electric
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 City Council shall be the sole body for determination of a violation
of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a
public hearing before the City Council and shall be notified ten (1 0) days in advance of the time and
location of said hearing. The determination of the City Council shall be final.
e
-
2-4 CONTRACT BONDS, modify the second sentence of paragraph one as follows:
is listed in the latest version of U.S. Department of Treasury Circular 570,”.
Delete, “who
Modify paragraphs three and four to read: The Contractor shall provide a faithful perform-
ance/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 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).
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
days after recordation of the Notice of Completion if all claims have been paid.
- bonds to secure payment of laborers and materials suppliers shall be released six months plus 30
@ Revised 07/29/02 Contract No. 3583-A Page 46 of 92 Pages
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, and the supplements thereto,
hereinafter designated "SSPWC", as written and promulgated by 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 City of Carlsbad Drawing No. 409-8 and consists of 82 sheets. The
standard drawings used for this project are 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, together with the most recent editions of the City of Carlsbad Supplemental
Standard Drawings, hereinafter designated as CSSD, as issued by the City of Carlsbad and the
Carlsbad Municipal Water District Standard Plans hereinafter designated as CMWDSD, as issued by
the Carlsbad Municipal Water District. Copies of some of the pertinent standard drawings are
enclosed as in Appendix 'A' to these Supplemental Provisions. The drawings are provided for the
contractor's convenience but are not necessarily all inclusive.
-
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 to lowest precedence:
Permits from other agencies as may be required by law.
Supplemental Provisions.
Technical Specifications
Plans.
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. Standard Specifications for Public Works Construction.
Reference Specifications.
Manufacturer's Installation Recommendations.
Storm Water Pollution Prevention Plan.
Revised 07/29/02 Contract No. 3583-A Page 47 of 92 Pages
Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will
take precedence over items 2) through 9) above. Detailed plans and plan views shall have
precedence over general plans.
-
2-5.2 Precedence of Contract Documents, add the following: Where CALTRANS specifications
are used to modify the SSPWC or added to the SSPWC by any of the contract documents. the
CALTRANS specifications shall have precedence only in reference to the materials and construction
materials referred to in the CALTRANS specifications. The Invitation to Bid, Contract for Public
Works, Part 1 of these Supplemental Provisions and Part 1 of the SSPWC, in the order of
precedence in section 2-5.2 of the SSPWC, shall prevail over the CALTRANS specifications in all
other matters.
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.g. The label ‘44’ would indicate the third instance that the fourth
submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively
numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal
on the Contractor’s letterhead. The Letter of transmittal shall contain the following:
1) Project title and Agency contract number. 2) Number of complete sets.
3) Contractor’s certification statement.
4) Specification section number(s) pertaining to material submitted for review.
5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.)
7) Identification of deviations from the contract documents.
When submitted for the Engineer‘s review, Shop Drawings shall bear the Contractor’s certification
that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in
conformance with the requirements of the Contract Documents. The Contractor shall subscribe to
and shall place the following certification on all submittals:
- 6) Description of the contents of the submittal.
“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:
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 within ten (10) days of completion
of the work. Payment for performing the work required by section 2-5.4 shall be included in the
various bid items and no additional payment will be made therefor. I-
Revised 07/29/02 Contract No. 3583-A Page 48 of 92 Pages
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 corner record(s) as required by $5
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, hereinafter Surveyor to perform all work necessary for
establishing control, construction staking, records research and all other surveying work necessary to
construct the work, provide surveying services as required herein and provide surveying, drafting and
other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor
shall be resident on the site during all surveying operations and shall personally supervise and certify
the surveying work.
- Add the following section:
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’/; by 11”) paper. The field notes, calculations and supporting data
shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from
earlier surveys and all other evidence used by the Surveyor to determine the location of the
monuments set. The field notes and calculations will be labled with name of the Surveyor, the party chief, field crew members and 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 55 8700 - 8805 of the State of California Business and Professions Code when the
Surveyor performs any surveying that such map is required under 55 8762 of the State of California
Business and Professions Code and whenever the Surveyor shall establish, set or construct any
permanent survey monument. SDRS drawing M-10 type monuments, bolts, spikes, leaded tacks and
nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or
accessory to, property corners and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and
all other data needed to determine the procedure of survey and the degree of accuracy attained by
the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not
exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer’s review and approval before submittal to the County Surveyor
and before submittal to the County Recorder.
I
e Revised 07/29/02 Contract No. 3583-A Page 49 of 92 Pages
Add the following section:
2-9.2.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer at no
greater intervals than specified in TABLE 2-9.2.2(A) as measured along the project stationing. Stakes
shall be set to show the location and grade of future curbs adjacent to traffic signal locations where
the curb is not being built as a part of this contract. Staking and marking shall be completed by the
Surveyor and inspected and approved by the Engineer before the start of construction in the area
marked. Centerline monument shall have the disk stamped with the date the monument was set and
the registration number of the Surveyor. Habitat mitigation sites and other areas to be preserved that
are shown on the plans shall be staked and flagged prior to the start of any other activities within the
limits of the work. When curb and gutter does not exist and is not being installed as a part of the
project the location of adjacent facilities being constructed as a part of the contract the Contractor
shall place stakes defining the horizontal and vertical location of such adjacent utility vaults, poles or
other facilities that are being installed as parts of, or adjunct to, the project either by the Contractor
and/or those noted on the plans as to be installed by others.
-
Centerline or Parallel to Centerline Spacing@, Q
TABLE 2-9.2.2(A)
Survey Requirements for Construction Staking
Lateral Setting Tolerance Spacing 0, Q (Within) Feature Staked
Street Centerline
Clearing
surfaces
Stake Description
0
SDRS M-10
Monument
Lath in soil,
painted line
on PCC & AC
Stake
or Fills 2 10 m Stake
1300m (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
(33’) I
Final Grade I RP + Marker
on street 7 mm (0.02’)
centerline Horizontal, also see
section 2-9.2.1 herein
0.3 m (1’) Horizontal at clearing line
I60 m (200’) on tanaents. I 15m (50’) on I N/A 30 mm (0.1’)
.. curves when R< 300m (1000’)
Intervisible and I 15m (50’) I Grade Breaks I30 mm (0.1’) Vertical &
offset) I
I 15 m (50’) on tangents & curves when R>
300m (1 000’) & I 7.5m (25’) on curves when
R I 300m (1 000’)
curves when R; 300mjl 006’) & 7.5m (25’) on1 ( constant 1 Horizontal
Horizontal
10 mm (“/e”) Horizontal
& 7 mm (l/~) Vertical
16.7 m (22’)
(includes top of:
Basement soil,
subbase and
base)
4sphalt Pavement
Finish Course
Stake, Blue-
top in grading
area
RP, paint on
previous
course
points shown on the plan whichever provides
the denser information
Drainage
Structures, Pipes
& similar
FacilitiesO, 0
curb
Traffic Signal 0
Signal Poles &
Controller 0
paving pass
width, crown
line & grade
breaks
RP + Marker intervisible & I 7.5m (25’), beginning and end, as appropriate 10 mm (“/e”) Horizontal
& 7 mm (‘/<I Vertical Stake BC & EC of facilities, Grade breaks,
Alignment breaks, Junctions, Inlets & similar
facilities, Risers & similar facilities (except
plumbing), Skewed cut-off lines
I7.5m (25’), BC & EC, at %A, MA & “/A on
Vertical locations shall be based on the
ultimate elevation of curb and sidewalk
at each pole & controller location
RP + Marker ( constant 10 mm (‘/e”) Horizontal
Stake curb returns & at beginning & end offset) & 7 mm (‘/4”) Vertical
RP + Marker
Stake
as appropriate 10 mm (“/f) Horizontal
& 7 mm ( /4”) Vertical
@ Revised 07/29/02 Contract No. 3583-A Page 50 of 92 Pages
Junction Box 0 I RP + Marker I at each junction box location I as appropriate I 10 mm ('/E,") Horizontal 1
Minor Structure 0
I Stake
Conduit O I RP + Marker
RP + Marker for catch basins: at centerline of box, ends of as appropriate
Stake + Line box & wings & at each end of the local
Stake depression 0
Stake
Abutment Fill
I 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%
RP + Marker
Stake + Line
as appropriate
1 as appropriate
Major Structure 0
Footings, Bents,
Abutments &
Wingwalls
Stake + Line
Point +Guard
Stake
RP + Marker
Stake + Line
Point +Guard
I Stake
Wall 0 I RP + Marker
Channels, Dikes
& Ditches 0
Signs 0
Subsurface
Drains 0
Overside Drains O
Markers 0
Railings &
Barriers O
AC Dikes O
Stake
RP + Marker
Stake
RP + Marker
Stake + Line
Point +Guard
Stake
RP + Marker
Stake
RP + Marker
Stake
RP + Marker
Stake
RP + Marker
Stake
RP + Marker
Horizontal & Vertical Stake
Box Culverts
MarkersO
Revised 07/29/02
I 15 m (50) & along end slopes & conic
transitions
I 15 m (50') and at beginning & end of: each
wall, BC & EC, layout line angle points,
changes in footing dimensions &/or elevation
& wall height
3 m to 10 m (10' to 33') as required by the
Engineer, BC & EC, transition points & at
beginning & end. Elevation points on footings
at bottom of columns
3 m to 10 m (1 0' to 33') sufficient to use string
lines, BC & EC, transition points & at
beginning & end. Elevation points on footings
at bottom of columns
I15 m (50')
I 15 m (50') on tangents & curves when R2
300m (1000') & I7.5m (25') on curves when
R S 300m (1000') or where grade I 0.30%
intervisible & I 30 m (loo'), BC & EC of
facilities, Grade breaks, Alignment breaks,
Junctions, Inlets & similar facilities
At sign location
intervisible & I 15m (507, BC & EC of
facilities, Grade breaks, Alignment breaks,
Junctions, Inlets & similar facilities, Risers &
similar facilities
longitudinal location
for asphalt street surfacing I 15 m (50') on
tangents & curves when R2 300m (1 000') & I
7.5m (25') on curves when R I 300m (1 000').
At beginning & end and I 15 m (50') on
tangents-& curves when R 2 300m (1000') & 5
7.5m (25') on curves when R S 300m (1000')
At beginning & end
3 m to 10 m (10' to 33') as required by the
Engineer, BC & EC, transition points & at
beginning & end. Elevation points on footings
& at invert
60 m (200) on tangents, 15m (50') on curves
when R.2 300m-(l000') & 7:5m.(25') on
curves when R I 300m (1 000') For PCC
surfaced streets lane cold joints will suffice
Contract No. 3583-A
as appropriate
as appropriate
as appropriate
as appropriate
along contour
line
as appropriate
Line point
as appropriate
At beginning &
end
location(s)
at railing &
barrier
location( s)
as appropriate
I & 7 mm ti;) Vertical I 10 mm ('/E'') Horizontal I & when depth cannot
be measured from
existing pavement 7 I mm (1/4") Vertical I 10 mrn ("/E") Horizontal I & 7 rnm ('i47 Vertical 1 (when vertical data
needed)
30 mrn (0.1') Vertical &
Horizontal
7 mrn ('/4") Horizontal
~ & 7 mm (l/4") Vertical
as appropriate
at pavement
marker
location(s)
Page 51 of 92 Pages
10 mm ('/E'') Horizontal
7 mm ('/;I Vertical
10 mm ('/F,") Horizontal
& 7 mm ('1;) Vertical
t--- 30 mm (0.1') Vertical & I Horizontal
10 mm ("/a") Horizontal
Horizontal & 7 mm
('/J) Vertical
30 mm (0.17 Vertical &
Horizontal
30 mm (0.1')
Horizontal & 7 rnm 1 (1/4*) Vertical
30 mm (0.1')
Horizontal & 7 mm , ('/4;) Vertical
7 mm ( /2) Horizontal
10 mm ('/E") Horizontal
& Vertical
30 mm (0.1')
& 7 mm (l/41)) Vertical
7 mm (l/4'') Horizontal
Staking for feature may be omitted when adjacent marker stakes reference the offset and elevation of those features
and the accuracy requirements of the RP meet the requirements for the feature
Reference points shall be sufficiently durable and set securely enough to survive with accuracy intact throughout the
installation & inspection of the features or adjacent facilities for which they provide control. RP means reference point
for the purposes of this table
Perpendicular to centerline.
Some features are not necessarily parallel to centerline but are referenced thereto
Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the feature
2 means greater than, or equal to, the number following the symbol. I means less than, or equal to, the number fol-
Type of Stake
Horizontal Control
Vertical Control
Clearing
Grading
Structure
1 Drainage, Sewer, Curb
Right-of-way
Miscellaneous
lowing the symbol.
0 The cut datum for storm drainage & sanitary sewer pipes & similar structures shall be their invert. The cut datum for all
other utilities shall be the top of their pipe or conduit.
Description
Coordinated control points, control lines, control reference points, centerline,
alignments, etc.
Bench marks
Limits of clearing
Slope, intermediate slope, abutment fill, rough grade, contour grading, final
grade, etc.
Bridges, sound and retaining walls, box culverts, etc.
Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, storm
drains, slope protection, curbs, gutters, etc.
Fences, W W lines, easements, property monuments, etc.
Signs, railings, barriers, lighting, etc.
All guard stakes, line stakes and lath shall be flagged. Unless otherwise approved by the Engineer
flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(8)
TABLE 2-9.2.2(B)
Survey Stake Color Code for Construction Staking
Yellow/Black .
Yellow
White
WhiteNellow
Add the following section:
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. Payment for the replacement of disturbed monuments and the
filing of records of survey and/or corner records, including filing fees therefor, shall be incidental to
the work necessitating the disturbance of said monuments and no additional payment will be made
the ref o r.
2-10 AUTHORITY OF BOARD AND ENGINEER
Add the following section:
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.
a Revised 07/29/02 Contract No. 3583-A Page 52 of 92 Pages
Add the following section:
2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the
Engineer, within San Diego County, accurate books and accounting records relative to all its
activities and to contractually require all subcontractors to this Contract to do the same. The
Engineer shall have the right to monitor, assess, and evaluate Contractor‘s and its subcontractors
performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include,
but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of
Contractor’s staff and the staff of all subcontractors to this contract. At any time during normal
business hours and as often as the Engineer may deem necessary, upon reasonable advance
notice, Contractor shall make available to the Engineer for examination, all of its, and all
subcontractors to this contract, records with respect to all matters covered by this Contract and will
permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and
records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data
relating to all matters covered by this Contract. However, any such activities shall be carried out in a
manner so as to not unreasonably interfere with Contractor’s ongoing business operations.
Contractor and all subcontractors to this contract shall maintain such data and records for as long as
may be required by applicable laws and regulations.
-
SECTION 3 -- CHANGES IN WORK
3-2 CHANGES INITIATED BY THE AGENCY
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 the 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 EXTRA WORK
3-3.2.2 ( c ) Tool and Equipment Rental, Regardless of
ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs
shall be the edition of the, “Labor Surcharge and Equipment Rental Rates” published by CALTRANS,
current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein
shall be used as multipliers of the rental rates for determining the value of costs for delay to the
Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract.
second paragraph, modify as follows:
3-3.2.3 Markup, Delete sections 3-3.2.3 (a) and (b) and replace with the following:
(a) and shall constitute the markup for all overhead and profits:
1) Labor ................................... 20
2) Materials ............................. 15
3) Equipment Rental ................... 15
4) Other Items and Expenditures .. 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as
compensation for bonding.
Work by Contractor. The following percentages shall be added to the Contractor’s costs
(b) When all or any part of the extra work is performed by a
Subcontractor, the markup established in section 3-3.2.3(a) shall be applied to the Subcontractor’s
actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of
the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted
portion of the extra work may be added by the Contractor.
Work by Subcontractor.
-
Revised 07/29/02 Contract No. 3583-A Page 53 of 92 Pages
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
Delete the second sentence of paragraph three, delete paragraph five (5), and add the following: The
Contractor shall not be entitled to the payment of any additional compensation for any act, or failure
to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of
any event, thing, occurrence, or other cause, unless the Contractor shall have first given the
Engineer due written notice of potential claim as hereinafter specified. Compliance with this section
shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation
as to contract quantities. The written notice of potential claim for changed conditions shall be
submitted by the Contractor to the Engineer upon their discovery and prior to the time that the
Contractor performs the work giving rise to the potential claim. The Contractor’s failure to give
written notice of potential claim for changed conditions to the agency upon their discovery and before
they are disturbed shall constitute a waiver of all claims in connection therewith.
The Contractor shall provide the City with a written document containing a description of the
particular circumstances giving rise to the potential claim, the reasons for which the Contractor
believes additional compensation may be due and nature of any and all costs involved within 20
working days of the date of service of the written notice of potential claim for changed conditions.
Verbal notifications are disallowed.
- The potential claim shall include the following certification relative to the California False Claims Act,
Government Code Sections 12650-1 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:
The Contractor’s estimate of costs may be updated when actual costs are known. The Contractor
shall submit substantiation of its actual costs to the Engineer within 20 working days after the
affected work is completed. Failure to do so shall be sufficient cause for denial of any claim
subsequently filed on the basis of said notice of potential claim.
It is the intention of this section that differences between the parties arising under and by virtue of the
contract be brought to the attention of the Engineer at the earliest possible time in order that such
matters be settled, if possible, or other appropriate action promptly taken.
@ Revised 07/29/02 Contract No. 3583-A Page 54 of 92 Pages
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 provisions specified hereinafter, the contractor shall
attempt to resolve all disputes informally through the following dispute resolution chain of command:
1. Project Inspector
2. Construction Manager
3. Deputy City Engineer, Construction Management and Inspection
4. Deputy Public Works Director
5. Public Works Director
6. City Manager
The Contractor shall submit a complete report within 20 working days after completion of the
disputed work stating its position on the claim, the contractual basis for the claim, along with all
documentation supporting the costs and all other evidentiary materials. At each level of claim or
appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review
the Contractor's report and respond with a position, request additional information or request that the
Contractor meet and present its report. When additional information or a meeting is requested the
City will provide its position within 10 working days of receipt of said additional information or
Contractor's presentation of its report. The Contractor may appeal each level's position up to the City
Manager after which the Contractor may proceed under the provisions of the Public Contract Code.
-
The authority within the dispute resolution chain of command is limited to recommending a resolution
to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions
in the contract.
All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures
in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section
20104) which is set forth below:
ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS
20104. (a)(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
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.
-_
Revised 07/29/02 Contract No. 3583-A Page 55 of 92 Pages
1 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, which ever is greater.
(d) If the claimant disputes the local agency’s written response, or the local agency fails to respond
within the time prescribed, the claimant may so notify the local agency, in writing, either within 15
days of receipt of the local agency’s response or within 15 days of the local agency’s failure to
respond within the time prescribed, respectively, and demand an informal conference to meet and
confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a
meet and confer conference within 30 days for settlement of the dispute.
(e) Following the meet and confer conference, if the claim or any portion remains in dispute, the
claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2
(commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For
purposes of those provisions, the running of the period of time within which a claim must be filed
shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a)
until the time that claim is denied as a result of the meet and confer process, including any period of
time utilized by the meet and confer process.
(f) This article does not apply to tort claims and nothing in this article is intended nor shall be
construed to change the time periods for filing tort claims or actions specified by Chapter 1
(commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division
3.6 of Title 1 of the Government Code.
-
20104.4. The following procedures are established for all civil actions filed to resolve claims subject
to this article:
(a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court
shall submit the matter to 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
Revised 07/29/02 Contract No. 3583-A Page 56 of 92 Pages
Chapter 2.5 (commencing with Section 1141 .lo) of Title 3 of Part 3 of the Code of Civil Procedure,
notwithstanding Section 11 41.1 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 11 41.1 0) Title 3 of Part 3 of the Code of Civil
Procedure, any party who after receiving an arbitration award requests a trial de novo but does not
obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter,
pay the attorney‘s fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process.
20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed
except as otherwise provided in the contract. (b) In any suit filed under Section 201 04.4, 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.
4-1.4 Test of Materials, sentence of the first paragraph. delete the phrase, “and a reasonable amount of retesting”, from the third
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 borne by the Contractor.
At the option of the Engineer, the source of supply of each of the materials shall be approved by the
Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved
material from other approved sources. If any product proves unacceptable after improper storage,
handling or for any other reason it shall be rejected, not incorporated into the work and shall be
removed from the project site all at the Contractor’s expense.
A
Revised 07/29/02 Contract No. 3583-A Page 57 of 92 Pages
Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the
requirements of the specifications shall be borne by the Agency. Said tests may be made at any
place along the work as deemed necessary by the Engineer. The costs of any retests made
necessary by noncompliance with the specifications shall be borne by the Contractor.
4-1.6 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 AND STORAGE.
The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the
quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate,
remove and dispose excess of all materials used to accomplish the Work. Materials shall be
delivered to the site of the work only during working hours, as defined in section 6-7.2, and shall be
accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor
as consignee, the project name and number, address of delivery and name of consignor and a
description of the material@) shipped. Prior to storage of any materials which have been shipped to
or by the Contractor to any location within the Agency’s boundaries the Contractor shall provide the
Engineer a copy of lease agreements for each property where such materials are stored. The lease
agreement shall clearly state the term of the lease, the description of materials allowed to be stored
and shall provide for the removal of the materials and restoration of the storage site within the time
allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to
the materials stored and to preparation of the storage site and the location of the site on which the
materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor’s
responsibility. Conformance to the requirements of this section, both within and outside the limits of
work are a part of the Work. The Engineer shall have the right to verify the suitability of materials
and their proper storage at any time during the Work.
SECTION 5 -- UTILITIES
5-1 LOCATION
Delete the first paragraph and substitute 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 and/or completeness of the nature,
size and/or location of utilities indicated on the Plans is not guaranteed.
5-4 RELOCATION
Add the following: In conformance with section 5-6 the Contractor shall coordinate the work with
utility agencies and companies. Prior to the installation of any and all utility structures within the limits
of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb
and gutter that is a part of the work and adjacent to the location where such utility structures are
shown on the plans and are noted as being located, relocated or are otherwise shown as installed by
others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate
utilities that interfere with the construction, the Contractor, upon the Engineer’s approval, may be
permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is I
approved by the Engineer
sufficient to locate the curb
@ Revised 07/29/02
the Contractor shall place survey or other physical control markers or curb and gutter to the satisfaction of the utility agency or company.
