Loading...
HomeMy WebLinkAboutTC Construction Company Inc; 1994-07-19; 3376I I 1 I I i TC CONSTRUCTION COMPANY, INC. I (Reviewed) FINANCIAL REPORT MARCH 31,1994 I I 1 1 I - I I I I I I I T& ; v: r 'I &+JLk 3 's -7 c I I 1 I I 1 1 SUPPLEMENTARY INFORMATION 1 I i General and administrative expenses 1 u I I I 1 I t TC CONSTRUCTION COMPANY, INC. CONTENTS INDEPENDENT ACCOUNTANT'S REPORT ON THE I FINANCIAL STATEMENTS FINANCIAL, STATEMENTS Balance sheets Statements of operations and retained earnings Statements of cash flows 4 and 1 Notes to financial statements 6-1 INDEPENDENT ACCOUNTANT'S REPORT ON THE 1 SUPPLEMENTARY NORMATION Earnings from contracts 1 Contracts completed 1 1 Contracts in progress I I I l I I 1 1 1 ! 1 1 I I 1 I I BI@ MCG-LADREY &PULLEN Certified Public Accountants and Consultants INDEPENDENT ACCOUNTANT'S REPORT ON THE FINANCIAL STATEMENTS To the Board of Directors TC Construction Company, hc. Santee, California We Rave reviewed the accompanying balance sheets of TC Construction Company, h as of March 31, 1994 and 1993 and the related statements of operations, retain earnings, and cash flows for the years then ended, in accordance with Statements t Standards for Accounting and Review Services issued by the American Institute Certified Public Accountants. All of the information included in these financj statements is the representation of the management of TC Construction Company, Inc. A review consists principally of inquiries of Company personnel and analytic procedures applied to financial data. It is substantially less in scope tRan an auc conducted in accordance with generally accepted auditing standards, the objective which is the expression of an opinion regarding the fmancial statements taken as a who1 Accordingly, we do not express such an opinion. Based on our reviews, we are not aware of any material modifications that should 1 made to the accompanying fmancial statements in order for them to be in conformity wi 1 generally accepted accounting principles. I 9kGb& iq- San Diego, California May20, 1994 1 TC CONSTRUCTION COMPANY, INC. BALANCE SHEETS March 31,1994 and 1993 See Accountant's Report ASSETS 1994 1993 CURRENT ASSETS Cash and cash equivalents $ 402,665 $ 846,016 Contract receivables (Notes 2 and 4) 2,859,539 2,087,7 14 Other receivables 98,030 1,357 Costs and estimated earnings in excess of billings on uncompleted contracts (Note 3) 635,977 458,682 Prepaid expenses 12,098 55,195 Deferred tax assets (Note 7) 5,923 - Total current assets $ 4,014,232 $ 3,448,964 DEPOSITS $ 48,002 $ 136,072 EQUIPMENT AND LEASEHOLD IMPROVEMENTS (Note 5) Construction equipment $ 5,805,430 $ 5,612,195 Vehicles 1,562,783 1,273,566 Office equipment 177,036 159,625 Leasehold improvements 205,602 205,602 $ 7,750,851 $ 7,250,988 Less accumulated depreciation and amortization 5,862,059 4,982,390 $ 1,888,792 $ 2,268,598 $ 5,951,026 $ 5,853,634 See Notes to Financial Statements. 2 I 1 I I 1 1 II 1 I i I I 1 I 1 m 1 LIABILITIES AND STOCKHOLDER'S EQUITY 1994 1993 CURRENT LIABILITIES Current maturities of long-term debt (Note 5) $ 740,909 $ 920,87S Accounts payable 1,299,43 1 797,142 Accrued expenses (Note 6) 523,709 55 1,05 1 Billings in excess of costs and estimated earnings on uncompleted contracts (Note 3) 105,925 402,806 I Total current liabilities $ 2,669,974 $ 2,671,87: LONG-TERM OBLIGATIONS Long-term debt, less current maturities (Note 5) $ 1,044,549 $ 909,906 Deferred tax liabilities (Note 7) 12,715 22,034 $ 1,057,264 $ 931,940 COMMITMENT (Note 8) STOCKHOLDER'S EQUITY Common stock, no par value; stated value $300 per share; authorized 1,000 shares; issued and outstanding 10 shares $ 3,000 $ 3,000 Additional paid-in capital 84,000 84,000 1 Retained earnings 2,136,788 2,162,s 16 $ 2,223,788 $ 2,249,816 $ 5,951,026 $ 5,853,634 TC CONSTRUCTION COMPANY, INC. STATEMENTS OF OPERATIONS AND RETAINED EARNINGS Years Ended March 31,1994 and 1993 See Accountant's Report I I I I I I 1 1 u 1 U 1 I B It II I OPERATIONS 1994 1993 Revenues earned $ 16,439,783 $ 11,937,832 Cost of revenues earned 14,797,158 11,083,70: I Cross profit $ 1,642,625 $ 854,125 General and administrative expenses (Note 8) 1,599,169 1,333,47( Operating income (loss) $ 43,456 $ (479,341 Nonoperating income (expense): Interest income $ 5,574 $ 34,333 Gain on sale of equipment 15,610 29,788 Interest expense (96,544) (161,556 Other income 66,954 18,680 $ (8,406) $ (78,755 Income (loss) before income taxes $ 35,050 $ (558,096 State income tax expense (benefit) (Note 7) (14,442) 800 B Net income (loss) $ 49,492 $ (558,896' RETAINED EARNINGS Balance, beginning $ 2,162,816 $ 2,938,705 Net income (loss) 49,492 (558,896) Distributions (75,520) (216,993) Balance, ending $ 2,136,788 $ 2,162,816 See Notes to Financial Statements. 3 TC CONSTRUCTION COMPANY, INC. STATEMENTS OF CASH FLOWS Years Ended March 31,1994 and 1993 See Accountant's Report I 1 I I I I 1 I 1 8 I B 1 I 1 1 1 1994 1993 CASH FLOWS FROM OPERATING ACTIVITIES Cash received from customers $ 15,052,564 $ 12,139,866 Cash paid to suppliers and employees (14,809,155) (10,882,121 Interest paid (1 07,522) (170,s 19 Interest received 5,574 34,333 Income taxes paid (800) (800 Net cash provided by operating activities $ 140,661 $ 1,120,459 Proceeds fiom sale of equipment $ 18,888 $ 59,074 Purchase of equipment and leasehold improvements (570,123) (133,623 88,070 82,104 Cash received from deposits CASH FLOWS FROM INVESTING ACTIVITIES Net cash provided by (used in) investing CASH FLOWS FROM FINANCING ACTIVITIES activities $ (463,165) $ 7,555 Proceeds from long-term borrowings $ 1,348,528 $ 19,340 Principal payments on long-term borrowings (1,393,855) (674,165; 8 Distributions to stockholder (75,520) (2 16,993) Net cash (used in) financing activities $ (120,847) $ (871,818) Net increase (decrease) in cash and cash equivalents $ (443,351) $ 256,196 I Beginning 846,016 589,820 Ending $ 402,665 $ 846,016 CASH AND CASH EQUIVALENTS See Notes to Financial Statements. 4 TC CONSTRUCTION COMPANY, INC. STATEMENTS OF CASH FLOWS, CONTINUED Years Ended March 31,1994 and 1993 See Accountant's Report I 8 I 1 I I I I I I I I I 1 II I I I 1994 1993 RECONCILIATION OF NET INCOME (LOSS) TO NET CASH PROVIDED BY OPERATING ACTIVITIES Net income (loss) $ 49,492 $ (558,896 Adjustments to reconcile net income (loss) to net cash provided by operating activities: Depreciation and amortization 946,651 90 1,246 (Gain) on sale of equipment (15,610) (29,788 (Increase) decrease in assets: I Deferred income taxes (15,242) - Contract receivables (771,825) 347,834 Other receivables (96,673) 123,638 Costs and estimated earnings in excess of billings on uncompleted contracts (177,295) (3 12,657: Prepaid expenses 43,097 (4,886: Accounts payable 502,2 89 469,170 Accrued expenses (27,342) 160,259 Billings in excess of costs and estimated earnings on uncompleted contracts (296,881) 24,539 Net cash provided by operating activities $ 140,661 $ 1,120,459 Increase (decrease) in liabilities: See Notes to Financial Statements. 5 TC CONSTRUCTION COMPANY, INC. NOTES TO FINANCIAL STATEMENTS I 1 I I 1 I I I B I I 1 I I I I See Accountant's Report NOTE 1 NATURE OF BUSINESS AND SIGNIFICANT ACCOUNTING POLICIES Nature of business I The Company is a general contractor specializing in underground utility construction the Southern California area. Work is performed primarily under fixed price contrac The length of the construction varies but is typically one year or less. The Compa: grants credit in the form of contract receivables to the owners of the projects. A summary of the Company's significant accounting policies follows: I Revenues and cost recognition Revenues from construction contracts are recognized on the percentage-of-completi( method, measured on the basis of incurred costs to estimated total costs for each contrac This cost-to-cost method is used because management considers it to be the best availab measure of progress on these contracts. Contract costs include all direct material, labor costs, subcontractor costs and tho2 indirect costs related to contract performance. General and administrative costs a charged to expenses as incurred. Provisions for estimated losses on uncomplete contracts are made in the period in which such losses are determined. Changes in jc performance, job conditions, and estimated profitability are recognized in the period 1 which the revisions are determined. The asset, Tests and estimated earnings in excess of billings on uncompleted contracts, represents revenues recognized in excess of amounts billed. The liability, "Billings i excess of costs and estimated earnings on uncompleted contracts," represents billings i excess of revenues recognized. I 6 NOTES TO FINANCIAL STATEMENTS See Accountant's Report I 1 I I I 1 1 I 1 I I I I. I I NOTE I NATURE OF BUSINESS AND SIGNIFICANT ACCOUNTING POLICIES, I CONTINUED Cash and cash equivalents For purposes of reporting the statement of cash flows, the Company considers : certificates of deposit and money market funds purchased with a maturity of three mont or less to be cash equivalents. The Company maintains its cash accounts primarily in one commercial bank located San Diego, California. Accounts at this bank are guaranteed by the Federal Depo: Insurance Corporation (FDIC) up to $100,000. At March 31, 1994 the Company had 2 aggregate bank balance of approximately $441,500. 1 Equ3ment and leasehold improvements Equipment is stated at cost, and depreciation is computed primarily using the straight-lit method over the estimated useful lives of the assets, typically five to seven year: Improvements to leased property are also stated at cost, and are amortized over ten years I Income taxes The Company, with the consent of its stockholder, has elected to be taxed under sectior of the federal and California income tax laws which provide that, in lieu of corporatio income taxes, the stockholder separately accounts for the Company's items of income deduction, losses and credits. Therefore, these statements include provision fo corporation income taxes only to the extent that the Company is subject to California ta under provisions which require a 2.5% income tax on this type of entity. Deferred taxes are provided on a liability method whereby deferred tax assets ar recognized for deductible temporary differences and deferred tax liabilities ar( recognized for taxable temporary differences. Temporary differences are the difference between the reported amounts of assets and liabilities and their tax bases. Deferred ta: assets are reduced by a valuation allowance when, in the opinion of management, it i more likely than not that some portion or all of the deferred tax assets will not bl realized. Deferred tax assets and liabilities are adjusted for the effects of changes in ta: laws and rates on the date of enactment. I 7 NOTES TO FINANCIAL STATEMENTS See Accountant's Report I I I 1 I I I I 1 I 1 I I 1 1 NOTE I NATURE OF BUSINESS AND SIGNIFICANT ACCOUNTING POLICIES, I CONTINUED Income taxes, continued As of March 31, 1994, the Company's reported net assets for both federal and Califon income tax purposes exceeded their tax bases by approximately $126,000. According if the tax election was terminated on that date, the net deferred tax liabilities would adjusted to approximately $80,000 by a charge to income tax expense. Refer to Note 7 for a change in the method of accounfing for income taxes. I Reclasstjkations Certain items on the balance sheet at March 31, 1993 have been reclassified to 1 consistent with the groupings and presentation in the March 3 1, 1994 balance sheet. NOTE 2 CONTRACT RECEIVABLES I Contract receivables at March 3 1, 1994 and 1993 are summarized as follows: 1994 1993 Completed contracts $ 681,439 $ 283,201 Contracts in progress 1,491,814 1,285,127 Retainages 726,286 559,3 86 $ 2,899,539 $ 2,127,714 I Less allowance for doubtfid accounts 40,000 40,000 $ 2,859,539 $ 2,087,714 8 NOTES TO FINANCIAL STATEMENTS See Accountant's Report NOTE 3 COSTS AND ESTIMATED EARNINGS ON UNCOMPLETED CONTRACTS Following is a summary of contracts in progress as of March 31,1994 and 1993: NOTE 4 A VAILABLE LINE OF CREDIT The Company has available a line of credit with a bank for $300,000,of which none was outstanding at March 31,1994.The line of credit bears interest at prime (6.25%at March 31,1994)plus 1%and matures on July 2,1994.Borrowings are collateralized by contract receivables and are personally guaranteed by the sole stockholder.The line of credit agreement requires the Company to maintain a minimum tangible net worth of $2,000,000 and a minimum working capital of $700,000.The agreement also restricts distributions to the stockholder. 9 NOTES TO FINANCIAL STATEMENTS See Accountant's Report I I I D I I 1 I 8 I 1 I I I I I I NOTE 5 LONG-TERM DEBT Long-term debt at March 3 1, 1994 is as follows: Notes payable to finance company, due in monthly installments totaling $63,707 including interest at prime (6.25% at March 3 1, 1994) plus .8% through August 1997, collateralized by certain equipment and vehicles $ 1,567,095 Notes payable to finance company, due in monthly installments totaling $3,376 including interest at 5.0% through June 1996, collateralized by certain equipment 83,015 Note payable to finance company, due in monthly installments totaling $3,866 including interest at 7.5% through May 1997, collateralized by certain equipment 124,195 Other 11,153 $ 1,785,458 Less current maturities 740,909 I $ 1,044,549 Aggregate maturities required on long-term debt at March 3 1, 1994 are as follows: Years Ending March 3 1, 1995 $ 740,909 1996 776,784 I 1997 267,766 $ 1,785,459 Subsequent to March 3 1, 1994, the Company financed the purchase of certain equipmen by issuing notes payable totaling $538,527 which are due in aggregate monthlj installments of $16,802 through May 1997. 10 NOTES TO FINANCIAL STATEMENTS See Accountant's Report I I I e I I 1 I 1 I t I I I I 1 I I I NOTE 6 ACCRUED EXPENSES Accrued expenses as of March 3 1, 1994 and 1993 consist of the following: 1994 1993 Workers' compensation claims $ 179,312 $ 179,312 Payroll and related taxes 255,802 188,24C Other 88,595 183,49S $ 523,709 $ 551,051 NOTE 7 ACCOUNTING CHANGE AND INCOME TAX MATTERS Effective April 1, 1993, the Company adopted FASB Statement No. 109, Accounting fc Income Taxes. The adoption of Statement 109 changes the Company's method ( accounting for income taxes from the deferred method to the liability method. Under tl: deferred method, the Company deferred the past tax effects of timing differences betwee financial reporting and taxable income. As explained in Note 1, the liability methc requires the recognition of deferred tax assets and liabilities €or the expected future ta consequences of temporary differences between the reported amounts of assets an liabilities and their tax bases. The adoption of Statement 109 had no material effect on the April 1, 1993 balance sheet. Net deferred tax liabilities at March 3 1, 1994 consist of the following: Deferred tax assets $ 5,923 Deferred tax liabilities ( 1 2,7 1 5) $ (6,792) 11 NOTES TO FINANCIAL STATEMENTS See Accountant's Report 1 1 1 c NOTE 7 ACCOUNTING CHANGE AND INCOME TMMATTERS, CONTINUED I Taxable temporary differences giving rise to deferred tax liabilities relate generally depreciation on equipment. Deductible temporary differences giving rise to deferred 1 assets relate to allowance for doubtful accounts and accrued expenses. The income tax benefit recorded to operations for the year ended March 3 1, 1994 consi! I of the following: I Current tax expense (15,242 800 $ ( 14,442 $ Deferred income tax benefit I I 1 1 1 I 1 1 NOTE 8 LEASE COMMITMENT AND RELATED PARTY TRANSACTIONS The Company leases its office and yard facility under a month-to-month lease agreeme: with Cameron Brothers Construction Corporation, which is controlled by relatives of tl Company's stockholder. The lease provides for monthly rental payments of $2,001 Approximately $24,000 was paid under the lease during each of the years ended Marc 3 1, 1994 and 1993. The net book value of the facility improvements at March 3 1, 1994 $47,566. NOTE 9 PROFIT SHARING The Company has a profit sharing plan as defined under section 401(a) of the Intern2 Revenue Code. Under the plan the Company has the option to contribute up to 15% o eligible compensation of all eligible employees. Company contributions, if made, wil vest over a seven year vesting period as established by the plan. There were n( contributions by the Company for the years ended March 3 1, 1994 and 1993. ' I 12 I I NOTES TO FINANCIAL STATEMENTS See Accountant's Report 1 I I I I 1 1 I 1 1 I I P I I I NOTE 10 BACKLOG Following is a reconciliation of the backlog of signed contracts: Balance of signed but unperfonned work at April 1, 1993 New contracts and change orders during 1994 Less contract revenues earned during 1994 $ 8,281,556 19,527,830 $ 27,809,386 (16,439,783 I Balance, March 31, 1994 $ 11,369,603 NOTE 11 I CONTINGENCIES The Company is subject to lawsuits and claims which arise out of the normal course t business. In the opinion of management, based upon the advice of legal counsel, it disposition of any and all such actions of which it is aware will not have a material effec on the fmancial position of the Company. B 13 I I 1 I I I 1 B 1 I 1 E I 1 I I N @!!I@ MCGLADREY &PULLEN Certified Public Accountants and Consultants INDEPENDENT ACCOUNTANT'S REPORT ON THE SUPPLEMENTARY INFORMATION To the Board of Directors TC Construction Company, Inc. I Santee, California Our reviews were made for the purpose of expressing limited assurance that there are r material modifications that should be made to the basic financial statements in order fi them to be in conformity with generally accepted accounting principles. TI: supplementary information which follows is presented for purposes of additional analys and is not a required part of the basic financial statements. Such information has bee subjected to the inquiry and analytical procedures applied in the reviews of the bas financial statements and we did not become aware of any material modifications th should be made to such information. 1 %Gb& CV& San Diego, California May20, 1994 14 TC CONSTRUCTION COMPANY, INC. EARNINGS FROM CONTRACTS Years Ended March 31,1994 and 1993 See Accountant's Report 1 1 1 I I 1994 1993 cost of Gross Revenues Revenoes Gross Profit Earned Earned Profit (Loss) Contracts completed i during the year $ 10,234,484 $ 9,065,509 $ 1,168,975 $ (83,268 Contracts in progress I at year end 6,205,299 5,731,649 473,650 937,397 I $ 16,439,783 $ 14,797,158 !$ 1,642,625 $ 854,129 I I B I I 1 1 I I B 1 15 TC CONSTRUCTION COMPANY, INC. CONTRACTS COMPLETED Year Ended March 31,1994 See Accountant's Report Total Contract cost of Gross Revenues Revenues Profit NO. Earned Earned o.oss> 9121 $ 334,200 $ 310,298 $ 23,902 9138 69 1,322 605,321 86,OO 1 9139 103,551 40,774 62,777 9203 212,710 161,251 51,459 9220 418,576 321,923 96,653 9222 528,633 480,919 47,714 9223 1,942,901 1,796,571 146,330 9226 795,805 665,891 129,914 9227 177,371 170,091 7,280 9229 412,780 447,78 1 (35,001) 9230 234,435 233,649 786 9301 267,506 420,271 (1 52,765) 9302 442,604 35 1,194 91,410 9304 659,2 17 533,921 125,296 9307 150,885 1 4 8.4 1 2 2,473 9309 134,740 107,560 27,180 9310 42,598 43,621 (1,023) 9311 528,818 573,7401 (44,922) 9314 2,118,743 1,675,702 443,041 9315 145,293 96,509 48,784 9316 251,409 162,614 88,795 9321 61,317 43,746 17,571 9322 226,671 207,892 18,779 9323 151,871 134,025 17,846 9324 238,886 181,218 57,668 9325 981,950 829,961 151,989 9328 335,663 32 1,789' 13,874 9329 117,322 84,89Cl 32,432 9332 285,679 209,492 76,187 9334 4 1,478 35,233 6,245 9336 256,449 267,481 (1 1,032) 9345 171,288 160,005' 11,281 9348 176,66 1 14 1,762 34,899 9351 52,160 26,033 26,127 (1 1,986) 9412 58,156 70,142 91013 1,047,936 693,846 354,090 other 928,442 834,1481 94,294 9225 358,090 406,133 (48,043) 9234 500,467 455,559 44,908 $ 16,584,583 $ 14,451,370 $ 2,133,213 16 1 1 I I I 1 I I I 1 I 1 1 1 1 8 I B 1 Before April 1, 1993 During the Year Ended March 3 1,1994 cost of Gross costs of Gross Revenues Revenues Profit Revenues Revenues Profit Earned Earned (Loss) Earned Earned (Loss) $ 326,429 $ 290,203 $ 36,226 $ 7,771 $ 20,095 $ (12,324) 643,638 564,001 79,637 47,684 4 1,320 6,364 15,268 8,493 6,775 88,283 32,281 56,002 195,243 149,000 46,243 17,467 12,251 5,216 273,281 212,702 60,579 145,295 109,221 36,074 1,276,022 1,040,397 235,625 666,879 756,174 (89,295) 325,664 352,238 (26,574) 32,426 53,895 (2 1,469) 706,817 576,424 130,393 88,988 89,467 (479) 158,876 152,667 6,209 18,495 17,424 1,071 330,841 319,155 1 1,686 81,939 128,626 (46,687) 173,592 155,320 18,272 60,843 78,329 (17,486) 2 17,162 174,920 42,242 283,305 280,639 2,666 28,552 16724 1 (138,689) 238,954 253,030 ( 14,076) 46,196 35,105 11,091 396,408 3 16,089 80,3 19 104,476 83,075 62,255 20,820 576,142 471,666 503,577 4 5 0,9 8 3 52,594 25,056 29,936 (4,880) 2,674 2,323 35 1 148,221 1 146,089 2,122 - - - 134,740 107,560 27,180 30,016 25,906 4,110 12,582 17,715 (5,133) - - - 2.1 18,743 1,675,702 443,041 - - - 14 5,2 93 96,509 48,784 - - - 25 1,409 162,6 14 88,795 - - - 61,317 43,746 17,571 - - - 18,779 226,671 207,892 - - - 17,846 15 1,871 134,025 - - - 238,886 181,2218 57,668 - - - 981,950 829,961 15 1,989 - - - 335,663 32 1,789 13,874 - - - 117,322 84,890 32,432 - - - 285,679 209,492 76,187 - - - 4 1,478 35233 6,245 - - - 256,449 267,481 (1 1,032) - - - 171,288 160,007 11,281 - - - 176,66 1 141,762 34,899 - - - 52,160 26,033 26,127 - - - 58,156 70,142 (1 1,986) 839,643 494,838 344,805 208,293 199,008 9,285 92,736 73,058 19,678 835,706 76 1,090 74,616 $ 6.350.099 $ 5.385.861 $ 964,238 $ 1 0.234.484 $ 9.065.509 $ 1.168.975 80,797 78,632 2,165 448,021 495,108 (47,087) TC CONSTRUCTION COMPANY, INC. CONTRACTS IN PROGRESS March 31,1994 See Accountant's Report Total Contract From Inception to March 3 1, 1994 Estimated Gross Total Gross Profit Revenues cost Profit No. Revenues (Loss) Earned Incurre:d (Loss) 487 $ 5,075,834 $ 717,649 $ 4,528,441 $ 3,888,185 $ 640,256 9207 434,905 7,399 409,473 402,506 6,967 9210 75 3,820 2 17,830 75 1,007 533,990 2 17,017 9224 836,046 63,052 827,393 764,994 62,399 9228 417,951 36,329 23 1,767 211,622 20,145 9305 539,828 24,523 523,066 499,305 23,761 9306 265,580 6 1,846 187,366 143,734 43,632 9308 286,959 38,513 285,226 246,946 38,280 9312 225,217 (44,718) 220,217 264,935 (44,718) 9317 508,370 (1 86,304) 503,370 689,674 (186,304) 9318 277,9 17 (3,474) 275,9 17 9319 557,798 145,508 456,329 337,290 11 9,039 9320 389,637 38,935 367,417 330,702 36,7 15 9326 2 1 1,344 54,708 49,432 36,636 12,796 9327 2 19,330 33,062 26,221 22,268 3,953 9330 116,650 4,457 95,855 92,193 3,662 9333 216,259 36,944 209,023 173,315 35,708 9335 237,000 9,711 204,154 195,789 8,365 9337 670,839 70,803 428,840 406,536 22,304 9339 5 12,644 49,998 506,433 457,646 48,787 9346 95,301 15,210 23,906 20,091 3,815 9349 409,643 1 13,885 2 15,734 155,758 59,976 9352 283,053 29,731 249,532 223,322 262 10 9355 74,3 13 13,086 71,279 58,727 12,552 9402 1,149,396 236,332 104,564 83,064 2 1,500 94 04 2,272,785 360,563 73,954 62,222 1 1,732 9406 639,663 95,603 17,119 14,560 2,559 9407 1,137,819 217,423 148,837 120,396 28,441 9409 291,714 43,722 2,345 1,992 353 9413 50,959 (2,024) 48,959 50,983 (2,024) 9414 236,280 36,594 220 186 34 9124 946,882 95,260 939,099 844,622 94,477 (3,474) 279,391 9415 100,204 15,268 1,694 1,436 258 89002 3,057,306 192,928 3,019,949 2,829,378 190,571 90007 2 1,617,469 22,220 1,610,375 1,588,249 22,126 91010 542,697 1 18,206 536,304 4 1 9,49 1 116,813 $ 25,659,412 $ 2,980,778 $ 18,150,817 $ 16,452,134 $ 1,698,683 17 I I I I I I 1 1 I I I 1 1 1 1 1 1 1 I At March 3 1, 1994 For the Year Ended March 3 1, 1994 Costs and Billings Estimated in Excess Earnings ofcosts Estimated in Excess and cost of Gross Billed cost to of Estimated Revenues Revenues Profit to Date Complete Billings Earnings Earned Earned (Loss) $ 4,520,019 $ 470,000 $ 8,422 $ - $ 89,788 $ 12,288 $ 77,500 937,932 7,000 1,167 - 16,563 11,110 5,453 386,225 25,000 23,248 - 64,385 101,740 (37,355) 750,520 2,000 487 - 183,579 123,965 59,614 827,501 8,000 - 108 620,593 575,622 44,971 181,785 170,000 49,982 - 458 310 148 52 1,361 16,000 1,705 - 483,075 4672 13 15,862 178,850 60,000 8,516 - 187,366 143,734 43,632 274,502 1,500 10,724 - 197,825 177,350 20,475 2 1 9,074 5,000 1,143 - 220,217 264,935 (44,718) 487,003 5,000 16,367 - 511,756 689,646 (177,890) 272,103 2,000 3,814 - 275,917 279,391 (3,474) 494,833 75,000 - 38,504 456,329 337,290 119,039 361,186 20,000 6,231 - 367,417 330,702 36,715 46,339 120,000 3,093 - 49,432 36,636 12,796 26,238 164,000 - 17 26,22 1 22,268 3,953 77,925 20,000 17,930 - 95,855 92,193 3,662 - 173,315 35,708 203,578 3 1,500 576 - 204,154 195,789 8,365 281,741 193,500 147,099 - 428,840 406,536 22,304 5 18,964 5,000 - 12,531 506,433 457,646 48,787 22,071 60,000 1,835 L 23,906 20,091 3,815 192,387 140,000 23,347 - 215,734 155,758 59,976 206,368 30,000 43,164 - 249,532 223,322 26,210 77,4 1 8 2,500 - 6,139 71,279 58,727 12,552 - 830,000 104,564 - 104,564 83,064 21,500 285 1,850,000 73,669 - 73,954 62,222 1 1,732 - 529,500 17,119 - 17,119 14,560 2,559 92,560 800,000 56,277 - 148,837 120,396 28,441 246,000 2,345 2,345 1,992 353 38,618 2,000 10,341 - 48,959 50,983 (2,0241 199,500 220 220 186 34 83,500 1,694 1,694 1,436 258 3,063,182 35,000 - 43,233 26,820 14,594 12,226 1,609,719 7,000 656 9,718 1 1,677 (1,959) 541,697 5,000 - 5,393 15,392 12,962 2,430 208,781 6,000 242 209,023 - - - - - - - $ 17,620,765 $ 6,226,500 $ 635,977 $ 105,925 $ 6,205,299 $ 5,731,649 $ 473,650 TC CONSTRUCTION COMPANY, INC. GENERAL AND ADMINISTRATIVE EXPENSES Years Ended March 31,1994 and 1993 See Accountant's Report I 1 I I I I I 1 I I I I 1 1 I I I 1 1994 1993 Salaries $ 447,977 $ 353,962 Salaries, officer 259,911 305,548 Taxes and licenses 195,3 11 149,456 Professional services 190,147 76,98 1 Advertising 64,934 47,858 Utilities 52,206 39,528 Payroll taxes 50,235 52,843 Depreciation 49,729 50,044 Repair and maintenance 49,248 9,5 14 Office supplies 49,068 3 0,845 Insurance 43,073 7 1,907 Miscellaneous 36,092 23,711 Travel and entertainment 29,625 37,609 Rent 29,162 25,557 Communication 21,300 17,842 Office expense 13,434 25,037 Employee benefits 12,582 8,182 Education 5,135 7,046 I $ 1,599,169 $ 1,333,470 18 - s/t ? .y p:-,y Q 22 r .5) I 1 CARLSBAD MUNICIPAL WATER DISTRICT 1 CARLSBAD, CALIFORNIA SAN DIEGO COUNTY I I I ? I 1 I I 1 I I CALIFORNIA CONTRACT DOCUMENTS AND SPECIAL PROVISIONS FOR CONSTRUCTION OF TWIN ’D’ RESERVOIR IMPROVEMENTS IN THE CITY OF CARLSBAD 1 CMWD PROJECT NO. 84-111 CONTRACT NO. 3376 FEBRUARY 1994 DISTRICT ENGINEER CARLSBAD MUNICIPAL WATER DISTRICT 5950 EL CAMINO REAL CARLSBAD, CALIFORNIA 92008 b (619) 438-3367 3/1/94 Rei 7 e l TABLE OF CONTENTS 6 Item Pae NOTICEINVITINGBIDS CONTRACTOR’S PROPOSAL ........................................ DESIGNATION OF SUBCONTRACTORS 1 AMOUNT OF SUBCONTRACTORS’ BIDS 1 EQUIPMENT/MATERIAL SOURCE INFORMATION .................... 3 BID SECURITY FORM 1 BIDDER’S BOND : BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY .............. : BIDDERS STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE .... 1 I 1 I 1 I 1 ........................................... .............................. ............................. ............................................ ................................................. 1 NON-COLLUSION AFFIDAVIT ....................................... ? CONTRACT . PUBLIC WORKS ..................................... 1 LABOR AND MATERIALS BOND ................................... : FAITHFUL PERFORMANCE/WARRANTY BOND : PURCHASING DEPARTMENT REPRESENTATION & CERTIFICATION .... : ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION ................................. RELEASEFORM ................................................. SPECIAL PROVISIONS REVISIONS TO NOTICE INVITING BIDS REVISIONS TO SPECIAL PROVISIONS ............................... TECHNICAL SPECIFICATIONS ...................... I I : I I 1 I 1 ............................................ ............................. ..................................... General Provisions ............................................. Section 0. General b ....................................... 3/1/94 R TABLE OF CONTENTS, (cont.) I 1 1 8 1 I 1 1 ? E I I I 1 I I 1 Item Pag TECHNICAL SPECIFICATIONS, (cont.) c 5 5 t Supplemental Provisions ......................................... Section 1. Steel Pipe ...................................... Section 2. Valves and Hydraulic Specialties ..................... t Section 4. Earthwork (Water Mains) .......................... t Section 5. Ejrcavation, Site Work and Erosion Control ............. : Section 7. Reinforcing .................................... 2 Section 8. Cast-In-Place Concrete ............................ t Section 9. Steel Reservoir 1( Section 10. Protective Coatings ............................. 1: Section 11. Asphalt Concrete Pavement ....................... 1: Section 3. Testing and Sterilization Section 6. Form Work ? ........................... .................................... ................................. Section 12. Landscape Work ............................... 1: Section 13. Underground Irrigation System ..................... 11 Section 14. Fencing ...................................... 1( Section 16. Telemetry, Telephone and Electric Service ............ 1' Section 15. Corrosion Control 1( .............................. APPENDIX 'A' S.D.G. & E. INSTRUCTIONS 1' .......................... . APPENDIX "B" . STANDARD DRAWINGS ............................ 1' APPENDIX "C' - SOILS REPORT .................................... 1 b 3/1/94 I: I KT 6 CARLSBAD MUNICIPAL WATER DISTRICT CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasing Officer, City Hall 1200 Carlsbz Village Drive (formerly Elm Avenue), Carlsbad, California, until 4:OO P.M. on the 5th day of Mav , 19 94 , at which time they will be opened and read, fi performing the work as follows: ~ 1 I 1 0 8 CONTRACT NO. 3376 CONSTRUCTION OF TWIN 'D' RESERVOIR IMPROVEMENTS CMWD PROJECT NO. 84-111 B The work shall be performed in strict conformity with the specifications as approved by tl Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad on fi with the District Engineering Department. The specifications for the work include the late revised edition of the Standard Plans and Specifications for Construction of Public Potab Water Mains, Reclamation Rules and Repulations for Construction of Reclaimed Wat Mains, both of the Carlsbad Municipal Water District and San Diego Regional Standa Drawings, and Standard Specifications of Public Works Construction, (SSPWC), 19' Edition, and the latest supplement, hereinafter designated "SSPWC', as issued by tl Southern California Chapter of the American Public Works Association and as amended 1 the special provisions sections of this contract. Reference is hereby made to tl specifications for full particulars and description of the work. The Carlsbad Municipal Water District encourages the participation of minority ai u ' p E B E I women-owned businesses. The Carlsbad Municipal Water District encourages all bidders, suppliers, manufacture fabricators and contractors to utilize recyclable materials when available and whe appropriate. No bid will be received unless it is made on a proposal form furnished by the Purchasi Department. Each bid must be accompanied by security in a form and amount required law. The bidder's security of the second and third next lowest responsive bidders may 1 withheld until the Contract has been fully executed. The security submitted by all 0th unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days aft the Contract is awarded. Pursuant to the provisions of law (Public Contract Code Sectic 22300), appropriate securities may be substituted for any obligation required by this noti or for monies withheld by the District to ensure performance under this Contract. Sectii 22300 of the Public Contract Code requires monies or securities to be deposited with t District or a state or federally chartered bank in California as the escrow agent. 1 I . Notice Inviting B 3/1/94 R b I 1 I I I The documents which must be completed, properly executed and notarized are: 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit 4. Contract ID All bids will be compared on the basis of the Engineer's Estimate. The estimated quantitit are approximate and seme solely as a basis for the comparison of bids. The Engineer I Estimate is $3,550,000 1 i 8 In keeping with the Special Provisions, work shall be accomplished within calendar days. Liquidated Damages will be in the amount of $ 500.00 No bid shall be accepted from a contractor who is not licensed in accordance with th provisions of California state law. The contractor shall state their license numbe expiration date and classification in the proposal, under penalty of perjury. The followir classifications are acceptable for this contract: 365 per day. Class A in accordance with the provisions of state law. If the Contractor intends to utilize the escrow agreement included in the contra documents in lieu of the usual ten percent (10%) retention from each payment, the! documents must be completed and submitted with the signed contract. The escro agreement may not be substituted at a later date. Set of plans, special provisions, and Contract documents may be obtained at the Purchasir Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue), Carlsba California, for a non-refundable fee of $35.00 per set. Carlsbad Municipal Water Distri Standard Plans and Specifications are available for a non-refundable fee of $20.00 per st The Carlsbad Municipal Water District reserves the right to reject any or all bids and 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 t. contract shall be those as determined by the Director of Industrial Relations pursuant the Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2 oft Labor Code, a current copy of applicable wage rates is on file in the Office of the Carlsbi City Clerk. The Contractor to whom the Contract is awarded shall not pay less than t said specified prevailing rates of wages to all workers employed by him or her in t execution of the Contract. . The Prime Contractor shall be responsible for insuring compliance with provisions 1 1 I I p 1 1 t Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts COC "Subletting and Subcontracting Fair Practiced Act." Notice Inviting B 3/1/94 R b I I 3 The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 1720 shal apply to the Contract for work. A pre-bid meeting and tour of the project site will a will not - be held. The meeting will be held on date: April 19th time: 9:OO a.m. location: Carlsbad Municipal Water District Boardroom, 5950 El Camino Real, Carlsbad, California 92008 All bids are to be computed on the basis of the given estimated quantities of work, a: indicated in this proposal, times the unit price as submitted by the bidder. In case of i discrepancy between words and figures, the words shall prevail. In case of an error in tht extension of a unit price, the corrected extension shall be calculated and the bids will bt 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 anc typed or written in with ink and must be initialed in ink by a person authorized to sign foi I 1 c 1 8 1 u the Contractor. I Bidders are advised to verify the issuance of all addenda and receipt thereof one day prio to bidding. Submission of bids without acknowledgment of addenda may be cause o rejection of bid. Bonds to secure faithful performance/warranty of the work and payment of laborers anc materials suppliers and to cover all guarantees against defective workmanship and materials or both, for a period of one year after the date of final acceptance of the work by thi District each in an amount equal to one hundred percent (100%) and fifty percent (50%; respectively, of the Contract price will be required for work on this project. These bond shall be kept in full force and effect during the course of this project, and shall extend in fu’ force and effect and be retained by the District until they are released as stated in thl Special Provisions section of this contract. All bonds are to be placed with a suret insurance carrier admitted and authorized to transact the business of insurance in Californi and whose assets exceed their liabilities in an amount equal to or in excess of the amoun of the bond. The bonds are to contain the foliowing documents: 1) I c 1 # An original, or a certified copy, of the unrevoked appointment, power of attorne, by laws, or other instrument entitling or authorizing the person who executed th I i bond to do so. u 1 2) A certified copy of the certificate of authority of the insurer issued by the insuranc commissioner. . If the bid is accepted, the City may require a financial statement of the assets and liabilitit of the insurer at the end of the quarter calendar year prior to 30 days next preceding th date of the execution of the bond. The financial statement shall be made by an officer certificate as defined in Section 173 of the Corporations Code. In the case of a foreig insurer, the financial statement may be verified by the oath of the principal officer ( manager residing within the United States. Notice Inviting Bii 3/1/94 Re b 1 I I 1 Insurance is to be placed with insurers that have (1) a rating in the most recent Best's Me Rating Guide of at least A-:V, and (2) are authorized to transact the business of insurancc in the State of California by the Insurance Commissioner. Auto policies offered to meet thi specification of this contract must; (1) meet the conditions stated above for all insuranc companies and (2) cover g vehicle used in the performance of the contract, used on-sit1 or off-site, whether owned, non-owned or hired, and whether scheduled or non-schedulec The auto insurance certificate must state the coverage is for "any auto" and cannot bi limited in any manner. Worker's Compensation insurance required under this contract must be offered by , company meeting the above standards with the exception that the Best's rating cond.itio is waived. The District does accept policies issued by the State Compensation Fund a meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. An. additional cost of said insurance shall be included in the bid price. The prime contractor and all subcontractors are required to have and maintain a valid Ci? of Carlsbad Business License for the duration of the contract. Approved by the Board of Directors of the Carlsbad Municipal Water District, Carlsbad California, by Resolution No. 859 , adopted on the 8th day of Februarv 19%. c 4 I 8 I B 8 u c I; I 8 1 I 1. 1 I 7. r?SV lLt.x-L R. & Date Aletha L. Rautenkranz, Secretary Notice Inviting Bid 3/1/94 Re7 b I I t I I 1 E 1 CARLSBAD MUNICIPAL WATER DISTRICT CONTRACTNO. 3376 c CONTRACTOR'S PROPOSAL Board of Directors Carlsbad Municipal Water District 5950 El Camino Real Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read tl Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furnii all labor, materials, equipment, transportation, and services required to do all the work complete Contract No. 3376 in accordance with the Plans and Specifications of tl Carlsbad Municipal Water District, and the Special Provisions and that he/she will take full payment therefor the following unit prices for each item complete to wit: CONSTRUCTION OF TWIN 'D' RESERVOIR IMPROVEMENTS I, IN THE CITY OF CARLSBAD, CMWD PROJECT NO. 84-111 Item Approximate 8 No. Quantity DescriDtion Unit Price Total 1. F.P. Mobilization and Demobilization F.P. $ 45,000.c 2. L.S. Excavation and Site Work L.S. $ \q02 3. L.S. Erosion Control L.S. $ \\,37k L.S. $ dC(,w' 5. L.S. Construction of 8.5 MG Steel L.S. $ Y%b,\ 6. L.S. Vault No. 1 (Meter Vault) L.S. $ 6s,oor 7. L.S. Vault No. 2 (Flow Control L.S. $ 1\7,%3 1 I 3 4. L.S. Reservoir Foundation B Reservoir I I 1 Vault) Contractor's Prop0 3/1/94 R b Item Approximate 5 I I 1 1 1 I 1 1 I I I 1 I I I I No. Q uantitv DescriDtion Unit Price Total Vault No. 3 (Meter Vault) L.S. $4\,7Sb. 9. L.S. Install Meter Pole L.S. $ \!%%c3: 10. L.S. Install Electrical Facilities L.S. $014,395 L- 8. L.S. 11. F.P. Purchase Telemetry Equipment F.P. $ 8,300.0 (Include Coordination Cost in Bid Item No. 12) 12. L.S. Install Telephone and Ls. $ 3,747.0 13. 2 ea. Chlorine Solution Injection $5,4b5.00 $ II ;930 .c Telemetry Conduit & Cabinet Station 14. 2 ea. Chlorine Residual Sampling $4 qb0.00 $ 0,93b.( Station 15. 1 ea. 16" Hot Tap $4.130.DIs $ q ;7 30 . o( $Isg.llqlp 17. 194 L.F. 24" Steel CML & C Water Line, $ 357.m $ 04; 25%. 18. 25 L.F. 16" Steel CML & c Water Line, $ 1W.m $m c 16. 576 L.F. 30" Steel CML & C Water Line, $ >7\ .OD all depths all depths all depths 19. 24 L.F. 16" Steel CML & C Reclaimed $ I $\7.m $43: L6% Water Line 20. 350 L.F. 24" Steel CML & C Drain Line, $ \75.(?0 $m all depths 21. 395 L.F. 18" Steel CML & C Drain Line, $ 12%. OQ $ %;5bOa[ all depths 22. 96 L.F. 16" Steel CML & C Drain Line, $ IL3. oc) $W all depths Contractor's Propo! 3/1/94 Rc I, Item Approximate 5 t I 1 1 1 B 1 ? I 31. 1 ea. 36" Corrugated Steel Pipe Inlet $5152-o.03 $5,52-0.C I ' 34. 440 L.F. 3'6" Rolled Curb and Gutter $& sA&L.a 1 I 1 8 1 No. Q uantity Description Unit Price Total 23. L.S. Removal and Disposal of L.S. $W 24. L.S. Twin Pipe Headwall L.S. $ 7plJ.Q Join lo" potable water inflow L.S. $W existing 15" concrete drain line and 12" AC drain line L 25. L.S. line including flanges, tee, gate valves and thrust blocking 26. 105 L.F. IO" 10 gauge steel CML & c $ I 14 .DO $ 11,470.1 potable water inflow line, all depths 27. L.S. 10" 10 gauge steel CML & L.S. $53>2%.0 28. 2 ea. 6" Blow Off Assembly $= $e- 2" Air & Vacuum Valve $ \:?I\ 1-00 $J4= 30. 2 ea. 2" Water Service $1;%%.00 $- 32. 200 L.F. 2" X 10" Redwood Header $ 7.m $1;50O.rn 33. 1070 L.F. 6" Concrete Header $ (0.40 $W 3'6" Concrete Cross Gutter $ ILLCDO $W 36. 60 L.F. 3'0" Drainage Ditch $ 17.00 $ l:ba5.4 37. 880 S.F. Rock Rip Rap $ a.qo $W 38. 38,835 S.F. Asphalt Concrete Pavement $ 1.35 $4.3543.- $ID.on $m painted vertical inflow I line and cupola 29. 5 ea. Assembly 35. 453 L.F 39. 100 L.F. Asphalt Concrete Berm Contractor's Propos 3/1/94 Re L I Item Approximate 6 No. Q uantitv - Descriution Unit Price Total 1 40. L.S 4’ Wide Stairs with Handrails L.S. $m on Grade I 41. 70L.F. 4’ Concrete Walk $ %.70 $- 42. 1,195 L.F. 6’ Security Fencing and Gates $ l“b.00 $ apo.U 43. 160 L.F. Metal Beam Guard Rail $ Ibm $4L72.cr 44. L.S. Landscape Planting and L.S. $30, h3a.1 45. L.S. Landscape Irrigation System L.S. $24 ; Ir 15. Q 1 1 D t I 1, 1 8 8 1 1 1 8 Hydroseeding 46. FP Monthly Twelve Month Landscape and F.P. MO. $1,500 $ 18,000.C Irrigation System Maintenance Total amount of bid in words: va fi\ dL1(33-) w u VpNDPep I wm (jE w $ID sG&O bUQQeD ff)q / Total amount of bid in numbers: $ Price(s) given above are firm for 90 days after date of bid opening. Prices quoted in th Proposal shall include all taxes, including sales and use taxes. Addendum (a) No(s). r\Jove this proposal. The Undersigned has checked carefully all of the above figures and understands that th District will not be responsible for any error or omissions of part of the Undersigned ir making up this bid. The Undersigned agrees that in case of default in executing the required Contract wit1 necessary bonds and insurance policies within twenty (20) days from the date of award o Contract by the Board of Directors of the Carlsbad Municipal Water District, the proceed: of the check or bond accompanying this bid shall become the property of the District. 2 p-\ ,7*0 -55 ?@ hashave been received and is/are included i Contractor’s Proposa 3/1/94 Re\ 5 I I 1 I I 1 1 ? 1 I I I I 1 8 II The Undersigned Bidder declares, under penalty of perjury, that they are licensed to c business or act in the capacity of a contractor within the State of California and that tht are validly licensed under license number dOaqFfi9 , classification 4 which expires on 4-3-04 q5 . This statement is true and correct and has the leg effect of an affidavit. A bid submitted to the District by a Contractor who is not licensed as a contractor pursuar to the Business and Professions Code shall be considered nonresponsive and shall b rejected by the District. 0 7028.15(e). In all contracts where federal funds are involved, n bid submitted shall be invalidated by the failure of the bidder to be licensed in accordanc with California law. However, at the time the contract is awarded, the Contractor shall h properly licensed. Public Contract Code 0 20104. The Undersigned Bidder hereby represents as follows: i I 1. That no Board member, officer agent, or employee of the Carlsbad Municipz Water District is personally interested, directly or indirectly, in this Contrae or the compensation to be paid hereunder; that no representation, oral or i. writing, of the Board of Directors, its officers, agents, or employees ha inducted himher to enter into this Contract, excepting only those containel in this form of Contract and the papers made a part hereof by its terms; an1 That the bid is made without connection with any person, firm, or corporatio making a bid for the same work, and is in all respects fair and withou collusion of fraud. 2. end 1 Accompanying this proposal is 11, hi&Pr 5 b for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of Section 3700 of the Labor Code whicl requires every employer to be insured against liability for worker’s compensation or tc undertake self-insurance in accordance with the provisions of that code, and agrees tc comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. (Cash, Certified Check, Bond or Cashier’s Check) ... ... ... ... ... ... ... ... ... ... Contractor’s Proposal 3/1/94 Rev. 5 I I I I 1 1 I U 1 I 8 1 1 The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Artic 2, relative to the general prevailing rate of wages for each craft or type of worker needc to execute the Contract and agrees to comply with its provisions. c I IF SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) (2) (3) Place of Business Name under which business is conducted Signature (given and surname) of proprietor (Street and Number) City and State (4) Zip Code Telephone No. p IF A PARTNERSHIP SIGN HERE: Name under which business is conducted Signature (given and surname and character of partner) (Note: Signatur must be made by a general partner) (1) (2) 1 (3) Place of Business (Street and Number) I City and State (4) Zip Code Telephone No. Contractor’s Proposal 3/1/94 Rev. c ALbPURPOSL ACKNOWLEDGMENT E-- CAPACITY CLAIMEC (7 INDIVIDUAL(S) p CORPORATE pm OFFICER(S)C.F-' Toerr) c . SGLqUAd % 0 ATTORNEY-IN-FACT T NAME TITLE OF OFFICER E G JANE DOE'NOTARY PUBLIC' State of ChUW~~~r.4 County of SR~ b\EhQ On MPrV 5, \q9'? personally appeared TkX\22\3 w. CAMt-9 before me, E$?J.J~T '?. Iv\AsLr\sIJt=K. VOTm FVBI+. DATE 0 PARTNER(S) wo (7 TRUSTEE(S) NAME(S) OF SIGNER(S) v personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) idare subscribed to the within instrument and ac- knowledged to me that h&&e/they executed the same in ttM=te/their authorized (7 SUBSCR,BING WITNt OTHER (7 GUARDIANICONSER' acted, executed the instrument. x Q%T. Cd SIGNATURE OF NOTARY ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to unauthorized do THIS CERTIFICATE Title or Type of Document Number of Pages Date of Document MUST BE ATTACHED TO THE DOCUMENT 0 1991 NATIONAL NOTARY ASSOCIATION * 8236 Rernrner Ave - P 0 Box 7184 - Canog I 8 I I 8 I 8 P 1 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted 5 (3) Title Prc5;&& ----- Impress Corporate Seal hej (4) Incorporated under the laws of the State of cfi \ &or ni L -I-- (5) Place of Business \05\b Pro50ep-k. AVC. (Street hnd Number) u City and State sAn+tI-. ?A - (6) Zip Code qa 07 i Telephone No. Lb14) w% -45bU NOTARY ACKNOWLEDGMENT OF EXECUTION OF ALL SIGNATORIES MUST B A'ITACHED List below names of president, vice president, secretary and assistant secretary, if corporation; if a partnership, list names of all general partners, and managing. partners: 1 I rru L). hrntrnn. Pr&dLuif- John p. [muon, Setr~t-nru I hn f. Su11dAn JX. hn-+&v- - CFn TG/L- \ c- 1 I 1 1 1 Contractor's Propos; 3/1/94 Re7 1 1 I DESIGNATION OF SUBCONTRACTORS c (TO ACCOMPANY PROPOSAL) 8 I B The Contractor certifies he/she has used the sub-bids of the following listed Contractors i making up hisher bid and that the sub-contractors listed will be used for the work for whic they bid, subject to the approval of the District Engineer, and in accordance with applicabl provisions of the Specifications and Section 4100 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." No changes may be made in thesi subcontractors except upon the prior approval of the District Engineer of the Carlsbar Municipal Water District. The following information is required for each sub-contract01 Additional pages can be attached if required: Items of Complete Address Phone No. Work Full Companv Name With Ziu Code With Area Code 1 I 8 1 1, 4.h T&Pah$ LWmE W&W "1m\x ..... I 8 I I i I I r) P.b-$bx b'3961A #3sc34 G;;m J. Hmrg ('a, up)ai) 2-77 -9% 1 &14) 444 - Ir 1 1% u l-m-lonb* *5 33-35i alral43 Uh.w (hIQ2G3- f \OD SCrbb SkW%L a2 PRHLft sw wqa qxLax L&iq> 622-003 +44I% P.o-aiuc lJ39x \67 M,fJ*T RPk mWL= -= &&LQ3lK q7Ji-j) w 00 -Qs 2-6&<i- s Cm,, 434 -I 4\\ [ 619) 934 3- 7 (*$J 238- w ' *5 %J Lu\s TWt 8RSe.o WB-A5cjM Designation of Subcontractors 3/1 P4 Rev. L 1 1 1 I 1 I 5irnJ.I4~t-' I5 A 47% a %S%LOW I II 1 I 8 I R 8 I AMOUNT OF SUBCONTRACTORS' BIDS (TO ACCOMPANY PROPOSAL,) The Bidder is to provide the following information on the sub-bids of all the liste subcontractors as part of the sealed bid submission. Additional pages can be attached, required. c Type of State Carlsbad Contracting Business Amount of Bid Full Companv Name License & No. License No. * [$ or %I N+b&g&&nn c~ A 564 7%% k'0Ob F IhL c 13 b.L7 20,Odb LqAwax ~-LwCL-lO <32q +I 113,Ou\3 4 76,o ob & g 62,000 c mm I ;k~Lz?* pr 475819 TmaJ+E, LfwQ3m c-27 ttS'd%6\ ? sw Lots TAE)L k &%ktu $& "150 *Licenses are renewable annually. If no valid license, indicate "NONE." Valid license musi be obtained prior to submission of signed contracts. I Amount of Subcontractors' Bids 3/1/94 Rev. 5 1: I i 1 EOUIPMENT/MATERIAL SOURCE INFORMATION (TO ACCOMPANY PROPOSAL) The Bidder shall indicate opposite each item of equipm name of the one supplier and manufacturer of each item o to be furnished under the bid. Awarding of a contr approval by the District of the manufacturers listed by the Bidde I (Manufacturer) (Manufacturer) EquipmentMateri; Source Informatio 3/1/94 Re? I II + 1 I I I 1 I I I I I, I I I I 1 I I BID SECURITY FORM L (Check to Accompany Bid) (Note: The following form shall be used if check accompanies bid:) Accompanying this proposal is a *Certified *Cashiers check payable to the order c CARLSBAD MUNICIPAL WATER DISTRICT, in the sum of dollars ($ ) this amount being ten percent (10%) of the total amount of the bid. The proceeds of th check shall become the property of District provided this proposal shall be accepted by th District through action of its legally constituted contracting authorities and the undersigne shall fail to execute a contract and furnish the required Performance, Warranty an Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, th check shall be returned to the undersigned. The proceeds of this check shall also becom the property of the District if the undersigned shall withdraw his bid within the period c fifteen (15) days after the date set for the opening thereof, unless otherwise required by lav and notwithstanding the award of the contract to another bidder. BIDDER *Delete the inapplicable word. (Note: If the Bidder desires to use a bond instead of check, the Bid Bond form on tf following pages shall be executed--the sum of this bond shall be not less than ten percei (10%) of the total amount of the bid. I Bid Security For 3/1/94 Rc 5 I 1 I 14 BIDDER’S BOND (TO ACCOMPANY PROPOSAL) i 3. I I THE WEST I I I KNOW k PERSONS BY THESE PRESENTS: mat we, TC CONSTRUCTION COMPANY, INC. as Principal, and INSURANCE COMPANY OF , as Surety are held and firmly bound unto the CAfiLSBAD MUNICIPAL WATER DISTRICT, in an amount as follows: (must be at least ten percent (10%) of the bid amount) TEN PERCENT OF THE TOTAL AMOUNT OF BID ............................. (lox) ------ for which payment, weil and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-bounden Principal for: CONTRACT NO. 3376 I I CONSTRUCTION OF “IN ’D’ RESERVOIR IMPROVETvfENTS 4 CMWI) PROJECT NO. 84-111 BID DATE: MAY 5, 199 in the City of Carlsbad. is accepted by the Board of Directors, and if the Principal shall duly enter inn and execute a Contract, including required bonds and insurance policies, within twenty (20) days from the date of award of Contract by the Board of Dire, “tors of the Carlsbad Municipal Water District, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the arnounr specified herein shall be forfeited to the said District. I ! I ::: 1 ... I ... -1. I ... ... ... ... ... ... ... ..- -, . Bidder’s Bonc I 3/1/94 Rev P I '? 4* b I Insurance Company of the West POWER OF ATTORNEY HOME OFFICE: SAN DIEGO, CAUFORNIA i I. KNOW AU MEN BY THESE PRESENTS: That INSURANCE COMPANY OF THE WEST, a Corporation duly authorized and e under the laws of the State of CALIFORNIA and having its principal office in the City of San Diego. California. does hereby non constitute and appoint: Cynthia 3. Barnett its true and lawful Attorney@)-in-Fact. with full power and authority hereby conferred in its name. place and stead, to execute acknowledge and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature thereof. ?his Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Res1 adopted by the Board of Directors of INSURANCE COMPANY OF THE WEST at a meeting duly called and held on the 16 of AUGUST, 1991, which said Resolution has not been amended or rescinded and of which the following is a true, full. and COI I I I Eopy: "RESOLVED. that the Chairman of the Board, the President. an Exatbe Vice President or a Senior Vice President I 1 I Company, be, and that each or any of them is. authorizd to execute Powers of Attorney qualing the attorney named given Powr of Attorney to execute on behalf of the Company. Sands. undertakings. md &i ccntraes of suretyship; ana Vice President, an Assistant Vice President. a Secretary or an Assistant Secretary be, and that each or any.ot them hen authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Company. FURTHER RESOLVED. that the signatures of such officers and the seal of the Company may be affixed to any such af Attorney or to any cemicate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such fat signatures or facsimile seal skall be valid and binding upon the Company when so affixed and in the future with respect bond, undertaking or contract of suretyship to which it is attached. FURTHER RESOLVED. that the Attorney-in-Fact may be given full power to execute for and in the name of and on be the Company any and all bonds and undertakings as the business of the Company may require, and any such bonds or undefl executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by an authorized officer of the Corn IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused its official seal to be hereunto affixed and presents to be signed by its duly authorized officers this 13TH Day of April, 1993 4 0 44Sx 1.36 I STATE OF CALIFORNIA COUNTY OF SAN DIEGO ss: QLFOld On this 13TH Day of April I 199 3 before the subscriber. a Not the County of San Diego, duly commissioned and qualified. came John L Hannurn, Senior Vice President of INSURANCE CON OF THE WEST, to me personally known to be the individual and officer described in and who executed the preceding instn and he acknowledged the execution of the same, and being by me duly sworn, deposeth and saith. that he is the said off the Corporation aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of the said Corporatio that the said Corporate Seat and his signature as such officer were duly affixed and subscribed to !he said instrument authority and direction of the said Corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal. at the City of San Diego. the day an first above written. I I I 1 I I I $&7azee?