Contract No. 3583-A Page 58 of 92 Pages
Such temporary omission shall be for the Contractor's convenience and no additional compensation
will be allowed therefor or for additional work, materials or delay associated with the temporary
omission. The portion thus omitted shall be constructed by the Contractor immediately following the
relocation of the utility involved unless otherwise directed by the Engineer.
-
SECTION 6 -- PROSECUTION, PROGRESS AND
ACCEPTANCE OF THE WORK
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK
Delete section 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 15 calendar days after receipt of the "Notice to Proceed".
Add the following section:
6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will
set the time and location for the Preconstruction Meeting. Attendance of the Contractor's
management personnel responsible for the management, administration, and execution of the
project is mandatory for the meeting to be convened. Failure of the Contractor to have the
Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for
default by Contractor per section 6-4. No separate payment will be made for the Contractor's
attendance at the meeting. The notice to proceed will only be issued on or after the completion of
the preconstruction meeting.
Add the following section:
6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline
Construction Schedule per the submittal requirements of section 2-5.3. The submittal of the Baseline
Construction Schedule shall include each item and element of sections 6-1.2 through 6-1.2.9 and
shall be on hard (paper) copy and electronic media conforming to section 6-1.3.3 Electronic Media.
rc
Add the following section:
6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall
prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the
precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall
depict a workable plan showing the sequence, duration, and interdependence of all activities
required to represent the complete performance of all project work as well as periods where work is
precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of
the notice to proceed and conclude with the date of final completion per the contract duration. The
Baseline Construction Schedule shall include detail of all project phasing, staging, and sequencing,
including all milestones necessary to define beginning and ending of each phase or stage.
Add the following section:
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.
Add the following section:
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.
-_.
@ Revised 07/29/02 Contract No. 3583-A Page 59 of 92 Pages
^I Add the following section:
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.
Add the following section:
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 5:OO p.m. The on-site training shall be
held at 1635 Faraday Avenue, Carlsbad, California. The dates and times of the on-site training shall
be submitted to the Engineer for approval five working days before the start of the on-site training. The on-site training shall be completed prior to the submittal of the first Baseline Construction
Schedule.
Add the following section:
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.
I 6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter
Add the following section:
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
Add the following section:
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.
Add the following section:
6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer
than the specified contract duration will not be acceptable and will be grounds for determination of
default by Contractor, per section 6-4.
Revised 07/29/02 Contract No. 3583-A Page 60 of 92 Pages
.-
.-
Add the following section:
6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor’s plan to
support and maintain the project for the entire contractual time span of the project. Should the
Contractor propose a project duration shorter than contract duration, a complete Baseline
Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance
with all schedule requirements of section 6-1. The Engineer may choose to accept the Contractor’s
proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the
shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public
and private, which interface with the project are able to support the provisions of the shortened
Baseline Construction Schedule. The Agency’s acceptance of a shortened duration project will be
confirmed through the execution of a contract change order revising the project duration and
implementing all contractual requirements including liquidated damages in accordance with the
revised duration.
Add the following section:
6-1.2.10 Engineer’s Review. The Construction Schedule is subject to the review of the Engineer.
The Engineer’s determination that the Baseline Construction Schedule proposed by the Contractor
complies with the requirements of these supplemental provisions shall be a condition precedent to
issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction
Schedule does not meet the requirements of these specifications the Contractor shall correct the
Construction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the
Contractor to obtain the Engineer’s determination that the initial Construction Schedule proposed by
the Contractor complies with the requirements of these supplemental provisions within thirty (30)
working days after the date of the preconstruction meeting shall be grounds for termination of the
contract per section 6-4. Days used by the Engineer to review the initial Construction Schedule will
not be included in the 30 working days.
The Engineer will review and return to the Contractor, with any comments, the Baseline Construction
Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned
marked as per sections 6-1.2.10.1 through 6-1.2.10.3.
Add the following section:
6-1.2.1 0.1 “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
Add the following section:
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.
Add the following section:
6-1.2.1 0.3 “Not Accepted.” The Contractor must resubmit the schedule incorporating the
corrections and changes of the comments prior to receipt of payment per section 6-1.8.1. The Notice
to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as
required hereinbefore and marked “Accepted or “Accepted with Comments” by the Engineer. The
Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract
under the provisions of section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments
are not submitted as required hereinbefore and marked “Accepted” by the Engineer.
@ Revised 07/29/02 Contract No. 3583-A Page 61 of 92 Pages
Add the following section: - 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the
Engineer during the last week of each month to agree upon each activity’s schedule status and shall
submit monthly updates of the Baseline Construction Schedule confirming the agreements no later
than the fifth working day of the following month. The monthly update will be submitted on hard
(paper) copy and electronic media conforming to section 6-1.3.3 Electronic Media per the submittal
requirements of section 2-5.3 and will include each item and element of sections 6-1.2 through 6-
1.2.9 and 6-1.3.1 through 6-1.3.7.
Add the following section:
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.
Add the following section:
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
Add the following section:
6-1.3.3 Electronic Media. The schedule data disk shall be a 89 mm (3’12”) high density diskette,
labelled with the project name and number, the Contractor’s name and the date of preparation of the
schedule data disk. The schedule data disk shall be readable by the software specified in section 6-
1.2.4 “Schedule Software” and shall be free of file locking, encryption or any other protocol that
would impede full access of all data stored on it. - Add the following section:
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.
Add the following section:
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.
Add the following section:
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.
Add the following section:
6-1. 4 Engineer’s Review of Updated Construction Schedule. The Engineer will review and
return the Updated Construction Schedule to the Contractor, with any comments, within 5 working
days of submittal. The Updated Construction Schedule will be returned marked as per sections 6-
1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked “Accepted with Comments” or “Not Accepted” by the Engineer will be returned to the Contractor for correction. Upon resubmittal the
Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor,
with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated
construction schedule will invoke the same consequences as the Engineer returning a monthly
updated construction schedule marked “Not Accepted”.
- Add the following section:
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
Revised 07/29/02 Contract No. 3583-A Page 62 of 92 Pages
.- Add the following section:
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.
Add the following section:
6-1.4.3 “Not Accepted.” The Contractor must resubmit the Updated Construction Schedule to the
Engineer incorporating the corrections and changes noted in the Engineer’s comments prior to
receipt of payment per section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be
considered as having defaulted the contract under the provisions of section 6-4 DEFAULT BY
CONTRACTOR if the changes of the comments are not submitted and marked “Accepted” by the
Engineer before the last day of the month in which the Updated Construction Schedule is due. If the
Contractor fails to submit the corrected Updated Construction Schedule as required herein the
Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to
proceed with the project, any resulting delay, impact, or disruption to the project will be the
Contractor’s responsibility.
Add the following section:
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. .-
Add the following section:
6-1.6 Interim Revisions. Should the actual or projected progress of the work become
substantially different from that depicted in the Project Schedule, independently of and prior to the
next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list
and explanation of each change made to the schedule. The Revised Construction Schedule will be
submitted per the submittal requirements of section 2-5.3 and per the schedule review and
acceptance requirements of section 6-1 , including but not limited to the acceptance and payment
provisions. As used in this subsection “substantially different” means a time variance greater than 5
percent of the number of days of duration for the project.
Add the following section:
6-1. 7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update
when one hundred percent of the construction work is completed. The Contractor’s Final Schedule
Update must accurately represent the actual dates for all activities. The final schedule update shall
be prepared and reviewed per sections 6-1.3 Preparation of Schedule Updates and Revisions and
6-1. 4 Engineer’s Review of Updated Construction Schedule. Acceptance of the final schedule
update is required for completion of the project and release of any and all funds retained per section
9-3.2.
Add the following section:
6-1.8 Measurement And Payment Of Construction Schedule. The Contractor’s preparation,
revision and maintenance of the Construction Schedule are incidental to the work and no separate
payment will be made therefor. -
Revised 07/29/02 Contract No. 3583-A Page 63 of 92 Pages
6-2 PROSECUTION OF WORK
Add the following section:
6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and
materials, and performing all operations necessary to complete the Project Work as shown on the
Project Plans and as specified in the Specifications. The work includes, but is not limited to, pre-
augering of caisson sites, construction of caissons, installation of cast-in-pace drilled hole piers,
structures, furnishing and installing all equipment and materials, yard piping and valves, compacted
backfill, asphalt concrete surfacing, and final clean-up.
-
Add the following section:
6-2.1.1 Phase 1. Construction of building pad using compacted borrow material, pre-augering
caisson sites, and construction of both caissons including bottom seal slab and bottom slab.
Installation of cast-in-place drilled hole piers cannot begin until after the caissons are completely
installed, including all bottom slabs.
Add the following section:
6-2.1.2 Phase 2. Installation of cast-in-place drilled hole piers followed by the construction of the
building, yard piping and valves, asphalt concrete surfacing, testing and start-up, demolition of
existing lift station and final clean-up.
Add the following section:
6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project
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. The Contractor shall provide written notice
to the Engineer within two hours of the beginning of any period that the Contractor has placed any
workers or equipment on standby for any reason that the Contractor has determined to be caused by
the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor
shall provide continuing daily written notice to the Engineer, each working day, throughout the
duration of such period of delay. The initial and continuing written notices shall include the
classification of each workman and supervisor and the make and model of each piece of equipment
placed on standby, the cumulative duration of the standby, the Contractor’s opinion of the cause of
the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable
means. Should the Contractor fail to provide the notice(s) required by this section the Contractor
agrees that no delay has occurred and that it will not submit any claim(s) therefor.
Modify as follows:
6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the work
to completion within 325 working days after the starting date specified in the Notice to Proceed.
.c
Revised 07/29/02 Contract No. 3583-A Page 64 of 92 Pages
I
6-7.2 Working Day. Add the following: Unless otherwise approved in writing by the Engineer, 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.
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
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 $750.00 (seven hundred fifty dollars).
Execution of the Contract shall constitute agreement by the Agency and Contractor that $750.00
(seven hundred fifty dollars) per day is the minimum value of costs and actual damages caused by
the Contractor to complete the Work within the allotted time. Any progress payments made after the
specified completion date shall not constitute a waiver of this paragraph or of any damages.
--
@ Revised 07/29/02 Contract No. 3583-A Page 65 of 92 Pages
SECTION 7 -- RESPONSIBILITIES OF THE CONTRACTOR
.-
7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES
Add the following section:
7-1.1 Staging Areas. The Agency has obtained access to a site that may be used as a staging
area by the Contractor. This area is shown on Sheet T-1 of the Contract Drawings. There is no
lease fee for the use of this site; however, the Contractor shall be responsible for all other costs
associated with the use of the property and as may be required in the Right-of-Entry Agreement.
The Contractor is responsible for complying with the terms of the Right-of-Entry Agreement provided
in Appendix 'C' and all improvements, utility connections and extensions, and any grading or
earthwork necessary for the use of the site. The City shall be identified as additional insured with
respect to the insurance requirements of the Right-of-Entry Agreement. Other sites may be used by
the Contractor provided the site is within 5 miles of the project site. The Detention Basin area may
be used as a staging area at the Contractor's risk; the basin is subject to periodic flooding. The
asphalt driveway area serving the existing lift station may be used for periodic temporary storage
provided access is maintained to the existing lift station. The existing driveway may not be used for
permanent storage or as a site for contractor's field offices.
7-3 LIABILITY INSURANCE
Modify as follows: 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.
- 7-4 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 shall obtain, at no permit fee to the Contractor, all encroachment, right-of-way, hauling and
grading permits necessary to perform work for this contract on Agency property, in streets, highways 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 any OSHA permit, safety permit, air pollution permit, NPDES permit, and 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 therefor. Contractor shall comply with all permits, regulations, laws,
licenses, and authorizations from appropriate agencies.
A building permit is not required for this project. All inspections shall be coordinated with the Project
Inspector.
@ Revised 07/29/02 Contract No. 3583-A Page 66 of 92 Pages
7-7 COOPERATION AND COLLATERAL WORK -
’ Add the following section:
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 therefor.
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 therefor. Said costs shall be considered incidental to the items of work that they are associated
with and no additional payment will be made therefor.
7-8.6 Water Pollution Control. Add the following: The Contractor shall prepare and implement a
storm water pollution prevention and monitoring plan (SWPPP) for this project in accordance with the
California State Water Resources Control Board order number 99-08-DWQ, NPDES General Permit
number CAS000002 and the “Water Discharge Requirement for Discharges of Storm Water Runoff
Associated with Construction Activity.” A SWPPP template is provided in Appendix ‘B’ for the
Contractor’s use. The SWPPP shall be submitted to the Engineer for approval.
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. 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
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.
I
f3, Revised 07/29/02 Contract No. 3583-A Page 67 of 92 Pages
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.
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: After
obtaining the Engineers approval and at least 5 working days before closing, detouring, partially
closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the
following :
-
The Engineer ......................................................................................
Carlsbad Traffic Signals Maintenance ...............................................
Carlsbad Traffic Signals Operations ..................................................
North County Transit District ..............................................................
Coast Waste Management ................................................................
(760) 603-2780 X-7321
(760) 434-2980
(760) 434-2937
(760) 743-9346
(760) 929-9400
Carlsbad Fire Department Dispatch ..................................................
Carlsbad Police Department Dispatch ............................................... (760) 931 -21 97
(760) 931 -21 97
The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer’s written approval prior to deviating from the requirements of 2) through, and including, 7) above. The
Contractor shall obtain the written approval no less than five working days prior to placing any traffic
control that affects bus stops.
@ Revised 07/29/02 Contract No. 3583-A Page 68 of 92 Pages
7-1 0.3 Street Closures, Detours, Barricades. Add the following: Traffic controls shall be in
accordance with the plans, Chapter 5 of the California Department of Transportation “Manual of
Traffic Controls,“ 1996 edition and these Supplemental Provisions. If any component in the traffic
control system is damaged, displaced, or ceases to operate or function as specified, from any cause,
during the progress of the work, the Contractor shall immediately repair said component to its original
condition or replace said component and shall restore the component to its original location. In the
event that the Contractor fails to install and/or maintain barricades or such other traffic signs,
markings, delineation or devices as may be required herein, the Engineer may, at hidher sole option,
install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars
($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility,
whichever is the greater.
Add the following section:
7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control
devices shall be maintained throughout the duration of work in good order and according to the
approved traffic control plan. All construction area signs shall conform to the provisions of section
206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of section
21 4-5.1 .et seq. All temporary reflective channelizers shall conform to the provisions of section 21 4-
5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform
to the provisions of section 21 0-1.6 et seq. except that all temporary paint shall be rapid dry water
borne conforming to section 21 0-1.6for materials and section 31 0-5 et seq. For workmanship.
Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction
and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory
signs, lights and devices shall be promptly removed by the Contractor when no longer required.
Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and
from the view of motorists in the traveled way or shielded from the view of the travelling 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 travelling 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 not less than
7.6 m (25’) intervals to a point not less than 7.6 rn (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.
Revised 07/29/02 Contract No. 3583-A Page 69 of 92 Pages
Add the following section:
otherwise by the Engineer.
- 7-10.3.2 Maintaining Traffic. All lanes of Cannon Road shall remain open unless approved
Add the following section:
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", 1996 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.
Add the following section:
7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe
operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System
for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan
proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic
striping operations using an alternative plan until the Contractor has submitted its plan to the
Engineer and has received the Engineer's written approval of said plan.
Add the following section:
7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished,
placed, maintained and removed in accordance with the minimum standards specified in Chapter 5
of the 'Traffic Manual", 1996 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.
,-
Revised 07/29/02 Contract No. 3583-A Page 70 of 92 Pages
.-
Add the following section:
7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan
Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the
project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor
shall have such new or modified TCP prepared and submitted as a part of the Work for any and all
construction activities that are located within the travelled way. The Contractor shall have TCP
prepared and submitted as a part of the Work for any construction activities that are a part of this
project that are not included in the project plans. The Contractor must submit the TCP for the
Engineer's review in conformance with the requirements of section 2-5.3, et seq. and obtain the
Engineer's approval of the TCP prior to implementing them. The minimum 20 day review period
specified in section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP,
new, modified or added to, for the Engineer's review. New or revised TCP submittals shall include
all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in
sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of
features affecting the traffic control plan and the methodology proposed to transition to the
subsequent TCP phase. When the vertical alignment of the travelled surface differs from the
finished pavement elevation vertical curves must also be shown. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and of the "MANUAL OF
TRAFFIC CONTROLS", 1996 Edition as published by the State of California Department of
Transportation. Such modification, addition, supplement, and/or new design of TCP shall be
prepared by a registered professional engineer appropriately registered in the State of California.
The Engineer shall be the sole judge of the suitability and quality of any such modifications,
supplements, and/or new designs to TCP. The Engineer may approve any such modifications, supplements, and/or new designs to the TCP when, in the Engineer's sole opinion, such
modifications, supplements, and/or new designs to the TCP prepared by the registered professional
engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such
modification, addition, supplement, and/or new design shall not be implemented and no work shall be
commenced that is contingent on such approval until the changed TCP are approved by the
Engineer. The preparation of such modification, addition, supplement, and/or new designs of TCP
shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review
requirements for such modifications, supplements, and/or new designs to TCP shall conform to the
requirements of section 2-5.3 Shop Drawings and Submittals.
Add the following section:
7-10.3.7 Payment.
The Contractor shall prepare and implement traffic control plans and shall furnish all labor and
materials to perform, install, maintain, replace and remove all traffic control as incidentals to the work
with which they are associated and no other compensation will be allowed therefor.
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.
Revised 07/29/02 Contract No. 3583-A Page 71 of 92 Pages
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.
7-16 GEOLOGIC CONDITIONS
7-16.1 General. A geotechnical investigation has been performed. The findings of the investigation
are presented in the following report:
1.
California, dated July 2002 by Haley & Aldrich, Inc.
Final report on Geotechnical Recommendations for Cannon Road Lift Station, Carlsbad,
A copy of the report is available for viewing at the City's Faraday office. Copies of the report can be
purchased from the City of Carlsbad Purchasing Department.
SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL
8-2 FIELD OFFICE FACILITIES. Add the following: Contractor shall furnish the Engineer a "Class A"
Field Office. The field office shall be for the exclusive use of the Engineer and such other individuals
that the Engineer may designate. The field office shall be a separate structure from any other office
facility. The Contractor shall maintain the field office throughout the entire duration of the contract
unless the Engineer shall otherwise direct.
8-2.1 Class "A" Field Office. Add the following: Additionally the "Class A" Field Office shall be
provided with: two (2) phones, answering machine, one (1) additional standard 1.5 m (5') double
pedestal desk with two chairs, one (1) electrostatic copier and supplies, copier shall be Xerox Model
5018, or equal, one (1) FAX machine Panasonic Model Panafax UF-560 or Sharp model FO-5400T, or
equal, high-speed internet service (DSL or Cable) and one (1) additional plan rack shall be provided.
Water cooler to have hot and chilled water. The integral sanitary facilities may be separate enclosed
toilets per Section 7-8.4. Furnishings are subject to agency approval. The field office shall be located
within the limits of work or at the staging area shown on the contract drawings. The field office shall
have a 600 mm by 900 mm (24" by 36") sign affixed near the entry door. The sign text shall be
proportioned as shown below. The Contractor shall affix a City seal to the sign in a centered location.
The City seal will be supplied by the Engineer. *
<-
Its, Revised 07/29/02 Contract No. 3583-A Page 72 of 92 Pages
CITY OF CARLSBAD
ENGINEERING INSPECTION
8-6 BASIS OF PAYMENT. Add the following: Payment for the field office shall be considered
incidental to the work and shall be included in the lump sum bid item for the project. Installation and
removal of the field office, relocating it as may be necessary to facilitate the project, obtaining all
permits, property rental, providing utilities including, but not limited to, electrical, telephone, potable
water and sanitary facilities, and maintenance throughout the duration of the project shall be included in
the bid. ,
SECTION 9 -- MEASUREMENT AND PAYMENT
I 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK
9-1.1 General. Replace Section 9-1.1 of the SSPWC with the following: Payment to the Contractor
will be based on the single lump sum bid. There will be no separate measurements or payment for
completed work that may be called for in the Standard Specifications. Measurements may be taken
to substantiate value of work completed to support progress payments in accordance with the
Schedule of Values.
9-1.4 Units of Measurement, modify as follows:
the U.S. Standard Measures.
The system of measure for this contract shall be
9-2 LUMP SUM WORK
Add the following section:
9-2.1 Schedule of Values. Within 15 days after award of Contract, the contractor shall submit to
the Agency a detailed breakdown of the lump sum bid amount for the construction of the Cannon
Road Lift Station. This breakdown of costs shall be used for determining progress payments for the
constructed work. As a minimum, the Contractor shall submit values for the project components
noted herein. If a specific item is not listed, then the cost of the unlisted item shall be included in a
logically related component. There shall be no additional compensation to the Contractor for any
specific work items or systems not specifically indicated herein. The Agency shall review and have
final approval of the cost breakdown. If requested by the Agency, the Contractor shall submit
additional items (in addition to those listed herein) to further breakdown the lump sum bid amount.
@ Revised 07/29/02 Contract No. 3583-A Page 73 of 92 Pages
. Required Schedule of Value Items:
A 1. Mobilization, start-up costs:
a. Bonds and insurance
b. Field offices
c. Staging area set-up
d. Equipment move-in
e. Construction surveys
f. Erosion control and SWPPP
2. General site improvements
a. Imported backfill and compaction
b. Rough grading
c. Detention basin grading
d. Gates and fencing
e. Asphalt concrete surfacing
f. Concrete slab
g. Concrete curbs and gutters
h. Irrigation and landscaping
3. Site piping and structures
a.
b. Forcemains and valves
c.
d. By-pass line and connection
e. Chemical feed lines
f. Vent lines
g. h.
i. Pipe connections
Influent sewer line and manholes
Sewer lateral and sump pump discharge lines
Storm drains, headwalls and rip-rap
Storm drain litter removal box
4. Chemical Injection/meter manhole
a. Manhole
b. Flow meter
5. Valve vault
a. Caisson, including pre-augering
b. Pipes
c. Valves
6. Wet well
a. Caisson, including pre-augering
b. Pump installation
c. Piping
d. Bubbler and floats
7. Lift station building
a. Drilled concrete piers
b.
c. Masonry
d.