+.3&-- --k& '-+ ;j & Z $ : :,&y:g< Norcry PuhlicCclifi,nio f NCR'AA ?3>TT> - fo COMM iW.5364 .-:. - - STATE OF CALIFORNIA 1 -?:dm r4N DIEGO COUNTY d &)fl4&,, - COUNTY OF SAN DIEGO ": 7- Notary Public I, the undersigned, E. Harned Davis, Vice President of INSURANCE COMPANY OF THE WEST, do hereby certify tt original POWER OF ATTORNEY. of which the foregoing is a full. true and correct copy, is in full force and effect, and h been revoked. IN WITNESS WHEREOF. I have hereunto subscribed my name as Vi- President. and affixed the Corpornte Seal Corporation. this 22ND day of APRIL 19 94 n INSURANCE COMPANY OF THE V \Ld) ~~~/~~/~~,~ ' 'E. \r- Harned " Oavis \\-"-- t Vice President ICW CAL 37 I T' ROBERT 'F. PRlVER CO,, INE. Jim Teghtmeyer Your representative (6 1 9) 238- 1 828 7620 FIFTH AVE., SAN DIEGO, CA 92101 2 t I b : 15 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 obIigations under this bond. Executed by PRLNCIPAL this sw i ' 0 Executed by SURETY this 22ND day of W&l ,19 q4 . day of APRIL ,19-. 94 PRINCIPAL: SURElT: I INSURANCE COMPANY OF THE WEST - CYNTHIA J. BARNETT printed name of Attorney-in-Fect (attach corporate resolution showing current power of attorney) (print name here) 5 eLf ecc?r\l (title of organizatidn of signatory) (Proper notarial acknowled_ment of execution of Principal and Surety must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. Lf only one officer signs, the corporation must attach a resolution cenified by the secrecvy or assistant secceerary Under corporare seal empowering that officer to bind the corporation.) I I I I APPROVED AS TO FORiM: GENERAL COUNSEL I RONALDR-BALL I BY: & /L-L 1 f c Deputy General Counsel Bidder's Bond 3/1/94 Rev. Li CAPACIlY CLAIMED BY 1 Thargn statme aoes no! require me fill In tne data miow. doing so n i-ivaiwe to mrsons reryrng on me c 0 INDIVIDUAL CORPORATE OFFICER(S stare of CALIFORXIA County of SAN DIEGO SANDRA J. LITTLE. NOTARY PL'BLIC , NAME. TITLE OF OFFICER. E.&. 'JANE DOE. NOTARY PUBLIC' CYNTHIA 3. BARNETT personally appeared a personally known to me - OR - proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) idare subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by hidheritheir or the entity upon behalf of which the person(s) acted, executed the instrument. NAME(5) OF SIGNER(S) rmES) 0 PARTNER(S) LIMITE m AnoRNM-"-FACT TRUSTEEIS! 0 GUARDIAN/CONSERVAT c] GENE1 ShN 2i;GO CCUNTY SIGNER IS REPRESENT' NAME OF PERSON(S1 OR ENTllY(lES TO TITUOANPEOF NUMBER OF PAGES DATE OF DOCUMENT [7 INDIVIDUAL(S) 7 NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC" County of 5N-J DE4 0 'qq4 before me, eRU3227 ?, mHkl6?--, PoTrti2-Y Qub-K, [7 PARTNER(S) NAME(S) OF SIGNER(S) TRUSTEE(S) to be the person(s) whose name(s) &/are subscribed to the within instrument and ac- 0 GUARDlANiCONSEfi capacity(ies), and that by in&bw/their signature(s) on the instrument the person(s), NAME OF PERSON(S) OR ENTIT hand and official seal. TC W%T' c(3, ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to unauthorized c THIS CERTIFICATE Title or Type of Document Number of Pages Signer(s) Other Than Named Above Date of Document MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: D 1991 NATIONAL NOTARY ASSOCIATION - 8236 Remmet Ave. * P.O. Box 7184 * Canc 3 I I I I CRW~\~Ll MWD * I I I c I 1 I I I I I 1 BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY L (TO ACCOMPANY PROPOSAL) Bidder submits herewith a statement of financial responsibility: QneW~~ CoNpLL5.D cov”\z~L~~ WW- km”L bJFoRMknod klZU\S~\-y \\= I LmJ \3~~\32 Bidder’s Statement Financial Responsibil 3/1/94 Rc t Date Name and Phone Type Contract Name and Address No. of Person of Completed of the Employer to Contract Work 1 B I 1 t I i Amount of Contract DEVELOPERIAC ENCY Shannon Communi ties Presley of San Diego City of Escondido City of Poway Signal LandmarklKoll Co. Fieldstone Companies e Lomas Santa Fe Dev. Tech Construction Chevron Land & Dev. Pardee Construction Presley of San Diego Sunland Consolidated New land California Great American Dev. Newland California Westana Builders @ YJ PROJECT NAME CONTRACT VALUE COME Vail Ranch $3,9 80,000. 1' Old Val1 Ranch $1,445,000. 1' Mission Rd/Highway 78 $946,000. 1' Parkway Business Ctr. $4,500,000. 15 Lomas Del Lago E & W $3,684,000. 15 Eagle Crest $4,965,000. 15 Rancho Del Oro $4,854,000. 15 Poway Corporate Ctr $1,476,000. 15 Torrey Pines $1,110,000. 1s South Creek $2,363,000. 19 CMR Units 22 A & B $1,525,000. 19 Cambridge Park Condos $1,446,000. 19 Green Val ley Water1 i ne $786,000. 19 Rancho Del Sur $1,795,000. 19 Lopez Riclge $1,246,000. 191 Penasquitos Park View $1,920,000. 191 DEVELOPERS PREVIOUSLY CONTRACTED WITH: THE FIELDSTONE COMPANY 5465 Morehouse Drive Suite 250 Suite 201 San Diego, CA 92121 Attn: Dave Dennig PRESLEY OF SAN DIEGO 15090 Avenue of Science San Diego, CA 92128 Attn: Will Pfau 0 (6 19) 546-808 1 (6 19) 45 1-6300 THE KOLL CONSTRUCTION COMPANY 7330 Engineer Road San Diego, CA 921 11. (6 19) 292-5550 NEWLAND CALIFORNIA 9404 Genesee Avenue Suite 340 La Jolla, CA 92037 Attn: Jack Funk (619) 455-1230 Attn: Roy Peace PARDEE CONSTRUCTION COMPANY 10880 Wilshire Boulevard Suite 1400 5555 Overland Avenue Attn: Lynn McNary (3 10) 475-3525 SHANNON COMMUNITIES 51877 Enterprise Circle N. Suite 200 Temecula, CA 92590 Suite 280 Attn: Jim Hatter (909) 695-2206 Attn: Jim Hatter CHEVRON LAND & DEVELOPMENT 1660 Hotel Circle, North Suite 620 San Diego, CA 92108 Attn: Mark Urban TECH CONSTRUCTION 3575 Kenyon Street San Diego, CA 921 17 Attn: Doug Woods (6 19) 233- 1663 THE BALDWIN COMPANY 11975 El Camino Real Suite 200 San Diego, CA 92130 (6 19) 259-2900 COUNTY OF SAN DIEGO Los Angeles, CA 90024 MS-090 0 San Diego, CA 92123 Attn: Kerry Standifer (619) 694-3096 S UNLAND CONSOL IDA TED, IN C. SO95 Murphy Canyon Road San Diego, Ca 92123 (6 19) 278-0078 PATRICK DEVELOPMENT 2643 4th Avenue, STE 4 San Diego, CA 92103 Attn: Tim Kriier (619) 692-381 1 (619) 231-3637 MC MILLIN COMMUNITITES 2727 Hoover Avenue NINTEMAN CONSTRUCTION National City, CA 92050 Attn: Ken Screeton (619) 477-41 17 Attn: Rick McKee 4375 Jutland Drive, Suite 200 San Diego, CA 921 17 0 (6 19) 490-6800 1 I I I I II I I t I I NON-COLLUSION AFFIDAVIT (TO ACCOMPANY PROPOSAL) 5 TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID ' The Bidder shall fill in the three blank lines below with: 1. 2. 3. The name(s) of the person(s) signing this bid on behalf of the Bidder. The title(s) of the person(s) signing this bid in relation to the Bidder. The legal name of the Bidder. State of California 1 County of ) ) ss. Turu lA\ C.fimernn being first duly swor I (Name(s) o? Person(s) Signing this Bid on Behalf of the Bidder) deposes and says that he or she is hSid4d- ( the par (Title(s) of the Person(s) Signing this Bid in Relation to the Bidder) C- ~on5trw~inn bmnw i IN... (Legal Name of the Bidder) making the foregoing bid that the bid is not made in the interest of, or on behalf of, ai undisclosed person, partnership, company, association, organization, or corporation; that tl bid is genuine and not collusive or sham; that the bidder has not directly or indirect induced or solicited any other bidder to put in a false or sham bid, and has not directly ( indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put a sham bid, or that anyone shall refrain from bidding; that the bidder has not in ai manner, directly or indirectly, sought by agreement, communication, or conference wi anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, prof or cost element of the bid price, or of that of any other bidder, or to secure any advantal against the public body awarding the contract or anyone interested in the proposed contra( that all statements contained in the bid are true; and further, that the bidder has nc Non-Collusion Affida. 3/1/94 Rc 1 ' I 1 1 % - Pp ALL-IPURPOSE ACKNOWLEDGMENT CAPACITY CLAIMED t INDIVIDUAL(S) p CORPORATE pw OFFICEW) ~ TI NAME TITLE OF OFFICER - E G JANE DOE, NOTARY PUBLIC" State of CIXUWGW County of ShQ QlEQD before me, ECrfl-T, 'p. Ma3132 , POThWl POW$- PARTNER(S) - personally appeared m%y UJ* aMkmd - m ATTORN EY - I N - FACT NAME(S) OF SIGNER@) TRUSTEE(S) B personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person@) whose name@ ism subscribed to the within instrument and ac- knowledged to me that he/+b&#wy executed the same in his/he+tWiT authorized capacity(h), and that by his/keffltreir signature(3) on the instrument the person(&), orthe entity upon behalf of which the person@) acted, executed the instrument. Witness my hand and official seal. SUBSCRlBlNG WITNE GUARD,AN,CONSERV OTHER SIGNER IS REPRESEI NAME OF PERSON(S) OR ENTITY( Tc cOO5T. cs. ) WhdW SIGNATURE OF NOTARY ATTENTION NOTARY: Although the Information requested below IS OPTIONAL, it could prevent fraudulent attachment of this certificate to unauthorized dc THIS CERTIFICATE Title or Type of Document Number of Pages MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Sign e r ( 5) 5 5ss7P - Date of Document D 1991 NATIONAL NOTARY ASSOCIATION * 8236 Remmet Ave - P 0 Box 7184 * Canoc 1 directly or indirectly, submitted his or her bid price or any breakdown thereof, or t€ contents thereof, or divulged information or data relative thereto, or paid, or will not pa any fee to any corporation, partnership, company association, organization, bid depositor or to any member or agent thereof to effectuate a collusive or sham bid. IN WITNESS WHEREOF, the undersigned represent and warrant that they have the rig€ power, legal capacity and authority to enter into and declare under penalty of perjury th the foregoing is true and correct, and that this affidavit was executed on behalf of tl Bidder, and have set their names, titles, and signatures hereon, this@' day of 19aat5-n i rFCounty, in the State of PiA\i-hr nin. I 1 I t * PROJECT: TWIN 'D' RESERVOIR IMPROVEMENTS, CMWD PROJECT NO. 84-1 BIDDER: I 1 I D 1 .I 1 tovLS+rur+im Cnmmyy i )w-. Name ID5ilD Pfb5pftT hfC;SAr\ffa. !A 4D7I I Address Signatures must be made, and Notary Acknowledgements of execution of Bidder must I 1 attached. To be submitted as part of the Bid Documents. I declare under penalty of per ury that affidavit was executed on the 5 day o orrect and that tl 4% Subscribed and sworn to before me on &iQ.ykQihb- I (NOTARYSEAL) I Signature of Notary ;x MY - EXPW 7.199) I 1 Non-Collusion Affids 3/1/94 Rc r 2 I 1 5 CONTRACT - PUBLIC WORKS This agreement is made this- /9%ay of&, , 19,, $4 by and between the Carlsba ! u (hereinafter called "Contractor".) Municipal Water District of Carlsbad, C fo a, a municipal corporation, (hereinafter calle "District"), and TC CONSTRUCTION COMPANY, I NC. whose princip: place of business is 10510 PROSPECT AVENUE, SANTEE CA 92071 District and Contractor agree as follows: 1. DescriDtion of Work. Contractor shall perform all work specified in the Contrac Documents for: I 1 I I c I E 1 I I CONSTRUCTION OF TWIN 'D' RESERVOIR IMPROVEMENTS CMWD PROJECT NO. 84-111 (hereinafter called "project".) Provisions of Labor and Materials. Contractor shall provide all labor, material tools, equipment, and personnel to perform the work specified by the Contra 2. I Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notic Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractoi Bidder's Statements of Financial Responsibility and Technical Ability, Non-collusic Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, tlr Special Provisions, and all proper amendments and changes made thereto accordance with this Contract or the Plans and Specifications, and all bonds for t' project; all of which are incorporated herein by this reference. Contractor, herbis subcontractors and materials suppliers shall provide and install t work as indicated, specified, and implied by the Contract Documents. Any itei of work not indicated or specified, but which are essential to the completion of t work, shall be provided at the Contractor's expense to fulfill the intent of sa documents. In all instances through the life of the Contract, the District will be t interpreter of the intent of the Contract Documents, and the District's decisic relative to said intent will be final and binding. Failure of the Contractor to apprj subcontractors and materials suppliers of this condition of the Contract will n relieve responsibility of compliance. Contract - Public Wo 3/1/94 R I I * L I 4. Pavment. For all compensation for Contractor's performance of work under th Contract, District shall make payment to the Contractor per Section 9-3 of tl Standard Specifications for Public Works Construction (SSPWC) 1991 Edition, ar the latest supplement, hereinafter designated "SSPWC", as issued by the Southei California Chapter of the American Public Works Association and as amended 1 the special provisions section of this contract. The closure date for each month invoice will be the 30th of each month. Invoices from the Contractor shall 1 submitted according to the required District format to the District's assigned proje manager no later than the 5th day of each month. Payments will be delayed invoices are received after the 5th of each month. The final retention amount shz not be released until the expiration of thirty-five (35) days following the recordir of the Notice of Completion pursuant to California Civil Code Section 3184. Public Contract Code section 20104.50 requires a summary of its contents to be s forth in the terms of the contract. Below is such a summary. However, contractc should refer to Public Contract Code section 20104.50 for a complete statement 1 the law. The District shall make progress payments within 30 days after receipt of i undisputed and properly submitted payment request from a contractor on construction contract. If payment is not made within 30 days after receipt of i undisputed and properly submitted payment request, then the District shall pi interest to the contractor equivalent to the legal rate set forth in subdivision (a) 1 section 685.010 of the Code of Civil Procedure. Upon receipt of a payment request, the District shall, as soon as practicable aft1 receipt, determine whether the payment request is a proper payment request. If tl District determines that the payment request is not proper, then the request shall 1 returned to the contractor as soon as practicable but not later than seven (7) da after receipt. The returned request shall be accompanied by a document setting for in writing the reasons why the payment request was not proper. If the District fails to return the denied request within the seven (7) day time lim then the number of days available to the District to make payment without incurri~ interest shall be reduced by the number of days by which the District exceeds tl seven (7) day return requirement. "Progress payment" includes all payments due contractors except that portion of tl final payment designated by the contract as "retention earnings". Independent Investigation. Contractor has made an independent investigation of tl jobsite, the soil conditions at the jobsite, and all other conditions that might affe the progress of the work, and is aware of those conditions. The Contract pri includes payment for all work that may be done by Contractor, whether anticipatc or not, in order to overcome underground conditions. Any information that m have been furnished to Contractor by District about underground conditions or othc Contract - Public Woi 3/1/94 R I I I I I 1 u I I 1 m 1 i 5. 1 1 I I. L 1 job conditions is for Contractor’s convenience only, and District does not warrai that the conditions are as thus indicated. Contractor is satisfied with all jc conditions, including underground conditions and has not relied on informatic furnished by District. Contractor Responsible for Unforeseen Conditions. Contractor shall be responsib for all loss or damage arising out of the nature of the work or from the action of tl elements or from any unforeseen difficulties which may arise or be encountered the prosecution of the work until its acceptance by the District. Contractor shall ah be responsible for expenses incurred in the suspension for discontinuance of tl work. However, Contractor shall not be responsible for reasonable delays in tl completion of the work caused by acts of God, stormy weather, extra work, ( matters which the specifications expressly stipulate will be borne by District. Cal OSHA Permits. Contractor will obtain permits from Cal OSHA if require including but not limited to, permits for excavations over four feet deep. Hazardous Waste or Other Unusual Conditions- If the contract involves diggii trenches or other excavations that extend deeper than four feet below the surfac Contractor shall promptly, and before the following conditions are disturbed, noti District, in writing, of any: A. 6. I I 1 1 1 I 1 B 7. 8. Material that Contractor believes may be material that is hazardous waste, defined in Section 25117 of the Health and Safety Code, that is required be removed to a Class I, Class 11, or Class I11 disposal site in accordance wit 1 provisions of existing law. I indicated. B. Subsurface or latent physical conditions at the site differing from tho C. Unknown physical conditions at the site of any unusual nature, differe materially from those ordinarily encountered and generally recognized inherent in work of the character provided for in the contract. i I I I I 1 District shall promptly investigate the conditions, and if it finds that the conditio do materially so differ, or do involve hazardous waste, and cause a decrease increase in contractor’s costs of, or the time required for, performance of any pi of the work shall issue a change order under the procedures described in tl contract. In the event that a dispute arises between District and Contractor whether f conditions materially differ, or involve hazardous waste, or cause a decrease increase in the Contractor’s cost of, or time required for, performance of any part the work, Contractor shall not be excused from any scheduled completion da provided for by the contract, but shall proceed with all work to be performed und Contract - Public Wo, 3/1/94 R I. 2 the contract. Contractor shall retain any and all rights provided either by contrac or by law which pertain to the resolution of disputes and protest between th contracting parties. Change Orders. District may, without affecting the validity of the Contract, orde changes, modifications and extra work by issuance of written change order; Contractor shall make no change in the work without the issuance of a writte change order, and Contractor shall not be entitled to compensation for any extr work performed unless the District has issued a written change order designating i advance the amount of additional compensation to be paid for the work. If a chang order deletes any work, the Contract price shall be reduced by a fair and reasonabl amount. If the parties are unable to agree on the amount of reduction, the wor shall nevertheless proceed and the amount shall be determined by litigation. Th only person authorized to order changes or extra work is the Project Manager. Th written change order must be executed by the Executive Manager or the Board c Directors, as allowed by law and according to the latest procedures adopted t resolution of the board. Immigration Reform and Control Act. Contractor certifies he is aware of tl requirements of the Immigration Reform and Control Act of 1986 (8 USC Sectioi 1101-1525) and has complied and will comply with these requirements, including, bi not limited to, verifymg the eligibility for employment of all agents, employee subcontractors, and consultants that are included in this Contract. PrevaiIinP Wage. Pursuant to the California Labor Code, the director of t€ Department of Industrial Relations has determined the general prevailing rate of p' diem wages in accordance with California Labor Code, Section 1773 and a copy ( a schedule of said general prevailing wage rates is on file in the office of tl Carlsbad City Clerk, and is incorporated by reference herein. Pursuant to Californ Labor Code Section 1775, Contractor and all subcontractors shall pay prevailir wages. Contractor shall post copies of all applicable prevailing wages on the job sit For this contract, eight hours shall constitute a legal day's work. Work beyond eigl hours shall be paid at a rate not less than one and one half times the prevaili! rates. Wage rates for Sundays and holidays shall be paid at a rate not less than tt times the prevailing rates. The holidays upon which such rates shall be paid shall 1 all holidays recognized in the collective bargaining agreement applicable to tl particular craft, classification or type of workers employed on the projects. Indemnification. Contractor shall assume the defense of, pay all expenses of defen! and indemnify and hold harmless the District, and its officers and employees, fra all claims, lawsuits or judgements for any loss, damage, injury and liability of eve kind, nature and description, directly or indirectly arising from or in connection wj the performance of the Contractor or work; or from any failure or alleged failure Contractor to comply with any applicable law, rules or regulations including tho relating to safety and health; except for loss or damage which was caused solely I 9. 1 I 1 1 1 I I 1, i 1 D I 1 1 I I 10. - 11. - 12. Contract - Public Woi 3/1/94 R 5 2d the active negligence of the District; and from any and all claims, loss, damages injury and liability, howsoever the same may be caused, resulting directly or indirect! from the nature of the work covered by the Contract, unless the loss or damage wa caused solely be the active negligence of the District. The expenses of defensi include all costs and expenses including attorneys fees for litigation, arbitration, a other dispute resolution method. Insurance. Contractor shall procure and maintain for the duration of the contrac insurance against claims for injuries to persons or damage to property which ma arise from or in connection with the performance of the work hereunder by th Contractor, his agents, representatives, employees or subcontractors. Said insuranc shall meet the District’s policy for insurance as stated in Resolution No. 772. (A) 1 1 1 u il I I I c I 1 1 i i 1 I 5 13. COVERAGES AND LIMITS - Contractor shall maintain the types ( coverages and minimum limits indicted herein: 1. Comprehensive General Liabilitv Insurance: $1,000,000 combined single limit per occurrence for bodily injury an property damage. If the policy has an aggregate limit, a separal aggregate in the amounts specified shall be established for the risks fc which the District or its agents, officers or employees are addition insureds. 2. Automobile Liabilitv Insurance: $1,000,000 combined single limit per accident for bodily injury a1 property damage. In addition, the auto policy must cover = vehic used in the performance of the contract, whether used onsite or offsit whether owned, nonowned or hired, and whether scheduled or no scheduled. The auto insurance certificate must state the coverage for “any auto“ and cannot be limited in any manner. Workers’ ComDensation and EmDlovers’ Liabilitv Insurance: Workers’ compensation limits as required by the Labor Code of tl State of California and Employers’ Liability limits of $1,000,000 p incident. Worker’s compensation offered by the State Compensatic Insurance Fund is acceptable to the District. 3. 1 (B) ADDITIONAL PROVISIONS - Contractor shall ensure that the policies insurance required under this agreement contain, or are endorsed to conta the following provisions. General Liability and Automobile Liabil Coverages: Contract - Public Wo 3/1/94 R 5 1 2 1. The District, its officials, employees and volunteers are to be covere as additional insureds as respects: liability arising out of activitir performed by or on behalf of the Contractor; products and complete operations of the contractor; premises owned, leased, hired ( borrowed by the contractor. The coverage shall contain no speci, limitations on the scope of protection afforded to the District, i officials, employees or volunteers. The Contractor's insurance coverage shall be primary insurance ; respects the District, its officials, employees and volunteers. AI insurance or self-insurance maintained by the District, its official employees or volunteers shall be in excess of the contractor's insuranc and shall not contribute with it. Any failure to comply with reporting provisions of the policies shs not affect coverage provided to the District, its officials, employees ( volunteers . 2. t I 1 I I I I 1 1 1 I 1 I I 3. 4. Coverage shall state that the contractor's insurance shall app separately to each insured against whom claim is made or suit brought, except with respect to the limits of the insurer's liability. (C) "CLAIMS MADE" POLICIES - If the insurance is provided on a "clain made" basis, coverage shall be maintained for a period of three yea following the date of completion of the work. NOTICE OF CANCELLATION - Each insurance policy required by th agreement shall be endorsed to state that coverage shall not be suspende voided, canceled, or reduced in coverage or limits except after thirty (31 days' prior written notice has been given to the District by certified ma I, (D) I return receipt requested. (E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVELS Any deductibles or self-insured retention levels must be declared to ar approved by the District. At the option of the District, either: The insurc shall reduce or eliminate such deductibles or self-insured retention levels i respects the District, its officials and employees; or the contractor s& procure a bond guaranteeing payment of losses and related investigatio claim administration and defense expenses. WAIVER OF SUBROGATION - All policies of insurance required undc this agreement shall contain a waiver of rights of subrogation the insurer m; have or may acquire against the District or any of its officials or employee (G) SUBCONTRACTORS - Contractor shall include all subcontractors i insureds under its policies or shall furnish separate certificates ar endorsements for each subcontractor. Coverages for subcontractors shall b Contract - Public Wor 3/1/94 Rc (F) 5 2 i I I I I subject to all of the requirements stated herein. ACCEPTABILITY OF INSURERS - Insurance is to be placed with insure] that have a rating in Best’s Key Rating Guide of at least A-:V, and a1 authorized to transact the business of insurance by the Insuranc Commissioner under the standards specified by the Board of Directors i Resolution No. 772. VERIFICATION OF COVERAGE - Contractor shall furnish the Distri( with certificates of insurance and original endorsements affecting coverag required by this clause. The certificates and endorsements for each insuranc policy are to be signed by a person authorized by that insurer to bin coverage on its behalf. The certificates and endorsements are to be in forn approved by the District and are to be received and approved by the Distri (H) 5 (I) I before work commences. R (J) COST OF INSURANCE - The Cost of all insurance required under th agreement shall be included in the Contractor’s bid. 14. Claims and Lawsuits. Contractor shall comply with the Government Tort Claims A (Section 900 et seq of the California Government Code) for any claim or cause ( action for money or damages prior to filing any lawsuit for breach of this agreemer Maintenance of Records. Contractor shall maintain and make available at no co to the District, upon request, records in accordance with Sections 1776 and 1812 ( Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not mainta the records at Contractor’s principal place of business as specified above, Contractc shall so inform the District by certified letter accompanying the return of th Contract. Contractor shall notify the District by certified mail of any change ( address of such records. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing wi Section 1720 of the Labor Code are incorporated herein by reference. Security. Securities in the form of cash, cashier’s check, or certified check may 1 substituted for any monies withheld by the District to secure performance of tf contract for any obligation established by this contract. Any other security that mutually agreed to by the Contractor and the District may be substituted for moni withheld to ensure performance under this Contract. Affirmative Action. The Carlsbad Municipal Water District is an equal opportuni employer. Provisions Required bv Law Deemed Inserted. Each and every provision of law ai clause required by law to be inserted in this Contract shall be deemed to be insertc Contract - Public Woi 3/1/94 RI I I, I 1 I I I I 15. 16. 17. 18. 19. 1 I 2 herein and included herein, and if, through mistake or otherwise, any such provisioi is not inserted, or is not correctly inserted, then upon application of either party, thi Contract shall forthwith be physically amended to make such insertion or correctior * .< I 1 I I I 4 NOTARIAL ACKNOWLEDGMENT OF Contractor EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED xfik\,m - \-. 5d\\, Jan "7vsr (CORPORATE SEAL) I Title I APPROVED TO AS TO FORM: RONALD R. BALL General Counsel I 3, BY: I %*/bkd I :* I I I I Deputy General Counsel Contract - Public Wo 3/1/94 R 1 I CAPACITY CLAIMED E INDIVIDUAL(S) 0 CORPORATE- OFFICER(S) - or the entity upon acted, executed the (NAME OF PERSON(S) OR ENT Title or Type of Document Number of Pages Signer(s) Other Than Named Above MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: - - WOLCOTTS FORM 63240-ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPAClTY/REPRESENTATlON/FINGERPRINT-Rev. 12-92 0' 28 1 LABOR AND MATERIALS BOND WHEREAS, the Board of Directors of the Carlsbad Municipal Water District, State of , ha: California, by Resolution No. , adopted awarded to TC CONSTRUCTION COMPANY, INC. (hereinafter designatec as the "Principal"), a Contract for: D I 879 JUNE 28, 1994 5 CONSTRUCTION OF TWIN 'D' RESERVOIR IMPROVEMENTS CMWD PROJECT NO. 84-111 1 I I I 1 B I I in the Carlsbad Municipal Water District, in strict conformity with the drawings an( specifications, and other Contract Documents now on file in the Office of the Secretary a the Carlsbad Municipal Water District (City Clerk of the City of Carlsbad), and all of whic' are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the term thereof require the furnishing of a bond, providing that if Principal or any of thei subcontractors shall fail to pay for any materials, provisions, provender or other supplies o teams used in, upon or about the performance of the work agreed to be done, or for an work or labor done there of any kind, the Surety on this bond will pay the same to th extent hereinafter set forth. I 9: Principal (hereinafter designated as the "Contractor"), and INS~WE COMPANY OF THE WEST as Surety, are held firmly bound unto the Carlsbad Municipal Water Distric in the sum of ONE MILLION,ONE HUNDRED TEN THOUSAND, EIGHT HUNDREC ), said sum being fifty percent (50%) of th estimated amount payable by the Carlsbad Municipal Water District under the terms of tl Contract, for which payment well and truly to be made we bind ourselves, our heii executors and administrators, successors, or assigns, jointly and severally, firmly by the presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/h subcontractors fail to pay for any materials, provision, provender, supplies, or teams us( in, upon, for, or about the performance of the work contracted to be done, or for any 0th work or labor thereon of any kind, or for amounts due under the Unemployment Insuran Code with respect to such work or labor, or for any amounts due under the Unemployme Insurance Code with respect to such work or labor, or for any amounts required to deducted, withheld, and paid over to the Employment Development Department from t wages of employees of the contractor and subcontractors pursuant to Section 13020 oft Unemployment Insurance Code with respect to such work and labor that the Surety will p for the same, not to exceed the sum specified in the bond, and, also, in case suit is broug upon the bond, costs and reasonable expenses and fees, including reasonable attorney's fel to be fixed by the court, as required by the provisions of Section 3248 of the California C Code. c NOW, THEREFORE, WE, TC CONSTRUCTION COMPANY, INC. AND 28/100 Dollars ($ 1,110,870.28 I ' Labor and Materials Bc 3/1/94 F f .I I I I I I I I c I I I 1 I I * L This bond shall inure to the benefit of any and all persons, companies and corporati01 entitled to file claims under Title 15 of Part 4 of Division 3 of the Civil Code (commencir with Section 3082). In the event that Contractor is an individual, it is agreed that the death of any suc Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this 5 -I’ L Executed by SURETY this 1ST day ( day of ‘5 Jh\l ,19&. JULY ,192. CONTRACTOR: SURETY: TC CONSTRUCTION COMPANY, INC. INSURANCE COMPANY OF THE WEST -- -- --_II I J&WL F. 5 t)\V\dM T JAMES F. TEGHTMEYER (print name here) Printed name of Attorney-in-Fact e br (attach corporate resolution showin current power of attorney) (print name here) 56L.tye-t -4 Lcq (title and organization of dignatory) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one offia signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporat seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL General Counsel By: . /kc-saa Deputy General Counsel Labor and Materials Boni 3/1/94 Re\ t -9 I P RIGHT THUMBPRINT 1 CAPACITY CLAIMED BI 0 INDIVIDUAL(S) 0 CORPORATE- OFFICER(S) ~ THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Title or Type of Document Number of Pages Signer(s) Other Than Named Above Date of Document WOLCOTTS FORM 63240-ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPAClTY/REPRESENTATION/FINGERPRlNT-Rev 12-92 0' INSURANCE COMPANY OF THE WEST HOME OFFICE: SAN DIEGO, CALIFORNIA Certified Copy of POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That INSURANCE COMPANY OF THE WEST, a Corporati authorized and existing under the laws of the State of California and having its pi office in the City of San Diego, California, does hereby nominate, constitute and ai its true and lawful Attorney(s)-in-Fact, with full power and authority hereby confe its name, place and stead, to execute, seal, acknowledge and deliver any and al: undertakings, recognizances or other written obligations in the nature thereof. This Power of Attorney is granted and is signed and sealed by facsimile under and authority of the following Resolution adopted by the Board of Directors of I1 COMPANY OF THE WEST at a meeting duly called and held on the Sixth day of Februar) which said Resolution has not been amended or rescinded and of which the follow: true, full, and complete copy: That the President or Secretary may from time to time appoint Attori Fact to represent and act for and on behalf of the Company, and either the Pres: Secretary, the Board of Directors or Executive Committee may at any time rem0 Attorneys-in-Fact and revoke the Power of Attorney given him or her; and be it furtl RESOLVED: That the Attorney-in-Fact may be given full power to execute for ant name of and on behalf of the Company any and all bonds and undertakings as the busj the Company may require, and any such bonds or undertakings executed by any such A in-Fact shall be as binding upon the Company as if signed by the President and sec attested by the Secretary." IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused its official seal to I unto affixed and these presents to be signed by its duly authorized officl 0 James F. Teghtmeyer "RESOLVED: 20th day of July, 1990 0 a' +@WOR4'6 8 + Bn(, ,P 9 a STATE OF CALIFORNIA QC/FO$VO+ COUNTY OF SAN DIEGO '': on this 20 day Of July, 1990 before the subscriber, a Notary Public of t of California, in and for the County of San Diego, duly commissioned and qualifi BERNARD M. FELDMAN, President of INSURANCE COMPANY OF THE WEST, to me personally I be the individual and officer described in and who executed the preceding instrum he acknowledged the execution of the same, and being by me duly sworn, deposeth ani that he is the said officer of the Corporation aforesaid. and that the seal affixe preceding instrument is the Corporate Seal of the said Corporation, and that t Corporate Seal and his signature as such officer were duly affixed and subscribe said instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at . of San Diego, the day and year first above written. ) Notary Public STATE OF CALIFORNIA COUNTY OF SAN DIEGO '': I, the undersigned, JAMES W. AUSTIN, 111, Secretary of INSURANCE COMPANY OF THE hereby certify that the orisinal POWER OF ATTORNEY, of which the foregoing is a fu and correct copy, is in full force atid effect, and has not been revoked. 0 IN WITNESS WHEREOF, I have hereunta subscribed my name as Secretary, and aff Corporate Seal of the Corporation, 9hxs ST day of JULY 19 94 I I(f, Secretary w. avL&h- p"". I g ,*~c~p'Q+o 4 ICW CAL 37(REV. 5/87) t&oRJ 5 ap 44*cn, ,$I' 9 1 I I I I I 1 1 1 R I I I FAITHFUL PERFORMANCERVARRANTY BOND WHEREAS, the Board of Directors of the Carlsbad Munici a1 Water District, State California, by Resolution No. 879 , has awarded TC CONSTRUCTION COMPANY, INC , (hereinafter designated as tl "Principal"), a Contract: ,adopted JUNE 28, 1894 L FOR CONSTRUCTION OF TWIN 'D' RESERVOIR IMPROVEMENTS CMWD PROJECT NO. 84-111 in the Carlsbad Municipal Water District, in strict conformity with the contract, the drawin and specifications, and other Contract Documents now on file in the Office of the Secreta of the Carlsbad Municipal Water District (City Clerk of the City of Carlsbad), all of whic are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the ten thereof require the furnishing of a bond for the faithful performance and warranty of sa Contract; NOW, THEREFORE, WE, TC CONSTRUCTION COMPANY, INC. , as Principi (hereinafter designated as the "Contractor"), and INSURANCE COPPANY OF THE WEST Surety, are held and firmly bound unto the Carlsbad M\n&igal$l0 ter y Dist E ptrl& . t the su said sum being equal to one hundred percent (100%) of the estim:(ed ahgtdof tl Contract, to be paid to District or its certain attorney, its successors and assigns; for whil payment, well and truly to be made, we bind ourselves, our heirs, executors ai administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above boundc Contractor, their heirs, executors, administrators, successors or assigns, shall in all thin stand to and abide by, and well and truly keep and perform the covenants, conditions, ai agreements in the Contract and any alteration thereof made as therein provided on tht part, to be kept and performed at the time and in the manner therein specified, and in i respects according to their true intent and meaning, and shall indemnify and save harmle the Carlsbad Municipal Water District, its officers, employees and agents, as there stipulated, then this obligation shall become null and void; otherwise it shall remain in fi force and effect. As a part of the obligation secured hereby and in addition to the face amount specific therefor, there shall be included costs and reasonable expenses and fees, includii reasonable attorney's fees, incurred by the District in successfully enforcing such obligatic all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no charge, extension of time, alteration or addition to tl Faithful Performan1 Warranty Bo 3/1/94 R 1 7 b Two million, two hundred twenty one thousand, seven o ars [$ 22: 7 r I I I 3 terms of the Contract, or to the work to be performed thereunder or the specification accompanying the same shall affect its obligations on this bond, and it does hereby waivc notice of any change, extension of time, alterations or addition to the terms of the Contraci or to the work or to the specifications. In the event that Contractor is an individual, it is agreed that the death of any sue1 Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this 5 Executed by SURETY this 1ST day of -A 1 I I 1 I 1 c I 1 R I 1 I day of &T G\ bi 9 19a. JULY , 195. CONTRACTOR: SURETY: - R TC CONSTRUCTION COMPANY, INC. INSURANCE COMPANY OF THE WEST - Signature of Attorneyhn-Faci - - -- 3SR* F. 5 J\;?mL? ,A!!& JAMES F. TEGHTMEYER (print name here) Printed name of Attorney-in-Fact (attach corporate resolution showin current power of attorney) (print name here) (title and organizationlof signatory) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) (President and vice-president and secretary must sign for corporations. If only one officer signs, tl corporation attach a resolution certified by the secretary or assistant secretary under corporate se empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL General Counsel By: Sr_ccc -c-cu. kr ~ /&* Deputy GGeral Counsel Faithful Performanl Warranty Bo 3/1/94 RI I e% I CAPACITY CLAIMED B1 0 INDiVIDUAL(S) 0 CORPORATE- OFFICER(S) __ 9 0 PARTNER(S) (NAME OF PERSON(S) OR ENTlT Title or Type of Document Date of Document ATTENTION NOTARY: The information requested below is OPTIONAL It could, however, prevent fraudulent attachment of this certificate to any unautho, THIS CERTIFICATE WOLCOTTS FORM 63240-ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPAClTY/REPRESENTATlON/FlNGERPRlNT-Rev 12-92 019' INSURANCE COMPANY OF THE WEST HOME OFFICE: SAN DIEGO, CALIFORNIA Certified Copy of POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That INSURANCE COMPANY OF THE WEST, a Corporatj authorized and existing under the laws of the State of California and having its p office in the City of San Diego, California, does hereby nominate, constitute and a James F. Teghtmeyer its true and lawful Attorney(s)-in-Fact, with full power and authority hereby confl its name, place and stead, to execute, seal, acknowledge and deliver any and a1 undertakings, recognizances or other written obligations in the nature thereof. This Power of Attorney is granted and is signed and sealed by facsimile under ant authority of the following Resolution adopted by the Board of Directors of I COMPANY OF THE WEST at a meeting duly called and held on the Sixth day of Februar which said Resolution has not been amended or rescinded and of which the follok true, full, and complete copy: That the President or Secretory may from time to time appoint Attor Fact to represent and act for and on behalf of the Company, and either the Pres Secretary, the Board of Directors or Executive Committee may at any time rem Attorneys-in-Fact and revoke the Power of Attorney given him or her; and be it furt RESOLVED: That the Attorney-in-Fact may be given full power to execute for ar name of and on behalf of the Company any and all bonds and undertakings as the bus the Company may require, and any such bonds or undertakings executed by any such P in-Fact shall be as binding upon the Company as if signed by the President and se attested by the Secretary.” IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused its official seal to unto affixed and these presents to be signed by its duly authorized offic 0 “RESOLVED: 20th day of July, 1990 0 9 +4,Qa, ,%+ 2 STATE OF CALIFORNIA c41/~o~W\b COUNTY OF SAN DIEGO ”: on this 20 day Of July, 1990 before the subscriber, a Notary Public of I of California, in and for the County of San Diego, duly commissioned and qualif: BERNARD M. FELDMAN, President of INSURANCE COMPANY OF THE WEST, to me personally be the individual and officer described in and who executed the preceding instrur he acknowledged the execution of the same, and being by me duly sworn, deposeth ar that he is the said officer of the Corporation aforesaid, and that the seal affixc preceding instrument is the Corporate Seal of the said Corporation, and that Corporate Seal and his signature as such officer were duly affixed and subscribc said instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at of San Diego, the day and year first above written. a j Notary Public STATE OF CALIFORNIA COUNTY OF SAN DIEGQ ”: I, the undersigned, ’ JAMES W. AUSTIN, IIIL Secretary of INSURANCE COMPANY OF THE hereby certify that the original POWER OF TTORNEY, of which the foregoing is a fl ,‘ and correct copy, is in full force and eff ct, and has not been revoked. IN WITNESS WHEREOF, I have hereunto SUkscribed my name as Secretary, and af. Corporate Seal of the Corporotion. this 1 T day of JULY 19 94 I ((1, Secretary mw. %- 0) (if i % tC”, ,$’X E 4L.*& ~ ICW CAL 37(REV. 5/87) .\ I CALI FQ RN iA ALL-PU RPOSE SANDRA J. LITTLE, ATTORNEY IN FAC' NIWE rmE OF OF- - LC.. ';zINE WE NoTAaY PUUBUC NUS) w -SI I1 personally known to me - OR - c p 'wed to me on tbe basis of sat~sfactory evic 1 to be the person(s) whose narne(s) i: , subscnbed to the within instrument am j knowledged to me ttrar ne/she/they exe I the same in his/her/fheir autho i capacity(ies), and that by hidher, I signature(s1 on the instrument the persc ' or the entity upon behalf of whicf ~ person(s) acted, executed the instrur SA \ C,IC/3 CCUNTY OESCRFT'IOEI OF AXACHED OUCUl kauaulenr reartacnrnem of th:s form. I CAPACITY CIAIMED BY SlGNEA TlTLE OR TYPE OF OOC'JMENT 1- C3APORAE of8csq I mrusl NUM8E3 OF PAGES I OAE OF OOCLlMW SIGNEi(S) Om6i TAAN NAMa A8( SfGNEFI IS REPRESENTING: u*r*EgPpcilsows)oFI~~ I I I I I I illis Corroon Corporation of San Diego 615 Murray Canyon Road CA 92108 105 10 Prospect Avenue CA 92071 POLICY NUMBER OMOBILE LIABILITY ALL OWNED AUTOS SCHEDULED AUTOS 93CBP0616139295 NON-OWNED AUTOS GARAGE LIABILITY UMBRELLA FORM WC94900503 EMPLOYERS’ LIABILITY DATE THEREOF, THE ISSUING COMPANY WlLLX AYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER Carlsbad Village Dr. CA 92008-19ag ! Willis Corroon Corporation of San Diego Insurance Services 615 Murray Canyon Road CA 92108 TC Construction Company, Inc. 105 10 Prospect Avenue CA 92071 in the schedule. I I I I this endor sement . ) WHO IS AN INSURED (Section 11) iEm the person or organization shown respect to liability arising out by or for you. CG 20 10 11 85 0 amended to include as an insured in the Schedule, but only with of "your work" for that insured I Willis Corroon Corporation of San Enclosure Diego 4 The following representation and certification are to REPRESENTATIONS: Mark all applicable blanks. This offeror represents as part of this offer that: (Check appropriate Ethnic Business Type) I 1 1 1 I I ! DEFINITIONS: MINORITY BUSINESS ENTERPRISE: 'Minority Business" is defined as a business, at least 51 percent of which is owned, operated and controlled by minority roup members, or in the case of publicly owned ksinesses, at least 51 percent of which is owned, operated and controlled by minority group members. The Small Business Administration defines the socially and economically disadvantaged (minorities) as Black be completed, signed and returned with propos I am currently certified by: Certification #: CERTIFICATION OF BUSINESS REPRESENTATION(S): Mark all applicable blanks. This offeror repre part of this offer that: This firm is minority business. This firm is woman-owned business. , is not J J , is not WOMAN-OWNED BUSINESS: A WOIT I business is a business of which at least 51 owned, controlled and operated by a woman ( Controlled is defined as exercising the powe I poiicy decisions, Operation is defined a involved in the day-to-day management. American Indian, Eskimos, Aleuts and Native Hawaiians), and Asian-Pacific Americans (Le., U.S. Citizens whose origins are from Japan, China, the Philippines, Vietnam, Korea, Samoa, Guam, the U.S. Trust Territories of the B Pacific, Northern Marianas, Laos, Cambodia and Taiwan). D CERTIFICATION: COMPANY NAME I The information furnished is certified to be factual and 7C C13 &XiiU LXlW LO MYWy, \ PC, I \O%O ?wp- b&Epe ADDRESS I SRN-W,CR. qzm\ CITY,STATE AND ZIP correct as of the date submitted. Fwi5 spemofi hAME Ct)\tz~ esww~R T'TLE& * SIGNATURE DEPOSITS IN This Escrow Agreement is made and entered Water District whose address is 5950 hereinafter called "District" and whose address is 1 1 1 hereinafter called "Cor k whose address LhU OF RETENTION into by and between the Carlsbad Municip El Camino Real, Carlsbad, California 920C tractor" and ereinafter called "Escrow Agent." is as follows: 1. Pursuant to Section 22300 of the Contractor has the option to deposit for retention earnings required Construction Contract entered into Construction of Twin 'D' Reservoir dated (hereinaf:er on written request of the Contractor, retention earnings directly to the I I I) 1 Public Contract Code of the State of Californ securities with Escrow Agent as a substitu ':o be withheld by District pursuant to t between the District and Contractor for Immovements. CMWD Proiect No. 84-111 in the amount of referred to as the "Contract"). Alternative the District shall make payments of t :%crow Agent. When Contractor deposits t 1 securities on deposit and payments of fees and charges. On behalf of Contractor: 1 Escrow Agreement Surety Deposits Lieu of Retenti 3/1/94 R Title I Title Signature 1 I Address Signature Address Escrow Agreement Surety Deposiu Lieu of Retent 3/1/94 R I RELEASE THIS FORM SHALL BE SUBMITTED MONTHLY PROGRESS PAYMENTS NAME OF CONTRACTOR: ' PROJECT DESCRIPTI0N:Construction Praiwt NO. I PERFORMED: I FORM AND APPROVED PRIOR TO APPROVAL C of Twin 'D' Reservoir Imarovements, CMWD 84-111 DISPUTED 1 1 DESCRIPTION OF DISPUTED WORWCLAIM The Contractor further expressly waives a1 WORWCLAIMS AMOUNT CLAIME [OR ESTIMATl d releases any claim the Contractor may ha\ 1 DATED: I PRINT NAME OF CONTRACTOR I SPECIAL I. SUPPLEMENTAR?. PROVISIONS GENERAL PROVISIONS following documents: I The specifications for the work include: Specifications for Construction of Public Regulations for Construction of Reclaimed District and San Diego Regional Standard I the latest edition of Standard Plans ai Potable Water Mains. Reclamation Rules ai 'Water Mains, both of Carlsbad Municipal Wat Drawings and the Standa I Modify Section 4-1.4, Test of Materials, as follows: other reason shall be rejected. completion, and any other equipment manufacture and major construction milestones, materials a: delivery, logic ties, float dates and duration. the Contractor. I 6-6.3 PAYMENT FOR DELAYS TO CONTRA CTOR 7-4 WORKERS' COMPENSATION INSURANCE 1 I requirement for workers' compensation 7-5 PERMITS L insurance. 7-8 PROJECTS AND SITE MANAGEME qT Add the following to Section 7-10.4, public^ 7-10.4.4 Safetv and Protection of Workers I Safety: and Public materials. 7-13 LAWS TO BE OBSERVED I E li- 1 Add the following: Municipal ordinances which affect this work If this notice specifies locations or possible for use in the proposed construction project Section 1603 of the Fish and Game Code, pursuant to Section 1601 of the Fish an3 e contract. include Chapter 11.06. Excavation and Gradir materials, such as borrow pits or gravel bec which would be subject to Section 1601 such conditions or modifications establish Game Code shall become conditions of t No separate payment will be made for a I I 1 I s.:aging area. NOTICE INVITING BIDS Page 2, Paragraph 6, delete: Set of plans, special provisions, and Contract Department, City Hall, 1200 Carlsbad V 8 documents may be obtained at the Purchasi age Drive (formerly Elm Avenue), Carlsbz I REVISIONS TO Sections: 10 SURVEYING Delete: 10 SURVEYING District Engineer will establish a system of stations throughout the project and at establish all intermediate lines and grades Contractor shall preserve all surveyed control if any, of the preceding which have been for by Contractor. 1 1 I t 1 i , SPECIAL PROVISIONS surveyed horizontal control points at each angle point location. The Contractor sh< through the use of appropriate equipment. points. All expenses related to replacemei disturbed or destroyed by Contractor shall be pa Add: 10 SURVEYING (LINES AND GRADES I 1 c I I I Revisions Special Provisic 3/1/94 R I 1 I I 1) 1 I I GENERAL 0 1 A. The work performed under this contract Carlsbad Municipal Water District's PROVISIONS SE(XI0N 0 GENERAL shall be performed in accordance with t STANDARD SPECIFICATIONS FC WATER MAINS and SAN DIEGO REG1 3NAL STANDARD DRAWINGS, modified ai includes but is not inclusive of the IMPROVEMENTS including: CCNSTRUCTION OF TWIN "D" RESERVOI 5. Construction of 8.50 MG steel res! 1 rvoir complete-in-place, including interior a exterior protective coatings and all Construction of Vault No. 1 (me structure, backfill and compaction, 1+14 to station 1+52, bypass pi 6. I I 1 associated appurtenances. 7. Construction of Vault No. 2 (flow c structure, protective coatings, pipi bypass piping, motor operated pl lighting, and associated appurtenan other appurtenances. er vault), including excavation, concrete vai rotective coatings, piping Line "A" from statii ing, magnetic meter, power and lighting, a ntrol vault), including excavation, concrete va g Line "A" from station 1+52 to station 1+! g valve, pressure reducing valves, power a es. 9. Provide and install temporary electric with San Deigo Gas & Electric service I 10. Install electrical facilities including including electrical cabinets, pads, pull vaults, tanks and irrigation pump. 8 8 I 11. Purchase specified telemetry equipment personnel. Contractors overhead cost Bid Item No. 12. 12. Install telephone conduit from new eter pole complete and in place in conforman guide and instructions. co:nduits and conductors from meter pole to ai boxes, switches and conduits with conductors at a fixed price for installation by Distr to coordinate said purchase must be included meter pole to master telemetry cabinet ai 15. thru 18. Construction of approximately 577 LF inch Steel CMUC water lines, 1/4" plate bedding envelope, backfill and compxtion, valves, and appurtenances. 1 1 1 I 1 19. Construction of approximately 24 LF 1/4" plate minimum, including excavation, compaction, tie-ins, repaving, cathoc 8 appurtenances. 20. thru 22. Construction of approximately 350 LF inch Steel CML&C drain line, 1/4" plate bedding envelope, backfill and compaction, connection to 15 inch overflow, appurtenances. i I I of 30 inch, 196 LF of 24 inch, and 25 LF of minimum, including excavation, pipe materi 16 inch hot tap, tie-ins, and all fittin] Iof 16 inch Steel CML&C reclaimed water linc pipe material, bedding envelope, backfill ai ic test stations, and all fittings, valves, ai of 24 inch, 395 LF of 18 inch, and 96 LF of minimum, including excavation, pipe materi 36" temporary corrugated steel pipe in11 cornection to 6 inch drain, and all fittings ai Sectioi Gene 3/1/94 R I 53 23.Removal and disposal of existing 15 inch concrete pipe and 12 inch AC pipe drain lines, and backfill and compaction of trench line. 24.Construction of one (1)twin pipe headwall,including flap valves,rock rip-rap,and excavation of 75 LF of drainage channel. 25.Join existing 10 inch CML&C steel potable water inflow line 10 inch tee,flanges,gate valves and thrust blocking,including excavation,bedding,backfill,compaction and valve cans. 26.Construction of approximately 105 L.P.of 10 inch,10 gauge CML&C steel potable water inflow line,including excavation,pipe material,bedding envelope,backfill and compaction.' 27.Construct 10 inch,10 gauge CML &painted steel,vertical potable water inflow line and fabricated cupola including,bends,brackets,braces and painted exterior surface. 28.thru 30. Construct appurtenances such as 6 inch blow-off assemblies,2 inch air and vacuum assemblies and 2 inch water services as shown on the plan and in accordance with applicable standard drawings. 