I e. Thermal and moisture protection
f. Doors and windows
g. Finishes, insulation, sound panels
Concrete foundations and floor slab
Structural steel, roof deck, miscellaneous metals
a Revised 07/29/02 Contract No. 3583-A Page 74 of 92 Pages
h.
i.
j. k. I. m.
n.
P. q. r.
-
0.
Architectural specialties: louvers, signage, toiler accessories
Chemical feed pumps and chemical tanks
Conduits and conductors Motor control center Emergency generator Lighting Pipes and fittings Plumbing fixtures Odor control equipment
Fans Instruments and controls
8. Site electrical a. Conduits and conductors
9. Demolition a. b. Piping
c. Conduits, conductors
d. Miscellaneous structures
Existing wet well and equipment, including delivering salvage items to the Agency
10. Project close-out
a. Pipeline testing
b. Equipment testing and start-up c. Final clean-up
d. Operating manuals
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 (1 0) 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.
e Revised 07/29/02 Contract No. 3583-A Page 75 of 92 Pages
Add paragraph 6 et seq. as follows: After final inspection, the Engineer will make a Final Payment
Estimate and process a corresponding payment. This estimate will be in writing and shall be for the
total amount owed the Contractor as determined by the Engineer and shall be itemized by the
contract bid item and change order item with quantities and payment amounts and shall show all
deductions made or to be made for prior payments and amounts to be deducted under provisions of
the contract. All prior estimates and progress payments shall be subject to correction in the Final
Payment Estimate.
-
The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make
written statement disputing any bid item or change order item quantity or payment amount. The
Contractor shall provide all documentation at the time of submitting the statement supporting its
position. Should the Contractor fail to submit the statement and supporting documentation within the
time specified, the Contractor acknowledges that full and final payment has been made for all
contract bid items and change order items.
If the Contractor submits a written statement with documentation in the aforementioned time, the
Engineer will review the disputed item within 30 calendar days and make any appropriate
adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the
Engineer will be subject to resolution as specified in 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.
./-
@ Revised 07/29/02 Contract No. 3583-A Page 76 of 92 Pages
Add the following section:
into the will not be included in the progress estimate.
- 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated
Add the following section:
9-3.4.1 Mobilization and Preparatory Work.
be included in the single lump sum bid item for the project and no other payment will be made.
Payment for mobilization and preparatory Work shall
Revised 07/29/02 Contract No. 3583-A Page 77 of 92 Pages
SUPPLEMENTAL PROVISIONS
TO
STANDARD SPECIFICATIONS FOR PUBLIC WORKS
CONSTRUCTION
PART 2, CONSTRUCTION MATERIALS
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
SECTION 200 - ROCK MATERIALS
Concrete Maximum
Class Slump mm (Inches)
320-C-23 (2)
(560-C-3250) (’)
(1 90-E-400)
(560-C-3250)
(590-C-3750)
(520-C-25OOP)
1 15-E-3 200 (8”)
320-C-23 100 (4“)
350-C-27 100 (4”)
31 0-C-17 per Table 200-1 1.3.1
Add the following section:
200-2 UNTREATED BASE MATERIALS
200-2.1 General. Add the following: Aggregate base shall be crushed aggregate base (Section
200-2.2).
SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS
201-1 PORTLAND CEMENT CONCRETE
TABLE 201 -1.1.2(A) Modify as follows:
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 1-112
percentage points. The air content of freshly mixed concrete will be determined by California Test
Method No. 504.
Revised 07/29/02 Contract No. 3583-A Page 78 of 92 Pages
SECTION 203 - BITUMINOUS MATERIALS _-
203-6 ASPHALT CONCRETE.
Delete sections 203.62 and 203-6.3.2 and ADD the following:
203-6.1 General. Add the following: The Contractor shall submit a design mix report and verification
data for review by the Agency 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 2172, and Calif.
Test 202.
2. Stability' using:
a. 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 Stabilometer Values are greater than +/-4.
b.
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.
,-
e Revised 07/29/02 Contract No. 3583-A Page 79 of 92 Pages
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 2172: "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.
Add the following section:
203-1 1 ASPHALT PAVEMENT CRACK SEALANTS
203-1 1.1 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 1 (A).
.-
Property
Hardness
(indentation)
Tensile
Strenath
Elongation
~ Flex at -40°C
Weathering
Resistance
Salt-Spray
Resistance
Dielectric
Constant
TABLE 203-1 1.1 (A)
ELASTOMERIC SEALANT CHARACTERS1
Measuring Standard
(ASTM Designation)
ASTM D 2240 Rex.
Type A, Model 1700
ASTM D 412 Die C,
ASTM D 412 Die C,
0.6 mm (25 mil) Free
Film Bend (180")
ASTM D 822
Weatherometer 350 h
ASTM B 11 7 28 days
at 38°C
ASTM D 150
Results
65 - 85
3.45 MPa, minimum
400%, minimum
No cracks
Slight chalking
3.45 MPa, minimum
tensile; 400% minimum
Elonaation
Less than 25% change
cs
Conditions
25°C Q 50% relative
humidity
pulled at 508 mm (20") per
minute
pulled at 508 mm (20") per
minute
over 13 mm ('/$) Mandrel
Cured 7 days at 25°C Q
50% relative humidity
5% NaCI, Die C, pulled at
508 mm (20") per minute
over a temperature range of
-20EC to 50EC
Revised 07/29/02 Contract No. 3583-A Page 80 of 92 Pages
203-1 1.2 Asphaltic Emulsion Sealant. Asphaltic emulsion sealant shall conform to the State of
California Specification 8040-41 A-1 5 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).
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 11 3
Flash Point, COC, "C ASTM D 92
Viscosity, Brookfield ASTM D 4402
- Thermosel,
203-1 1.3 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 203-1 1.3(A).
Results Conditions
25"C, 150 g, 5 s 3.5 mm, max.
5 mm, max.
25%, min. 25°C
82 "C, min.
200 mm, min.
288 "C, rnin.
2.5-3.5 Pa-s No. 27 Spindle, 20
25"C, 50 mm/min
rpm, 190°C,
SECTION 207 - PIPE
207-2 REINFORCED CONCRETE PIPE.
207-2.5 Joints. Add the following: All RCP shall have watertight joints. Joints shall be of the
rubber-gasketed type meeting the requirements of ASTM Standard Specification designations C 361 -
95 and C 443-94.
Add the following section:
207-25 UNDERGROUND UTILITY MARKING TAPE.
Add the following section:
207-25.1 Detectable Underground Utility Marking Tape: Detectable Underground Utility
Marking Tape shall have a minimum 0.13 mm (0.005") overall thickness, with no less than a 35
gauge (AWG), 0.14 mm aluminum foil core. The foil must be visible from both sides. The layers shall
be laminated together with the extrusion lamination process, not adhesives. No inks or printing shall
extend to the edges of the tape. All printing shall be encased to avoid ink rub-off. Detectable Underground Utility Marking Tape shall conform to the properties listed in Tables 207-25(A) and 207-
25 (B).
@ Revised 07/29/02 Contract No. 3583-A Page 81 of 92 Pages
Property Method
Thickness ASTM D2103
Tensile strength ASTM D882
Elongation ASTM D882-88
Printability ASTM D2578
Flexi bi I ity ASTM D671-81
Inks Manufacturing specifications
Message repeat Manufacturing specifications
Foil Manufacturing specifications
Top layer Manufacturing specifications
Bottom layer Manufacturing specifications
Adhesives Manufacturing specifications
Bond strength
Colors APWA Code
Boiling H20 at 100 degrees Celsius
Value
01 14 mm (0.0056)
4500g/cm (25 Ibsiinch) (5,500 PSI)
40 percent at break
>50 dynedsquare centimeter
Pliable hand
Heat-set Mylex
Every 500 mm(20)
Dead sowannealed
Virgin PET
Virgin LDPE
>20 percent, solid 1.5#/R
Five hours without peel
See Table 207-25.1 (B)
Add the following section:
requirements of each of the following agency/association publications.
' 207-25.2 Materials Approvals. Detectable Underground Utility Marking Tape shall meet the
Color
Red
Yellow
Oranqe
Blue
Green
Brown
Purde
A. Department of Transportation, Materials Transportation Bureau, Off ice of Pipeline Safety.
USAS code for pressure piping 831.8, paragraph 192.321 (e).
B. National Transportation Safety Board, Washington, DC, Special Study Prevention of Damage
to Pipelines. Adopted June 7, 1974. Report NTSB-PSS-73-1.
C. American Petroleum Institute (API). Recommended practice for marking buried liquid
petroleum pipelines - APR RP 1 109.
D. General Services Administration, Washington, DC, Public Buildings Service Guide
Specification for Mechanical and Electrical Equipment - PBS 4-1 501, Amendment 2, Page 501 -1 4, Paragraph 18, Subparagraph 18.1 , Clause 18.1 .l.
E. Rural Electrification Authority (REA), US. Department of Agriculture, Washington, DC, National
Electrical Safety Code for Underground Construction for remote and immediate hazards.
Utility Marked
Electric power, distribution, transmission, and municipal electric systems.
Gas and oil distribution and transmission, dangerous materials, product and steam.
Telephone and telegraph systems, police and fire communications, and cable television.
Water systems.
Sanitary and storm sewer systems, nonpotable.
Force mains.
Reclaimed water lines.
a Revised 07/29/02 Contract No. 3583-A Page 82 of 92 Pages
_-
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
Rock Slope Protection Fabric for Rock Sizes Below 225 kg ($4 Ton)
Rock Slope Protection Fabric for Rock Sizes Including and Above 225
SECTION 21 3 - ENGINEERING FABRICS
Type Desiqnation
9ow s
180N
200w s
270W S
270W S
180N
250N
21 3-2 GEOSYNTHETICS
kg ($4 Ton)
Plant Protection Covering
Erosion Control Fence with 14 AWG - 150 mm x 150 mm (6”x6”) Wire
213-2.1 General.
Table 21 3-2.1 (A)
Add the following: Geotextile types shall be used for the applications listed in
90N
9ow s
and 3 m (10’) Post Spacing
Erosion Control Fence with 1.8 m (6’) Post Spacing and No Wire 200w s I Fencina I I
Add the following section: -
213-3 EROSION CONTROL SPECIALTIES.
Add the following section:
213-3.1 Gravel bags. Gravel bags for the use of temporary erosion control shall be burlap type,
filled with no less than 23kg (50 Ibs) of 19 mm (3/qII) crushed rock and securely tied closed. Plastic
bags are not acceptable.
?@ Revised 07/29/02 Contract No. 3583-A Page 83 of 92 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.
300-1.3 Removal and Disposal of Materials. add the following: Also included in clearing and
grubbing shall be removal and disposal of existing street poles and lights, metal guard rail, fences,
asphalt concrete and aggregate base, concrete curb and gutter, concrete sidewalk, existing gate,
existing headwalls, rip-rap, traffic signs, and other existing features which interfere with the work.
Whether or not such items are shown on the plans they shall be removed as a part of clearing and
grubbing. Existing underground pipes and conduits that are shown on the plans and designated to
be removed shall be removed by the Contractor as a part of clearing and grubbing.
-
300-2 UNCLASSIFIED EXCAVATION.
300-2.1 General. add the following: Unclassified excavation shall include removal and stockpile of
suitable material, recompaction, mixing, trenching and backfilling of storm drains, sewers, other
utilities, disposal of unsuitable materials, all cut and fill including, salvaging clean excavated material
and filling areas to the required grades and cross section. Unclassified excavation shall also include
scarification and moisture adjustment and compaction of the top 300 mm (1’) of the subgrade in the
roadway prism in cut areas to 95 percent relative compaction, wetland mitigation grading and
attendant work, export of remaining excess material to a disposal site or spoil area acquired by the
Contractor and pumping and disposal of storm and ground water. All site excavations, including
excavations for trenching and all structures, shall be tightly braced and fully sheeted such that the surrounding ground is in intimate contact with the shored excavation at all times during shoring
installation, subsequent construction and installations, and shoring removal. The Contractor is
responsible for designing temporary excavation support, to include surcharge loads from the
adjacent slope. Sloped excavations and trench boxes will not be allowed.
a Revised 01/29/02 Contract No. 3583-A Page 84 of 92 Pages
300-2.2.1 General. add the following: Alluvial and colluvial removal and recompaction shall
consist of excavating, blending and recompacting loose soils in areas that are designated to receive
fills. The existing loose soils shall be removed by the Contractor until a firm unyielding surface is exposed or to a depth determined by the Agency. If the excavated material contains 4%, or more,
water than the optimum moisture content the Contractor shall blend the wet soil with soils having a
lower moisture content and/or spread the excavated material in a manner that enables the material to
dry to optimum moisture content. The cost of spreading and/or drying shall be included in the
contract unit price for removal and recompaction. The excavated material shall be placed and
compacted in accordance with section 300-4 of the specifications except that section 300-4.9,
Measurement and Payment, shall not apply.
-
300-2.2.1 General. add the following to the first paragraph: Such direction may include, but is not
limited to, directing the Contractor to blend, adjust moisture content of, rework, and place unsuitable
soils at specific locations or elevations on the site.
Add the following section:
300-2.2.3 Compressible Soil. Compressible soils such as existing uncontrolled or unacceptable fill,
alluvium, and colluvium may exist within portions of the Project site. Where required by the Agency,
the Contractor shall remove such compressible soils from areas to receive fill or from areas upon
which surface improvements are to be placed. The removal and disposal of such compressible soils
shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered
otherwise unsuitable by the Agency in which case it may be paid for in accordance with section 300-
2.2.1.
300-2.2.4 Instability of Cuts. Add the following: The Contractor shall remove additional material as
directed by the Agency to improve the stability of excavated cuts. -
300-2.5 Slopes. add the following: The hinge points (the top and bottom) of slopes shall be located
within 75 mm (0.25,) of the locations shown on the plans.
300-2.5 Slopes. add the following: after the first sentence of the first paragraph: A slope shall be
defined as any area steeper than three horizontal to one vertical.
300-2.6 Surplus Material. add the following: The Contractor shall haul and dispose of all surplus
material from the project. The Contractor shall utilize highway legal haul trucks for this export of
material from the project site and to a site secured by the Contractor. No earth moving equipment or
special construction equipment, as defined in section 565 of the California Vehicle Code, will be
allowed for hauling material on public streets.
300-2.9 Payment. add the following: Payment for work performed under sections 300-2.2.1, 300-
2.2.2, 300-2.2.3 and 300-2.2.4, when the Agency determines that the soils are unsuitable, shall be
made for the actual labor, materials and equipment used to accomplish the work as per section 3-3
EXTRA WORK of the specifications.
Add the following section:
300-2.1 0 Grading Tolerance. The Contractor shall finish excavated areas other than slopes and
subgrade below structures, within the roadway and sidewalk areas within 30 mm (0.1’) of the grades
shown on the plans. Subgrade tolerances shall conform to the requirements of section 301-1.4
SSPWC.
.-
@ Revised 07/29/02 Contract No. 3583-A Page 85 of 92 Pages
300-3 STRUCTURE EXCAVATION AND BACKFILL
300-3.1 General. add the following: The Contractor shall excavate to the lines and levels required
and/or shown on the Drawings. The Contractor shall provide all shoring, bracing, cribbing, pumping,
and planking required. The Contractor shall excavate and maintain the bottom of all trenches in a
condition that is level, firm, clean and free from all debris or foreign matter. Excavations shall be kept
free from water at all times. The Contractor shall remove any unsuitable material encountered
below grade as directed by the Agency. All structure excavations shall be tightly braced and fully
sheeted such that the surrounding ground is in intimate contact with the shored excavation at all
times during shoring installation, subsequent construction and installations, and shoring removal.
The Contractor is responsible for designing temporary excavation support, to include surcharge
loads from the adjacent slope. Sloped excavations and trench boxes will not be allowed.
-
Tests
R-value
Expansion Index
Plasticity Index
Sieve Analvsis
300-4 UNCLASSIFIED FILL
Test Method No. Requirements
Calif. 301 40 Min.
UBC Standard 18-2 10 Max.
ASTM D 424 4 Max.
ASTM D 422 Percent Passina 75u (No. 200) 15 Max.
300-4.2 Preparation of Fill Areas. add the following: Except as provided in section 300-4.7,
“Compaction”, areas proposed for improvements all fill (including backfill and scarified ground
surfaces) shall be compacted by the Contractor to no less than 90 percent of maximum dry density
as determined in accordance with ASTM Test Procedure D1557-91.
300-4.6 Application of Water. add the following: The Contractor shall place all fill soil at a moisture
content no less than one (1) percent below optimum moisture as determined by ASTM test D-1557-
91.
300-4.8 Slopes. add the following: Feathering of fill over the tops of slopes will not be permitted.
The Contractor shall compact the faces of fill slopes with a sheep’s foot roller at vertical intervals no
cut back, the face of the slope shall be track walked upon completion.
- greater than 600 mm (2’) or shall be built and cut back to finish grade. In addition, if not over built and
300-5 BORROW EXCAVATION.
Add the following section:
300-5.2.1 Imported Borrow Properties. The Contractor shall provide imported borrow that is
clean well graded soil consisting of material conforming to all of the requirements in Table 300-
5.2.1(A) and the following requirements. Rock included in the top 1 m (3’) of imported borrow shall
be particles of less than 75 mm (3”). Rock included below the top 1 m (3’) of imported borrow shall
be particles of less than 150 mm (6”).
fs Revised 07/29/02 Contract No. 3583-A Page 86 of 92 Pages
300-9 GEOTEXTILES FOR EROSION CONTROL. Modify as follows: 300-9 GEOTEXTILES FOR
EROSION CONTROL AND WATER POLLUTION CONTROL.
Add the following section:
300-9.2 General. The Contractor shall provide erosion control and water pollution control
conforming to the requirements shown on the plans, as specified herein, and as elsewhere required
by the Contract Documents. Erosion control and water pollution control shall include the work
specified herein, and such additional measures, as may be directed by the Agency, to meet Best
Management Practices, as defined herein, and to properly control erosion and storm water damage
of the limits of work and construction impacts upon areas receiving drainage flows from within the
limits of work.
Add the following section:
300-9.2.1 Grading Controls. The Contractor shall protect all areas that have been graded and/or
cleared and grubbed as well as areas that have not been graded and/or cleared and grubbed within
the limits of work from erosion. The Contractor shall provide temporary earth berms, gravel bags, silt
fences, stabilized construction entrances and similar measures, coordinated with its construction
procedures, as necessary and as shown on the plans to control on site and off site erosion during the
construction period. The Contractor will be required to protect areas which have been cleared and
grubbed prior to excavation or embankment operations, and which are subject to runoff during the
duration of the contract. The criteria used to determine the appropriate erosion control measures
shall be the "Best Management Practices", hereinafter BMP, defined and described in the, "California
Storm Water Best Management Handbook, Construction Activity", March 1 993 edition as published
by the Storm Water Quality Task Force. The Contractor shall maintain a copy of the "California
Storm Water Best Management Handbook, Construction Activity", March 1993 edition on the project
site and shall conduct its operations in conformity to said Handbook.
Temporary erosion control measures provided by the Contractor shall include, but not be limited to,
the following:
a) Embankment areas, while being brought up to grade and during periods of completion prior to
final roadbed construction, shall be graded so as to direct runoff into impoundment areas within
the limits of work where such runoff shall have pollutants removed by BMP methods .
b) The Contractor shall provide protection by BMP measures to eliminate erosion and the siltation of
downstream facilities and adjacent areas. These measures shall include, but shall not be limited
to: temporary down drains, either in the form of pipes or paved ditches with protected outfall
berms; graded berms around areas to eliminate erosion of embankment slopes by surface runoff;
confined ponding areas to desilt runoff; and to desilt runoff.
c) Excavation areas, while being brought to grade, shall be protected from erosion and the resulting
siltation of downstream facilities and adjacent areas by the use of BMP measures . These
measures shall include, but shall not be limited to, methods shown on the plans and described
herein.
Revised 07/29/02 Contract No. 3583-A Page 87 of 92 Pages
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 “1 50mm (6 inches)” to “300 mm (1 2”)”.
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-1557-91.
Relative Compaction.
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.
_- 302-5.2.5 Pavement Transitions. add the following: The Contractor shall ramp the approaches and
termini to all structures and vertical joints in the cold-milled area which are transverse to through
traffic with temporary asphalt concrete pavement as specified in section 306-1 5.1. Ramps shall be
constructed the same day as cold milling and removed the same day as permanent paving. Ramp
dimensions and compaction shall be as approved by the Agency.
302-5.4 Tack Coat. add the following: The Contractor shall place a tack coat between the
successive interfaces of existing pavement and new pavement when, in the opinion of the Agency,
the Contractor has failed to maintain or prepare each existing or previously laid course of asphalt
receiving the subsequent course of asphalt in a sufficiently clean state and the asphalt receiving the
new pavement course is dirty enough to impair bonding between the next lift of asphalt.
302-5.5 Distribution and Spreading. modify as follows: After second sentence of sixth paragraph,
add: The Contractor shall provide the spreading and finishing machine used to construct the asphalt
concrete surface course with an automatic screed contra1 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 Agency.
modify as follows: After last paragraph, add: Unless directed otherwise by the Agency, the initial
breakdown rolling shall be followed by a pneumatic-tired roller as described in this section.
Revised 07/29/02 Contract No. 3583-A Page 88 of 92 Pages
SECTION 303 CONCRETE AND MASONRY CONSTRUCTION.
Type of underground facilities
Water Service Lateral
303-1 CONCRETE STRUCTURES
Marking
W
303-1.6.2 Falsework Design. add the following: The Contractor shall provide all temporary bracing
necessary to withstand all imposed loads during erection, construction, and removal of any
falsework. The Contractor shall provide falsework drawings and calculations prepared by a registered professional Agency, civil or structural, that show provisions for resolution of all loads that
may be imposed upon the falsework. Such plans and calculations shall include:
1. Resolution of all live, dead, wind, construction and impact loads that may be imposed on the
2. Temporary bracing or methods to be used during each phase of erection and removal of the
3. Concrete placement sequence.
4. Erection and removal sequence.
5. Deflection values for the falsework that include recommended methods to compensate for
falsework.
falsework.
falsework deflections, vertical alignment, and anticipated falsework deflection.
303-2 AI R-PL ACED CONCRETE.
303-2.1 .l. Add the following: Modify Regional Standard Drawing D-75 as follows: replace stucco
netting with 150mm (6” x 67 by No. 10 by No. 10 welded wire mesh.
303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS,
ACCESS RAMPS, AND DRIVEWAYS.
303-5.5.2 Curb. add the following: The Contractor shall stamp the curb face with 75 mm (3) high
block letters directly above the point that it is crossed by underground facilities with the marking
specified in Table 303-5.5.2(A)
-
I Sewer Service Lateral
lrriaation Water Lateral or Sleeve S
RW
.-
Revised 07/29/02 Contract No. 3583-A Page 89 of 92 Pages
- ~~~
SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION _-
306-1 OPEN TRENCH OPERATIONS
Add the following section:
306-1.1.7 Steel Plate Bridging - With a Non-Skid 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:
306-1.1.7.1 Requirements for Use. Alternate construction methods that avoid the use of steel
plate bridging shall be used by the Contractor unless otherwise approved by the Agency.
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 IkrnhJ + SLOPE X 1001 X LANES
1000 8
PS = [ ADT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED IrnDh) + SLOPE X 1001 X LANES
lo00 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.
@ Revised 07/29/02 Contract No. 3583-A Page 90 of 92 Pages
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 Agency, the Agency determines that no alternative method of construction is possible in lieu of using steel plate bridging or that other overriding 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 Agency’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 Agency 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: 306-1.1.7.3 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 61 0 mm (2’) beyond the edges of
c) Steel plate bridging shall be installed to operate with minimum noise.
sole discretion of the Agency, it is approved as specified hereinbefore.
the trench.
When the use of steel plate bridging and shoring is approved by the Agency, the Contractor shall install using either Method (1) 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 Kdhr (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 W) steel bolts placed through the plate and driven into holes drilled 300 mm (12) into the pavement section, or other devices approved by the Agency. 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 surface during and after their use.
a Revised 07/29/02 Contract No. 3583-A Page 91 of 92 Pages
Maximum Trench Width (’)
0.3 m (10”)
0.6 m (23)
0.8 m (31”)
1.0 m (41”) I 25 mm (1”)
Minimum Plate Thickness
13 mm (l/;)
19 mm (V;)
22mm (’/;I
~ 1.6 m (63)
Steel pl,ate 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 Agency 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.
32 mm (1 W)
306-1.2.1 Bedding. add the following: (C) Pipe Bedding. Pipe bedding shall be placed in loose lift
thickness not more than 6 inches. Pipe bedding shall be wrapped and completely encapsulated in a
geotextile fabric that meets the requirements of Type 180N as specified in Table 21 3-2.2(A).
-
306-1.2.4 Field Jointing of Reinforced Concrete Pipe. add the following: The Contractor shall
provide Gasket-type joints (watertight joints) for all reinforced concrete pipe.
306-1.3.1 General. add the following: The Contractor shall install detectable underground utility
marking tape 230 mm k. 75 mm (9” k. 3”) above each or, in the case of bundled underground conduit
of the same type, the upper underground conduit being installed by the open trench method. The
type and color of detectable underground utility marking tape shall conform to the requirements of
section 207-25 et seq.
306-1.3.4 Compaction Requirements. delete Section 306-1.3.4 and replace with the following: The
Contractor shall densify trench backfill to a minimum of 90 percent relative compaction except that in
the top 300 mm (12”) of the street right-of-way, compaction shall be 95 percent.
306-5 ABANDONMENT OF CONDUITS AND STRUCTURES. Add the following: Unless otherwise
noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any
type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of
the work and shall replace said pipelines and conduits with properly compacted soils. Payment for
removal and disposal of abandoned utilities shall be included in the lump-sum bid for Clearing and
Grubbing, and no additional payment will be made.
@ Revised 07/29/02 Contract No. 3583-A Page 92 of 92 Pages
CANNON ROAD LIFT STATION
TECHNICAL SPECIFICATIONS
Division 01 . General Requirements
01600
01630
01730
01750
01780
Material and Equipment ........... ..:.. ................................................... 0 1600-0 1 to 0 1600-1 0
Substitutions and Product Options ................................................... 0 1630-0 1 to 0 1630-04
Operation and Maintenance Data ..................................................... 01 730-0 1 to 0 1730-04
Equipment Testing and Startup ........................................................ 01750-01 to 01750-06
Contract Closeout ............................................................................. 01780-01 to 01780-02
Division 02 . Site Work
02050
02140
022 10
02361
02616
02622
02623
02810
02900
Demolition ....................................................................................... 02050-01 to 02050-04
Dewatering and Drainage ................................................................. 02140-01 to 02140-04
Caisson Construction ....................................................................... 022 10-0 1 to 022 10-06
Drilled Piers ..................................................................................... 02361-01 to 02361-08
Ductile Iron Pipe and Fittings .......................................................... 02616-01 to 02616-06
Polyvinyl Chloride (PVC) Gravity Sewer Pipe ................................ 02622-01 to 02622-06
High Density Polyethylene (HDPE) Pipe and Fittings ..................... 02623-01 to 02623-06
Irrigation System .............................................................................. 028 10-01 to 028 10- 1 6
Landscaping ..................................................................................... 02900-01 to 02900-10
Division 03 . Concrete
03 100
03200
03250
03 3 00
03350
03380
03400
03482
03600
Concrete Formwork ......................................................................... 03 100-01 to 03100-06
Concrete Reinforcement ................................................................... 03200-01 to 03200-06
Concrete Joints and Joint Accessories .............................................. 03250-01 to 03250-04
Cast-in-Place Concrete ..................................................................... 03300-01 to 03300-18
Concrete Finishing ........................................................................... 03350-01 to 03350-06
Concrete ElectricaVInstrumentation Duct Encasement .................... 033 80-0 1 to 033 80-02
Precast Concrete Structures .............................................................. 03400-01 to 03400-14
Precast Concrete Moldings ............................................................... 03482-01 to 03482-02
Grout ................................................................................................ 03600-01 to 03600-08
Division 04 . Masonry
04200
04270
0443 0
Masonry ........................................................................................... 04200-01 to 04200-20
Simulated Stone ............................................................................... 04430-01 to 04430-04
Glass Unit Masonry .......................................................................... 04270-01 to 04270-02
Division 05 . Metals
05120
05310
05500
Structural Steel ................................................................................. 05 120-01 to 05 120-06
Steel Roof Deck ............................................................................... 05310-01 to 05310-06
Miscellaneous Metal ........................................................................ 05500-01 to 05500-10
Division 06 -Woods and Plastics
066 15 Fiberglass Reinforced Plastic Components ...................................... 066 10-0 1 to 066 10-04
Cannon Road Lift Station Project No . 3583-A TOC-1
Division 07 . Thermal and Moisture Protection
07210
07322
07600
0790 1
Building Insulation .......................................................................... .0721 0.0 1 to 072 10-02
Concrete Roofmg Tiles .................................................................... 07322-0 1 to 07322-04
Flashing and Sheet Metal ................................................................. 07600-01 to 07600-04
Joint Sealers ..................................................................................... 07901-01 to 07901-06
Division 08 . Doors and Windows
081 10
0833 1
08710
Metal Doors and Frames .................................................................. 081 10-01 to 081 10-04
Fire-Rated Overhead Coiling Doors ................................................. 0833 1-01 to 0833 1-04
Finish Hardware ............................................................................... 08710-01 to 08710-10
Division 09 . Finishes
09200
093 10
095 10
09902
Lath and Plaster ................................................................................ 09200-01 to 09200-06
Ceramic Tile ..................................................................................... 093 10-01 to 093 10-04
Acoustical Ceilings .......................................................................... 09510-01 to 09510-04
Painting and Coatings ...................................................................... 09200-01 to 09200-1 8
Division 10 . Specialties
10200
10400
10522
10800
Division 11 . Equipment
Architectural Louvers ....................................................................... 10200-01 to 10200-04
Signage ............................................................................................. 10400-01 to 10400-04
Fire Extinguishers and Brackets ....................................................... 10522-01 to 10522-02
Toilet Accessories ............................................................................ 10800-01 to 10800-02
1
11260
11310
11346
1 1400
Chemical'Feed and Metering Pumps ............................................... 11260-01 to 1 1260-14
Submersible Pumps ......................................................................... 11310-01 to 1 1310-06
Cross-Linked Polyethylene Tanks ................................................... 1 1346-01 to 1 1346-08
Hydraulic Specialties ....................................................................... 11400-01 to 1 1400-06
Division 12 . NOT USED
Division 13 . Special Construction
13300 Instrumentation and Controls ........................................................... 13300-01 to 13300-24
Division 14 . NOT USED
Division 15 . Mechanical
15050
15064
15066
15100
15400
1541 0
15440
15450
15500
Piping . General Requirements ...................................................... 15050-01 to 15050-06
PVC Pipe and Fittings ...................................................................... 15064-01 to 15064-08
Double Wall Chemical Pipe System ................................................ 15066-01 to 15066-04
Valves .............................................................................................. 15100-01 to 15 100-08
Plumbing . General Provisions ........................................................ 15400-01 to 15400-08
Plumbing - Piping Systems ............................................................. 15410-01 to 15410-12
Plumbing Equipment ....................................................................... 15450-01 to 15450-06
WAC General Provisions ............................................................... 15500-01 to 15500-26
Plumbing Fixtures and Trim ............................................................. 15440-01 to 15440-06 i
TOC-2 Cannon Road Lift Station Project No . 3583-A
15510
15995
Stainless Steel Pipe and Fittings (Odor Exhaust) ...... . . ..... ..... . . . .. . ... .. 155 10-0 1 to 1 55 10-06
Odor Control System (Activated Carbon) ........................................ 15995-01 to 15995-08
Division 16 - Electrical
16020
16426
16480
16500
16620
16950
Electrical - General Provisions ........................................................ 16020-01 to 16020-22
Distribution Switchboards ................................................................ 16426-01 to 16426-04
Motor Control Center ....................................................................... 16480-01 to 16480-12
Lighting System ............................................................................... 16500-01 to 16500-04
Standby Engine Generator System ................................................... 16620-01 to 16620-14
Electrical Acceptance Tests ............................................................. 16950-01 to 16950-06
APPENDICES
Appendix A Standard Drawings
Appendix B
Appendix C
Storm Water Pollution Prevention Plan (Template)
Right-of-Entry Agreement (Staging Area)
Cannon Road Lift Station Project No. 3583-A TOG3
This page intentionally left Blank.
I
Cannon Road Lift Station Project No. 3583-A TOC-4
SECTION 0 1600
MATERIAL AND EQUIPMENT
PART 1
1.01
A.
B.
GENEW
SCOPE OF WORK
This specification is a general specification and contains general requirements applicable to multiple
sections or detailed specifications not specifically included in other sections. Where there is a
conflict between this Section and other individual Technical Specifications (Divisions 1-1 6), the
latter shall govern.
Material and equipment incorporated into the work:
1. Conform to applicable specifications and standards.
2. Comply with size, make, type and quality specified, or as specifically approved in writing by the
Agency.
3. Manufactured and Fabricated Products
a. Design, fabricate and assemble in accord with the best engineering and shop practices.
b. Manufacture like parts of duplicate units to standard sizes and gauges, to be
interchangeable.
c. Two or more items of the same kind shall be identical, by the same manufacturer.
d.. Products shall be suitable for service conditions.
e. Equipment capacities, sizes and dimensions shown or specified shall be adhered to unless
variations are specifically approved in writing.
4. Do not use material or equipment for any purpose other than that for which it is designed or is
specified.
5. Unless specifically noted otherwise the arrangement of equipment shown on the Drawings is
based upon information available at the time of design and is not intended to show exact
dimensions peculiar to a specific manufacturer. The Drawings are, in part, diagrammatic, and
some features of the illustrated equipment installation may require revision to meet actual
equipment installation requirements. Structural supports, foundations, connected piping and
valves and electrical and instrumentation connections indicated may have to be altered to
accommodate the equipment provided. No additional payment will be made for such revisions
and alterations. Substantiating calculations and drawings shall be submitted prior to beginning
the Work.
Cannon Road Lift Station
Proiect No. 3583
Material and Equipment
01600-1
P:\Clty of Carlsbad-16827W0679-LifI StaBon\7 pml DocJ\7.2 Final Docs\ioO % Specs\01600 doc
1.02
A.
B.
1.03
A.
B.
C.
D.
E.
F.
1.04
A.
B.
RELATED WORK
Conditions of the Contract
Operating and Maintenance Data is included in Section 0 1730.
APPROVAL OF MATERIALS
Only new materials and equipment shall be incorporated in the work. All materials and equipment
hmished shall be subject to the inspection and approval of the Agency. No material shall be
delivered to the work without prior approval of the Agency.
Within 30 days after the effective date of the Agreement, submit to the Agency, data relating to
materials and equipment proposes to be furnished for the work. Such data shall be in sufficient
detail to enable the Agency to identify the particular product and to form an opinion as to its
conformity to the specifications.
Facilities and labor for handling and inspection of all materials and equipment shall be furnished by
the Contractor. If the Agency requires, either prior to beginning or during the progress of the work,
submit samples of materials for such special tests as may be necessary to demonstrate that they
conform to the specifications. Such samples shall be furnished, stored, packed, and shipped as
directed at the Contractor's expense. Except as otherwise noted, the Agency will make arrangements
for and pay for the tests.
Submit data and samples sufficiently early to permit consideration and approval before materials are
necessary for incorporation in the work. Any delay of approval resulting from the failure to submit
samples or data promptly shall not be used as a basis of claim against the Agency.
In order to demonstrate the proficiency of workmen or to facilitate the choice among several
textures, types, finishes and surfaces, provide such samples of workmanship or finish as may be
required.
The materials and equipment used on the work shall correspond to the approved samples or other
data.
MANUFACTURER'S INSTRUCTIONS FOR INSTALLATION
When Contract Documents require that installation of work shall comply with manufacturer's printed
instructions, obtain and distribute copies of such instructions to parties involved in the installation,
including five copies to the Agency.
1. Maintain one set of complete instructions at the job site during installation and until completion.
Handle, install, connect, clean, condition and adjust products in strict accord with such instructions
and in conformity with specified requirements.
1. Should job conditions or specified requirements conflict with manufacturer's instructions,
consult with Agency for further instructions.
2. Do not proceed with work without clear instructions.
Material and Equipment
0 1600-2 Project No. 3583
Cannon Road Lift Station
P:\City of Callsbad-16827W0679-LiR StalionV Pro] Docs\7.2 Fmal Docs\lOO % Spen\OlGOO.dOC
C. Perform work in accordance with manufacturer's instructions. Do not omit any preparatory step or
installation procedure unless specifically modified or exempted by Contract Documents.
1.05 STORAGE AND PROTECTION
A. Furnish a covered, weather-protected storage structure providing a clean, dry, noncorrosive
environment for all mechanical equipment, valves, architectural items, electrical and instrumentation
equipment and special equipment to be incorporated into this project. Storage of equipment shall be
in strict accordance with the "instructions for storage" of each equipment supplier and manufacturer
including connection of heaters, placing of storage lubricants in equipment, etc. Furnish a copy of
the manufacturer's instructions for storage to the Agency prior to storage of all equipment and
materials. Corroded, damaged or deteriorated equipment and parts shall be replaced before
acceptance of the project. Equipment and materials not properly stored will not be included in a
payment estimate.
B. Store products in accordance with manufacturer's instructions, with seals and labels intact and
legible.
1. Store products subject to damage by the elements in weather-tight enclosures.
2. Maintain temperature and humidity within the ranges required by manufacturer's instructions.
3. Store fabricated products above the ground, on blocking or skids, prevent soiling or staining.
Cover products which are subject to deterioration with impervious sheet coverings, provide
adequate ventilation to avoid condensation.
4. Store loose granular materials in a well-drained area on solid surfaces to prevent mixing with
foreign matter.
C. All materials and equipment to be incorporated in the work shall be handled and stored before,
during and after shipment in a manner to prevent warping, twisting, bending, breaking, chipping,
rusting and any injury, theft or damage of any kind whatsoever to the material or equipment.
D. Cement, sand and lime shall be stored under a roof and off the ground and shall be kept completely
dry at all times. All structural and miscellaneous steel and reinforcing steel shall be stored off the
ground or otherwise to prevent accumulations of dirt or grease and in a position to prevent
accumulations of standing water and to minimize rusting. Beams shall be stored with the webs
vertical. Precast concrete beams shall be handled and stored in a manner to prevent accumulations
of dirt, standing water, staining, chipping or cracking. Brick, block and similar masonry products
shall be handled and stored in a manner to reduce breakage, chipping, cracking and spalling to a
minimum.
E. All materials which, in the opinion of the Agency, have become so damaged as to be unfit for the
use intended or specified shall be promptly removed from the site of the work and the Contractor
shall receive no compensation for the damaged material or its removal.
F. Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of
stored products to assure that products are maintained under specified conditions and free from
damage or deterioration.
Cannon Road Lift Station
Project No. 3583
P:\City of Carlsbad-16827W0679-Liff StaIiOnV PrOj Docs\7.2 Final Docs\lOO % SpecsW16OO.doc
Material and Equipment
01 600-3
G. Protection Afier Installation
1. Provide substantial coverings as necessary to protect installed products from damage from trafic
and subsequent construction operations. Remove covering when no longer needed.
H. The Contractor shall be responsible for all material, equipment and supplies sold and delivered to the
Agency under this Contract until final inspection of the work and acceptance thereof by the Agency.
In the event any such material, equipment and supplies are lost, stolen, damaged, or destroyed prior
to final inspection and acceptance, the Contractor shall replace same without additional cost to the
Agency.
I. Failure to take proper action on storage and handling of equipment supplied under this Contract
within seven days after written notice to do so has been given, the Agency retains the right to correct
all deficiencies noted in previously transmitted written notice and deduct the cost associated with
these corrections from the Contract. These costs may be comprised of expenditures for labor,
equipment usage, administrative, clerical, engineering, and any other costs associated with makmg
the necessary corrections.
1.06 SPECIAL TOOLS
A. Manufacturers of equipment and machinery shall furnish any special tools (including grease guns or
other lubricating devices) required for normal adjustment, operations and maintenance, together with
instructions for their use. Preserve and deliver to the Agency these tools and instructions in good
order no later than 10 days prior to plant start-up.
1.07 STORAGE AND HANDLING OF EQUIPMENT ON SITE
A. Because of the long period allowed for construction, special attention shall be given to the storage
and handling of equipment on site. As a minimum, the procedure outlined below shall be followed.
1. Equipment shall not be shipped until approved by the Agency. The intent of this requirement is
to reduce on-site storage time prior to installation and/or operation. Under no circumstances
shall equipment be delivered to the site more than one month prior to installation without written
authorization from the Agency. Operation and maintenance data as described in Section 0 1730
shall be submitted to the Agency for review prior to shipment of equipment.
2. All equipment having moving parts such as gears, electric motors, etc, and/or instruments shall
be stored in a temperature and humidity controlled building approved by the Agency, until such
time as the equipment is to be installed.
3. All equipment shall be stored fully lubricated with oil, grease, etc, unless otherwise instructed by
the manufacturer.
4. A copy of the manufacturer's storage instructions shall be given to the Agency and shall be
carefully studied by the Contractor and reviewed with the Agency by him. These instructions
shall be carefblly followed and a written record of this kept by the Contractor.
Material and Equipment
01 600-4 Cannon Road Lift Station Project No. 3583
P:\Cily of Cadsbad-1682N0679-Lifl Station\7 Pmj Docs\7.2 Final Dou\lOO K SpecsUJ1600.doc
1.08
A.
1.09
A.
1.10
A.
B.
1.1 1
A.
B.
5. Moving parts shall be rotated a minimum of once weekly to insure proper lubrication and to
avoid metal-to-metal "welding". Upon installation of the equipment, start the equipment, at least
half load, once weekly for an adequate period of time to ensure that the equipment does not
deteriorate from lack of use.
6. Lubricants shall be changed upon completion of installation and as frequently as required
thereafter during the period between installation and acceptance. Mechanical equipment to be
used in the work, if stored for longer than ninety days, shall have the bearings cleaned, flushed
and lubricated prior to testing and startup, at no extra cost to the Agency.
7. Prior to acceptance of the equipment, have the manufacturer inspect the equipment and certify
that its condition has not been detrimentally affected by the long storage pkriod. Such
certifications by the manufacturer shall be deemed to mean that the equipment is judged by the
manufacturer to be in a condition equal to that of equipment that has been shipped, installed,
tested and accepted in a minimum time period. As such, the manufacturer will guarantee the
equipment equally in both instances. If such a certification is not given, the equipment shall be
judged to be defective. It shall be removed and replaced at the Contractor's expense.
WARRANTY
For all major pieces of equipment, submit a warranty fiom the equipment manufacturer as specified.
SPARE PARTS
Spare parts for certain equipment provided under Divisions 1 1, 12, 13, 14, 15 and 16 have been
specified in the pertinent Sections. Collect and store all spare parts as required by the manufacturer
in accordance with Paragraph 1.08 above. In addition, furnish to the Agency an inventory listing all
spare parts, the equipment they are associated with, and the name and address of the supplier.
Deliver the spare parts to the Agency not later than 10 days prior to plant start-up.
GREASE, OIL AND FUEL
All grease, oil and fuel required for testing of equipment shall be furnished with the respective
equipment. The Agency shall be furnished with a year's supply of required lubricants including
grease and oil of the type recommended by the manufacturer with each item of equipment supplied
underDivisions 11, 12, 13, 14, 15 and 16.
The Contractor shall be responsible for changing the oil in all drives and intermediate drives of each
mechanical equipment after initial break-in of the equipment, which in no event shall be any longer
than three weeks of operation.
INITIAL SUPPLY OF FERRIC CHLORIDE
Contractor shall furnish 4,000 gallons of femc chloride, at a concentration of 35% to 45%, to fill
Cannon Road Lift Station chemical storage tank for equipment startup and testing purposes.
Any residual femc chloride remaining in chemical storage tank at the conclusion of a successful
startup and testing program, as determined by Engineer, shall remain the property of the Agency.