31.Construct 36 inch corrugated steel pipe inlet as part of air gap assembly for conversion of D-l Tank use from potable to reclaimed water. 32.thru 36. Construction of approximately 200 LF of redwood header,construction of approximately 1,070 LF of 6"concrete header,construction of approximately 440 LF of 3'-6"rolled curb and gutter,construction of approximately 453 LF of 3'-6"concrete cross gutter, construction of approximately 60 LF of 3'-0"concrete drainage ditch 37.Construct rock rip rap energy dissipators per plan including filter fabric. 38.Construction of 38,835 square feet of 3 inch compacted hot mix asphalt concrete pavement,including compaction of subgrade,6 inch compacted base,tack coat. 39.Construction of Type A asphalt concrete berm including tack coat. 40.Construction of 4'wide stairs on grade with handrail. 41.Construction of approximately 70 LF of 4'wide concrete walk. 42.Installation of 1,195 LF of 6'high black colored security fencing including three (3)24' double swing gates. Section 0 General 3/1/94 Rev. I 43. Construction of approximately 160 LF of Metal Beam Guard Rail. adjustments. I Project is located in Carlsbad, California, with the intent of the Contract Documents E-1. For purposes of clearness diagrammatic, and although underground mains and possible, the Contractor 1 D Documents and shall verify I accepted standard practice Changes in location of all made to meet conditions change in work which has Contractor without additioI the number of fittings and E-2. All work not shown in complete E-3. I I r. I and legibility, the Drawings are essentia elevations are shown and locations points of connection are drawn to scale whe shall make use of all data in all of the Contra :his information prior to and during constructia detail shall be installed in conformance wi and manufacturer's recommendations. piping, as indicated on the Drawings, shall 1 a.s required and as directed by the Owner. A not been installed shall be made by tl a1 compensation except changes which increa lengths of pipe runs. Sectior Genei 3/1/94 RI I I I Work indicated on Drawirgs, versa, shall be performed but not mentioned in Specifications, or vi same as if specifically mentioned or indicated installation shall be furnished without cost to Owner. I F. OWNER-FURNISHED material or equipment listed in this Article furnished and delivered to the Project site expense, the Contractor shall receive and perform all operations required to store, service, and install the OFCI items complet for the intended use. The Contractor shall F not furnished with the OFCI items as are I I I whether or not indicated and specified a CONTRACTOR-INSTALLED ITEMS (OFCI). The items (herein referred to as 'OFCI items) will by the Owner at no cost to the Contractor. At I unload the OFCI items when delivered a protect, unpack, condition, assemble, transpa 2 in place, connected, tested, approved and rea rovide all ancillary parts, supplies and operatic required to acceptably complete the installatic I 1 F-4. List of OFCI Items. Quantity DescriDtion (None) I I 1 I I, I 8 I 1 I 1 I 1 I PARTS 2 AND 3 - PRODUCTS AND I END OF I. EXECUTION (Not applicable to this Section) SECTION 0 Sectior Gene 3/1/94 Rc I SUPPLEMENTAL STE,EL I 1 I I Steel pipe water lines and drain lines shall edition of the Carlsbad Municipal SPECIFICATIONS FOR CONSTRUCTION 11, Materials, modified as follows: Add the following to section A. Pipe: I PROVISIONS SECTION 1 PIPE be constructed in accordance with the latr Water District's STANDARD PLANS Ab OF PUBLIC POTABLE WATER MAINS, P: "Contractor shall install corrosion and as specified in Section 14 - I I I Amend section D as follows: 'The contractor shall not operate personnel to open and/or close all I 8 I. control items to steel lines as shown on the pla Corrosion Control of these special conditions." I :District valves as required." any District valve. The District will provi Sectioi Steel P 3/1/94 R B 18" Drain Line Y 0+75 1 24" Drain Line X 0+75 - 4+70 395' (09 (1 - 395' 4+25 - 350' 350' - 16" Water Line A 0+85 i 1 I I II 1 8 24" Water Line B 0+87 C 0+88 C 1 +39 D 1+13 I. - I 1+10 - 25' 25' - 1+48 61' 1 +54 66' -- 5 1' Vault No.3 Byp 16' - 194' 1 +29 - - Sectioi Steel P 3/1/94 R I Bid Line Beginning Item No. Station 30" Water Line A 1+10 A 1+91 A 1+10 D 1 +61 I i 1 8 I I 8 1 I Vault No. 1 A 1+16 Vault No. 2 A 1 +52 Vault No. 3 D 1 +29 (i) The price for connections to the overflow Reservoir "D-2" is subsidiary to the unit price compensation is allowed therefore. The price for connections to the overflow Reservoir "D-1" is subsidiary to the unit price compensation is allowed therefore. The price for removing and disposal of 6C3 LF of A.C. drain line shall be by separate. construction of 16" or 18" drain line. The price for piping through vaults No. 1, for construction of vaults No. 1, No. 2, ard ' (ii) (iii) (iv) I allowed therefore. I D-13. EXECUTION. 13-1. Existing Drain Line. Contractor shall the existing 12" A.C. drain line and Owner, District Engineer, and the from removal of buried pipe shall and compacted to minimum 95 fill shall be level with existing contoIrs. and compaction procedures and test II I I I i. Ending Station Length Comments 1+16 6' 5+09 318' __ 25' Stub Out 3+88 - 227' 576' 1 +52 36' Includes Bypass, ( 1 +91 39' ( 1+61 32' ( and to the drain line for the southernmost existing 1.25 h, bid for construction of 18" drain line and no additioi ajid to the drain line for the northernmost existing 1.25 h, bid for construction of 16" drain line and no additioi (+) LF of existing 15" concrete drain pipe, and 85 ( bid item and is not subsidiary to the unit price bid 1 No. 2, and No. 3 is subsidiary to the lump sum price 1 No. 3, respectively, and no additional compensation remove the existing 15" concrete drain line a] dispose of off site in a method acceptable to t governing agencies. Voids resulting in trenchli be replaced with suitable compacted fill mater percent relative compaction. Surface of compact The geotechnical consultant shall observe 1 for proper compaction. Sectioi Steel PI 3/1/94 R connections as shown on the plans, or 13-3. The 16" steel reclaimed water Reservoirs R-1 and R-2, and rernovz.1 line. I I Add the following to section E: B-2. STEEL FABRICATED FITTINGS flexible couplings where connection is require lkie bid item shall include altitude piping f and disposal of & 160 LF of existing 18" wat fP) (Dp) (Do) (2-sin T = (4) (fs) (w) (sine T = Thickness of the collar I D 1 I I u 1 I I, P = Design pressure plus Dp = Inside diameter of pipe Do = Diameter of opening I 8 = Angle between the fs = Design stress, psi. W = Width of collar or The width of the collars or wrappers inside diameter of the outlet, measured inches (3") in diameter or less may called or in lieu of collars or wrappers, than twelve inches (12") in.diamete:r. AWWA Manual No. 11. All pipe pressure. B-2.3 Elbows. All elbows, 6" and larger, accordance with AWWA C208-83 r. or wrapper, in inches. surge pressure, in pounds per square inch. cylinder, in inches. (major axis in ellipse), in inches. longitudinal axes of run and branch, in degrees wrapper, in inches. shall not be less than 1/3 or more than 1/2 t on the surface of the cylinder. Outlets thr be installed without collars. Where specifica crotch plates may be used on outlets larg The design of crotch plates shall be based 1 shall be designed for minimum 150 psi worki buried and non-buried, shall be fabricated (or latest revision) from steel pipe manufactur Sectioi Steel P 3/1/94 R following: 2-piece 0" I Add the following to Section C.: 1, I I I I I I I C-5. PAYMENT. Payment. Payment for all materials of steel pipe shall be included in schedule. I END OF I. and work associated with excavation and back the price bid for bid items as listed in pipi SECTION 1 Sectioi Steel PI 3/1/94 R I I VALVES AND HYI) I I I I I I D 1 I I I I I I I Contractor shall provide and install all appurtenances in accordance with the District's STANDARD PLANS AND PUBLIC POTABLE WATER MAINS, Par: ' Add the following to Section B-FITTINGS,: B-10. All buried flexible couplings lines, and all above ground to the drains lines shall be Dresser, Style No. 39. Add the following to Section C-VALVINC-: c-2.1 Epoxy Lining. Butterfly AWWA C550. Manufacturer iron internal waterway guaranteed by the manufactrrer coatings will be allowed. The plug valve upstream of manual operating handwheel. reducing valve shall be handwheel. C-3.1 (2-14. PRESSURE REDUCINGPRESSURE This valve shall maintain a. fluctuations in demand. Whsn spring setting of the pressure a constant inlet pressure. upstream pressure the valve I. ( SECTION 2 RAULIC SPECIALTIES valves, fittings, and miscellaneous water lii 1a:est edition of the Carlsbad Municipal Wat SP.AXFICATIONS FOR CONSTRUCTION C 11, Material, modified as follows: connecting reservoir bottom drains to the dra flexible couplings connecting reservoir overflol i:nsulating flexible couplings as manufactured valves shall be epoxy lined in accordance wi shall apply holiday free epoxy coating to all ca! surtaces prior to assembly, and valves shall 1 after lining. No field application of intern pressure reducing valve shall be equipped with The plug valve downstream of the pressu equipped with an electric operator with auxilia SUSTAINING/CHECK VALVE. constant downstream pressure regardless the upstream pressure becomes equal to tl sustaining control, the valve throttles to mainta If the downstream pressure is greater than tl closes automatically to prevent return flow. Sectior Valves and Hydraulic Specialt 3/1/94 R I C-15. FLOWMETER. C-15.1 General. The Contractor shown on the Plans. Flowmeters 511-30 or approved equal. C-15.2 Sensor. The flow tube shall I E I s steel coil enclosure, or ceramc The meter materials shall be shall be polyurethane and C-15.2.1 ( shall furnish and install magnetic flowmeters Flowmeters shall be factory assembled. shall be a 12" Sparling Model FM655-1 be 304SS with carbon steel flanges and weldi (flangeless) with cast aluminum coil enclosui suitable for potable water. The flow tube lin elxtrodes shall be 316SS. C-15.3.2 Power Requirements: 117 C-15.3.3 Selection and change of all magnetic probe (magcomma.nd) The software shall incorporate E I 1 I 1 C-15.3.4 Totalized flow and programmed for up to 10 years. C-15.4 Interconnecting Cable: Cab1.e be furnished by the magnetic C-15.5 Svstem Characteristics: The C- 15.5.1 Accuracy: .C 1.0% of rate .C 0.01 ft/sec ac, ? lo%, 50/60 Hz. flowmeter settings shall be made by use of without opening the transmitter enclosui an owner selectable password. configuration shall be maintained in memc to connect the sensor to the transmitter sh flow meter manufacturer. overall systems characteristics shall be as follov from 1 to 33 ft/sec. below 1.0 ft/sec. I C-15.5.2 Full scale: Adjustable from C- 15.5.3 Outputs: Bi-directional: or 0 - 1 Khz, 15 V peak to C-15.5.4 Minimum conductivity: 1 C-15.5.5 Power consumption: 11 VA. C-15.5.6 Sensor and transmitter 1 1 1 t approved equal. Temperature limits, ambien.;: C-15.5.7 3.0 ft/sec up to 33 ft/sec. isolated 4-20 mAdc and .either 24 Vdc scaled pu peak. micromho/centimeter maximum protective coatings shall be 7 mils of epoxy -20°F to + 140°F. and lightning spikes. C-15.5.18 Operation maintenance ma I system. C-15.5.19 Flanges shall be steel class 1 1 I. Sectic Valves and Hydraulic Special 3/1/94 E uals and schematics shall be included with :150. 65 c-15.5.20 Laying length for the 12” flo eter, flange to flange, shall be 18.88”. . C-16. ELECTRIC OPERATORS C-16.1 ELECTRIC OP c type operators shall include the motor, 8 operator unit gearing, limit tches, torque switches, declutch lever, auxiliary handwheel, reversing start switches, mechanical position indicator, and accessories as indicated in chedule. Electric operators shall conform to 1 AWWA C504, Sec. 3.8.6 valve actuator motor and all electrical errclosures shall be weath of, NEMA 4, as a minimum. A hammer blow’ mechanism that travels su ently enough to allow the motor to reach full I speed before imparting a h mer blow to start valve in motion in either the closing or opening directi shall be incorporated when specified in the Schedule. The power gear-i 11 consist of helical gears of heat-treated steel, l and worm gearing of loy steel. All power gearing shall be grease lubricated with high on anti-friction bearings. Actuating speed shall be as specified in the e. The responsibility for proper operation I shall reside with the valve C-16.2 Motors shall be n-ventilated (TENV) construction with NEMA Class B insulation h a maximum continuous temperature rating of c 12OOC. The motor shall hav running torque of 40% of locked rotor torque and a starting torque of times running torque or a rating per value I manufacturer’s recommen . The motor shall be of sufficient size to open or close a valve against t aximum specified differential pressure when voltage to the motor is t of nominal voltage. Electrical service to the I motor shall be single pha 60 HZ, 120 volts ACl. The motor shall be prelubricated and all beari shall be of the anti-friction type. Motor rating shall be 30 minute duty. I C-16.3 Limit Switches shall be an integral part of the valve I operator. The limit swi partment shall be totally enclosed and equipped with a heater and stat to prevent build-up of moisture and contamination. DT and rated 1OA at 120 VAC or as I specified in the ng point shall be adjustable at any point of valve travel d fully closed. C-16.4 Torque Limiting Switches be provided and be responsive to the mechanical torque backseating, or by obstruction. The torque switch shall operate dial integrally mounted and directly related to the the operator. Torque control accuracy shall be within plus or The use of torque wrenches for calibration shall not be required. I Section 2 Valves and Hydraulic Specialties 3/l/94 Rev. I 1 I C-16.5 Plug valve; shall be controlla' The plug valve telemetry control capabilities: Analog il Digital t Valve percent Valve control Ae by District operator at District headquarte system shall have the following monitoring ai open open C-16.8 Valves. The valves shall b accordance with this Sectio C-17. VALVE PROTECTION AND 8 1 1 I 1 C-17.1 Concrete Pad. All valves surfaces shall have a square around valve can top. Concrete extend 4" above finish grade. Standard Drawing No. 21 - C-17.2 Identification Posts. All valves 4" x 4" x 6' in height redwood douglas fir (S.4S) post embedded of identification. The post of the type specified on the plans and . IDENTIFICATION. (pDtable and reclaimed) not located within pav concrete pad, 24" x 24" x 4" thick cast-in-pk pad shall be at finished grade. Valve can sh Reference Carlsbad Municipal Water DistI 3xtension Stem and Marking Post. not located within paved surfaces shall havt or pressure-treated (with wood preservatii next to valve box concrete pad for purpc shall be embedded in concrete 2.5' below grar stating "WATER' on each I face of post. Posts marking reclaimed water11 Sectio Valves and Hydraulic Special 3/1/94 F I valves shall have the word shall be painted purple and Carlsbad Municipal Water I and Marking Post. i I "RECLAIMED" stated on each face. The PC the letters shall be black in color. Referen D:.strict Standard Drawing No. 21 - Extension Ste I I TESTING ANI> Contractor shall reference Section 9 - Steel disinfection of 8.5 MG steel water tank. Contractor shall test and sterilize water Carlsbad Municipal Water District's ST I I SE(TI0N 3 STERILIZATION Reservoir, of these technical specifications f lhes in accordance with the latest edition of t ARD PLANS AND SPECIFICATIONS FC Disinfection. i 1 z D I i m I I I END OF: 1 I SECTION 3 I Section Testing & Disinfectic 3/1B4 Re in thickness.'' I Amend D:9 as follows: I I 1 I Delete: "Relative compaction of 90 Agency in whose right-of-way the work is Add: "Relative compaction of 95 D1.557-78." percent (go%), or to the density required by t located, whichever is more restrictive.'' percent (95%)' based on ASTM Test Meth A-3. Soils Investigation ReDort. A. has been prepared by I soils investigation report dated October 2, 19! Leighton & Associates, entitled Prelimina Tanks, Located South of Camino Real, Carlsbad, conditions on this project. 8 I 1 1 B. EARTHWORK OBSERVATION ANI) District’s Geotechnical consultant will be procedures and testing the fills for responsibility of the Contractor to assist Consultant and keep them apprised of wcsk I 0 Palomar Airport Road between Interstate 5 and 1 California and shall be used as a guide to subsurfac TESTING. During all grading operations, tl present for the purpose of observing earthwo conformance with the Specifications. It shall be tl the District and the District’s Geotechnic schedules and changes, at least 48 hours Section Excavation and Site Wo 3/1/94 Rc I gly. No grading operations should consultant. The Contractor shall T: grading operations. The District u 11 be responsible for cost associat ified requirements. provide adequate equipment a methods to accomplish the work in accor tory conditions, such as unsuitat tion, adverse weather, etc., are resulting ations, the geotechnical consultant will nstruction be stopped until t mpaction should be performt rican Society for Testing a1 eas to receive structural fill ( and subsurface obstructior 11 other deleterious materi debris should be proper acceptable to the Owner, design enginee technical consultant. Holes resulting fro ich extend below finish site grades shall t disposed of off site in a replaced with suitable com e extent of these remova , no more than 1 percent (k aterials and nesting of thes materials should not be all ce improvements shall b ine weather the natur; The existing ground which een evaluated by the geotechnical consultar fill shall be scarified to a minimum depth c ns, and recompacted t Section Excavation and Site Woi 3/1/94 Re i 1 a least 95 percent relative Existing ground which i in the following section. S down and free of large reasonably uniform, flat, uniform compaction. action (based on ASTM Dl557 78). factory shall be overexcavated as specifj ation shall continue until the soils are brok or clods and until the working surface ee of uneven features which would inhi 1 I II i 1 I I i I I I 1 c-3. Overexcavation. Soft, dry, ic-rich, spongy, highly fractured, or otherw h a depth that surface processing can1 n, shall be overexcavated down to compett unsuitable ground, exte adequately improve the 8 ground, as evaluated by technical consultant. In order to minimize th r differential settlements between cut a fill transitions, overexc tank pads is required. The cut porti of the tank pads shall be avated to a minimum depth of eight (8) ft below finish grade and r with compacted fill. This includes existj material between el sl and 367 fmsl. The base of t overexcava tion shall ht (8) feet outside the tank foot pri See plans for area r All cost associated be included in the Contract0 lump sum price site work, and no additior c compensation will e-4. ected to be rippable w , non-rippable materials rn conventional eart be encountered. c-5. Moisture Conditi soils shall be watered, drie a uniform moisture conte near optimum. C-6. th slopes steeper than : or benched. The lowc st 2 feet into compete chnical consultant. Other benches shall as evaluated by the geotechnical consulta otherwise overexcavat material as evaluated by t excavated into competent when recomme c-7. cluding processed are; ated by the geotechnic removal areas Sectioi Excavation and Site Wc 3/1/94 R 1 i I D. FILLMATERIAL. rally suitable for use as compacted erial and debris. Material to be plac organic matter and other deleteria ated by the geotechnical consultant prior ion, expansion, or strength characteristics sh echnical consultant or mixed with 0th 1 D-1. substances, and shall be placement. Soils of poor I 1 1 1 1 t I I 1 I I I 1 D-2. te will likely produce oversize ro materials not suitable for u structural fills. other irreducible material with es, shall not be buried or placed disposal methods are specifica uled to an appropriate off SI acceptable to the Owner, District Enginec area and disposed of in I governing agencies, and nical consultant. e broken up to an acceptat shing of oversized rock erial. The cost associatc is subsidiary to the lun ensation will be allowc therefor. D-3. ding, the import maten' dix D of the Soils Repc be given to allow tl ary) the proposed impc price for transportatic e bid for excavation ai 1 lowed therefore. E. E-I. Section Excavation and Site Wo 3/1/94 Re : compaction equipment used. In gener eding 8 inches in thickness. be watered, dried-back, blended, and, moisture content near optimum. evenly spread, moisture-conditionc and mixed. r-optimum moisture conditions a m lifts to at least 95 percent relative compacti uniformly compacted in ked and either specifica lity, to efficiently achieve t lished, in addition to norn with sheepsfoot rollers other methods produci he relative compaction echnical consulta: chnical consultan . Temporary erosion control shall conform trol plans (2 sheets), specified herein, and Section Excavation and Site Wo 3/1/94 Rc I Grading controls. The Co tractor shall provide temporary earth bern sandbags and similar measu es, coordinate with his construction procedurc as necessary to control site rosion during the construction period. Spec attention will be required o protect areas which have been cleared a grubbed prior to excavation r embankment operations, and which are subjr to runoff from November to pril. Temporary measures may include, but n be limited to contour grade ditches, temporary unpaved ditches, sandba and filter fabric fences to fil fi er silt and sediment from runoff. Temporary erosion control following: a. I 1 G-l- I 1 i I I 1 B i I 1 I I 1 easures shall include, but not be limited to, t m 6 The Contractor shall conduct his operations in such a manner tk storm runoff will be c ntained within the project or channeled into t storm drain system w ich serves the runoff area. b. Storm drain syst constructed and and other devic f slope drains, and outlet structure shall prior to commencing, or concurrently w emporary downdrains, drainage structurc ovided to channel storm runoff water in storm drain systems during constructic d out of the storm runoff before said run( ing brought up to grade and duri e protected by various measures the siltation of downstream facilities ai measures may include, but shall not be limit1 ains, either in the form of pipes or ditches wi erms around areas to elimina by surface runoff; confined pondi porary check dams in toe of slo] Excavation areas erosion and the r being brought to grade, shall be protected fra of downstream facilities and adjace ary erosion control measures. The but shall not be limited to: check dan the runoff; and protection, such which have not been brought up to grade. protected against erosion and tl facilities and adjacent areas durii sures may include, but shall not 1 tour berms to control sheet fla Sectior Excavation and Site Wc 3/1/94 Ri t l Payment for removal of existing 15" concret and compaction of resulting trench shall be and disposal and no additional compensat'on I t 1 1 I I I 1 END OF; t I I, drain line and 15" A.C. drain line and for filli included in the lump sum price bid for remo\ is allowed therefore. SECTION 5 Section Excavation and Site WOI 3/1/94 Re Delete the latest edition of Car1sbs.d I Municipal Water District’s STANDM SPECIFICATIONS FOR CONSTRUCTION Section for Portland Cement Concrete and Reinforcing, and Section 8 - Cast-in-Place I I A. GENERAL. I specified, and required. A-1. Description. Provide formwork A-1.1 Work Included in This Section. a. Furnishing, erection, I b. Shoring and bracing. Setting of embedded I OF PUBLIC POTABLE WATER MAIP replace with Section 6 - Formwork, Section Concrete. for cast-in-place concrete as indicatr Principal items are: and removal of forms. items. b . Reinforcement . c. Concrete mixing, p1ack.g d. Waterstops. I 1 I 1 I I: I A-2. Qualitv Assurance. A-2.1 Requirements of Regvlatory Construction Safety Orders 1926.701 apply to the Work and maintain at least one enforcing agency will not submit evidence to the California formwork and shoring designs. does not include any allowawe loads. Three copies of the I. and finishing. Agencies. The requirements of Californ Section 1717 and OSHA Part 1926, Sectic of this Section, and the Contractor shall prepar copy of the required Drawings at the site. Th approve the Drawings and the Contractor sha Division of Industrial Safety to justify th Design of the structures shown on the Drawinl or consideration for imposed constructio Contractor’s shoring and formwork drawings sha Section Formwoi 3/1/94 Re I be filed with the Owner approval. Forms, shoring dead loads, including e foundation pressures, str construction. Standards and Tolera ork shall comply with ACI 347- Recommended Practic Formwork, except as exceeded by t requirements of regul or as otherwise indicated or specific Formwork shall be d structed to produce finished concre conforming to toleran aph 2.4.1 of ACI 347-78 and ACI 13 81 Standard Toleran ord purposes only and not for review ork shall be adequate for imposed live a height of concrete drop, concrete a 1 stability, and other safety factors duri c I A-2.2 I 1 I 1 C I I nstruction and Materials. A-2.3 Shop Drawings. Con ints and expansion joints shall be shop drawings for approval showi nstruction for any joints not shoi and concrete placing operatioi orking days in advance of foi the types and locatio fabrication. 1 B. PRODUCTS. B-1. aining resin or polymer type th of concrete or adversely affe mortar, protective coatinl oatings containing mineral oi -drying ingredients are not permitted. F table stored water, the coatings and fon will not leave concrete surfaces contact B-2. ng or No. 1 Structural Joists ai Planks, or approved equal. better, T&G or shiplap, S1 forms, ifused, shall be No. 2 Common I 1 B-3. ct Standard PS-1 and shall be APA or DFPA grade mark. B-3.1 rm, Class I, minimum 5/ I I B-3.2 aterials, or approved equz 1/8' thick ful Section Formwo 3/1/94 Rt t 1 C-1. Form TvDes. C-1.1 Smooth Surface Concrete. Us 1 1 I I I for interior and exterior concrete in contact with liquii General Concrete. Use either or form as specified for smocth C- 1.2 C-2. Shoring and False Work. shoring is erected, either against undermining or settle:nent, c-2.1 Alignment. Construct forms to and camber as required. Form Construction. Build form ) c-3. 1 3 specified plywood or metal forms, as approve exposed above-grade concrete and all forme plywood or board forms for concealed surface surface concrete. Dis:ribute loads properly over base area on whic coxrete slabs or ground; if on ground, protec particularly against wetting of soils. produce in finished structure all lines, grade, to exact shapes, sizes, lines, and dimensior Section FO~IYIWOI 3/1/94 Re I as required to obtain accurate plumb work in finished recesses, moldings, reglets, anchorages, and other requirjed hammering or prying against accurate spreading of forms. displacement occurs during specified coating material only allow coating to contact Chamfers. Provide 3/41' x 3/4" and edges. Form Joints and Tie Holes. foam plastic strips, caulking fully seal tie holes in forms, prevent leakage of concrete I 1 1 I I I I C-3.1 C-3.2 c-3.3 Form Windows. Provide access for concrete placeIrent adequate for tremies and alignment, location and grades, and level a structures. Provide for openings, offsets, keywa chamfers, blocking, joint screeds, bulkhea features. Make forms easily removable with( concrete. Use metal spreaders to prov Construct forms so that no sagging, leakage, and after pouring of concrete. Coat forms w prior to placement of reinforcing steel; do I reinforcing bars. chamfer strips for all exposed concrete corn Seal joints between form panels with specifi compound, or tape. Unless form tie spreadc seal around ties with specified materials a mortar. windows in forms wherever directed or necessary 1 and vibration. Windows shall be of s vibrators, spaced at maximum 6 ft. centc and sealed before placing higl m C-5.1 "Cast-In-Place Concrete." C-5.2 Devices of the tell-tale type shall where as required to detect formwc ncrete placement. Required slab a ectly maintained as concrete loads E igned to check forms during concre movements a I c-5- I 1 I I 1 I w I I i 1 1 1 1 C-6. . Do not remove forms or shoring ur ngth to support its own weight and C-6.1 r concrete placement are follows: 3 da ............... 