Cannon Road Lift Station
Project No. 3583
P\Cily of Carlsbad-16827U0679-Lifl Station17 Proj Docs\7.2 Final Docs\lOO % Specs\Ol W0.doc
Material and Equipment
01 600-5
C. Should the equipment startup and testing program require more than 4,000 gallons of ferric chloride
to complete, Contractor shall continue to furnish additional ferric chloride to refill chemical storage
tank to its maximum recommended capacity before resuming the equipment startup and testing
program.
PART 2 PRODUCTS
2.01 ANCHORAGE OF EQUrPMENT
A. Anchor bolts for all equipment and appurtenances shall be furnished and installed as specified herein
andor as shown on the Drawings. Anchor bolt holes in equipment support frames shall not exceed
the bolt diameters by more than 25 percent, up to a limiting maximum oversizing of %inch.
Minimum anchor bolt diameter shall be %-inch, unless otherwise specifically acceptable to the
Agency for minor equipment only. All anchor bolts shall be furnished with leveling nuts, the faces
of which shall be tightened against flat surfaces to not less than 10 percent of the bolt’s safe tensile
stress.
B. It shall be the responsibility of the equipment manufacturer to determine the number, size, and
location of all anchor bolts to be set in concrete. Minimum lengths and embedment dimensions shall
be as noted on the Drawings. Embedment details for anchor bolts used with equipment shall be as
shown on the Drawings. All anchor bolts shall be furnished by the equipment manufacturer to the
Contractor. Anchor bolts, nuts, and washers located in any water containing structure or channel,
including chemical containment areas, shall be Type 3 16 stainless steel; all other anchor bolts, nuts,
washers, and bolt sleeves shall be Type 304 stainless steel in accordance with Paragraph 2.02 herein,
unless specified otherwise.
C. Expansion bolts, nuts, and washers located in any water containing structure or channel, shall be
Type 3 16 stainless steel equal to Kwik-Bolt 11 as manufactured by Hilti; all other expansion bolts,
nuts, and washers shall be Type 304 stainless steel equal to Kwik.Bolt 11 as manufactured by Hilti.
Anchor bolts shall further comply with Section 05500 requirements, including alternate
manufactures.
D. Anchor bolts and expansion bolts shall be set accurately. If anchor bolts are set before the concrete
has been placed, they shall be carefully held in suitable templates furnished by the manufacturer and
be of an acceptable design. Anchor bolts shall be formed as indicated on the Drawings. If anchor or
expansion bolts are set after the concrete has been placed, all necessary drilling and grouting or
caulking shall be done by the Contractor and care shall be taken not to damage the structure or finish
by cracking, chipping, spalling or otherwise during the dnlling, expanding and caulking.
No equipment shall be anchored to vertical structural elements without written approval of the
Agency, except pipe hangers, supports or anchorage as specified.
E.
Material and Equipment 0 1 600-6
Cannon Road Lift Station Project No. 3583
P\Cily of Carlsbad-1682No679-Lifl Station\T Pro] Docs\7.2 Final Docs1100 36 SpecsW1600.dx
F. Seismic Considerations
1. For all equipment with an operating weight of 400 pounds or more (250 pounds in the case of
vibration isolated equipment having seismic restraints) in addition to the above requirements, the
Contractor shall submit detailed calculations for review by the Agency which demonstrates that
the anchor bolting will not fail in shear or in tension. Calculations shall be prepared by a civil or
structural Agency registered in California. Calculations shall include the following steps as a
minimum:
a. Determination of the operating weight and centroid of the equipment.
b. Determination of the shear and overturning forces at each anchorage due to the force
determined, as specified below, being applied at the equipment's centroid.
c. Determination of the shear and tension forces which must be developed by the anchorage at
each support to resist the forces calculated.
d. Selection of anchorage details based upon the maximum shear and tension forces calculated
above. As a minimum, details shall include number of bolts, materials, diameter, total length,
embedded length, required edge distance, and bolt dimensions.
e. The design for cast-in anchor bolts shall be in accordance with the Uniform Building Code
Section 1923. The design of expansion or adhesive bolts shall be in accordance with the
applicable ICBO report. Design shall be based on installation in concrete with a 28day
compressive strength of 3,000 psi.
f. All anchorage for equipment shall, as a minimum, be designed to comply with the
requirements of Section 1632 of the Uniform Building Code.
g. Anchorage shall be designed to resist the minimum lateral force Fp in the direction of each
principal horizontal axis using the following parameters:
Where
ap = Structure Component Amplification Factor Specified in Table 16-0,
(UBC 97)
Ca = Seismic Coefficient for the Site Specific PGA is 0.40. (Per Geotechnical
Report.)
Ip = Importance Factor Specified in Table 16-K, (UBC 97). Use 1.50
Rp= Component Response Modification Factor Specified in Table 16-0,
(UBC 97). Use 1.5 for all shallow anchors as defined in Section 1632.2
of the UBC, and expansion anchors. Use 1 .O for non-ductile anchors
and adhesive anchors.
Cannon Road Lift Station Project No. 3583
P\City of Carlsbad-16827\30679-Lifl StationV Prq Docs\7.2 Final Docs\lW K SpecsUIlMH3,doc
Material and Equipment
01 600-7
hr = Structure Roof Elevation with respect to grade
h, = The element or component attachment elevation with respect to grade.
hr shall not be taken less than 0.0
The weight of an element or component - - WQ
The lateral force Fp shall not be less than or more than the minimum and maximum forces in
Section 1632 of the Uniform Building Code.
h. In addition to the lateral forces, the anchorages shall be designed to resist a vertical force, &
applied to the equipment using the following equation:
0.5 C, ID - - E"
Where
I= Importance Factor Specified in Table 16-K, (UBC 97). Use 1.25
D= Dead Load Effect. May be taken as zero for allowable stress dqg
Ca = Seismic Coefficient for the Site Specific PGA is 0.40.
i. Anchorage for equipment shall be designed to resist seismic forces occurring at each of the
three principal directions separately as well as simultaneously. The orthogonal effects may be
combined on a square root of the sum of the squares (SRSS) basis, using 100 percent of the
forces in three directions. Where inclusion of vertical loads results in a less conservative
design, vertical effects shall be neglected.
2. Vibration-isolated equipment shall be provided with snubbers capable of retaining the
equipment in its designated locations without any material failure or deformation of the snubbers
when exposed to a vertical or horizontal force at the contact surface equal to 100 percent of the
operating weight of the equipment. Air gaps between retainer and equipment base shall not
exceed '/-inch.
3. Inasmuch as most anchorage of equipment is to be made of cast-in-place concrete elements, it is
imperative that types of anchorage be coordinated with the Contractor so that anchorage may be
installed at time of concrete placement. If calculations and anchorage details are not submitted
prior to placement of concrete, the Contractor will become responsible for any strengthening of
concrete elements because of superimposed seismic loading.
4. All piping, raceways, ductworks, accessories, appurtenances, etc., furnished with equipment
shall be anchored to resist a lateral seismic force of 40 percent of its operating weight without
excessive deflection. This force shall be considered acting at the center of gravity of the piece
under consideration.
5. Piping with flexible connection and/or expansion joints shall be anchored such that the intended
uses of these joints are maintained in the piping system.
1
Material and Equipment
01 600-8 Project No. 3583 Cannon Road Lift Station
P\Clty of Carlsbad-16827\30679-Lifl StabOn\7 Roj Docs\7.2 Final Dow\lOO % SpeCS\O16OO.doc
PART 3
3.01
A.
B.
C.
D.
E.
3.02
A.
B.
C.
EXECUTION
INSTALLATION OF EQUIPMENT
See related specification sections for required manufacturer's services during installation of
equipment. Unless otherwise noted the Contractor will furnish and pay for and coordinate all
necessary labor, equipment, tools, water, and power required to install, service, and make
adjustments necessary for the proper installation and shall perform the installation.
Ensure proper installation of all items in accordance with manufacturer's recommendations and
instructions in the location(s) shown to produce a complete workable system; particularly to ensure
the correct alignment of drivers and pumps, etc. All units shall be aligned on their foundations by
qualified millwrights after their sole plates have been shimmed level at the anchor bolts. Set all
anchor bolts in place and tighten all nuts against the shims. After the foundation alignments have
been considered acceptable to the Agency, securely bolt in place the bedplates or wing feet of the
equipment. Make further and final alignment checks and any adjustments before grouting in the sole
plates. Under no circumstances will "pipe springing" be allowed. See also Paragraphs 2.08 and
2.09.
Wedges, shims, filling pieces, keys, packing, grout, or other materials necessary to align, level, and
secure equipment in place shall be furnished and installed by the Contractor. All parts intended to
be plumb, level or perpendicular must be exactly so. Any gnnding required to bring parts to proper
bearing shall be done at the expense of the Contractor.
Normal installation procedures for all items (including Agency furnished items if any) such as:
making connections, adjusting packing, aligning, connection of bases, coupling, wiring, piping,
shimming, assembly of normally shipped loose components, use of drift pins, debumng,
identification of wires at terminals, following manufacturer's instructions and similar items of
standard installation practice shall be performed by the Contractor whether specifically mentioned
herein or not. References are made to: AISC "Code of Standard Practices" Section 5-180;
"Standards of the Hydraulic Institute"; American Welding Society Standards, applicable government
codes.
Installation shall include furnishing the grease and lubrication for testing and one year's supply. See
Paragraph 2.1 1.
FIELD TESTING AND CORRECTION OF DEFICIENCIES
Field testing shall not be conducted until the installation is certified (in writing) as acceptable by the
Manufacturer. Field Testing may not be required for all items. Testing shall be conducted in
accordance with the individual Specification Sections.
The Manufacturer shall furnish to the Agency and the Contractor, at least ninety (90) days prior to
scheduled field testing, a list of those special items needed to test the equipment and for use during
normal operation and maintenance.
Unless otherwise noted the Contractor will furnish and pay for all necessary labor, equipment, tools,
water, incidentals, and power required for proper testing and initial operation. Unless otherwise
noted the Contractor will operate the equipment and conduct the field test(s).
Cannon Road Lift Station Material and Equipment
Proiect No. 3583 0 1 600-9
D. Field testing shall be as set out in the individual Specifications and herein for vibration and noise,
and shall also include the lubrication system and its components. Field testing shall be witnessed by,
and acceptable to, the Manufacturer's representative and the Agency, unless otherwise noted.
E. All defects recorded during the above field tests and all defects and failures occurring within the
Correction period shall be corrected by and at the expense of the Contractor.
F. In the event the items or system performance does not meet the requirements of the Specifications,
the necessary corrective measures shall be made at the expense of and by the Contractor, unless
otherwise specifically noted, and the item or system retested. If the items or system remains unable
to meet the design requirements to the satisfaction of the Agency, they shall be removed and
replaced with satisfactory items or system(s) at the Contractor's expense, unless otherwise
specifically noted.
G. The above testing and/or correction procedures shall continue until the items are acceptable to the
Agency.
END OF SECTION
Material and Equipment
0 1 600-1 0
Cannon Road Lift Station
Project No. 3583
P:\City of Carlsbad-16827\30679-LiR Statim\7 Prq Docs\7.Z Final Docs\lOO % SpecsW1600.doc
SECTION 01630
SUBSTITUTIONS AND PRODUCT OPTIONS
PART 1
1.01
A.
B.
1.02
A.
1.03
A.
B.
C.
1.04
A.
B.
GENERAL
REQUIREIVENTS INCLUDED
Furnish and install products and equipment specified, under options and conditions for substitutions
stated in this Section.
Whenever a product, material or item of equipment is specified or described by using the name of a
proprietary product or the name of a particular manufacturer or vendor, followed by the phase "or
equal," the specific item mentioned shall be the basis upon which bids are to be prepared, and shall
be understood as establishing the type, function, dimension, appearance and quality desired. Other
manufacturer's or vendor's products not named will be considered as substitutions, provided the
required information is submitted in the manner set forth in this section and provided the substitution
will not require substantial revision to the Contract Documents.
RELATED WORK
Material and Equipment is included in Section 01600.
CONTRACTORS OPTIONS
For Products specified only by reference standard, select product meeting that standard, by any
manufacturer.
For Products specified by naming several products or manufacturers, select any one of products and
manufacturers named which complies with Specifications.
For Products specified by naming one or more products or manufacturers and stating "or equal,"
include sufficient information with submittal for verification that product or equipment does meet
the requirements of the Contract Documents.
SUBSTITUTIONS
In order for substitutions to be considered, the Contractor shall submit, within 30 days after Notice to
Proceed, complete data as set forth herein to permit complete analysis of all proposed substitutions
noted on his substitutions list. No substitution shall be considered unless the Contractor provides the
required data in accordance with the requirements of this Section within the 30 day period.
Submit separate request for each substitution. Support each request with:
1. Complete data substantiating compliance of proposed substitution with requirements stated in
Contract Documents:
a. Product identification, including manufacturer's name and address.
Cannon Road Lift Station Project No. 3583
Substitutions and
Product Options 01 630-1
P\City ot Car!sbad-l682~79-LHl Statlm\7 Proj Dour\7.2 Final Docs\lOO % sPegY)lWt-r.doc
b. manufacturer's literature; identify:
1) Product description.
2) Reference standards.
3) Performance and test data.
4) Operation and maintenance data.
c. Samples, as applicable.
d. Name and address of similar projects on which product has been used, and date of each
installation.
2. Itemized comparison of the proposed substitution with product specified; list significant
variations. Substitution shall not change design intent and shall perform equal to that specified.
3. Data relating to impact on construction schedule occasioned by the proposed substitution.
4. Any effect of substitution on separate contracts.
5. List of changes required in other work or products.
6. Accurate cost data comparing proposed substitution with product specified.
a. Amount of any net change to Contract Amount.
7. Designation of required license fees or royalties.
8. Designation of availability of maintenance services, sources of replacement materials.
C. Substitutions will not be considered for acceptance when:
1. They are indicated or implied on shop drawings or product data submittals without a formal
request from Contractor.
2. They are requested directly by a sub-contractor or supplier.
3. Acceptance will require substantial revision of Contract Documents.
D. Requests for substitutions submitted after Notice to Proceed will not be considered unless evidence
is submitted to the Agency that all of the following circumstances exist:
1. The specified product is unavailable for reasons beyond the control of the Contractor. Such
reasons shall consist of strikes, bankruptcy, discontinuance of manufacturer, or acts of God.
2. The Contractor placed, or attempted to place, orders for the specified products within 10 days
after Notice to Proceed.
Substitutions and Product Options
01 630-2
Cannon Road Lift Station
Project No. 3583
PCity of Cerlsbad-1662A30679-Un StationV Pd DocsW.2 Final Docs\lW % SpecsUl630-r.doc
3. Request for substitution is made in writing to the Agency within 10 days of the date on which
the Contractor ascertains that he cannot obtain the item specified.
4. Complete data as set forth herein to permit complete analysis of the proposed substitution is
submitted with the request.
E. The Agency's decision regarding evaluation of substitutions shall be considered final and binding.
Requests for time extensions and additional costs based on submission of, acceptance of, or rejection
of substitutions will not be allowed. All approved substitutions will be incorporated into the
Agreement by Change Order.
1.05 CONTRACTORS REPRESENTATION
A. In making formal request for substitution, Contractor represents that:
1. He has investigated proposed product and has determined that it is equal to or superior in all
respects to that specified.
2. He will provide same warranties or bonds for substitution as for product specified.
3. He will coordinate installation of accepted substitution into the Work, and will make such
changes as may be required for the Work to be complete in all respects.
4. He waives claims for additional costs caused by substitution which may subsequently become
apparent.
5. Cost data is complete and includes related costs under his Contract, but not:
a. Costs under separate contracts.
b. Agency's costs for redesign or revision of Contract Documents.
6. The Contractor will provide and submit to the Agency any and all additional designs, drawings,
changes to drawings contained in the Contract Documents, and additional submittals at no
additional cost to the Agency.
7. The Contractor shall pay for the cost of any review and testing of proposed substitution by
Agency andor Engineer.
1.06 AGENCY DUTIES
A. Review Contractor's requests for substitutions with reasonable promptness.
B. Notify Contractor, in writing, of decision to accept or reject requested substitution.
PART 2 PRODUCTS (NOT USED)
Cannon Road Lift Station Project No. 3583
P?Cily of Carlsbabl6827\30679-Lift Stetion\7 Proj Docs\7.2 Final Doca\lOo % SpecsWlB3o~r.doc
Substitutions and Product Options 01 630-3
PART 3 EXECUTION (NOT USED)
END OF SECTION
Substitutions and Product Options
01 630-4
Cannon Road Lift Station Project No. 3583
P\clly d CarlsW-1632~4Uft Station\7 Pmj Docs\7.2 Final Docs\lOO % ~W1B3o-r.doc
PART 1
1.01
A.
1.02
A.
1.03
A.
B.
C.
D.
1.04
A.
SPECIAL CONDITIONS
SECTION 0 1730
OPERATION AND MAINTENANCE DATA
GENERAL
SCOPE OF WORK
This Section includes procedural requirements for compiling and submitting operation and
maintenance data required to complete the project.
RELATED WORK
Material and Equipment is included in Section 01600.
SERVICES OF MANUFACTURERS' REPRESENTATIVE
Equipment furnished under Divisions 1 1, 13, 14, 15 and 16 shall include the cost of a competent
representative of the manufacturers of all equipment to supervise the installation, adjustment and
testing of the equipment and to instruct the Agency's operating personnel on operation and
maintenance, where specified herein. This supervision may be divided into two or more time
periods as required by the installation program or as directed by the Agency.
See the detailed specifications for additional requirements for furnishing the services of
manufacturer's representatives.
A certificate in the form attached to this Section, from the manufacturer and signed by Agency's
representative stating that the installation of the equipment is satisfactory, that the unit has been
satisfactorily tested, is ready for operation and that the operating personnel have been suitably
instructed in the operation, lubrication and care of the unit shall be submitted for each piece of
equipment indicated above.
For equipment furnished under other Divisions, furnish the services of accredited representatives of
the manufacturer only when some evident malfunction or over-heating makes such services
necessary in the opinion of the Agency.
OPERATING MANUALS
Three complete sets of final operation and maintenance instructions covering all equipment
furnished under Divisions 11, 13, 14, 15 and 16 shall be delivered directly to the Agency. One set of
originals must be part of the three sets of operation and maintenance instructions required, including
original manuals covering components manufactured by others.
Cannon Road Lift Station
Project No. 3583
P:\City of Carlsbad-1682A30679-LlfI StatiOn\7 Pr@ Docs\7.2 Final Docs\lOO K SpecsWl73O.dOc
Operation and Maintenance Data
01 730-1
B.
C.
D.
1.05
A.
I .06
A.
The operating and maintenance data for each piece of equipment shall be provided in a separate
divider, with the tab showing the equipment name and the applicable specification section. A Table
of Contents shall be provided for each manual, showing the content of each separate section.
section, with sections bound into weatherproof 3-ring notebooks. Each section shall have a tab i
Individual sections for each piece of equipment shall be submitted to the Agency for review within
15 days after the equipment is delivered to the project site. Each section shall be complete, and
represent the content of the section's contents proposed for the final Operations and Maintenance
manual.
Diagrams, illustrations, and attached foldouts as required, of original quality, reproduced by dry
copy method.
MANUAL FOR MATERIALS AND FINISHES
Building Products, Applied Materials and Finishes: IncIude product data, with catalog number, size,
composition and color and texture designations. Provide information for re-ordering custom
manufactured products.
CONTENT FOR EQUIPMENT AND SYSTEMS
For each Item of Equipment and Each System provide the following:
1. Overview of System and description of unit or system and component parts. Identify function,
Agency data and tests and complete nomenclature and commercial number of replaceable parts.
normal operating characteristics and limiting conditions. Include performance curves, with I
2. Panelboard Circuit Directories including electrical service characteristics, controls and
communications and color-coded wiring diagrams as installed.
3. Operating Procedures: Include start-up, break-in and routine normal operating instructions and
sequences; regulation, control, stopping, shutdown and emergency instructions; and summer,
winter and any special operating instructions.
4. Maintenance Requirements
a. Routine procedures and guide for trouble-shooting; disassembly, repair and reassemble
instructions; and alignment, adjusting, balancing and checking instructions.
b. Servicing and lubrication schedule and list of lubricants required.
c. Manufacturer's printed operation and maintenance instructions. One set of six operation
and maintenance instructions required must be the originals.
d.
e.
Sequence of operation by controls manufacturer.
Original manufacturer's parts list, illustrations, assembly drawings and diagrams required
for maintenance.
Operation and Maintenance Data 01 730-2 Project No. 3583
Cannon Road Lift Station
P\City of Carlsbad-I6827\30674ift StationV Pro] Docs\7.2 Final Docs\100 % Specs\Dl730.dOc
1.07
A.
B.
C.
D.
PART 2
PART 3
5.
6.
7.
Control diagrams by controls manufacturer as installed.
Contractor's coordination drawings, with colorcoded piping diagrams as installed.
Charts of valve tag numbers, with location and function of each valve, keyed to flow and control
diagrams.
List of original manufacturer's spare parts, current prices and recommended quantities to be
maintained in storage.
9. Test and balancing reports as specified.
10. Additional Requirements: As specified in individual product specification.
8.
INSTRUCTION OF AGENCY PERSONNEL
Before final inspection, instruct Agency's designated personnel in operation, adjustment and
maintenance of products, equipment and systems, at agreed upon times.
For equipment requiring seasonal operation, perform instructions for other seasons within six
months.
Use operation and maintenance manuals as basis for instruction. Review contents of manual with
personnel in detail to explain all aspects of operation and maintenance.
Prepare and insert additional data in Operation and Maintenance Manual when need for such data
becomes apparent during instruction.
PRODUCTS (NOT USED)
EXECUTION (NOT USED)
END OF SECTION
Cannon Road Lift Station Operation and Maintenance Data Project No. 3583 01 730-3
P:\City of Carlsbad-16827WO679-Lifl StatlonV Pr@ Docs\7.2 Final Dow\iOO Yo Specs\Oi730.doc
CANNON ROAD LIFT STATION
EQUIPMENT MANUFACTURER'S CERTIFICATE OF INSTALLATION TESTING
AND INSTRUCTION
EQUIPMENT SPECIFICATION SECTION
EQUIPMENT DESCRIPTION
I , Authorized representative of
(Print Name)
(Print Manufacturer's Name)
hereby CERTIFY that
(Print equipment name and model with serial No.)
installed for the subject project [has] [have] been installed in a satisfactory manner, [has] [have] been
satisfactorily tested, [is] [are] ready for operation, and that Agency assigned operating personnel have been
suitably instructed in the operation, lubrication, and care of the unit[s] on Date: Time:
CERTIFIED BY: DATE:
(Signature of Manufacturer's Representative)
AGENCY'S ACKNOWLEDGMENT OF MANUFACTURER'S INSTRUCTION
[I] [We] the undersigned, authorized representatives of the andor
Plant Operating Personnel have received classroom and hands on instruction on the operation, lubrication, and
maintenance of the subject equipment and [am] [are] prepared to assume normal operational responsibility for
the equipment:
DATE:
DATE:
DATE:
Operation and Maintenance Data
0 1 730-4
Cannon Road Lift Station Project No. 3583
P\City of Caflsbad-16827W0679-LiR StatIonV Pro) Docs\7.2 Final Docs\lOO % Specs\01730 doc
SECTION 01750
EQUIPMENT -STING AND STARTUP
PART 1
1.01
A.
B.
C.
1.02
A.
B.
1.03
A.
B.
GENERAL
SCOPE OF WORK
Provide a competent field services technician of the manufacturers of indicated equipment furnished
under Divisions 11, 13, 14, 15 and 16 to supervise installation, adjustment, initial operation and
testing, pedormance testing, final acceptance testing and startup of the equipment.
Perform specified equipment field performance tests, final acceptance tests and startup services.
Startup and testing requirements for the submersible pumps are included in Section 11310. Startup
and testing requirements for the standby engine generator system are included in Section 16620.
RELATED WORK
Operation and Maintenance Data is included in Section 01730.
Performance and acceptance testing and startup requirements are included in the respective sections
of Divisions 11, 13, 14, 15 and 16.
SUBMITTALS
Submit name, address and resume of proposed field services technicians at least 30 days in advance
of the need for such services.
Submit detailed testing procedures for shop tests, field performance tests and final acceptance tests
as specified in the various equipment sections. Submittals shall include the following:
1. Test procedures shall be submitted at least 30 days in advance of the proposed test dates and
shall include at least the following information:
a. Name of equipment to be tested, including reference to specifications section number and
title.
Testing schedule of proposed dates and times for testing.
Summary of power, lighting, chemical, water, sludge, gas, etc, needs and identification of
who will provide them.
Outline specific assignment of the responsibilities of the Contractor and manufacturers'
factory representatives or field service personnel.
Detailed description of step-by-step testing requirements, with reference to appropriate
standardized testing procedures and laboratory analyses by established technical
organizations (e.g., ASTM, WPCF Standard Methods, etc).
b.
c.
d.
e.
Cannon Road Lift Station Equipment Testing and Startup Project No. 3583 01 750-1
PCity of Carisbad-16827W679-LHI StaliOn\7 Prcj Docs\7.2 Final Docs\lW % specsv)1750~r.doc
f. . Samples of forms to be used to collect and record test data and to present tabulated test
results.
2. Copies of test reports upon completion of specified shop, performance and acceptance tests.
Test reports shall incorporate the information provided in the test procedures submittals,
modified to reflect actual conduct of the tests and the following additional information:
a. Copy of all test data sheets and results of lab analyses.
b. Summary comparison of specified test and performance requirements vs. actual test results.
c. Should actual test results fail to meet specified test and performance requirements, describe
action to be taken prior to re-testing equipment.
3. Copies of the manufacturer's field service technician's report summarizing the results of hidher
initial inspection, operation, adjustment and pre-tests. The report shall include detailed
descriptions and tabulations of the points inspected, tests and adjustments made, quantitative
results obtained, suggestions for precautions to be taken to ensure proper maintenance, and the
equipment supplier's Certificate of Installation in the format specified herein.
1.04 REFERENCE STANDARDS
A. American Water Works Association (AWWA)
1. AWWA C653 - Disinfection for Water Treatment Plants.
B. American Society for Testing and Materials (ASTM)
C. Water Pollution Control Federation (WPCF)
D. Where reference is made to one of the above standards, the revision in effect at the time of bid
opening shall apply.
1.05 QUALITY ASSURANCE
A. Field service technicians shall be competent and experienced in the proper installation, adjustment,
operation, testing and startup of the equipment and systems being installed.
B. Manufacturers' sales and marketing personnel will not be accepted as field service technicians.
Equipment Testing and Startup 01 750-2 Project No. 3583 Cannon Road Lift Station
P:Ci of Cerlsbad-lBBm30874Un staHon\7 Pro] Docs\7.2 Final -\lo0 % SpecsW1750-r.doc
1.06 AFFECTED EQUIPMENT
A. Equipment requiring manufacturer's assistance during installation, start-up, testing, and to provide
instructions:
PART 2
PART 3
3.01
A.
B.
C.
3.02
A.
B.
PRODUCTS (NOT USED)
EXECUTION
PRELIMINARY REQUIREMENTS
After installation of the equipment has been completed and the equipment is presumably ready for
operation, before it is operated by others, the manufacturer's field service technician shall inspect,
operate, test and adjust the equipment. The inspection shall include at least the following points
where applicable:
1. Soundness (without crack or otherwise damaged parts).
2. Completeness in all details, as specified and required.
3. Correctness of setting, alignment and relative arrangement of various parts.
4. Adequacy and correctness of packing, sealing and lubricants.
The operation, testing and adjustment shall be as required to prove that the equipment has been left
in proper condition for satisfactory operation under the conditions specified.
Upon completion of this work, the manufacturer's field service technician shall submit a signed
report of the results .of hisher inspection, operation, adjustments and tests.
WITNESS REQUIREMENTS
Shop tests or factory tests may be witnessed by the Agency and/or Agency's representatives, as
required by the various equipment specifications.
Field performance and acceptance tests shall be performed in the presence of the Agency, the
Agency's designed personnel and/or Agency's representatives.
Cannon Road Lift Station
Project No. 3583
Equipment Testing and Startup
01 750-3
PCHy of Carl8bab1682A3067SLifl Statlon\7 Pro1 DocsC12 Final Docs\lOO % Specsv)1750-r.doc
3.03 STARTUP AND ACCEPTANCE OF THE ODOR CONTROL EQU"MENT AND RELATED
SYSTEMS
A. General Requirements
1. Odor control equipment includes the carbon scrubbers, associated exhaust fans and dampers,
chemical injection pumps, chemical storage tank and necessary controls and electrical facilities.
2. Successfully execute the step-by-step procedure of startup and performance demonstration
specified herein.
3. The startup and performance demonstration shall be successfully executed prior to Substantial
Completion and acceptance by the Agency of the treatment plant and its related systems.
4. All performance tests and inspections shall be scheduled at least 5 working days in advance or as
otherwise specified with the Agency. All performance tests and inspections shall be conducted
during the work week of Monday through Friday, unless otherwise specified.
B. Preparation for Startup
1. All mechanical and electrical equipment shall be checked to ensure that it is in good working
order and properly connected. Preliminary run-ins of the various pumps, compressors, and other
remaining equipment shall be made. All systems shall be cleaned and purged as required. All
sumps, tanks, basins, chambers, pump wells and pipelines which are hydraulically checked shall
be drained and returned to their original condition once the water testing is complete.
i
2. All instruments and controls shall be calibrated through their full range. All other adjustments
required for proper operation of all instrumentation and control equipment shall be made.
3. Perform all other tasks needed for preparing and conditioning the treatment facilities for proper
operation.
4. No testing or equipment operation shall take place until it has been verified by the Engineer that
all specified safety equipment has been installed and is in good working order.
5. No testing or equipment operation shall take place until it has been verified by the Engineer that
all lubricants, tools, maintenance equipment, spare parts and approved equipment operation and
maintenance manuals have been furnished as specified.
C. Facilities Startup
1. Startup period shall not begin until all new odor control facilities and equipment have been
tested as specified and are ready for operation. The Agency shall receive spare parts, safety
equipment, tools and m&ntenance equipment, lubricants, approved operation and maintenance
data and the specified operation and maintenance instruction prior to the startup with raw water.
2. Demonstrate a thirty consecutive 24-hour day period of successful operation of the facility as a
prerequisite of Substantial Completion and Acceptance.
'Equipment Testing and Startup
01 750-4 Project No. 3583
Cannon Road Lift Station
PClty ot Carlebad-l68n\3067+Ult Statlm\7 Pmj Docs\7.2 Flnal Docs\lM) % ~U1750~.dm
3. In the event of failure to demonstrate satisfactory performance of the facility on the first or any
subsequent attempt, all necessary alterations, adjustments, repairs and replacements shall be
made. When the facility is again ready for operation, it shall be brought on line and a new test
shall be started. This procedure shall be repeated as often as necessary until the facility has
operated continuously to the satisfaction of the Agency, for the specified duration.
4. The Agency will furnish all operating personnel (other than vendor's or sub-contractor's service
personnel) needed to operate equipment during the final test period; however, said personnel
will perform their duties under Contractor's direct supervision. Until performance tests are
completed and units and systems are accepted by the Agency as substantially complete, the
Contractor shall be fully responsible for the operation and maintenance of all new facilities.
5. The Contractor shall provide all necessary chemicals and electricity. Contractor shall provide all
necessary personnel of the various construction trades, i.e., electricians, plumbers, etc, and field
service personnel of the major equipment suppliers on an 8 hour per day basis at the facilities
and on a 24 hour per day basis locally during the startup period. Major equipment suppliers
shall include, but not be limited to, the following:
a. Chemical Injection Pumps
b. Carbon Scrubbers
c. Fans and Dampers
d. Emergency Generators
e. FlowMeters .
f. Submersible Pumps
6. Do not, at any time, during startup allow the facility to be operated in a manner which subjects
equipment to conditions that are more severe than the maximum allowable operating conditions
for which the equipment was designed.
Cannon Road Lift Station Equipment Testing and Startup Project No. 3583 01 750-5
PKily of Carlsbad-1682M0674UtI7~Lifl Slation\7 Pm] Docs\7.2 Final Docs\lOO % SpecsVJl7~~r.d~~
EQUIPMENT SUPPLIERS CERTIFICATE OF INSTALLATION
Agency
Project
Contract No.
EQUIPMENT SPECIFICATION SECTION
EQUIPMENT DESCRIPTION
I , Authorized representative of
(Print Name)
(Print Manufacturer's Name)
hereby CERTIFY that
(Print equipment name and model with serial no.)
installed for the subject project has (have) been installed in a satisfactory manner, has (have) been tested and
adjusted, and is (are) ready for final acceptance testing and operation on :
Date
Time
CERTIFIED BY:
(Signature of Manufacturer's Representative)
Date:
END OF SECTION
Equipment Testing and Startup
01 750-6
Cannon Road Lift Station
Project No. 3583 PCky GI Carlsbad-16827WJ679-LiH Station\7 Pw Docs\7.2 Final Docs\lM) % SpecsW17W-r.da:
SECTION 0 1780
CONTRACT CLOSEOUT
PART 1 GENERAL
1.01 SCOPE OF WORK
A. This Section specifies administrative and procedural requirements for project closeout, including
but not limited to:
1. Closeout procedures.
2. Final cleaning.
3. Adjusting.
1.02 RELATED WORK
A. Operation and Maintenance Data are included in Section 0 1730.
1.03 CLOSEOUT PROCEDURES
A. Submit written certification that Contract Documents have been reviewed, work has been inspected
and that work is complete in accordance with Contract Documents and ready for Agency's
inspection.
B. Provide submittals to the Agency.
C. Submit Application for Final Payment identifying total adjusted Contract Sum, previous payments
and sum remaining due.
1.04 FINAL CLEANING
A. Complete the following cleaning operations before requesting final inspection for:
1. Remove labels that are not permanent labels.
2. Clean transparent materials, including mirrors and glass in doors and windows. Remove
glazing compound and other substances that are noticeable vision-obscuring materials. Replace
chpped or broken glass and other damaged transparent materials.
3. Clean exposed exterior and interior hard-surfaced finishes to a dust-free condition, free of
stains, films and similar foreign substances. Restore reflective surfaces to their original
reflective condition. Leave concrete floors broom clean. Vacuum carpeted surfaces.
4. Wipe surface of mechanical and electrical equipment. Remove excess lubrication and other
substances. Clean plumbing fixtures to a sanitary condition. Clean light fixtures and lamps.
Cannon Road Lift Station
Project No. 3583 PCity of Carlsbad-16827WG679-Lifl Slatim\7 Proj Docs\7.2 Final Docs\lW % Specs\Ol780.doc
Contract Closeout
0 1 780- 1
5. Clean the site, including landscape development areas, of rubbish, litter and other foreign
substances. Sweep paved areas broom clean; remove stains, spills and other foreign deposits.
Rake grounds that are neither paved nor planted, to a smooth even-textured surface.
1.06 ADJUSTING
A. Adjust operating products and equipment to ensure smooth and unhindered operation.
Contract Closeout
01 780-2
END OF SECTION
j
Cannon Road Lift Station
Project No. 3583
P:\CiIy of Carisbad-1682A30679-LiR StationV Proj Docs\7.2 Final Docs\lOO % Spe~\01780.doC
SECTION 02050
DEMOLITION
PART 1 GENERAL
1.01 WORK INCLUDED
A. Furnish all labor, materials, equipment and incidentals required and demolish, modify, remove,
salvage, abandon in-place, and dispose of work shown on the Drawings and as specified herein.
B. Included, but not limited to, are demolition, modifications and removal of existing materials,
equipment or work necessary to install the new work as shown on the Drawings and as specified
herein and to connect with existing work in approved manner.
C. Demolition, modifications and removals, which may be specified under other Sections, shall
conform to requirements of this Section.
D. Blasting and the use of explosives will not be permitted for any demolition work.
1.02 SUBMITTALS
A. Submit proposed methods and operations of demolition of the structures and modifications prior to
the start of work. Include a schedule for the coordination of shutoff, capping and continuation of
utility service as required.
B. Furnish a detailed sequence of demolition and removal work to ensure the uninterrupted progress of
the Agency's operations.
C. Before commencing demolition work, all modifications necessary to bypass the affected structure
shall be completed including all equipment startup and testing periods. Actual work shall not begin
until the Engineer has inspected and approved the modifications and authorized commencement of
the demolition work in writing.
1.03 JOB CONDITIONS
A. Protection
1. Execute the demolition and removal work to prevent damage or injury to structures, occupants
thereof and adjacent features which might result from falling debris or other causes, and so as
not to interfere with the use, and free and safe passage to and from adjacent structures.
2. Closing or obstructing of roadways, sidewalks and passageways adjacent to the work by the
placement or storage of materials will not be permitted and all operations shall be conducted
with a minimum interference to traffic on these ways.
. 3. Erect and maintain barriers, lights, sidewalk sheds and other required protective devices.
Cannon Road Lift Station
Project No. 3583 PUly of Ca~sbad-l6827WX79-~ Siaticf\7 P@ Docs\7.2 Find ooCS\100 % SpecsW2050-r.doc
Demolition
02050-1
B.
C.
D.
E.
F.
1.04
A.
B.
Scheduling
1. Carry out operations so as to avoid interference with operations and work in the existing
facilities.
Notification
1. At least 48 hours prior to commencement of a demolition or removal, notify the Engineer in
writing of proposed schedule therefore. Agency shall inspect the existing equipment and to
identify and mark those items which are to be salvaged and remain the property of the Agency.
No removals shall be started without the permission of the Engineer.
Conditions of Structures
1. The Agency and the Engineer assume no responsibility for the actual condition of the structures
to be demolished or modified.
2. Conditions existing at the time of inspection for bidding purposes will be maintained by the
Agency insofar as practicable. However, variations within a structure may occur prior to the
start of demolition work.
Repairs to Damage
1. Promptly repair damage caused to adjacent facilities by demolition operation when directed by
Engineer and at no additional cost to the Agency. Repairs shall be made to a condition at least
equal to that which existed prior to construction.
Traffk Access
1. Conduct demolition and modification operations and the removal of equipment and debris to
ensure minimum interference with roads, streets, walks both onsite and offsite and to ensure
minimum interference with occupied or used facilities.
2. Do not close or obstruct streets, walks or other occupied or used facilities without permission
from the Engineer.
DISPOSAL OF MATERIALS
Salvageable material and equipment listed hereinafter shall become the property of the Agency.
Dismantle all such items to a size that can be readily handled and deliver them to a designated
storage area.
The following materials and items of equipment shall remain the property of the Agency and stored
where directed on the site. Any such material damaged due to improper handling will not be
accepted and the replacement value of the material deducted from the payment to the Contractor.
1. Pumps 2. Controller
Demolition
02050-2 Cannon Road Lift Station Project No. 3583
PUly d C9rkbad-1682~79-Un Stcrtion\7 Pmj Docs\7.2 Finel DoCs\100 % SpecsWZ05O-r.doc
C. All other material and items of equipment shall become the Contractor's property and must be
removed from the site.
D. The storage or sale of removed items on the site will not be allowed.
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION
3.01 GENERAL
A. Contractor shall not commence demolition of existing lift station until new lift station is fully
operational and all equipment startup and testing periods have been completed.
B. All materials and equipment removed from existing work shall become the property of the
Contractor, except for those which the Agency has identified and marked for hidher use. All
materials and equipment marked by the Agency to remain shall be carefully removed, so as not to be
damaged, cleaned and stored on or adjacent to the site in a protected place specified by the Engineer
or loaded onto trucks provided by the Agency.
C. Dispose of all demolition materials, equipment, debris and all other items not marked by the Agency
to remain, off the site and in conformance with all existing applicable laws and regulations.
D. Pollution Controls
1. Use water sprinkling, temporary enclosures and other suitable methods to limit the amount of
dust and dirt rising and scattering in the air to the lowest practical level. Comply with governing
regulations pertaining to environmental protection.
a. Do not use water when it may create hazardous or objectionable conditions such as
flooding and pollution.
b. Clean adjacent structures, facilities, and improvements of dust, dirt and debris caused by
demolition operations. Return adjacent areas to conditions existing prior to the start of the
work.
3.02 STRUCTURAL REMOVALS
A. Remove concrete structures to the lines and grades shown unless otherwise directed by the Engineer.
B. Demolished items shall not be used in backfill adjacent to structures or in pipeline trenches.
3.03 MECHANICAL REMOVALS
A. Mechanical removals shall consist of dismantling and removing of existing, piping, pumps, motors,
equipment and other appurtenances as specified, shown, or required for the completion of the work.
It shall include concrete coring, cutting, capping, and plugging as required.
Cannon Road Lift Station
Project No. 3583
P\ah, of CarIsba&16827\30679-!3 StaUm\7 Proj Dow\7.2 flml Docs\lOO % SpecsU)2OSJ-r.doc
Demolition 02050-3
B. Existing water, wastewater, and other piping not required for the new work shall be removed where
shown or where it will interfere with new work. Piping not indicated to be removed or which does
not interfere with new work shall be removed to the nearest solid support, capped and left in place.
C. When underground piping is to be altered or removed, the remaining piping shall be properly
capped. Abandoned underground piping may be left in place unless it interferes with new work or is
shown or specified to be removed.
3.04 ELECTRICAL REMOVALS
A. Electrical removals shall consist of the removal of existing control panels, motors, conduits and
wires, panelboards, lighting fixtures and miscellaneous electrical equipment as required to perform
the work.
B. All existing electrical equipment and furtures to be removed shall be removed and salvaged with
such care as may be required to prevent unnecessary damage, to keep existing systems in operation
and to maintain the integrity of the grounding systems.
3.05 CLEAN-UP
A. Remove from the site all debris resulting from the demolition operations as it accumulates. Upon
completion of the work, all materials, equipment, waste and debris of every sort shall be removed
and premises shall be left, clean, neat and orderly.
I
END OF SECTION
Demolition
02050-4
Cannon Road Lift Station
Project No. 3583 Pq ai carlsbad-1682~79-uH Station\7 Pro] Daco\7.2 flnal Docs\100 % SpecsWPOSL~r.doc
SECTION 02 140
DEWATERING AND DRAINAGE
PART 1
1 .oo
A.
B.
1.01
A.
B.
C.
D.
E.
1.02
A.
B.
1.03
A.
1.04
A.
GENERAL
STATUTORY REQUIREMENTS
Obtain and pay for all permits required for temporary dewatering and drainage systems.
Original permits shall be prominently displayed on the site prior to constructing dewatering and
drainage systems.
SCOPE OF WORK
Furnish, install, operate, monitor, maintain and remove temporary dewatering and drainage systems
as required and lower and maintain groundwater levels below subgrades of excavations. Prevent
surface water runoff fiom entering or accumulating in excavations.
Furnish the services of a licensed professional civil engineer registered in the State of California, to
prepare dewatering and drainage system designs and submittals.
Collect and properly dispose of all discharge water fiom dewatering and drainage systems in
accordance with state and local requirements and permits.
Repair damage caused by dewatering and drainage system operations.
Remove temporary dewatering and drainage systems when no longer needed. Restore all disturbed
areas.
RELATED WORK
Caisson Construction is included in Section 02210.
Drilled-In Piers is included in Section 02361.
SUBMITTALS
Submit the temporary dewatering and drainage system designs. Dewatering and drainage system
designs shall be prepared by a licensed professional civil engineer, registered in the State of
California, having a minimum of 5 years of professional experience in the design and construction
of dewatering and drainage systems. The submittal will be for information only. The Contractor
shall be responsible for adequacy and safety of construction means, methods and techniques.
DEFINITIONS
Where the phrase "in-the-dry" is used in this Section, it shall be defined as in situ soil moisture
content of no more than two percentage points above the optimum moisture content for that soil.
Cannon Road Lift Station Dewatering and Drainage Project No. 3583 02140-1
P:\City of Carlsbad-l6827\30678Lifl StationV Prq Docs\7.2 Final Docs\lM) % Specs\02140.doc
PART 2 PRODUCTS - NOT USED
PART 3 EXECUTION
3.01 GENERAL
A. Control surface water and groundwater such that excavation to final grade is made in-the-dry, and
bearing soils are maintained undisturbed. Prevent softening, or instability of, or disturbance to, the
subgrade due to water seepage.