2da .............. 14 da Do not remove shoring and falsework un t or until concrete has attained at least ! 1 as demonstrated by contr ............... C-6.2 C-6.3 nt, or permanent loads ( 1 concrete has attained tl C-6.4 Concrete shall be thoroughly wetted i d shall be kept wet during the removi le water supply with host 1 operations commencc Section Formwoi 3/1/94 Re I. Water District's STANDAI OF PUBLIC POTABLE WATER MAlT ce with Section 6 - Formwork. Section ' SPECIFICATIONS FOR CONSTRU Section Portland Cement Concrete a f the Contract and in Divisior plete as indicated, specified a . Principal items are: reinforcing for cast-in- pla including delivery to t Testing. Materials shall b as hereinafter specified and unless specific sting shall be performed by Owner approvt me by Owner. Any subsequent tests o retes e or failure to meet specificatior ed by the Owner approved testir required due to Contra the sampling and retest Section Rein forci 3/1/94 Rt 8 include at least 2 pieces, each 18" long, each sampling. e required if reinforcement elivered from the mill, identified as to hc ed by certified mill analyses and mill t aged with Identification Certificate so I 1 I I 1 R I c I I R 1 I I 1 1 ess directed by the Owner. When positive identification cannot be made aken, tests shall be made from eacl each size. One tensile and one be cimens of each size of reinforceme r testing unidentified bars. A-2.3 shall conform to the specificatj Steel Institute "Manual of Stand2 SI Manual) except as otherw A-2.4 Field Quality Control. ontinuous inspections shall be performed d by Governing Building Offici red and submitted to Owner a . Refer to Section "Cast-In-Place Concrete te placing, assign ironworkers nd maintain bars in correct positions at ea rm shop and field welding of reinforcing stc on of an Inspector representative of I the Laboratory at least 24 hours in advar of reinforcement. six (6) weeks in advance A-3. fabrication: A-3.1 Shop Drawings. Submit rawings for reinforcing steel prepared accordance with ACI 3 nual of Standard Practice for Detailj ts, bending diagrams, asseml diagrams, dimensioned and locations of all bar laps and splices, a Sectio Reinforc 311194 R I. I shapes, dimensions, layout plans for bar and approval of sho bars, and dimensio of bar reinforcing and accessories. Inch d chairs, with typical details. Owner’s revi 11 apply to the sizes, locations, and types lices only. Dimensions shown on the sh f the Contractor and approval of sh a1 of dimensions therein. es of each bar support and two samp I I I I I c I 1 M I I I c-1. I A-3.2 I of each individua B. PRODUCTS. B-1. Reinforcing Bars. ASTM A615, Grade 60, Ty ’S’. B-2. Welded Wire M 1 B-3. Tie Wire. Anne B-4. lvanize steel or stainless stt fied shall conform to CR SB, BB, BC, JC, HC, CH ast concrete block suppo n grade or on membranc ter bearing surfaces, roc erior surfaces exposed Manual of Stan and others of s B-5. Chapters 6 and 7 exce cement and tagged wj , and transport and sta cient supply of teste B-5.1 e bars of indicated size and accurately form and required by methods not injurious 1 not scheduled will be C. EXECUTION. Sectior Reinforci 3/1P4 Rc f 1 cover is allowable for bars containing structures. c-1.1 Cleaning. Before placing clean reinforcement of loose or reduce bond. Do not allow curing compound to contact I I 1 c-1.2 Concrete Coverage, over s.t concrete surfaces exposed in liquid or watc re-nforcing, and again before concrete is plaa lnill scale, oil, or other coating that might destr form coatings, release agents, bond breaker, reinforcement. reinforcing bars shall be as indicated. The covera i 4 I rlays, freedom from porosity and clinkei n into base metal. Cut out welds or pal of welds foun th chisel and replace with prop r removing defective welding is n I C-1.6 Additional Reinforci ional reinforcing bars at sleeves ai red. Where additional bars are not shown f s instructions and provide additional bars openings as indicated such locations, obtain directed, at no extra cost to I D I I I I w I I I I I 1 I 1 C-1.7 Welded Wire Mesh. during concrete pour shown or required to unless otherwise det supports and chairs to hold in plac to lay in flat plane and bend mesh 11 be no less than one complete me: Sectior Reinforci 3/1/94 Ri P I CAST-IN-PLACE Delete the latest edition of Carlsb2.d Section Portland Cement Concrete and Reinforcing, and Section 8 - Cast-in-Place A. GENERAL. A-1. DescriDtion. Requirements I as indicated, specified and I SPECIFICATIONS FOR CONSTRUCTI13N 1 i I 1 I 1 I I I 1 form a part of this Sectio E.. A-1.1 Work Included in This Section. a. All cast-in-place concrete equipment. b. Concrete finishing, c c. Concrete curing. d. Sealing of joints. e. Vapor barrier membra:nes. I A-1.2 Related Work Not Included a. Formwork and reinforcing b. Site preparation and I A-2. Reference Standards. Except to requirements of ACI Buildings, and to requirements Practices as contained therein. A-3. Source Quality Control. A-3.1 Code Requirements. Unless and/or shown on the Drawings, requirements of the Governing t I SECTION 8 CONCRETE Municipal Water District’s STANDM OF PUBLIC POTABLE WATER MA0 replace with Section 6 - Formwork, Section ’ Concrete. specified in Conditions of Contract and in Divisi Provide cast-in-place concrete work, complc required. Principal items are: including bases for mechanical and electric patching, grouting, and crack repair. in This Section. work. ez.rthwork. as herein modified, concrete work shall confor 301.-84 Specifications for Structural Concrete f of ACI Standards and ACI Recommendc more stringent requirements are specified here all work shall conform to the applicab Building Code. Section Cast-in-Place Come 3/1/94 Rt I tests or retests required d ntractor’s noncompliance or failure to mc retesting shall be performed by the oul cost borne by the Contractor. I A-3a2 1 I I I I 1 1 I 1 C150 with tensile strength test made a d for identification at location of sampli . Test aggregate before and after concrt I . ASTM C40. Fine aggregate shall develop 0) an reference standard color. ASTM C131; loss shall n ns, 42% after 500 revolution 1 . ASTM C117; not egate per ASTM C3 ASTM C289. Ratio of silica released shall not exceed 1.0. or all aggregate, not less thi according to Test Method N 1 Section Cast-in-Place Concre 3/1/94 Rc t 1 I At Contractor’s expense Testi ast-in-place concrete to have 2 i and shall perform prelimin2 irements. Test results shall submitted to the Owner. Mix Designs. I A-4. I A-4.1 es for workability of mix a all be rigidly controlled trial batch method or combinations ed as required by Section 4.2, Standa Concrete (ACI 318-83) herein specified concre n of Owner it becorn ain the required strengi c E I I I P I I i I B I I materials previously . Unless otherwise shown on t specified herein, normal weig aggregate concre es shall provide the following minimu use in various locations: shall be provided for concrete used j wall, manhole bases, ai all be provided for concrete used j e headers, curbs, gutters, thn I concrete structures not occurrii shall be provided for fence PC t, for fills for ove n-structural concretc egate concrete shr ement ratios whc limit water/ceme ratios as follows: Section Cast-in-Place Concre 3/1/!94 Rt r. 1 0.44 maximum 0.48 maximum 0.45 maximum ement ratios shall be no greater th s, upon approval prior to use, a 1 1 i I 1 I I u 1 I I I I I A-4.2 9 compression test cylindc are required for an earl ce with ASTM C31. C r the concrete work. inders at 28-day age. F strength test results sh ngth test result shall f A-4.3 reliminary strength tc r review and approv he concrete materia ments indicated a D specified. A-5. Deliver materials in a timely mann . Store materials in a manner that u and identificatior 1 B. PRODUCTS. B-1. Materials. B-1.1 B-1.2 aggregates shall pass a #4 sieve. In mixes f Sectior Cast-in-Place Concrc 3/1/94 Rc f I provide uniform mate a. Coarse Aazreg fine-grained sound crushed rock not contain in excess of 5% in weight of fl friable or laminated pieces, or more than i material and soft particles, or mc s defined in Table 3 of ASTM C. a major dimension in excess of 5 times d approved samples. washed gravel whic chip-like, thin, elon Consider any piece h average dimension to I 1 1 B I 1 I rn 1 b. Maximum sizes. M aggregate size shall be as indicated Drawings. In additio exceed one-fifth the third the depth of aggregate nominal maximum size shall I west dimension between sides of forms, 01 or three fourths of minimum clear spacj e in water bearing structur ASTM C33 shall be No. 4 .) as otherwise required except that no pozzolan r alkali reactivity, and th 1 not exceed one-fifth t , one-third the depth ing between reinforci equirements of Artic Carborundum by Unic ded between No. 12 ai te of 1/4 lb. per sq. I ' B-1.3 reflected in m designs. a. General. Use containing calcium chloride t in combination shall be physically ar 1 I 1 I I triethanolamine. Section Cast-in-Place Concre 3/1P4 Re P shown on the Drawings shal: I. I be as manufactured by Sika Chemical Co., Sectior Cast-in-Place Concrt 311194 Rc 1 shall be epoxies by any other requirements and will equal locations where the concrete 35 Mod LV, Hi Mod GEL concrete is damp. a. All epoxy mixing, surfase strict accordance with b. All existing concrete receive two coats of I I b E manufacturer that will meet the same AS7 the performance. In general, epoxies applied is dry shall be Sika Dur Hi Mod 32, Sika Dur 31, while Sikadur Hi-Mod shall be used wh preparation and applications shall be made xanufacturer's specifications. that is cut or chipped and is left exposed sl: Siiagard 62 100% solids at 4-7 mils per 1 B-2.2 Maximum Aggregate S Class "1" and Class "2" latest edition of the gov aggregate exceed 75% o between reinforcing b "3" use 3/4" max. size aggregate and j ze aggregate unless otherwise stated Code. In no case shall the size of the coal horizontal space between reinforcing bars ' B-2.3 Mix Designs. Confo ents of Article Toncrete Mix Desil s before any Class concrete is to r approval, mix designs for e2 g laboratory; or, in the case of r roviding concrete having specifi supplier may be submitted. ked, supplied from an off-s er, each load accompanied ate listing the quantity of each concrc nd slump, and time of loadi clude notations to indic; of contaminants prior and Preliminary Te placed the Contra proposed mix mad design for Class "3' requirements and 1 I I li I 1 B B i E 1 I 1 I I B-3. a bonded weighmaster's B-3.1 Readv-Mixed Co e in advance of batching, pour shall be from a sin; TM C94, except materii se transit mixers equipp concrete of a sin testing and mix design sh with automatic lutions of drum. B-3.2 hing plant, ready-mix one and one-half hoi -mixed concrete to j erein. Withhold 2- ix before concrete If no water is added at the batching pla and a minimum r truck shall arr ontainer is not f concrete shall from the time with the total discharged from mixer t B-3.3 of the Owner : equipment and procedur for job mixed concrete. Only Class 2000 psi concrete may be te. Class 1, 4000 psi concrete and Cli 2,3000 psi concrete shall delivered to the site. Sectio Cast-in-Place Coria 3/1/94 R I. I 8 I li 1 I I I B-3.4 Consistenq. Adjust quantity slumps specified when placed; by the part of the structure accordance with ASTM C14.3. Part of Structure Footings and mass concrete Slabs and floors Columns, walls over 8" thick Walls up to 8" thick Equipment bases 5 C. EXECUTION. c-1. Preparation Before Placing. is deposited. Divert any flow concrete. Remove hardenec of water so concrete does not exceed maximi use minimum necessary for workability requir being cast. Measure consistency of concrete Maximum SlumD not reinforced 3 inches 2 to 3 inches 3 to 4 inches 3-112 to 4 inches 3 to 5 inches Remove excess water kom forms before concrt of water without washing over freshly deposit concrete, debris, and foreign materials frc d. Pour Rates. (1) Vertical Elements. does not over E I I. Place concrete in lifts as specified at a rate tl stress forms nor allows the top lift to begin Sectio Cast-in-Place Concr 3/1/94 R I lift is placed. Cold joints are T rate that ensures all deposits are join plastic and within 10 minutes of t (3) Concrete adjo truction joint shall not be placed UT has cured for at least seven days Unlr I 1 D I I 1 I c I I l I I I I I c-3.4 all be obtained by vibration, agitatic is free from voids, air bubbles, or rc ransport concrete within the forms. I g condition shall be kept on the j orkman shall be assigned to the operation perations not deemed to be satisfactory by t each vibrator as his only d ception of concrete slabs 4" or I( igh frequency, internal mechani vibrating equipment spading and tampii Concrete slabs 4" or le nsolidated by wood or me th a heavy leveling straight edi rstops and ensure the waterstc operate with vibratory elemc ncrete, and shall have a frequency of not It per minute when submerged. The vibrati 11 times in number of units a the concrete properly. Do not allow vibrators to contact forms ced layer of concrete, t into the preceding layr tely plastic and slowly withdrawn, produci the concrete without creati ator enter or distu t. The interval of vibral le vibration diamei cessive vibration that caw voids. Under n concrete that h Sectioi Cast-in-Place Concr 3/1/94 R I. 1 c-3.5 . centers and verify correct elevations w p concrete to bring 3/8" mortar to surfa screeds. Make finished surfaces level ation of V4" from 10 ft. straightedge eel or plastic floats of any kind for ini1 erwise specified, do not apply hereinaf water disappears and surface is sufficien sloped as detailed, with m exposed finishes. Do not floating operations. Unle specified finishes until su laitance as it appears. I I 1 I I I II t I 1 I 1 c-4. Curine; Formed Concrete. moist condition for not concrete moist with fine tain forms containing concrete in a thoroug ved. Maintain all concrete in a continuou n 7 consecutive days after pouring. Ke c-5. te bases or foundations shown er Sections of the work unless 1 bases are to be furnished as part C-5.1 ss "2" concrete as required by Sectj C-5.2 Work from approved setting Drawings. L apply nuts above and below, to hold bolts nt of any concrete, 1 r skill or trade requirc all embedded anchor bolts, edge angles * as progressed to a PO nd prior to the concrf h that adjustment of the items, if necessa Crete. If the operati available to check the 1 having obtained sufficient is such that repeated che equired, they shall be made. c-5.3 - of bases shown Drawings are approximate. actual size, in all cases, shall be determin 1 equipment supplie I C-6. C-6.1 tie holes with wa me mix as concrete (less coarse aggregat Sectio Cast-in-Place Concr 3/1/94 R 1 1 r. I 1 pockets and damaged surfaces to sou and back beveled. Apply approved epc area with mortar as specified for the hol before placing. Finish patches flush w e same as the concrete. No other finishi concrete adhesive and fill operations are required for anently concealed concrete. C-6.2 rmed concrete shall be rubbed while t nd burlap and/or with brick and water uct reasonably smooth surfaces suitable j I I I I I I 1 eliminate pockets and c-7. specified above, initially compact, bring 3 ces. Finished surfaces shall be "puddle-frt e specified maximum deviation lim, its shall be removed and replaced not acceptable. Keep surface me ng during finishing operations a cement or sand during finishi operations is not permitted. C-7.1 d for heavy construction loa1 slabs resulting from his use 1, heavy equipment or loadin I g areas and surfaces: C-7.2 ial set of concrete leaving coal grout or mortar. I I 1 1 1 c-7.3 atwork surfaces. After surfa ce is sufficiently hardened, steel trowel a as set enough to ring trow slightly lift trowel to produ Unless otherwise specifie C-8. accordance with material I at right angle direction from first co Sectioi Cast-in-Place Concrc 3/1/94 R r. 1 1 . Maintain curing materials in proper seal days after application. Keep traffic on curi damaged or defective curing media. I c-8.1 surfaces. Immediately rest C-8.2 rming curing compound or on surfaces to recei I I 1 C-8.3 I C-8.4 surfaces with clean water, and replace sheetir curing is not permitted. I C-8.5 d or sheet curi Use on surfaces wh I 1 c 1 t 1 I e I 1 for entire curing period. c-9. c-10. c-10.1 concrete shall be place Inspector as otherwise by governing Building Code Authority c-10.2 1 thereof, of each cla concrete. Date cylinder, number and t; Sectior Cast-in-Place Concrc 3/1/94 Ri r. 1 b. Test Winders. sting Laboratory will make test cylinders ASTM C31; 24 hours after making, stc g conditions at approximately 70 degrees d at the age of 28 days (2 cylinders). T held for testing at 45 days if the 28 day te h. Contractor shall furnish labor a and shall furnish a moist curing cabiI 1 cylinders under mois I I I I I 1 I, c-11. ! 1 I 1 I I 1 e, as indicated by tests, fall belc tests of concrete which t be required by Owner. Testi accordance with ASTM Cd by curing cores with dry pa ncrete shall be paid for by t ate the concrete has obtained t n test cylinders are cast, tes nt in accordance with AS? 1 Alterations and Rework. coarse textured surface. bonding compound imme be an approved equivalent Hunt Process Company’s ’ 1 c-12. Precast Concrete Manhole. ing concrete surfaces to receive new concrr ggregate and produce cle shall be coated with epc ncrete. The compound sh pany’s “Sikastix Adhesiv ries Epoxy Mortar,’’ or approved equal c-12.1 retain wall, to all( er intrusion af Sectio Cast-in-Place Concr 3/1/94 R I. 1 A. GENERAL. The work shall materials, labor, and equipmei d required for the steel reservo safe manner as set forth in t ivision of Industrial Safety. L ite shall be included with the costs of 0th rules, orders, and regulations costs incurred to ensure the s Steel Reservoir. B. FOUNDATION. Th ingwall foundation, sa cushion consisting of 6" ex cell expansion joi material, all as shown o Prior to construction, he shop drawings a structural calculations for the concrete ed in accordance w AWWA Standard D100-84. Foundation ions, reinforcing bar size and spacing, a concrete mixes shown inimum requireme1 only and shall be inc Reference Section Concrete Work for s Reference soils repor ed values of seisn design variables. Th e reservoir is 5,O acted to at least evation by more than l/Z-inch (rtl/4-incl of the entire ri Sectior Steel Reserv 3/1/94 R 1 I The sand cushion shall consist of two 1 of fine sand and the upper layer shall free of corrosive elements. The subgrade (structural fill) beneat This compaction shall be tested an The 6" sand layer shall be Compaction shall be tested and a will be taken by soils engineer fo The 4" oiled sand layer shall b compaction. Compaction shall b The sand shall conform to the 1 graded as follows: Sand: 95 - 100% 80 - 100% w 50 - 85% passing #16 sieve 25 - 60% passing #30 sieve 10 - 30% passing #50 sieve 2 - 10% passing #lo0 sieve 0 - 3% passing #200 sieve The sand shall have a minimu Method No. 217. The oiled sand shall consist of cubic yard bond dry sand. Th together and pack when form hand in this test. Oil sand shall be mix of oil and sand on location much oil is used and that t corrosive to steel. Oil shall be new. The expansion joint materia e bottom course shall consist of six (6) inch f four (4) inches of oiled sand, all clean a I percent relative compaction based standard ASTM test method D1557-: I cushion shall be compacted to at least or to placing of sand cushion. 1 at least 90 percent relative compactic placing of oiled sand. Samples of sa d for sand equivalency testing. pacted to at least 90 percent relati ed prior to laying of tank's floor plat1 ion for grading aggregate and shall 8 I I 1 1 I I R passing #4 sieve passing #8 sieve 60 in accordance with California Tc ately 16 gallons of SC-800 road oil F be thoroughly mixed and should sti no excess oil should be left on on( lant and trucked to job site. Mixi must be taken to see that not t r or other contaminants which a 1 I inch Flexcell expansion jo ringwall and the tank shall be 1, Payment for reservoir foun sand, and 1/2" flex cell shal wall foundation, 6" sand, 4" oil rice bid for reservoir foundatic Sectioi Steel Reserv 311194 R I I I. 1 I approval prior to fabricatic tural calculations showing I of plates, the schedule for completion of 1 principal dimensions, t tank construction, and cation and erection drawings. be based on a water del I I 1 1 1 1 1 C I I U 1 1 1 I within the tank of 52'. All work in the fabrication shop and in 1 le requirements of the following, except r "Welded Steel Tanks Water Storage." ainting Steel Water Ston Tanks." lves shall conform to 1 fications and Section 2 nts of Sections 3 and 4 ates in contact with wa plates shall be 3/16-in ployed. The manufacturer may use Appen Sealed pipe columns shal as guides for twelve ( r providing or install be accomplished by 1 t of this Contract. 7 tions for installation all be 4" stainless st masts, Flygt System 2, a tured by Flygt Corporation, 129 Gloi Avenue, P. 0. Box 5857, Connecticut 06856-5857, (203) 846-20 ss steel mast shall dielectric couplings to corrosion of interior tank walls. Dieleci connections shall be de nd submitted by tank manufacturer for revi 1 mounts and the u Sectia Steel Resen 3/1/94 F P 1 r speed and flow rate. T 1 platform sockets for futu ntractor is not responsil ocurement and installati e District concurrent w this Contract. The ta all include calculations for installation of six ( weight of one (1) mh t I 8 I I I I 1 I 1 I I I i fabricator's structural des c-4. c-5. 4" long and welded to the rc b The cover for the Anode and Holes shall be a 4" schedule 80 PVC socE submittals. ! expired. C-6. Tank Accessories. Except as kind and constructed as spe revised, and each tank shall ated herein, tank accessories shall be oft in Section 6 of AWWA D100-84 as latc the following accessories: Sectio Steel Reserv 3/1/94 R P 1' dder, or equivalent). The ladder shall ' te at twelve inches above the floor. A stainle provided. See Plans. I C-6.1 One inside ladder (Trus secured to the roof and te steel safety climbing d C-6.2 One exterior ladder swing grate anti-climb door at bottom hasp, intermediate platform, top landi nized Outside Ladder, or equivalen per manufacturer's specifications. S ladder cage with van platform, and hand Material shall be ga Plans. 1 I 1 u I I 1 c u 1 I I 1 C-6.3 Two 30" diameter o Monobolt Manway, or equivalen m shall be lockable for maximt The tamper-resist security. See Plans. C-6.4 One 36"x36" roof al-proof locking hasped). See Plai C-6.5 One 24" double nlet line, with 24 I' 45" bend spigc See Plans. C-6.6 tlet line. See Plans. C-6.7 roof vents with "Fiberglass" inst screens. See Plans. C-6.8 uty Target Type Level Indicatc ard shall be one-piece 6" aluminum standa d joints. The indicator tape sh e or wash off. The hollow flc stainless steel. All parts, including cat shall be of corrosion resista climbing route and reduce vandalism, t ing it above the reach of unauthoriz or equivalent). The indic conduits, tensioners, and indicator shall be 1/2 sca I personnel. See Plans. C-6.9 C-6.10 and steel pipe drain line. S Plans. C-6-11 . Platform system shall utili g an optimum non-slip surfa a1 angle iron frame shall omplete protection. Coating shall be appli galvanized independently Sectioi Steel Reserv 3/1/94 R i. I 1 C-6.12 One guard rail completely hatch. See plans. Six 4'x6' hatches, double leaf Bilco JD-3. Tank fabricator adapt flat watch to sloping ro3f. onto roof, not into reservoir. Six mixer rails and supports, I side wall mounting brackets 1 Plans. 1 conductors). C-6.13 1 1. C-6.14 C-6.15 Six platform sockets (for C-6.16 Six vertical electrical condu: C-6.17 Three 3" chlorine injection C-6.18 Nine 1" chlorine sampling C-6.19 Two 1" corp stops. See Plars. Stainless Steel Pipe Coup1ine:s. all attachments for telemetry, connections. The use of rusty couplings, a condition properly protected with Testing of Bottom Floor We. of the tank shall be vacuum other approved method with Testing of Shell Welds. After painting, selected weld areas D100-84 as latest revised. AJl circumferential welds spot welds. Contractor shall provide the Contractor's qualified specified. The report shall D-100-84 or latest revision. I I b c-7. 1 I I I I I 1 I c-8. c-9. c-10. Disinfection. Prior to accep:ance service, the tank shall be wash the inside of the tank P 11 e:ncircling exterior ladder landing and top acce steel doors, galvanized with stainless steel trii shall provide additional frames as required The hatches' 1-1/2" coupling drain shall dra See Plans. 4" stainless steel mast, Flygt's System 2 six st€ .?er mast with dielectric couplings. "future" portable hoist), 14.5'k14.5" base, Flygt. S t runs with braces (for "future" mixer elect FO~~S. See Plans. ports. See Plans. Stainless steel pipe couplings shall be used i level control, sampling, and other threaded pi corrmion resistant fittings eliminates the problem which occurs because the threads cannot coatings. Shall be 3000# full coupling, SS 304. ds. Prior to the painting of the tank, the bottcr tested with a vacuum box and soap solution an inspector present. the reservoir has been erected, but prior shall be x-rayed in accordance with AW vertical welds will be 100 percent tested a tested. Contractor shall pay all costs for testing the Owner with a written report prepared personnel certifying that the work was inspected irclude all items listed in Section 11.2.1 of AWV of the reservoir and putting the unit ii disynfected by the Contractor. The Contractor sh with a chlorine solution containing 200 PF Sectio Steel Resen 3/1/94 F shall reference Section 10 - Protective 1 coatings. 1 E. PAYMENT. Payment for Steel Reservoir, reservoir appurtenances shall be included i:i Steel Reservoir Complete-in-Place. 1 I I I END 0 t I Cohtings for Specifications on exterior and inter] including exterior and interior coating, a the lump sum price for Construction of 8.5 N ? SECTION 9 Sectio Steel Reserv 3/1/94 R 1 I 1 1 D 8 1 P I m 1 I l I 8 I MAINS and RECLAMATION RULES RECLAIMED WATER MAINS, Sectio water line appurtenances. REGULATIONS FOR CONSTRUCTION ( , for specifications pertaining to coating ladder, and exposed piping. Association Standard Dl02 2 - Systems and Specificat Painting Council. e Steel Structures Painting Manual, Volui atest revision, published by Steel Structui Section Protective Coati 3/1/94 F ) 1 1 e film sufficient drying time prior to dama 1 i I I I 8 I I w I 1 a I I 1 I 1 by atmospheric conditions. shall be checked with a non-destructiy oating integrity of interior coated surfaces d with an approved holiday detection devic s shall not exceed 100 volts nor shall destn voltage recommended by the manufactur sses between 10 and 20 mils (0.25 mm a etting agent such as Kodak Photo-Flo shall the detector sponge. All pinholes shall th the manufacturer's printed recomme or other irregularities will be permitted devices shall be operated in the presen 5 the immersion tive holiday detectors exc 0.50 mrn), a non-sudsing added to the water prior of the Inspector. In cases of dispute conc instruments shown to be in calibration shall predomina The Contractor shall furnis inspection devices in good film thickness, measurements made w ation with the National Bureau of Standar il final acceptance of coating and painti1 ng condition for detection of holidays ai of coating and paint. The Contractor sh ommerce, National Bureau of Standar s to test accuracy of dry-film thicknc gauge. od working order. de available for the Inspector's use at tion. Holiday detection devices shall limited to, K-D "Bird-Dog" no to 20 mils (0.50 mm) dry fil -W holiday detectors for coati ess; and "Inspector" units, devices shall be operated accordance with the man er's instructions. ion during the second ye ork required by this sectic ired in accordance with the manufacture All defective work shall be Section Protective Coati1 3/1/94 R 5 1 I I I I Safety and Health Requirements. protective life saving equipment site in accordance with Regulations for Constructim Precautions. 