B. Provide protection against flotation for all work.
C. The impact of anticipated subsurface soil/water conditions shall be considered when selecting
methods of excavation and temporary dewatering and drainage systems. Where groundwater levels
are above the proposed bottoms of excavations, a pumped dewatering system is expected for
predrainage of the soils prior to excavation to final grade and for maintenance of the lowered
groundwater level until construction has been completed to such an extent that the foundation,
structure, pipe, conduit, or fill will not be floated or otherwise damaged. Type of dewatering
system, spacing of dewatering units and other details of the work are expected to vary with
soillwater conditions at a particular location.
3.02 SURFACE WATER CONTROL
A. Control surface water runoff to prevent flow into excavations. Provide temporary measures such as
dikes, ditches and sumps.
3.03 EXCAVATION DEWATERING
A. Provide and maintain adequate equipment and facilities to remove promptly and dispose of properly
all water entering excavations. Excavations shall be kept in-the-dry, so as to maintain an
undisturbed subgrade condition throughout construction below grade, including backfill and fill
placement.
B. Collect precipitation or surface runoff in shallow ditches around the perimeter of the excavation,
drain to sump and pump from the excavation to maintain in-the-dry conditions.
C. Pipe and conduit shall not be installed in water or allowed to be submerged prior to backfilling.
Pipe and conduit which becomes submerged shall be removed and the excavation dewatered and
restored to proper conditions prior to reinstalling the pipe and conduit.
D. Excavations for foundations and structures shall be maintained in-the-dry for a minimum of 4 days
after concrete placement. In no event shall water be allowed to enter an excavation and rise to
cause unbalanced pressure on foundations and structures until the concrete or mortar has set at least
24 hours.
Dewatering and Drainage
021 40-2
Cannon Road Lift Station Project No. 3583
P:\City of Carlsbad-1682A30679-Lifl Station\T ho] Dm\7.2 Final Dm\lOO % Specst02140.doc
E. Dewatering and drainage operations shall at all times be conducted in such a manner as to preserve
the natural undisturbed bearing capacity of the subgrade at the bottom of the excavation. If the
subgrade becomes disturbed for any reason, the unsuitable subgrade material shall be removed and
replaced with concrete, compacted granular fill, or other approved material to restore the bearing
capacity of the subgrade to its original undisturbed condition.
F. Dewatering and drainage operations shall be conducted in a manner that does not cause loss of
ground or disturbance to the pipe bedding or soil that supports overlying or adjacent structures.
3.04 DISPOSAL OF DRAINAGE
A. All water discharged from temporary dewatering and drainage systems shall be disposed of in
accordance with the sedimentation and control plans as specified in the Drawings.
B. Existing or new sanitary sewer systems shall not be used to dispose of drainage unless the written
permission of the Agency is obtained.
C. All water discharged from temporary dewatering and drainage systems to existing or new storm
drain systems shall be clear and free of suspended solids prior to discharge.
END OF SECTION
Cannon Road Lift Station
Project No. 3583 P:\City of Cadsbad-16827W0679-Ufl StationV Pr# Doa\7.2 Final Docs\lOO I Spea\02140.doc
Dewatering and Drainage
021 40-3
This page intentionally left Blank.
Dewatering and Drainage
021 40-4
Cannon Road Lift Station
Project No. 3583
P:\City of Cadsbad-16827\30679-Lifl Station\7 Proj Oocs\7.2 Final Docs\lOO % Specs\02140.doc
SECTION 022 10
CAISSON CONSTRUCTION
PART 1
1.01
A.
B.
C.
1.02
A.
B.
D.
E.
1.03
A.
B.
C.
D.
GENERAL
SCOPE OF WORK
Furnish all labor, materials, equipment and incidentals required for caisson construction of the Wet
Well and Valve Vault complete as shown on the Drawings and as specified herein.
Furnish all surveys including layout, inspection and record-keeping incident to caisson construction
and as specified herein.
A steel drop-shaft method of construction may be used as an alternate to the concrete caisson, as
provided in 3.03 of this section.
RELATED WORK
Dewatering and Drainage is included in Section 02140.
Concrete Reinforcement is included in Section 03200.
Cast-In-Place Concrete is included in Section 03300.
Painting and Coatings are included in Section 09902.
SUBMITTALS
Submit to the Engineer, in accordance with SSPWC 2003, shop drawings and product data showing
materials of construction and details of installation for:
1. Flexible sheet liner and protective covering
2. Interior coatings and sealants
3. Mechanical seals for pipe penetrations
Submit a statement indicating the Caisson sub-contractor is a specialist in the procedure of caisson
construction utilizing precast concrete circular shaped structures that are positioned to their final
location by excavating the in-situ soils from the interior of the structure.
Submit detailed caisson construction sequence and construction method of seal slab and bottom slab
as indicated on Drawings.
Submit description of caisson lifting equipment (if used), equipment placement around the
structures, excavation equipment capacities, loading of adjacent surfaces within safe parameters, and
ability to achieve adequate access within the restricted confines of the site shall be provided andor
demonstrated.
Cannon Road Lift Station Project No. 3583
P\cltY of Catlsb8d-16827W67S-UR SlatiOn\7 Proj Dacs\7.2 Final Docs\lOO K Specs\oct 2003 Add SpecsW2210.doc
Caisson Construction
0221 0-1
E.
1.04
A.
B.
1.05
A.
If steel drop shaft construction method is used for caissons, submit items called for in 3.03A.
REFERENCE STANDARDS
“Greenbook” Standard Specifications for Public Works Construction (SSPWC), 2003 Edition.
American Concrete Institute (ACI) - ACI 350.1 - Tightness Testing of Environmental Engineering
Concrete Structures.
QUALITY ASSURANCE
Submit designated information for Caisson contractor/sub-contractor consisting of the following
items:
1. The superintendent for the Caisson sub-contractor shall have a minimum of 4 years construction
experience with caisson construction similar to that specified for the Wet Well and Valve Vault.
Superintendent’s name, work history and telephone number shall also be included.
2. Quality control measures proposed to be used for the caisson construction.
1.06
A.
1.07
A.
1.08
A.
PART 2
2.01
A.
B.
COORDINATION
Coordinate size and location of pipe openings in walls of Wet Well and Valve Vault with Civil
drawings and provide proper seals at these openings.
DELIVERY, STORAGE AND HANDLING
Flexible sheet liner for the walls of the Wet Well is to be cast on site. The flexible sheet liner shall
be stored off the ground, protected ffom moisture and kept free from dirt, oil or other injurious
contaminants.
PROJECT/SITE REQUIREMENTS
Bring inaccuracies in alignment or elevations to the attention of the Engineer or Agency in writing.
Do not proceed with construction until inaccuracies are corrected.
PRODUCTS
FLEXIBLE SHEET LINER
Flexible sheet liner in the Wet Well as shown on the Drawings shall be her-Plate T-Lock by
heron Protective Linings Division, Brea, California, or approved equal. Liner sheet shall be
protected from injury during caisson installation and excavations by placing or hanging plywood
sheets over liner.
Liner shall be free of pinholes. If pinholes exist, Caisson sub-contractor shall repair per liner
manufacturer’s recommendations and to the Engineer’s satisfaction.
Caisson Construction
0221 0-2
Cannon Road Lift Station Project No. 3583
P:!Cih/ of Carisbad-16827U0679-Lifl StaWon\7 Pro) Docs\7.2 Final Docr\100 % Specs\oct 2003 Add Specs\OZ?IO.dOC
C.
D.
2.02
A.
B.
C.
D.
2.03
A.
B.
PART 3
3.01
A.
B.
C.
All work in connection with the installation of the lining shall be in conformance with the
recommendations of the lining manufacturer.
A Type P-2 joint, per Ameron or equal shall be provided should horizontal splice of sheet liner be
required. The Type P-2 joint shall be made with an integral joint flap with locking extensions
removed, extending a minimum of 3 inches beyond either the spigot or the bell end of the caisson.
The flap shall overlap the adjacent lined pipe and shall be heat sealed to the lining and then fuse
welded on the edge to the liner with 1-inch weld strip. Care shall be taken to protect the flap from
damage. Excessive tension and distortion while bending the flap back to facilitate laying and joint
mortaring shall be avoided. Heat shall be applied to straighten the PVC flaps as needed to prevent
cracking of the PVC. Any flap which has been bent back and held shall be allowed to return to its
original shape and flatness well in advance of making the liner joint.
MECHANICAL SEALS
Mechanical seals for pipe penetrations shall be Model S-3 16 Link-Seal as manufactured by
PSUThunderlineLink-Seal, Houston, Texas, or approved equal.
Mechanical seals for pipe penetrations shall be modular, mechanical type, consisting of inter-locking
links shaped to continuously fill the annular space between the pipe and the wall opening. The seal
shall be sized, selected, and installed per manufacturer’s recommendations.
Following installation of mechanical seal, apply silicone sealant to protect remaining exposed face of
seal in annular space. Silicone sealant shall be Pecora 898 by Pecora Corporation, Harleysville, PA,
or equal.
All hardware shall be Type 3 16 Stainless Steel.
COATING
See Section 09902.2.02.B. 12 for coating requirements in the Valve Vault structure.
Coat exposed concrete exterior of caissons with bitumastic, coal-tar, or approved equal.
EXECUTION
GENERAL
Construct Wet Well and Valve Vault prior to performing any other construction of the Lift Station,
including the drilled piers.
The Wet Well and Valve Vault sinking procedure shall be designed and performed by the Caisson
sub-contractor utilizing a caisson system as indicated on the Drawings and specified herein. The
Caisson subcontractor’s construction of the structures shall conform to the in-situ materials utilizing
the Geotechnical Report as a basis for the excavation.
Unsuitable, waste and surplus excavated material shall be removed and disposed of off-site.
Cannon Road Lift Station
Project No. 3583
Caisson Construction 0221 0-3
P:\City of Carlsbad-l6827\30679Lifl Station\7 Proj Docs\7.2 Final Docs\lOO % specs\od 2003 Add Specs\O22lO.doc
3.02 CAISSON PROCEDURE
A. The caisson procedure shall generally consist of, but not be limited to, the following elements:
1. Backfill catch basin prior to caisson construction. Complete construction and sinking of precast
Wet Well and Valve Vault prior to Lift Station drilled piers installation. Groundwater elevation
shall not be higher than Elevation 10.00 prior to caisson construction. If higher groundwater is
encountered, the Engineer should be contacted and further caisson construction should cease
until written authorization to proceed from the Engineer is received.
2. Pre-auger soil at Wet Well and Valve Vault locations as shown on the Foundation Plan to depth
of seal slabs prior to constructing caissons.
3. Install steel cutting head shield as shown on Drawings.
4. Cast the caissons on site with Class D concrete, above the actual locations of the Wet Well and
Valve Vault as shown on the Foundation Plan.
5. Construct caissons as shown on Drawings with spool pieces, as required, for wall penetrations.
Plug wall penetrations watertight prior to sinking of caissons.
6. Install flexible sheet liner on the interior face of the Wet Well wall as indicated on the Drawings.
Protect the flexible sheet liner during sinking of Wet Well from any damage with a suggested %-
inch plywood interior assembly.
7. Excavate the pre-augered soils from the center of the caissons in a carehlly controlled manner to
allow uniform vertical settlement of the caissons to the desired depth. Sink one caisson at a time
to the depth of seal slab as shown on the Drawings. Special care should be taken during
excavation so as to not damage flexible sheet liner.
8. During sinking, maintain groundwater level inside the caissons equivalent to the outside
groundwater level to prevent piping or loss of soils into the center of the excavation should the
groundwater level be higher than the seal slab.
9. ' Cleanout the keys and base at the excavation level and place the seal slab reinforcing steel in the
excavation, without altering the groundwater level in the caisson.
10. Tremie pump the 4,000 psi seal slab mix concrete (Class E) containing antidispersing
admixtures into place.
11. Maintain the groundwater level condition within the structures until the seal slabs achieve 4,000
psi compressive strength.
12. Upon achieving the 4,000 psi compressive strength results for the seal slab, pump out trapped
groundwater fiom the inside of structures as necessary.
13. Clean out keys and threaded inserts in the walls. Place bottom slab reinforcing steel and concrete
(Class D), and provide blockout and additional reinforcing steel for sump as shown on the
Drawings.
Caisson Construction
022 1 0-4 Cannon Road Lift Station
Project No. 3583 P:\City of Ca1isbad-1682~79-Lift Station\7 Prcj Docs\7.2 Final DoCs\100 % SpecsuM 2003 Add SpecsUmlO.dOC
17.
3.03
A.
14. No work shall be performed inside the Wet Well or Valve Vault until the concrete bottom slab
has achieved 30% of its specified design strength or three (3) days after concrete placement,
whichever is longer.
15. Remove protection (if used) for flexible sheet liner without damaging liner and caissons.
16. Install pipes and equipment per civil drawings inside structures. Connect pipes to spool pieces
precast in walls. Install sloped grout in Wet Well as shown on Drawing C-10. Perform
hydrostatic test (HST-100) of Wet Well per ACI 350.01, Chapter 2.
Coat interior walls and floor slab of Valve Vault per Section 09902.2.02.B.12.
18. Construct top slab roof reinforcing steel and concrete with access hatches as shown on the
Drawings.
ALTERNATE CONSTRUCTION METHOD
As an alternate to the construction method described in 3.02 of this Section, the caisson may be
constructed using a steel drop shaft installed by vertical augering and simultaneous placement of the
steel drop shaft.
1.
2.
3.
4.
5.
6.
7.
The dimensions, materials, depths for the concrete caisson do not change from those designated
on the contract drawings. Exterior coating of concrete called for in Note 3 on Drawing S-6 may
be deleted. Contractor is responsible for the furnishing and installing the steel drop shaft, and
the construction of the concrete caissons.
The Contractor shall design the steel drop shaft for the indicated depths, lateral earth pressure
defined on sheet S-1 , ground water elevations, resistance to buoyancy, a concrete seal slab,
connecting pipelines, and use for the exterior form of the concrete caisson.
Provide means to install pipes through steel drop shaft.
The concrete caisson shall be constructed so that the interior walls are in a true vertical
alignment.
The excavation diameter shall not exceed the outside diameter of the concrete caisson plus 18-
inches.
The steel drop shaft shall be installed at the same time as the shaft is being excavated using a
vertical auger, resulting in no disruption or loss of stability to the subsurface formation materials.
The annular space between the formation materials and the outside of the steel drop pipe shall be
filled with highly flowable control density fill using a tremie or pump through a hose. The
highly flowable control density fill shall be deposited by pumping to the bottom of the
excavation or by tremie with a free fall less than 2-feet, and without voids. Control density fill
shall be a one-sack cement slurry mix, Class 100-E-100 as specified in the Standard
Specifications for Public Works Construction.
Cannon Road Lift Station
Project No. 3583
P:\clly of Carlsbad-16827Uos79-Lifl Station\7 pro] Doa\7.2 Final Dms\lOO % Spect\Od 2003 Add Spect!022lO.doc
Caisson Construction
0221 0-5
8.
9.
The seal slab shall be placed in accordance with the methods described in 3.02 with the
following addition. Positive mechanical anchorage capable of resisting the full buoyancy load
on the seal slab is required to be transferred from the seal slab to the steel drop shaft. The
mechanical anchorage between the seal slab and the steel walled drop shaft can be achieved with
headed steel studs welded to the inside face of the steel drop shaft. Alternatively, reinforcing
steel bar anchors or threaded inserts welded to the steel drop shaft can be used in place of the
headed steel studs. The threaded inserts need to be cleaned and reinforcing steel is to be placed
in them prior to casting the seal slab. The seal slab to steel drop shaft interface also needs to be
cleaned prior to placing the concrete seal slab.
Should the contractor anticipate any leaks or seepage between the steel drop shaft and the seal
slab a strip applied Greenstreak continuous Hydrotite waterstop or equal should be installed on
the inside face of the steel drop shaft where the seal slab will be cast against the steel.
10. Any design changes that result from the use of this method shall be the responsibility of the
Contractor. The contractor shall submit the following for this construction method:
i. Description of the construction method, and equipment to be used.
ii. Calculations for the steel drop pipe, showing external loads, resistance to buoyancy (with and
without the concrete caisson), and expected deflections.
iii. Fabrication drawings for the steel drop pipe, showing material, lengths, thickness, welds, and
any attachments proposed for use during installation, placement of forms and bottom seal
slab. I
iv. Equipment used for the placement of the flowable control density fill.
v. Drawings and calculations showing all design elements and changes.
Caisson Construction
0221 0-6
END OF SECTION
!
Cannon Road Lift Station
Project No. 3583 P:\City ofCarlsbad-l6827\30679-LlfI StfItiOn\7 Proj Docs\7.2 Final Docs\lOO % SpecsDd 2003 Add SpecsUJ2210.doc
SECTION 0236 1
DRILLED PIERS
PART 1
1.01
A.
B.
1.02
A.
B.
C.
1.03
A.
B.
GENERAL
SCOPE OF WORK
Furnish all labor, materials, equipment and incidentals required and install drilled piers, complete as
shown on the Drawings and as specified herein.
Furnish all surveys including layout, inspection and record-keeping incident to drilled piers and as
specified herein.
RELATED WORK
Earthwork is included in Section 02200.
Concrete Reinforcement is included in Section 03200
Concrete is included in Section 03300.
SUBMITTALS
Shop drawings and product data, in accordance with SSPWC 2003, showing materials of
construction, and details of installation for:
1. Casing driving and drilling mud including all handling equipment.
2. Pier numbering drawing, proposed pier installation sequence and procedures.
3. Concrete mix design.
4. Slurry design.
5. Reinforcing steel drawings.
Record Document of each pier installed, and furnish signed, typewritten copies. The records shall
include, as a minimum, the items below.
1. Pier designation number.
2. Pier diameter.
3. Dates and times of drilling commenced and completed.
4. Time delays during installation.
5. Cut-off and tip or bell elevations.
6. Volume removed from drill hole.
7. Date and time of casing installation.
8. Pier casing length installed.
9. Date and time of concrete and reinforcing steel placement.
10. Volume of concrete placed in drill hole.
1 1. Date and time of casing withdrawn.
12. Elevation of groundwater, if any.
13. Upon completion of drill hole excavation, deviations from drawing location and from plumb.
Cannon Road Lift Station
Project No. 3583
PClly ol Celisbad-1682A30679-Ufl SIatimV Proj Docs\7.2 Final Docs\lOO % specsVn36l-r.doc
Drilled Piers
02361 -1
1.04 REFERENCE STANDARDS
A. American Society for Testing and Materials (ASTM)
1. ASTM C3 1 - Standard Practice for Making and Curing Concrete Test Specimens in the Field.
2. ASTM A252 - Welded and Seamless Steel Pipe Piles.
B. American Welding Society (AWS)
1. AWS D1.l - Structural Welding Code - Steel
C. American Concrete Institute (ACI)
1. ACI 3 18 - Building Code Requirements for Reinforced Concrete.
2. ACI 336.1 - Standard Specification for the Construction of Drilled Piers.
D. OSHA Safety and Health Standards (29 CRF 1926/1910)
E. Where reference is made to one of the above standards, the revision in effect at the time of bid
opening shall apply.
1.05 QUALITY ASSURANCE
A. Drilled piers shall conform to the requirements of ACI 336.1 except as modified by this
Specification.
B. The foundation subcontractor shall have at least five years experience in the installation of drilled
piers of the type specified herein, including experience with similar subsurface materials, water
conditions, pier sizes and special techniques required.
C. The Contractor shall utilize equipment of the type and capacity required to successfully construct
the piers within the time scheduled for the Work and under the Worksite conditions. Drilling
equipment shall be capable of installing piers to the required depth and within the specified
tolerances without causing disturbance of the surrounding soils. The equipment used to drill holes
shall produce holes free from a surface film of weak, disturbed material.
D. Work will be performed under the continuous observation of a geotechnical engineer employed by
the Agency. The geotechnical engineer will inspect and decide when each drill hole is ready for
reinforcing steel installation and concrete placement.
1.06 DELIVERY, STORAGE AND HANDLING
A. Casings shall be stored off the ground and protected to maintain the casing roundness within 2
percent of the casing diameter. Handling of the casing shall minimize damage and maintain its
roundness.
Drilled Piers
02361 -2
Cannon Road Lift Station
Project No. 3583
P:\city of Ca1Isbabl6827WO679-Ufl Staticf1\7 Pmj Docs\72 Final D0*1\100 % SpecsUI2361 -r.doc
,
1.07
A.
B.
. PART2
2.01
A.
B.
C.
D.
E.
PART 3
3.01
A.
B.
C.
PROJECT/SITE REQUIREMEJYTS
The Geotechnical Report entitled “Final Report on Geotechnical Recommendations for Cannon
Road Lift Station” is made available to the Contractor through the City of Carlsbad Purchasing
Department as described in Division 0. The Geotechnical Report (including boring logs) shall be
reviewed for the Contractor’s information to be used at hidher own risk. The boring logs indicate
the soils and conditions at the boring location only and soils and conditions can change away from
the actual boring location. The Contractor is responsible for any conclusions to be drawn from the
borings including the character of the materials to be encountered and the degree of difficulty to be
expected in the performance of the work. The Contractor is encouraged to perform hisher own
subsurface investigation.
It should not be assumed that materials other than those disclosed by the borings will not be
encountered or that the proportions and character of the various materials will not vary from those
indicated in the boring logs.
PRODUCTS
MATERIALS
Piers shall have a diameter as shown on the Drawings.
The steel casing shall meet the requirements of ACI 336.1.
Welding shall meet the requirements of AWS D1.1.
Reinforcing steel shall conform to the requirements of Section 03200.
1. Longitudinal reinforcement: deformed bars to ASTM A6 15, Grade 60.
2. Spiral reinforcement: plain bars to ASTM A615, Grade 60.
Concrete shall conform to Class D Concrete in Section 03300 and shall have a slump of 5-in plus or
minus 1-in.
EXECUTION
GENERAL
When piers are located in an area where site grading is required, the piers shall not be installed until
the grading has been performed.
Drilled piers shall be installed to the depths shown on the Drawings. Pier shafts shall be reinforced
concrete.
Steel casings shall be furnished and placed to control ground water intrusion and to prevent caving
of the hole. Casing shall be removed from the hole as concrete is placed therein.
Cannon Road Lift Station
Project No. 3583 P\clty of carlsbad-i6827\30679-un StetionV Pmj Docs\72 Final DoCs\100 % S+UQ36l-r.da
Drilled Piers
0236 1 -3
D.
E.