5 B-3. B-4. Products. Protective coatings Specification D102. All original, unopened containers batch number. Requests foI, approved in writing prior to All coatings and paints shall to protect them from weathe:: or paints must be stored to for flammable coating or 1 1 protected from freezing. 1 The Contractor shall provide use of persoi for persons working on or about the projt requirements of the latest revision of OSF and AWWA D102, Section 7 - Safc for this project shall be as prescribed in AM matzrials shall be delivered to the job site in th bearing the manufacturer's name, brand, a material substitutions must be submitted a delivery. be stored in enclosed structures when necessi and excessive heat or cold. Flammable coatir cmform with City, County, and State safety coc paint materials. Emulsion type coatings shall 1 ements for better than the listed materials I I U 1 E i I I I 8 1 1 i material meets specified the following properties: a. Quality b. Durability c. Resistance to abras ‘c 1 d. Life expectancy e. Ability to recoat in f. Solids content by g. Dry film thicknes h. Compatibility wit i. Suitability for th j. Resistance to c t k. Temperature li and during application 1. Type and quali undercoats and topcoats m. Ease of application I n. Ease of repairi 0. Stability of colors p. Volatile organi 1 q. Volatile organi Contractor shall sub color charts for all c equal. Contractor shall als rer’s recommendatic for thinning. safety data sheets, a ted for consideration Section Protective Coati 3/1/94 F 5 I I i i B-5.8 Materials and processes fo ASTM A-123. Disinfection materials shall c D105, latest revision. L B-5.9 All interior reservoir surfac with an epoxy system tes Foundation (NSF) in accor contact. Manufacturer’s pro 1 hot-dip galvanized products shall conform nform to the requirements of AWWA Standa s in contact with potable water shall be coat ed and certified by the National Sanitati ance with NSF Standard 61 for potable war ucts submitted for consideration as equal by t Contractor shall include color tinting. B-6. Execution. B-6.1 1 1 All coating and painting shall documentation of NSF certification for product a conform to applicable standards of the Stc 1 e repair procedures which insure t fied repair method a tool cleaning, or dry I injury to surrounding painted areas, bl; ressure, smaller nozzle, smaller abrasj ce from surface, shielding and maskir mica1 to touch-up, the item shall be 1 ssary to provide a quality coating. g equipment shall be designed 1 11 be maintained in first class worki le traps and filters to remove wai ent shall be subject to inspection I I I 1 n 4 t specified. The Contract complete protection of all equipment may include wi blast cleaning. In order to cleaning may require use particle sizes, short blast If damage is too extens cleaned and coated or The Contractor’s coa application of material condition. Compresso and oils from the air. Owner’s representative. 5 ’ ‘ B-6.6 B-6.7 Application of the fir ce preparation and cleaning. A o any rusting shall be re-clean cleaned areas not re prior to application of first The Contractor shal e ilation during the application nterior coatings, proper curi time shall be allowed prior tank for the leak test. B-6.8 B-6.9 All structural bo hall be galvanized. I B-7. B-7.1 The latest revisi paration specifications of t I Steel Structures art of this specification: I I 8 1 1 I Section Protective Coati 3/1/94 R 5 1 uality of blast cleaning provided, the SSP parison and the corresponding definitio I R 1 11 I I In case of question abo blasting standards for shall be consulted. 5 B-7.2 Field blast cleaning ces shall be by dry sandblasting unle otherwise directed. B-7.3 Maximum particle siz used in blast cleaning shall be that whii will produce a profile accordance with recommendations of tl manufacturer of the B-7.4 Abrasive used in bla of contaminants tha 1 be washed, graded, and frc sion of the coating or paint B-7.5 During blast cleani e exercised to insure that t' sion from blast cleaning. A to their previous state. B-7.6 The Contractor s a clean condition and sh stitute a nuisance or haza a i e existing facilities. 1, B-7.7 aned prior to application hall be applied over dar B-7.8 . Interior surface 11 be blast cleaned to wh metal in conformance Steel Structures Painting Council Surfa I I I I 1 I I B-7.9 Exterior surfac 11 be blast cleaned to ne Painting Council Surfa white metal in I Preparation SSPC-SP 10. B-8. B-8.1 shall conform to the requirements of St fication SSPC-PA-1, lat B-8.2 representative of 1 ts for volatile orga ion Control District Section Protective Coati 3/1/94 F 5 I 1 I I 1 I I 1 I I c 420 grams per liter. B-8.3 shall be applied evenly, free of sags a anship. Care shall be exercised to avc g and paint shall be sharply cut to lin defects or blemishes. 5 B-8.4 or drop cloths shall be used to protect floa exercised to prevent coating or pa ces which are not to be coated or paintc t be removed satisfactorily shall sh satisfactory to the Owner. from being spattered onto B-8.5 When two coats of coati paint are specified, the first coat shall cont: as an indicator of coverage or the t B-8.6 with the manufacture recommendations. B-8.7 ces, such as welds, tit -brush touch up of t plete field applied co as welds, tight corne cified product prior I application of the finish B-8.8 inimum required. T I achieve the specifi I B-8.9 t (tank exterior), t I B-9. B-9.1 II and exterior surfaces of steel reservoirs for storage of potable wat B-9.2 i I 1 Section Protective Coati] 3/1/94 R 5 1 i 1 I 1 I 1 I ? D I I 1 II I 1 B-9.3 B-9.4 ‘c specified in Coating Systems B-9.5 surfaces of the overflow pi B-10. 1 film thickness. B-10.1 thickness near the edge. inorganic zinc primer. Th -dip galvanizing may be substituted for 1 r of the prime coat shall be greenish-gray I TOUCH-UP: After weld areas and all exposed surfaces damag on shall be spot cleaned in accordance w ng.’ These surfaces shall then receive a tou Section Protective Coati 3/1P4 F L 1 I coat of Tnemec Series 20 or approved equal, to a dry film thickness required. The color of the finish coat sha I I 1 I I 8 C D I 1 i 1 8 1 I areas shall achieve a mini dry film thickness of ten (10.0) mils. 1 B-10.2 or tapered to a thinner shall be beige (Tnemec SSPC-SP-5 - 'white blast up coat of Tnemec Series thickness of three (3.0) mils ing.' These surfaces shall then receive a touc , or approved equal, to a minimum dry fi 20- 1255). Section Protective Coati 311194 R I. 1 I STRIP COAT: After obs apply one strip coat over FINISH: After ob coat of Tnemec S recoat cycle and surface conditions, apply o It I I I D 1 II, 1) ! 1 i 1 1 I II B-10.3 of Tnemec Series 20 e approved equal, to a dry film thickness color of this coat shall be beige (Tnemec 2 I B-10.4 Section Protective Coati] 3/1/94 R t 1 1 inorganic zinc primer, or a two (2.0) mils. Specified a shall be treated finish coatings. 1 I I I I) I m I i 1 8 I I 1 accordance w 11 then receivc touch-up coat of Tnemec dry film thickness of three into all sharp edges, cutout I (Tnemec 66- 1255). half (1.5) mils. The meth This coat shall be in the or finish color selected by the Owner. i B-10.5 Section Protective Coati 3/1P4 F I. B-13. 1 accordance with Section 9, B-14. Ventilation. Ventilation of I accordance with the AWWA B-15. Extra Stock. The Contracto:: paints and coatings used on for proper disposal of paint this project. I 1 I 1 I B-16. Guarantee. When the resenioir defects to the satisfaction of acceptance by the Owner of to the Contractor guaranteehg or damage caused by defective Contractor shall provide a two I. rfaces shall be per formed C-10. Disinfection of these specifications. the interior of the tank shall be performed D102-78 as latest revised. shall deliver to the Owner no extra stock ,:his project. The Contractor will be responsil ind coating material in open containers used I has been proved free from leaks or ,oth the Engineer, that fact shall constitute the fir ':he completed work as herein specified is subjc the completed work against any repairs, lea workmanship or materials furnished by t year maintenance bond in the amount of fi Section Protective Coati] 3/1/94 R Product shall be applied in If curing compound is applied prepare surfaces by brush-of’blast I I Mi accordance with manufacturer’s recommendatioi to concrete surfaces, the Contractor sh, prior to application of coating. Section Protective Coatir 3/1/94 R 1 Contractor shall apy . Neither interior nor exteri Section Protective Coati1 3/1/94 R 1 A. GENERAL. otherwise shoi in Sections of the Standard S 988 Edition (SSPWC). In case of confl All locations w B. SUBGRADE. Subgrade material sha pacted to at least 95 percent relatj trict’s Geotechnical Consultant, and mi base. ts of Subsection 301-2 of the SSPWC. Bz f six (6) inches. Placement and compacti base material shall be tested by Distric of base material shall be observed, Section Asphalt Concrete Pavem 3/1/94 R 1 . Application of prime cc quirements of Subsections 203-2 and 302-5 e aggregate base at t' er specifies a differe shall be in conformance with the applic e emulsified asphalt conforming to t lls, headers, concrete slabs, paveme pavement is to be placed. Tack cc of the lower course of asphalt concre rd or as specified by the Own( with the applicable requirements specifil Application of tack coat shall be in confo in Subsections 302-3 and 302-5 SSPWC. te pavement not abutting concre 11 be edged with a wooden headc ia Redwood conforming to t imension of which shall be with e. The headers shall have a fi~ e set to conform to the grade es nominal size, 18 inches lor on the outside of the headc then nailed to the header. The joints betwe1 shall be spliced with a 1-inch thick nominal si 24 inches long. Headers sh to a depth of 1 inch below the top ed the individual boards being used as he remain in place upon completion of Wo Hot mix asphalt concrete mixture shall confor the SSPWC for Class C1, using paving asph; Drawings or required by lo( ned paving asphalt grade AI 3-1 SSPWC "Paving Asphal er a completed and prim1 ents of Subsection 302-5 Section Asphalt Concrete Pavemc 3/1/94 R 1 1 0 E I ’ H. ASPHALT CONCRETE BERMS. Asphalt concrete and base shall be spread asphalt concrete shall not exceed 2 inche.s concrete layer shall not exceed two inches thickness shall be three inches. District’s Geotechnical Consultant shall concrete, shall test material for conformance for proper compaction and thickness. conformance with San Diego Regional AR-8000 Grade Asphalt shall be shaped other equipment capable of shaping the I. PAYMENT. Payment for all work including compaction of subgrade, headers, I I 1: and compacted in layers. The top layer in compacted thickness. The lower asph; in compacted thickness. The total compactc observe placement and compaction of asph; with specifications, and test compacted asph: Asphalt concrete berms shall be constructed Standard Drawing No. G-5. aqd compacted utilizing an extrusion machine material to the Type A Section. associated with asphalt concrete pavement or ben placement and compaction of base materi prime coat, tack coat, and placement anc. sealcoat shall be included in the Contractor’s or berms. 8 I E 1 I B I I rn END OF t t compaction of hot mix asphalt concrete, ai unit price bid for asphalt concrete paveme SECTION 11 Section Asphalt Concrete Pavemt 3/1/94 R 1 i A. GENERAL A-1. Related Documents: and general provisions of Contract, includi nditions and Division-1 Specification sectioi 1 1 I B I I c I I 1 1 I A-2. A-2.1 own on drawings, schedules, not all labor, tools, materials, permi essary and appropriate for t herein specified and shown on t: complete installation of a s1 accompanying drawings, da A-2.2 d grading required to establi s. Refer to earthwork sectioI es to insure proper drainat ration shall be removed fro ral Contractor and the Distri ies. DO NOT proceed with a ed. FAILURE to notify tl rict Engineer shall make the landsca] ng or additional work required to corre additional cost to the ownc ructures shall be 6" minimu ess the grading plans call f General Contractor and contractor responsible for e greater depths. A-2.3 : Before proceeding with any work, tl verify dimensions and planting arc ineer immediately of ai specifications and actu rea where there are su( r successful plant maten n by the District Enginec Section Landscape Wa t 3llP4 Rc 1 1 B QUALITY ASSURANCE: A-3.1 ializing in landscape wo Landscape Technician n to be on-site at all times during constructic al. Failure to provide tl 1 A-3. I 1 I I I I I I I I 8 I 1 hydroseeding company related to the trade a e contractor shall subr n-irrigated hydroseedj special treatments j pproval by the Distr under the continuous su ion of a competent foreman capable areas, including see Engineer within thirty days I A-4. A-4.1 General: Ship landscape 1s with certificates of inspection required with regulations applicable to landsca governing authorities. materials. equired plant mater ctor’s responsibility emain secured. If t required, which la ape contractor sh the specified plant mater p A-4.2 hall be used unlc attempt to locate cont successful in locating the material within 150 miles of the project site, t payments due the General ontractor. Other plant material approvals Section Landscape WI 3/1/94 R 1 P 1: cations shall not be made until payme plant material by the District Engine€ ed, the contractor has the option of the named manufacturers. If tl aterial or related products of anoth all apply in writing, within 30 (thirt emission. Requests for substitutic after the project has been awarded may 1 f the District Engineer. bstitution for consideration. Subn with procedures requiring Chanl ti@ the product, or the fabricatic each request. The contractor sh; e data to substantiate his claim 1 inspections as called fo is received for the time Where several manu manufacturer for tho days after award of received more than thirty considered or reject Submit three copies t I I 1 I I I m 1 I I 1 1 I 8 equality including: a. Manufactu eets or product data includi amples where applicable copies of test reports. e. A detailed com of significant qualities of the proposi R substitution with needed to other necessary to acco r and separate contractors, that will becor ate the proposed substitution. construction schedule substitution. Indicate contract time. ed to the schedule without approval oft ct of the proposed substitution on over Section Landscape Wc r. 3/1/94 R 1 h hisher request, the amount of credit the substitute material is accepted. 1 h. The contractor sh be extended to th i. Certification by t that the substitution proposed is equal respect to that Work or Product requir , and that it will perform adequately in t the General Contractor’s waiver of rig1 that may subsequently become necesss ubstitution to perform adequately. or better in eve 1 1 I 1 I 1 I m 1 1 1 I I The District Engin data within two weeks after receipt, a substitute item solely on substantiating ds strict Engineer will note the Gene] Contractor of a No incomplete submittal information is The District Engineer has of the proposed substitution. considered, and products for which insufficie roved for lack of substantiating data the technical and aesthetic qualities oft will a substitution be accepted which dc d substitutions for approval in t period after award of the contri a1 by the District Engineer of a e rearrangement of any of t of accommodations for a or replacement or both ment or accessories, then su 1 be approved by the Distr ents or replacements shall entail additior shall be borne by the contractor. If su ire additional services of a f such services shall be bor I nature to the District En rm additional reviews oft bmitted due to incomple 1 Contractor, the Genei istrict Engineer shall rate for the additior The Owner shall th Section Landscape Wc t 3/1/94 R I 8 I Section Landscape Wc 1. ental to plant growth are encountere conditions, rock or other obstructioi ding with planting. 1 8 1 1 8 1 1 I V I 1 I I I I 8 A-7.3 5 A-8. A-8.1 od of one year after the end of tl ding death and unsatisfactory growl ct by Owner, abuse or damage a or incidents which are beyoi A-8.2 her plants found to be dead or d. Make replacements within thii s which are in doubtful conditic inion of District Engineer, it f extended warranty period, . Only one replacement (p e required at end of warrar e to failure to comply wj B A-9. A-9.1 A-9.2 A-9.3 tion is required to insu on has been achieved. d a Maintenance Peric A-9.4 uired to insure all iter INCLUDING irrigatic d to notify the contractor the maintenan of the punch list from the Pre-maintenan mpleted at this walk-through and anoth or to the start of t titled to bill the Own Section Landscape Wc f 3/1/94 R items, have been complied walk-through is needed t 1: al, for additional walk-througl . The Owner shall then dedu ts due the General Contract( ce until this time is paid fo on is at the end of the maintenance peric m is operating normally ai The Owner takes over t’ n components are comple 1 A-9.5 Final acceptance. This o and is required to insure 1 I I I i I c I I I I 8 1 and operational. B. PRODUCTS I B-1. B-1.1 Particle Size: B-1.2 Fir or Cedar sawdust: Fir or Pine bark mini B-1.3 ed 3.5 milli ohms p B-1.4 the site in sealed ba to, the bags. Invoic 1 be submitted for tl 1 B-1.5 to the site in sealc shall be submittc 1 B-1.6 Section Landscape Wc f 3/1/94 Rc 1: 1 1 i i 8 I 1 1, I Engineer before application. B-1.7 L B-1.8 SeaSoil: As manufactu o consisting of 50% organic matter a1 50% volcanic ash. Sarvon: Soil Penetrant a for Sarvon soil penetrant I B-1.9 B-1.10 with the manufacturer’s for the total quantity ne approval and/or inspect Commercial fertilizer ng minimum percentage nutrient by weight: attached to, the bags. Invoic ect shall be submitted for tl eer before application. Phosphorous Potash B-1.11 Plantinp tablets shall ram and 5 gram tablets I - B-1.12 Other soil amendment etermined by the soil repc ional cost is required such cost shall 1 and recommendations. If 1 submitted to the Own ceeding with work. I B-2. PLANT MATERIALS: B-2.1 Quality: Provide tre of size, genus, species ai variety shown and recommendations an Nursery Stock”. 1 1 I I I B-2.2 Bare Root Deciduou t specified, However, thl Engineer and the Own are root planting perio arger than the contain ecified with branchii Section Landscape Wo f 3/1/94 Rc may be utilized with if the planting time Provide trees of th 1 configuration recommended SI 260.1 for type and species. Provic single stem trees except whe If the Landscape Contract0 shall be submitted to the ins tallat ion costs . il 1 i I 1 II I L, 1 i I I 1 ses this option, a contract change ord reflecting the credit for material ai 5 B-2.3 Container mown coniferous oad leafed evergreen trees, deciduous trec eptable subject to specified limitations d shall be of a size and caliper typic throughout the nursery trad B-2.4 as existing, plants to be transplanted ai to remain shall be given utmost care ai I protection. Any plants d ed due to Contractor carelessness shall B-3. B-3.2 All materials shall be standard, approve ndition when installed. Any commercia application, any special t mix for approval by the prior to start of work. t Engineer thirty days after award of job ai B-3.3 I Shall be as follows: - seed as specified. a commercial grade ted or granular, uniform in composition, d i free-flowing and lab th specific N-P-K rating of (16-6-8). Section Landscape Wc P 3/1P4 R 1 1: 1 ch add: 120 lbs. per ac 's recommendations). nts per soil analyi recommendations. t I 1 I I i I B B-3.5 Hvdroseed mix: Alyssum 'Carpet of Snow' Gaillardia aristata - 1Lbs B-3.6 dicated on plans fro le containers or integI r and length of runne 1 B-4. B-4.1 oles per plans. Cinc 1 ized roofing nails p D B-4.2 Erosion Control Netting;: e vertical feet shi 1 1 i I I plants are installed. Section Landscape Wc P 3/1/94 Rc Control Applicato:.. Engineer. 1 I I. Submit copies of recommendations to Distril Section ' Landscape Woi 3/1/94 Re 1L . If live perennial weeds exist on tl: 's specifications. Lea7 for at least 15 days to allow comple weeds from the site. 1 (2) I I I I I I b I 1 I I I I 1 1 shall be re-sprayed (3) . Fertilize all plantii 1 a 3 to 4 times daily to germinate existii all continue through the maintenance perio ee of weeds at the time of acceptance of tl (Pre-emergent). Spray entire ground cov areas to be hydroseeded, with a pre-emerge (4) ufacturer's specifications, before planting or soil erosion The contractor elect not to do this portion of the Wet in his judgement, the planting areas do n Section Landscape Wa 3/1/94 Rc P 11 I . After establishme t I or water the area f ortion of the Wer ontractor shall 1 1 1 I I I D 1 I I I I I II I ce in all such are i C-3.2 t 12” O.C. in tv c-3.3 c-3.4 Agricultural Gypsum 200 11 Soil Sulphur 20 11 Gro-Power 150 11 Thoroughly incorporate sp at rates specified and acco Section Landscape Wa 3/1/94 Rc t 1 of fertilizer if planting will not follc anting soil prior to backfilling, a1 stockpile at site. areas at 6 gallons per acre. APE and rock over 1" c-3.9 Finish grade planting areas as required to meet finish ooth, even surface with loose, uniformly fii period if erosion occurs. Section Landscape Wo 3/1/94 Rc 11 I *If the hole is not compl gravel filled sump at low are not improved by ad ned, provide a 6" diameter x 3' deep of planting pit. If drainage conditions ump, contact the District Engineer. 1" shallower for shrubs and 2If shallower fi e plant's rootball for all container plants I pecimen trees to be excavated as shown ( C-4.2 Planting holes shall be trees and three times a to 15 gallon. Holes fo details. c-4.3 Excavate pits, beds an I I P I li I I c I I I I I 1 th vertical sides and with the bottom of tl excavation level. Lo soil in the bottom of excavation. Scarj sides of all planting c-4.4 Plant backfill shall ure or as the soil repc recommends: Site Soil Agricultural Gypsum Iron ' Sulphate Commercial Fertilizer Plant Tablets: Box Trees 15 Gal 5 Gal 1 1 Gal 5 Ibs. per cu. yd. of mix Ibs. per cu. yd. of mix Ibs. per cu. yd. of mix Ground Cover C-5. PLANTING: DO NOT INSTALL ANY PLANT RIAL OR HYDROSEEDING WITH01 APPROVED GRADINGAND IRRIGA COVERAGETESTINWRITINGFROMTE I DISTRICT ENGINEER. C-5.1 Planting - Trees and Shrubs: Plant materials the District En All areas bein time of planting. Section Landscape Wc f 3/1/94 R 11 or to planting if circling root growth I Scarify sides of each evident. Set plants in center o will be above surrounding grade after allowing for w All backfill materials s herein. No debris o diameter shall be allowed a1 position, so that the crown of rootb; 1" for shrubs, 2" for trees and above fini on site before use, as specifit I I 1 I 1 m 8 I II 1 I I I 1 backfill mix. PreDare water basin t each plant location. Watl thoroughly, backfillin prepared backfill mix. If dr irrigation is used, ba fy with Landscape Architec Stake trees immedi ted in the drawings. Do nl place stake in root not guy or stake trees, if the judgement of the cont the trees are capable of standing on the own. However, the contr all bear responsibility for the trees and mi need to add stakes durin rranty Period. Remove all nursery stakes ar ties at time of planting. Remove stakes during c removed stakes over t ance period that are no longer required. Tui Adjust and monito C-6. PLANTING GROUND COVER: C-6.1 Ground cover plan operations. Roots shall burlap, or left in c not be exposed to Wilted plants will at the time of pla Dig; holes large enough to planting soil. Install plant t air pockets. Take care not thoroughly after planting. owed to dry out before or during plantir # C-6.2 ver crowns of plants with wet soils. Watt Section 1 Landscape Woi 3/1/94 Re t 1 Landscape Wa 1l en hydraulically sprayed onto the soil, tl aterial. The spray operation must be I etrate the soil surface as to drill and m us ensuring maximum impregnation a1 1 E I 1 1 I 1 I, I 1 i 1 I i I any other chemicals speci mulch shall not form a bl directed that the slurry s the slurry components i coverage. NOm DO NOT D OVER AREAS STILL CONTAINING BER OR MORNING GLORY. 5 c-7.5 e specified components shall be mixc o allow for a homogeneous slurry whic I is thoroughly mixed d easily without clogging. The equipment shal sufficient to agitate, less than 44 pounds additives and solids The hydromulching nimum requirements of slurry distribution li age and shall be equippc with a set of hydr ovide a continuous no fluctuating dischar tation system and operating capaci eneously mix a slurry containing n amendment plus fertilizer, chemic thoroughly cleaned of l eeding process,includi to any hydroseeding ( seed and other m 1 this project. C-7.6 Time Limit. Th re not to be left in t’ o seed destruction. s in the machine, t ified seed mix to a slurry mix which has not rs after mixing. T contractor shall add 75% of the original seed mix to any slurry mixtu which has not shall be rejected ai c-7.7 tor to prevent any reas or construct d to the Ownt Section Landscape Wc 3/1/94 R I. I kept moist at all times 5 I I curing the germination period. The light frequc Section Landscape Wc 3/1/94 R 1 tinue until the seedlings require It 1 The irrigation frequency shall intenance period. Toward the end oft ng frequency shall be reduced days or more depending upon the season. T r adjusting watering frequency a er day, to promote optimum growi approximately every 1 8 8 I I I c I I I I I 1 I fertilize all hydroseeded areas at plication shall consist of (16-6- rate of 15 lbs. per 1,000 square fe as shown on the soil test recommendatioi of all materials used prior to Final wal or an approved su n d. Weeding: All weed maintenance period g in the planting areas during t be removed at 15 day maximum interva out hydroseed mix at any time eeded areas will be unacceptat: rgo weed eradication program all be re-hydroseeded at no c( to the owner. will be given at the end of the overage is achieved in lawns ai 1 areas on a weekly basis. Contract shall provide copy of a landsca Construction/Maintenan rly scheduled monthly wal I C-9. CLEANUP AND PROTECTION: c-9.1 nts clean and the work ar Section Landscape Wc I. 3/1/94 R 1 s from damage due to landsca] ctors and trades, trespassers, ai stallation and maintenance periot pe work as directed. n, remove any rubbish, trash ai ts of services, and leave entire arc o meet the approval of the Distr structed areas free of all dirt a] 1 B I 8 I I I u 1, I I I I 1 I I I C-9.2 5 c-9.3 c-10. : When the landscape work make an inspection to determi ce period. District Engineer sh be developed by t tect and for use by t ractor requests a I nch list items we itect shall be entitled to bill the Owner at I nerated due to t e. The Owner sh 1 not be made un contractor when making corrected, the Landscape Section Landscape Wc t 3/1/94 R 1. 