F.
3.02
A.
B.
C.
D.
E.
F.
G.
H.
I.
The inside diameter of the casing shall not be less than the specified size of the shaft. Oversized
casings may be used if approved beforehand by the Engineer and if they are not detrimental to the
structure. No extra compensation shall be made for oversized casings or for the additional concrete
and reinforcing steel that may be required in oversized casings or for any other additional work or
materials due to the substitution.
Drilling of a pier shall not commence unless drilling, placing of steel reinforcing and concrete can
be completed on the same day.
The Contractor shall provide gas testing equipment, protective cage, or temporary casing of proper
diameter, length and thickness and other safety equipment called for by Federal, State or local laws
or regulations for inspection and testing of drilled piers and to protect workman during operations
necessitating entry into shaft. Check each drilled pier for toxic and explosive gases prior to
personnel entering.
EXCAVATION
Drill piers in the locations and to the depths shown on the Drawings.
Excavate pier bottoms to a level plane.
Maintain the stability of shaft sidewalls during drilling operations. Using underwater excavation as
necessary, excavation within a steel casing, and/or excavation utilizing a drilling mud slurry
operation.
Drill piers in a sequence such that no adjacent pier closer than 20 feet on center is drilled sooner
than 24 hours after placement of the concrete.
Throughout drilling operations, Contractor shall prevent any impulse or sudden movement of
drilling equipment which may result in possible ground sloughing.
Throughout excavation, reinforcing steel and concrete placement, and the withdrawal of casings,
the Contractor shall take such precautions as hdshe deems necessary to prevent sloughing of the
drill hole walls.
Obstructions shall be removed or cleared by excavation, drilling, chipping or other approved
means. Blasting or jetting will not be allowed.
If the elevation of the top of the shaft is below ground level at the time of concrete placement, an
oversize casing from ground elevation to a point below the top of the shaft will be required to
control caving of any material into the freshly placed concrete. The Contractor will be permitted to
backfill around the upper portions of the casing with pea gravel or other granular material, but
space shall be provided to allow for escape of muck, slurry or water displaced by the concrete.
After completion of the drilled shaft excavation and prior to the placement of the reinforcing steel
cage and concrete, all loose material and debris shall be machine cleaned from the bottoms of the
shafts and the bottoms of the shafts shall be tamped. A flight auger or other equipment shall be
used for cleaning dry excavations where slurry or ground water is not present. Where slurry or
ground water is present, the excavation shall be cleaned with an airlift, bucket auger or similar type
of equipment.
Drilled Piers
02361 -4
Cannon Road Lift Station
Project No. 3583
P:\city of Ca1lsbad-1~7W67sLin Station\7 Pmj Docs\7.2 Flnal DOCS\lOO X Specsv1236l-r.doc
J. Open excavations that are deemed by the Engineer to be potentially hazardous shall be covered
when work on them is not underway. All open excavations shall be covered at the end of each
Shift.
3.03 SHAFT INSPECTION
A. Provide suitable equipment and facilities so that the Engineer may inspect completed drilled shaft
excavations and check for alignment and dimensions.
B. Provide suitable access and lighting for proper inspection of the completed drilled pier shafts prior
to concrete placement.
C. Reinforcing steel shall not be placed in the drilled shaft excavation until the Engineer has made
hidher inspection and given hisher approval.
3.04 REINFORCING STEEL
A. The cage of reinforcing steel, consisting of longitudinal bars and spiral reinforcement shall be
completely assembled, tied and placed as a unit immediately prior to placing the concrete.
B. If the shaft requiring full depth reinforcement is lengthened, the bars shall be lap spliced, or
connected by other approved procedures. Splices shall be positioned in the lower portion of the
shaft.
C. The reinforcing cage shall be adequately tied, supported and anchored to maintain a 3-inch space
between the reinforcing cage and the sidewall of the shaft or casing during the concrete placement.
Approved plastic spacers shall be positioned along the cage (or shaft) to ensure concentric spacing
of the reinforcement. The position of spacers and ties shall be at quarter points around the
perimeter, at a maximum of 12 feet vertical intervals and allow clearance for concrete placement
and tremie pipes.
D. Concrete reinforcement shall be doweled to the pier cap, grade beam, or slab as indicated on the
Drawings.
3.05 CONCRETE
A. Concrete shall not be placed until the drilled shaft excavation and reinforcement has been inspected
by the Engineer and hisher approval has been given. Give no less than one working day notice of
concrete placement.
B. Concrete shall be placed as soon as practical after the pier excavation is complete and the
reinforcing steel is in place. Concrete placement shall not occur within 20-ft of any pier drilling
operation in progress.
C. Concrete placement in the shaft shall be continuous to the construction joint indicated on the
Drawings. The concrete shall be workable, requiring only minimal vibrating or rodding. Special
care shall be exercised during placement to prevent honeycombs and .air pockets from forming in
the concrete. .
Cannon Road Lift Station
Project No. 3583 E\clty ot Catisbad-lBB27UC6~Llfl Staticn\7 Prci Docs\7.2 Final oocS\100 % Specsvl236l~r.doc
Drilled Piers 02361 -5
D.
E.
F.
G.
3.06
A.
B.
3.07
A.
3.08
A.
Concrete shall be placed with a concrete pump and delivery tube system sized to provide a
placement rate of at least 20 linear feet of pier per hour. The pump shall be capable of maintaining
a concrete head of 15 feet at the tip of the delivery tube, and throughout placement the tube tip shall
be kept at least 8-in below the concrete surface. In addition to the 15 feet of concrete head, the
entire shaft may be filled with water or drilling mud. The water and drilling mud are also required
to be displaced by full depth delivery tube tremie.
Stop the concrete placement above the final cut-off elevation shown after all fluids, drilling mud,
waste and laitance have been discharged from the shaft.
As soon as concrete placement is completed in each pier, curing of the concrete surface shall
proceed in accordance with the applicable requirement of Section 03300.
Concrete strength will be checked by taking concrete test cylinders made in conformance with
ASTM C3 1. Four test cylinders shall be cast per pier but not more than one set per truckload and
tested in accordance with Section 03300.
CASING REMOVAL
The elapsed time from the beginning of concrete placement in the cased portion of the shaft, until
extraction of the casing is begun, shall not exceed one hour.
During removal of any casing, a head of not less than 5 feet of fluid concrete shall be maintained
above the bottom of the casing except at the top of the shaft. Continuously vibrate the casing using
a casing vibratory extractor during the casing removal to reduce the potential for concrete to "hang
up" to the casing. All contaminated concrete shall be removed from the shaft. If any upward
movement of the concrete andor reinforcing steel occurs at any time during the pulling operation,
the following criteria shall govern:
1. If the upward movement is six inches or less, the casing may continue to be pulled provided no
further movement occurs and provided vibrating or rodding is used to reconsolidate the
concrete. Vibration or rodding shall not be used in an attempt to break the casing loose for
extraction.
2. If the upward movement is greater than six inches, the pier shall be abandoned. One or more
new pier(s) shall be constructed as determined by a redesign of the pier cap. Construction of
new pier(s) and redesign required shall be at the Contractor's expense.
CUT-oms
The piers shall be cut-off at the required elevation on a clean and true horizontal plane unless
otherwise shown on the Drawings. The concrete shall continue to be chipped back until the
resulting surface is sound, uncontaminated concrete.
TOLERANCES
Piers shall be installed as close as practicable to the design location. The maximum lateral
deviation permitted from the design location at cut-off elevation will be 3-in. The maximum
deviation permitted from design cut-off elevation will be plus 1-in and minus 3-in.
Drilled Piers
02361 -6
Cannon Road Lift Station
Project No. 3583
P:Eity of Carkbad-16827W679-Lifl Sta6'on\7 Pmj Oocs\7.2 Finel Docs\lOO % Specsv)236l-r.doc
B. No vertical pier shall be out of plumb by more than 2 percent.
3.09 ACCEPTANCE OF PIERS
A. Only piers meeting the requirements of this Specification shall be accepted for payment.
B. When piers are installed with dimensions outside of the specified tolerances, with concrete not
meeting the specified strength, or with any other nonconforming condition, the Engineer will make
a determination regarding the proper corrective measures to be taken. Corrective measures may
include the removal and replacement of the defective piers, the installation of additional piers at
nearby locations, the modification of the foundation over the pier, or other measures the Engineer
deems appropriate.
C. All corrective measures ordered by the Engineer due to Contractors error shall be done at no
additional cost to the Agency. In addition, the Contractor shall pay for all required testing and
additional engineering costs including the engineering costs for the evaluation and redesign.
3.10 CLEA."
A. Remove from the site all shaft wastewater, drilling mud, cuttings, and waste material resulting from
pier installation.
END OF SECTION
Cannon Road Lift Station
Project No. 3583 PCity of Cerlsbad-1682A30679-Uf1 Seiicn\7 Pmj Docs\7.2 Final Docs\lW % SpecsW361-r.doc
Drilled Piers
02361 -7
This page intentionally left Blank.
Drilled Piers
0236 1 -8
Cannon Road Lift Station
Project No. 3583
PW ol Catisbad-16827U0679-Ufl Statim\7 Pmj Docs\7.2 Final Docs\lW % SpecsUZ38l~.doc
SECTION 0261 6
DUCTILE IRON PIPE AND FITTINGS
PART 1 GENERAL
1.01 SCOPE OF WORK
A. Furnish all labor, materials, equipment and incidentals required, install, and test ductile iron pipe and
fittings for yard piping as shown on the Drawings and as specified herein.
B. Piping shall be located substantially as shown on the Drawings. The Engineer reserves the right to
make such modifications in locations as may be found desirable to avoid interference between pipes
or for other reasons. Pipefitting notation is for the Contractor's convenience and does not relieve
hider from installing and jointing different or additional items where required to achieve a
complete piping system.
C. Where the word "pipe" is used it shall refer to pipe, fittings, or appurtenances unless otherwise noted.
1.02 RELATED WORK
A. Material and Equipment is included in Section 01600.
B. Precast Concrete Structures are included in Section 03400.
C. Submersible Pumps are included in Section 113 10.
D. Hydraulic Specialties are included in Section 11400.
E.
F.
Piping - General Requirements are included in Section 15050.
Valves are included in Section 15 100.
1.03 SUBMITTALS
A. Submit, in accordance with SSPWC 2003, shop drawings and product data for review.
B. Submit anticipated production and delivery schedule.
C. Prior to shipment of pipe, submit a certified affidavit of compliance from the manufacturer stating
that the pipe, fittings, gaskets, linings and exterior coatings for this project have been manufactured
and tested in accordance with AWWA and ASTM standards and requirements specified herein.
Cannon Road Lift Station Project No. 3583
P\City of Carlsbad-l6827\3067&Liff StatlOn\T Pro] Docs\7.2 Flnal Doa\i00 X Specs\02616.doc
Ductile Iron Pipe and Fittings
02616-1
1.04 REFERENCE STANDARDS
A. American Society for Testing and Materials (ASTM)
1. ASTM A193 - Standard Specification for Alloy-Steel and Stainless Steel Bolting Materials for
High-Temperature Service.
2. ASTM A194 - Standard Specification for Carbon and Alloy Steel Nuts for Bolts for High-
Pressure and High-Temperature Service.
B. American Water Works Association (AWWA)
1. AWWA C105 - Polyethylene Encasement for Ductile-Iron Pipe Systems.
2. AWWA C110 - Ductile-Iron and Gray-Iron Fittings, 3-in through 48-in (75 mm through 1219
mm) for Water.
3. AWWA C 1 1 1 - Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings.
4. AWWA C150 - Thickness Design of Ductile-Iron Pipe.
5. AWWA C 15 1 - Ductile-Iron Pipe, Centrifugally Cast, for Water.
1.05 QUALITY ASSURANCE
A. Each length of ductile iron pipe supplied for the project shall be hydrostatically tested at the point of
manufacture to 500 psi for a duration of 10 seconds per AWWA C15 1. Testing may be performed
prior to machining bell and spigot. Failure of ductile iron pipe shall be defined as any rupture of the
pipe wall. Certified test results shall be hrnished in duplicate to the Engineer prior to time of
shipment.
B. All ductile-iron pipe and fittings to be installed under this project shall be inspected and tested at the
foundry as required by the standard specifications to which the material is manufactured. Furnish in
duplicate to the Engineer sworn certificates of such tests and their results prior to the shipment of the
pipe.
C. All pipe and fittings to be installed under this Contract may be inspected at the plant for compliance
with this Section by an independent testing laboratory selected by the Agency at the Agency's
expense.
D. Inspection of the pipe and fittings will also be made by the Engineer or representative of the Agency
after delivery. The pipe shall be subject to rejection at any time on account of failure to meet any of
the requirements specified herein, even though sample pipes may have been accepted as satisfactory
at the place of manufacture. Pipe rejected after delivery shall be marked for identification and shall
be removed from the job.
Ductile Iron Pipe and Fittings
0261 6-2 Project No. 3583 Cannon Road Lift Station
P:\City of Carlsbad-16827U0679-LM Slabon\7 Prq Docs\7.2 Final Docs\100 % Sped02616.doc
E. All pipe and fittings shall be permanently marked with the following information:
1. Manufacturer, date.
2. Size, type, class, or wall thickness.
3. Standard produced to (AWWA, ASTM, etc).
1.06 DELIVERY, STORAGE AND HANDLING
A. Care shall be taken in loading, transporting, and unloading to prevent injury to the pipe. Under no
circumstances shall the pipe be dropped or skidded against each other. Slings, hooks, or pipe tongs
shall be used in pipe handling.
B. Materials, if stored, shall be kept safe fi-om damage. The interior of all pipe, fittings and other
appurtenances shall be kept free from dirt or foreign matter at all times.
C. Pipe shall not be stacked higher than the limits recommended by its manufacturer. The bottom tier
shall be kept off the ground on timbers, rails, or concrete. Stacking shall conform to manufacturer's
recommendations.
D. Gaskets for mechanical and push-on joints to be stored shall be placed in a cool location out of direct
sunlight. Gaskets shall not come in contact with petroleum products. Gaskets shall be used on a
first-in, first-out basis.
PART 2 PRODUCTS
2.01 MATERIALS
A. Pipe
1. Ductile iron pipe shall conform to AWWA C 15 1. Pipe shall be supplied in standard lengths as
much as possible.
2. Thickness design shall be per AWWA C150, except provide minimum Class 350 for piping 14-
in and smaller.
3. Ductile iron pipe shall be by U.S. Pipe and Foundry Company, Inc.; American Cast Iron Pipe
Company; or equal.
B.' Joints
1. All ductile iron pipe shall have restrained joints. Rubber-gasket joints shall conform to AWWA
C1 1 1 . Gasket shall be of SBR.
2. Restraint for ductile iron pipe may use retainer glands or flanges for restraining joint. All
restrained joints shall be suitable for the specified 125 psig test pressure.
Cannon Road Lift Station Project No. 3583
P:\City of Carlsbad-16827W0679-LifI Station\7 Pmj Docs\7.2 Final Docs\lOO % Specs\02616.doc
Ductile Iron Pipe and Fittings
0261 6-3
.
C. Fittings
1. Pipe fittings shall be ductile iron with pressure rating of 350 psi for 244x1 and smaller piping.
Fittings shall meet the requirements of AWWA C 1 10 or AWWA C 153 as applicable. Fittings
shall have the same pressure rating, as a minimum, of the connecting pipe.
2. Closures shall be made with mechanical joint ductile iron solid sleeves and shall be located in
straight runs of pipe at minimum cover outside the limits of restrained joint sections. Location
of closures shall be subject to approval of the Engineer.
D. Interior Lining
1. Ductile iron pipe and fittings shall have the same type of lining as specified herein.
2. Ductile iron pipe and fittings shall have a fusion bonded epoxy lining conforming to the
requirements of AWWA C116, AWWA C550 and NSF 6 1.
E. Exterior Coating
1. Ductile iron pipe and fittings shall have a fusion bonded epoxy coating conforming to the
requirements of AWWA C116, AWWA C550 and NSF61.
2. Buried pipe shall be installed with polyethylene encasement conforming to AWWA C105. The
polyethylene sheet shall be 8 mils thick minimum.
3. Pipe joints and flanges exposed in the interior of the wet well caisson shall have a protective
wrapping of "Denso" material by DENS0 Inc. of Texas or equal. Where "Denso" material is
used, the joint shall be packed up with "Densyl mastic" to give an even contour for wrapping
with "Densopol" tape. A 1.5 mm thick coating of "Denso" paste shall be applied following by
100 mm or more wide "Densopol" tape wound spirally round the joint with at least 50 percent
overlap. Extend tape a minimum of 6-inches past each joint or flange.
PART 3 EXECUTION
3.01 GENERAL
A. Care shall be taken in loading, transporting and unloading to prevent injury to the pipe or coatings.
Pipe and fittings shall not be dropped. All pipe and fittings shall be examined before laying and no
piece shall be installed which is found to be defective. Damage to the pipe coatings shall be repaired
per manufacturer's recommendations.
B. If any defective pipe is discovered after it has been laid, it shall be removed and replaced with a
sound pipe in a satisfactory manner. All pipe and fittings shall be thoroughly cleaned before laying,
shall be kept clean until they are used in the work and when installed or laid, shall conform to the
lines and grades required.
Ductile Iron Pipe and Fittings
0261 6-4
Cannon Road Lift Station Project No. 3583
P:City of Ca1isbad-16B27UO679-Lift Slatiofl\7 Pro1 Docs\7.2 Final Docs\lOO X Specs\O261 &doc
3.02
A.
B.
C.
D.
E.
F.
G.
H.
3.03
A.
B.
INSTALLING DUCTILE RON PIPE AND FITTINGS
Ductile iron pipe and fittings shall be installed in accordance with requirements of AWWA C600,
except as otherwise specified herein. A firm, even bearing throughout the length of the pipe shall be
provided by digging bell holes at each joint and by tamping backfill materials at the side of the pipe
to the springline per details shown on the Drawings. Blocking will not be permitted.
All pipe shall be sound and clean before laying. When laying is not in progress, open ends of the
pipe shall be closed by a watertight plug or other approved means. Sufficient backfill shall be
placed to prevent flotation. The deflection at joints shall not exceed 75 percent of allowable
deflection recommended by manufacturer.
Fittings, in addition to those shown on the Drawings shall be provided, where required, in crossing
utilities which may be encountered upon opening the trench. Solid sleeve closures shall be installed
at locations approved by the Engineer.
The pipe interior shall be maintained dry and broom clean throughout the construction period.
When cutting pipe is required, the cutting shall be done by machine, leaving a smooth cut at right
angles to the axis of the pipe. Cut ends of pipe to be used with a bell shall be beveled to conform to
the manufactured spigot end. Cutting of restrained joint pipe will not be allowed, unless approved at
specific joints in conjunction with the use of restrainer glands by EBAA Iron or field adaptable
restrained joints.
Jointing Ductile-Iron Pipe
1. Mechanical joints shall be assembled in strict accordance with the manufacturer's instructions
and AWWA C600. Pipe shall be laid with bell ends looking ahead. To assemble the joints in
the field, thoroughly clean and lubricate the joint surfaces and rubber gasket. Bolts shall be
tightened to the specified torques. Under no condition shall extension wrenches or pipe over
handle of ordinary ratchet wrench be used to secure greater leverage.
2. Bolts in mechanical or restrained joints shall be tightened alternately and evenly.
3. Restrained joints shall be installed according to pipe manufacturer's instructions.
Install polyethylene encasement around ductile iron pipe to limits shown on the Drawings and in
accordance with pipe manufacturer's recommendations.
All valves, fittings, and other appurtenances required shall be set and jointed as indicated on the
Drawings in accordance with the manufacturer's instructions.
TESTING
After installation, the pipe shall be tested for compliance as specified herein. Furnish all necessary
equipment and labor for the pressure test and leakage test on the pipelines.
Submit detailed test procedures and method for Engineer's review. In general, testing shall be
conducted in accordance with AWWA C600.
Cannon Road Lift Station Ductile Iron Pipe and Fittings
Proiect No. 3583 0261 6-5
P:\Cily of Carkbad-l6827\3067BLIfi StationV Proj Docs\7.2 Final Docs\100 96 kpecs\02616.doc
C. Pressure pipelines shall be subjected to a hydrostatic pressure of 125 psig. This test pressure shall be
maintained for a minimum of 2 hours. The leakage rate shall not exceed those indicated in AWWA
C600. Provide suitable restrained bulkheads as required to complete the hydrostatic testing
specified.
D. All valves and valve boxes shall be properly located and installed and operable prior to testing.
Bulkheads shall be provided with a sufficient number of outlets for filling and draining the line and
for venting air.
E. Hydrostatic pressure and leakage tests shall conform with Section 4 of AWWA C600. Furnish
gauges, meters, pressure pumps and other equipment needed to fill the line slowly and perform the
required hydrostatic pressure leakage tests.
F. The Agency will provide a source of supply from the existing treated water distribution system for
Contractor's use in filling the lines. An air break shall be maintained at all times between the
Agency's distribution system and the Contractor's equipment to prevent cross-connection. The line
shall be slowly filled with water and the specified test pressure shall be maintained in the pipe for the
entire test period by means of a pump furnished by the Contractor. Provide accurate means for
measuring the quantity of water required to maintain this pressure. The amount of water required is
a measure of the leakage.
G. Duration of pressure test shall not be less than 2 hours. The leakage test shall be a separate test
following the pressure test and shall not be less than 2 hours duration. All leaks evident at the
surface shall be repaired and leakage eliminated regardless of the total leakage as shown by test.
Lines which fail to meet tests shall be repaired and retested as necessary until test requirements are
complied with. Defective materials, pipes, valves and accessories shall be removed and replaced.
H. Submit plan for testing to the Engineer for review at least 10 days before starting the test.
3.04 CLEANING
A. At the conclusion of the work, thoroughly clean all of the pipe by flushing with water or other means
to remove all dirt, stones, pieces of wood, or other material which may have entered during the
construction period. All debris shall be removed from the pipeline, The lowest segment outlet shall
be flushed last to assure debris removal.
END OF SECTION
Ductile Iron Pipe and Fittings
026 1 6-6
Cannon Road Lift Station
Project No. 3583 P:\City of Carlsbad-16827W679-Lifl Station\7 Prq Docs\7.2 Flnal Docs\IOO X SpecsW2616.doc