1 A. GENERAL A-1. I I I ivision-1 Specificatic 4 A-2. DESCRIPTION OF WORK A-2.1 n drawings and sh r, tools, materials, permits, appliances, tax consist of the furnishing of a and all other costs, necess I 1 c I I 1 8 1 1 1 I ll drawings, dated 4/26/93. imited to: all val boxes and lids, a controllers. automatic conti A-3. ontractor and t cies are rectifit r additional wc cost to the owner. A-4. QUALITY ASSURANCE: Provide underground irrigation system as ceptable manufacturers including piping, hea nents, and accessories as described in the pla Section Underground Irrigation Sysl 3/1/94 F A-4.1 t 1: following to the District Engine I 1 I 1. I I SUBMITTALS: Cont for approval prior to start: Product Submittals: Sub sprinkler adjustment tools representative upon c 5 A-5. A-5.1 e sets of controller and pump enclosure ke! uick coupler keys with hose swivels to Ownei A-5.2 Product Data: Su hnical data and installatic system components. Provic e ring binder to the Distn instructions for unde three copies of spec Engineer. Include anuals, phone numbers suppliers, and all mission of warranties 1 manufacturers. The contractor sh specified including: a. Manufacture product data includi 1 ples where applicable c ies of test reports. data for each produ weeks after receipt ai ntiating data submitti General Contractor 1 4 i t I I I ts for which insufficie f substantiating data ata for approval in t award of the contrz 1 istrict Engineer. Should the District En same product data whi perform additional reviews oft ted due to incomplete informatii General Contract0 hall be entitled to 1 r the additional wo er shall then dedl era1 Contractor. Section Underground Irrigation Syst 3/1/94 R t b. Fabrication and installation 1 requested. c. Brochures, drawings, I I i. procedures and samples where applicable samples, and certified copies of test reports. Sectior Underground Irrigation Sys 3/1/94 E 1 1 1 8 B 1 1 1 c I B I I 1 I I d. Related specifica e. A detailed com of significant qualities of the propos f the product or work specified. Signifies ents such as size, weight, durability, a ct. Provide sufficient documentation i substitution with b I product or work specified. f. Coordination in uding a list of changes or modificatic of the work or product or to constructi separate contractors, that Will beco1 needed to other performed by the necessary to acco ate the proposed substitution. g. A statement i ubstitution’s effect on the contract0 d to the schedule without approval oft of the proposed substitution on over construction sc contract time. h. The contract hisher request, the amount of credit e substitute material is accepted. at the substitution proposed is equal ect to that Work or Product requir that it will perform adequately in t e contractor’s waiver of rights ay subsequently become necessi I tion to perform adequately. thin two weeks after receipt, a tern solely on substantiating dl ngineer will notify the Gene proposed substitution. d products for which insufficic r lack of substantiating data 1 and aesthetic qualities of t tion be accepted which dc proposed substitutions j hirty day period after awa r disapproval by the Dist Section Underground Irrigation Syst 3/1/94 R I. 1 d by the General Contractor, the Gene nal reviews oft 8 I I 8 1 I 1 I 1 5 ces shall be bor information not originally Contractor. B-2. MATERIALS: c B-2.1 11 be a Grundi I 2131, ATTN: Jim. I alled per manufacturers’ specifications B-2.2 1 B-2.3 1 8 I I B-2.4 Section Underground Irrigation Sysl 3/1/94 P 5 I I I I I I I c I I I I I I I 2-1/2” and under, PVC 3” and larger, PVC pipe, B-2.5 Circuit Pipe (downstream of 5 PVC Dlastic pipe, shall not be used. I B-2.6 Pipe Fittings: Comply with For PVC plastic PiDe, Swing Joint Assemblies: swing joint with or withimt substitutions for this Solvent Cement: Prirner ASTM D 2564-80 unless and/or fitting manufacturer. B-2.7 Thrust Blocks: Comply with Install thrust blocks per thrust blocks in locations pe:: per District Standard Drawir.gs. during the cool morning hours larger pipe. B-2.8 Backflow Preventer: Manufacturer’s acceptable to governing wa:er conform to all governing I Landscape Architect before B-2.9 Valves: Manufacturer’s Gate Valves: Gate plans. Ball Valves: Ball va1ve.s handle and teflon seals. Automatic Circuit contamination proof bleed, fully encapsulate.d, t 1 pipe, ASTM D 1785, Schedule 40. ASTM D 1785. Class 315. circuit valves): Comply with the following: underground, ASTM D 1785, Class 200. 1/2” PVC pi following: .4STM D 2466 socket fittings. Dura single O-ring sealed constant pressi riser section as indicated in the drawings. 1 assembly will be accepted. and PVC solvent cement shall conform a higher grade or quality is required by pi the following: Standard Drawings W-15, W-16 and W-19. Ins1 construction documents detail and as requir Install against solid, undisturbed trench wi before exposed pipe expands. Install for 3” a standard, to protect irrigation system a providing agency. Backflow preventer is standards. Provide copies of certification to 1 putting system into operation. star..dard, of type and size indicated, and as folloi va:ves shall have solid brass bodies or as noted shall be of plastic PVC construction, with A Valves: Valves shall have a filter screen a tubing and shall be operated by low-power inter: one piece solenoid. The valve shall be an an Section Underground Irrigation Sysl 3/1/94 F 1 d have a manual flow adjustment with I B 1 I I I 1 I valve normally clo pressure regulating Brass valves shall when indicated in the plans. id actuated angle pattern with a balanc e valve pressure rating shall not be lr onnet shall be constructed of heavy c of nylon reinforced rubber. All other pa and stainless steel. Plastic valves may licable and when approved in writing 5 used in lieu of e of regulating outlet presst adjusting screw for setti n for monitoring pressu eing manually operated. rainer - 140 mesh line s B-2.10 I with shut off valve. B-2.11 lator, Model # PSI-M- B-2.12 del # TLAVRV. 1, B-2.13 constructed of heavy c er cover. The valve sh o round valve box. ic or brass and as call e over entire area I ngs at available water pressure, as follows: type flow adjustme n and as called out B-2.14 spray coverage shown on I I I I I Section Underground Irrigation Syst 3/1/94 R 5 1 dy, gear drive, stainless steel 4" high pc ted and shrub spray as indicated. rs standard unit designed to providr output. Units shall be as indicated on I recommendations including assem d of the type indicated on the pb nd installed per manufacturl recommendations. Green rectangular fiberglass box and lid w bolt installed, by Carson Industries or eqL s box and lid with lock bolt installc sheet to the District Engineer 1 for installation under valve boxc nufactured expressly for control rrigation systems. Provide unit ated. Allow for operation of t- valves simultaneously. ilize Rainbird Mirage, stations Control Wiring: Control 12 gauge UL listed for di 1 be 14 gauge and ground wiring shall nology - Model Series King 6 1 manufacturer. Submit sample C. EXECUTION SYSTEM DESIGN: Section Underground Irrigation Syst 3/1/94 R 1 lans are diagrammatic in nature. 1 in planter or turf areas. At no tir lled in paved areas. The landsca General Contractor and District Engine nces in dimensions between the pl occurs the District Engineer sh I I I I 1 I I, I I I I 1 I c-1.1 5 I modify the plans or make adjustments as needed. notify the General Contractor a the landscape contractor fully responsible 1 on system at no additional cost to the Own allation of any additional irrigati District Engineer shall components as required. c-1.2 drawings. Venfy in the field a ssure at the POC varies more th C-1.3 mate. Make minor adjustmei structions. Maintain minimi I clearances from structures aving as shown in details. C-1.4 obtain coverage or to s manufacturers standard he Do not decrease the number of hes indicated unless this is acce to District Engineer. All heads not install shall be turned over to the r upon completion of the project. I c-2. c-2.1 I c-2.2 cover over the top of install Mainline 18l Lateral Line 12" C-2.3 : Provide sleeving for control wire and pipi areas one foot beyond the edge of pavii izes larger than needed Section Underground Irrigation Syst 3/1/94 E 5 1 ired. Plug ends of sleeves with nc I I I I I 1 P I 1 I i 1 I decaying removable plug. C-2.4 of all mainline piping. Install on tl hardscape including sidewalks a 5 C-2.5 material from excavation. Rem0 debris larger than 1" diametc for any trench settling that OCCI nce by the Owner. ' C-2.6 : It is intended that piping be install prior to the installation of paving. alled paving then it will becor llowing method shall be utilizec s must be cut to install irrigati " wider than trench. I ed material from site. I Backfill with dry sand fill material, placing in 6" lifts to the level erial and compact to t nt materials, colors, a. m finishes. C-3. INSTALLATION: (2-3.1 General: Unless o indicated, comply with all applicable curre Plumbing Code, Uniform Electrical Code, ai requirements of the C-3.2 Section Underground Irrigation Systc 3/1P4 R 5 1t 1 I I D I I i 1 1) I 1 1 1 1 I required. c-3.3 gs during normal workiI District Engineer. s with brass ball valves : b c-3.4 c-3.5 osure. Pump enclosui lled per manufacture C-3.6 am of the back fla equired for sprinkl systems downstream. c-3.7 t pump with supply line from backfla ic detail. Install all component parts for tl duits, connectors a1 tically and providl preventer as indicated in C-3.8 revention assembl c-3.9 : Landscape contractor shall insti a1 service shall 1 indicating areas cover reduced plan shall be C-3.10 Submit cut sheets on i le, of all components and : Section Underground Irrigation Systc 3/1/94 R 1 1 16 lve boxes and pits shall have extensions i e. Block openings with a double layer ( I I I I I 1 1 I I u i 1 (2-3.11 Valve Boxes and Valve Pit required to properly enclo 301b. roofing felt to preve All valve boxes and pits s All valve box and pit lids numbers identifying the number for automatic co lids with lock bolts installed. with three inch high letters andh etc.) and valve number or static med water is used, valve box sb 5 1 be purple. Quick coupler valve b marked "QCW Irrigation Gate valve marked "IGV. Irrigation electrical p Multi-port Drip Emi be marked "IEPB". be marked "DP". C-3.12 Circuit Valves: Insta ed grade is established and wi ustrnent and removal of valv extensions as requir Install valve wiring 1, Wrap wire for corn Provide union on Valves shall be r indicated in tl All control wires shaIl be m controller number and/or Locate at the va wires in the sa number. with non-removable wire markers identifyli and valve number and/or station numb< I C-3.13 box with each drip valve. Section Underground Irrigation Systi 3/1/94 R I I I 11 1 C-3.14 Air Relief Valve: P Tor0 Airbacuum relief valve, Model TLAVRV, at the high Piping: Lay pipe on s Install PVC pipe in Fahrenheit (4 degre instructions. Allow j degrees Fahrenheit recommended by m each drip valve system. ottom without humps or depressions. when temperature is above 40 degre strict accordance with manufacture: least 24 hours at temperatures above l lsius) before testing, unless otherwi ow manufacture’s recommendations f (2-3.15 L a I II D i 1 I R I 1 I I I 1 cutting and joining C-3.16 Fittings: Install D piping connections per manufacture recommendations. ed O-ring swing joints at all spray ai rotor sprinklers a drawings. No substitutions for tl assembly will be allowed. ce of primer when piping is assemble of primer shall be rejected and I installed. . Backfill and compact trenches in li? 1, C-3.17 Sprinkler Heads: Flush lines with full head of water and install hea ed. No fixed riser shall be allowed next to a to prevent future settling. after hydrostatic test is c d in shrub beds. 1 dicated in the drawings. between normal perpendicular located at the toe of slope to 1 eads located at the top of slop shall be installed as indicated C-3.18 a full head of water and insti stall threaded bases of the mu mitters into the threaded bas ers closest to the valve. Mu1 mmatic. Install as many mu1 plant material. Allow for tl cost in bid. Section Underground Irrigation Systc 3/1/94 Rc I. 1t ase of each plant as indicated in tl locations around plants whenevl nstall drip tubing in the same trenc aps at each tubing outlet. 1 I i 1 I I 1 I t I 1 1 1 I II I 5 the edge of curbing and walks. It ircle the planting areas in which it is t exceed more than thirty feet in 01 C-4. RECORD DRAWINGS: C-4.1 drawing set updated daily on tl shall provide the record drawings to tl review. The record drawing set sh: nderground utilities, all pressu at does not follow the mainlin r future use. Contractor sh: the record data onto a cle: istrict Engineer but charged ord drawings and field set w the start of the maintenan1 I C-5. TESTING: C-5.1 General: Notify Landsca will be conducted. Con Owner’s representative. chitect in writing 48 hours prior to time testii sts in the presence of Landscape Architect shall be on a one time basis. All componer e project is phased. Landscape Architect shall 1 urly rate, including milage, f cape contractor’s piping tc er shall then deduct the comparable doll C-5.2 d valves, before backfillii gs and joints exposed, to tain pressure for four hou hich do not pass hydrostai Section Underground Irrigation Systc 3/1/94 Ri I. 1( : Flush lines and remove all air and debris fro i 1 I 1 I 1 1 1 1, 1 i I 1 1 1 I 5 nnections, or fittings which do not pa stem can pass test. rational testing after hydrostatic testing ackfill is in place, with sprinkler hea adjusted to final position. DO NOT INSTALL PLANT MATERIAL WITHOUT APPROVED COVERA ST IN WRITING FROM THE LANDSCAPE ARCHITECT. of one circuit at a tim rating one valve from ea1 ust all irrigation heads f maximum coverage over-spray onto buildings, walks or 0th structures. Adjust 1 indicated in details. nkler heads to be flush with finish grade mage due to irrigatic trades, trespassers, ai I nd maintenance perioc C-6. MAINTENANCE: Section Underground Imgation Systt 3/1/94 RI f 1I A. GENERAL. Description. Furnish and Class I, Polyvinyl Chloride (PVC) Coatc chain link fencing and g k as shown on the Drawings, Standa Drawings, and specified an ired herein. The fence and gate shall be e Drawings. The entire site sh; cing and gates shall be removc s shall be submitted. Eight ( B. PRODUCTS/MA"ERIALS. ce with San Diego Region 0 and Section 206-6 of tl Standard Specifications for c Works Construction. be equipped with extensic arms and barbed wire. s I, Black PVC Coating. I th the exception of sprini clad-coated with Black PW Section Chain Link Fenci 3/1/94 Rc 11 1 I I 1 I D 0 I t I I I I 1 I Propertv Specific Gravity of Fused Resin 1.30 f 0.030 5 Hardness, Shore A 88 &2 Shore D 36 i- 2 Tensile Strength, psi 2500 +loo Elongation, % 250 -r- 10 Tear Strength, ppi 440 2 20 Brittleness Temperature, OF 0 -1-4 Weathering Test Method, Langley 3@Moo Dielectric Strength Range, V/Mil 800-1OOo Melting Range, OF 395-415 c-2.1 oated shall be thoroughly cleane noncontaminated surfaces. T emperature of 450°F; and with 1 mposed of a mixture of acryl nd fittings shall be immersed in a fluidized-b frames shall be fabricated and welded prior c-2.2 Damaged PVC coatings, which have be or otherwise damaged, shall be repair area shall be thorougl on-oil-base solvent su ed area shall be paint el shall be a PVC re! t absorbers, and solve D. EXECUTION D-1. on the Drawings a tions shall be plun D-2. avated to clear t Section Chain Link Fenc 3/1/94 R f 8 I bottom of the fabric as shown filled and compacted to with:.n Post Anchorage. Set all posts crowned at the top to shed D-3. 1 I I I I I I C I I 1 C I I END OF 1 I 11 in Standard Drawings. Depressions shall I 1 inch of the bottom fabric. in concrete as specified. Footings shall I water. SECTION 14 Section Chain Link Fenci 3/1/94 RI 16 I I I 1 I I t A. GENERAL. This section be implemented and the mat osion control measures shoul ention measures for the ste ' reservoir and B. STEEL RESERVOIR. receive an active cathodic passive cathodic protectio completion of the paint sy to test and evaluate the reservoir. B-1. See Section 9 - of these Specifications. I B-2. m B-3. I and 24" butterfly valves. I and corp. stops. I masts and their brackets. B-3.1 B-3.2 B-3.3 B-4. I I I I 1 B-5. Section Corrosion Cont 311~94 R t 16 I C. PIPELINES. rial, valves and fittings should b with Section 4 - Earthwork (Watt these Technical Specifications. 1 c-1. c-2. and fittings not intended to be a ferentially welded or bonded wit and C-4a for size and number ( ine electrical continuity after th ection 14-03.Q.1. required on pipelines longer tha ions shall be installed at interva cations, number and type of te I 1 1 i I b I I 1 I 1 c-3. 1 (2-4. At Grade Test Box. Test 1 be precast concrete roadway box wi and with a cast iron cover. Covers sh; dimensions as indicated on ot less than 1-1/2” high. c-5. Wire/Cable Attachment. s and/or cable which are to be attached ic welding process or by bra mpletely cleaned of all sca hanical grinder may be us nder must be followed up 1 1 hand filing or sanding. Contractor shall follow tl and size of charge to 1 tile iron pipe uses differe and cast iron pipe. TI e proper weld material ai weld mold. the pipe and the weld 1 with a 2-lb. hammer ed to the pipe. If t way from the pipe, the wire or cable should r more strands of the wire or cable are burn the wire. All wires no time should mc weldment is loose or b cleaned and rewelded. Section Corrosion Con1 311194 R ‘t 1 1' 1 at the weld, i.e., bare wire, pipe ai oated using a cold-applied bitumasl solids by volume and formulated fro and solvent coatings. If the pipeline should be coated with the concrete ing has been applied and has complete I I c-6* I 1 1 I i I B I I li I 1 I I I c-7. metallic pipe is to be attached to i d method of electrically isolating tl Electrical isolation is also requirc t composition are to be connectc ally isolating these sections of pi] Engineer and shall be in accordance wi 286 (Latest Revision) "Electrical Isolatic C-8. shall contain full-face gaskets, fu tee1 and phenolic) on each en oprene-faced phenolic. Insulatic sulating washers shall be phenol plated. All insulating material shall be of tl itable for appropriate service Steel washers shall be cad Insulating flange kit shall and in accordance with N alled as recommended by the manufactur evision) "Electrical Isolatic must be taken to prevent a contacting any portion of tl rawing 9 and sa). If moistui on of the insulating joint, tl a suitable solvent, and dric gasket and washers shall n recommended in Section 1 03.1. c-9. The buried insulating flange coating sh; ape type coating as called out in NAC test Revision), "Application and Handlii r Systems for Undergroui Section Corrosion Cont 3/1/94 R I. 1' 1 c-9.1 s, plasticizer and corrosic rial shall have the followii properties: Pour Point: 100- 100' Flash Point: 350°F m Coverage (approx): 1 ga1/100 sq. Color: Brov I I I 1 i I I b I B 1 I l c-10. I 1 I C-9.2 Wax-Tape. Flange cov material shall be a plastic-fiber felt tap Tape Width: 6 inch 5-70 m Thickness: Color: Brov Saturant Pour Point: 115-120 Dielectric Strength: 100 volts/n c-9.3 Width: 6 inch Thickness: 1.5 m Dielectric Strength: 2000 volts/n Water Absorption: Negligib Color: Cle c-10.1 th a clean cloth. The surface shall be dl . A thin coating of primer shall be worked in Section Corrosion Conti 3/1/94 Rc I. 1' I minimum. 1 c-10.2 I I I I I t I i I ! il I I I C-10.3 c-11. Putty or District approved . The vinyl plastic electrical tape shall 1 c-12. C-13. Coating for the interior lining of tl Paint as manufactured by approved equal. . The interior of tl for a distance of tv C-14. I C-14.1 C-14.2 two minutes by hand or brush. Section Corrosion Conti 3/1/94 R1 I. 1' ted coating shall be made by brushing un of 20 mils is achieved. Each ensuing coat shi coat cures, usually within 3 to 6 houi quare feet per gallon to provide a unifor thickness (this would or two coats. However, -mil minimum thickness shall be satisfic 1 C-14.3 a minimum coating thic produce the required coating with a total tions necessary to provide it.) nating in a test box shall be identified 1 ttached 1" diameter by 1/16" thick bra 1 B 1 1 I 1 I IP 1 I 8 I 1 I 1 C-15. C-16. At each location where factory concrete ch wires or cables, the coating shall 1 an non-shrinking fast setting mortar in Red-l Note the bare metal at and surrounding tl a cold-applied bitumastic compound. (St Section 1-09.) C-17. ntractor's work, the District shall dire all test facilities installed. These tests will 1 nuity of the pipeline, the effectiveness of a whether or not the test facilities have be( will be repaired or replaced at tl udes paying for retesting by the Distric insulating joints or installed properly. Contractor's expense. C-17.1 all notify the District when continu ions have been installed. A Distr shall conduct tests to measure t: The pipeline shall be consider( measured longitudinal resistance of t adjacent test stations is no greater than ical resistance of that section pipeline. percent higher than the t 1 continuity has not been achieved, t and locate improperly bonded joiI is achieved to the satisfaction oft I District's Engineer. Section Corrosion Cont 3/1/94 R I. I TELEMETRY, TELEPHONE 1 II 1 I 1 i B I 1 1 I I i A. GENERAL. The work shall consist of performing all installation as indicated, installation of telemetry, telephone and documents, applicable municipal codes and All existing telemetry, telephone and electric overs are made. €3. TELEMETRY. Contractor shall instal with pull ropes in conformance with the Contractor shall purchase all telemetry equipment to the Carlsbad Municipal Wat Carlsbad, CA. 92008. Contact Warehouseman coordinate delivery. Water District personnel will install all D EQUIPMENT TO BE PURCHASED 1 Teleproducts Corp. 152 Union Avenue Grants Pass, OR. 97527 Phone (503) 476-7211 RESERVOIR SITE: 3 ea. - FSR-D-2 (frequency shift receivers) 1 ea. - FST-C (frequency shift transmitter) 1 ea. - AST (12 chnl. analog scanner 1 ea. - 7MF-P-LE4 (7 module frame, power, ' I. 1' SECTION 16 AND ELECTRIC SERVICE furnishing the materials, labor, equipment, ai specified and required for the furnishing ai electric facilities in conformance with these contra utility construction orders. services shall remain operational until switc concrete pads, pull boxes, panels and condu ccnstruction drawings. equipment specified herein and deliver sa x District Warehouse at 5950 El Camino Rei Jim Smith at (619) 438-2722 ext. 116, purchased telemetry equipment. FR3M: (865, 1075, 1275 HZ) (1675 HZ) transaitter) LPU, box) Section Telemetry, Telepho and Electric Sem 3/1/94 RI I DISTRICT CONTROL CENTER: 3 ea. - FST-C (frequency shift transmitter) 1 ea. - FSR-D-2 (frequency shift receiver) 1 ea. - ASR (12 chnl. analog scanner receiver) 1 ea. - MMF (10 module mounting frame) EQUIPMENT TO BE PURCHASED Innovation Products, Inc. P.O. Box 5347 Riverside, CA. 92517 Phone (909) 682-8506 DISTRICT CONTROL CENTER: (Innovation Products) 1 i 1 1 II 1 B i 1 I i 1 I 1 1 ea. - Dutec IOP-AD (16 channel multiplzxer) 8 ea. - Dutec IV5 (0 to 5 VDC input modiles) 5 ea. - Dutec ODC5 (5 to 60 VDC output C. TELEPHONE SERVICE. Contractor pull rope from the proposed telemetry mas':er will make all arrangements for installation pertinent costs. 1 D. ELECTRICAL SERVICE. Contractor in conformance with enclosed San Diego meter and service order, and S.D.G. & E. Contractor shall remove and dispose of E. PAYMENT. Payment for specified but installed by District personnel, shall be Schedule. The Contractor's overhead cost shall be included in the lump sum amoun: conduit and cabinet." 1 I. 1' (865, 1075, 1275 HZ) (1675 HZ) FR3M: modules) shall install telephone conduit with sweeps ai panel to the new electric meter pole. Distri of the telephone service conversion and pay : shall install new electric service and meter PC Gas & Electric instructions, S.G.E. & E. elect] Service Guide, (Appendix "A"). exsting meter pole after switch over. te1e:netry equipment to be purchased by Contract( made at the fixed price as indicated in the B €or coordinating the purchase of said equipme to be bid for "install telephone and telemet Section Telemetry, Telepho and Electric Sew 3/1/94 R 1 Installation of telephone and telemetry for by the lump sum amount bid for "install Installation of a new temporary electric me:er be paid for in a lump sum amount bid for I 1 1 I 1 I I D I I 1 I I I I I END OF I. 1' conduits with pull ropes and cabinet shall be pa telephone and telemetry conduit and cabine pole and removal of existing meter pole sh; "install meter pole." SECTION 16 Section Telemetry, Telepho and Electric Sew 3111994 R 8 1 I i 0 I SAN DIEGO GAS & S.D.G. & E. ELECTRIC 1 I APPENDIX 'A' ELECTRIC INSTRUCTIONS, N:ETER AND SERVICE ORDER AND S.D.G. & I I b I I 1 1 I 1 ;. I h. SERVICE GUIDE 3/1/94 R -----.. - -\ 1. Obtain city or cixnty permits. 1 5. Obtain city or county inspection approval for county notifies SDG&E of the inspection the plete any necessary work. rformed by your contractor or electrician. The ( with the phone number. I I . wrong type of riser material us4 Locked gate with no access to meter facilities No heavy-duty pipe straps on riser Project Management ORANGE COUNTY (San Diego/South Bay) (714) 361-8066 (619) 230-7800 se call your Project Coordinator in o propriate phone numbers. A D--.+- -. =.- .-*-. e & FIertrir =--.. -I .- - I ESSARY DELA YS 1 i 1 I I B I I 1 I I I I Frequent Problems A. Neutral wire not identi- B. Coupling installed above C. Electric metal tubing fied I roof line (thin wall) used instead of rigid galvanized pipe for riser D. Less than 2 heavy-duty pipe straps for support E. No connection made be- tween old and new meter base (rewireshpgrades). I I I NOTE: n and SDG&E crew nlay be requir I. I day. Meters must be located in .I safe area free of any porenrially harar Customer fxtension Planner at nearest SDChE office. ft. over driveway or parking area ft. at outer limit of vehicular traffic LE C_: NOT APPLICABLE. 3 working days prior to trenching to arrange premeet with inspector and initiate trenching pfOCeSS. 3. Open trenchand install service entrance equipment and conduit swee at meter location. CALL ABOVE PHONE I FOR INSPECTION. 5. Meter will be set after inspector hasapproved inrtallation. backfill. co paction. and city/county' inspection. *ill ha!( +sori mmved.>:e'j urtoxicrna:er!a:p' c-:: SESbL ccv CUSTOMER-OWNED SERVICE AND METER POLES TEMPORARY/NON-CLIMBABLE . SERVICE GUIDE 0-600 VOLTS ONE PIECE S~-SUPPORTING llME 20' ROUND POL€ Wmc 3 MINiMUL SELF-SUPPORTING 20' MER3 POU WMUM LENGTH OF SERVlCE DROP 4*x4'x4 WOOD BLOCKS, BOLTEO TO POLE WH l/f GAINS. BLOCK NOT REQUIRED FOR WC SCHED 40 PumC CONDUIT NOR ON MTWD PROTECTM COMRINC OVW METALLIC Cot BOllOM OF SERYlCE HEADS. DO NOT LEAVE CONC SERMCE EMRANCE CONDUTT: * WIRE HOLDER OR SWCE FWK 'MU BE FURNISHED AND INSTALLEI) W SDGkE PROVlDE AT LEAST 18' OF WIRE OUTSIDE Of SWCE HEAD PREFFfRED METHOD - PVC SCHEDULE 40 PUmC ALTERNATE METHOD -. 3/4 MINIMUM GALVANIZED IRON CONDUIT WITH PROTE COMRiNG AS SPECIFIED A' OF PAGE. INSTALL SmAPs BELOW FIBRE CONDUITS TO PRM SMEW SOCKET CAN Wmc TEST BYPASS FACluTlES MnER MU BE FURNISHED AND SET BY SDGdtE SERVlCE GROUND TO COMPLY WmC tanow NCTRICM CODE. 20' POLE - 4'4 WHW CUSTOMER'S LOAD CONDUCTORS ARE UNDERG CONDUt7 AS INDICATED BY DASHED LINES. TEMPOM SERVlCE OR METER POLES SW STATUS IS PUNNED. ME TEMPORMY/NON-CUMBABLE POLE MUSl LOCATED WTMlN A 20 FOOT RADIUS FROM A OR OTHER DRNABLE SURFACE SO SDGdtE CA CONNECT AND WNTAJN THE SERVICE DROP FROM A BUCKET TRUCK. TRUCK ACCESS MUST BE WNTNNED DURING ME PERIOD OF TEMPOM SERVICE.@ ANY SERVlCE OR METER POLES THAT CAN NO LOCATED WITHIN THE 20 FOOT RMIUS MUST BUILT TO ME STANDARD OF A PERWENT/C POLE. SEE PAGE 202. SET AT mr LwnoN WHERE A CWGE TO -SHALL PUCE A WDER AGAINST OR OTHERWISE CUMB THE TEWORARY POLE FOR THE PURPOSE OF INSTALLING, REPAJRINC OR REMOVING WE NCTRlC SERVlCE CONNECTIONS - THESE ARE MINIMUM REQUIREMENTS FOR ALL CES. TEMPORARY SERVICE 1s FOR A PERlOC ONE YEAR OR LESS. POLE SHALL BE SET NO Pol F L(mIiQ& SURFACE SO SDGbE IS REQUIRED. SEE STD. 645. ’ A SAFER SOCKET CAN WITH EST-BYPASS FAClUTlE QUIREUSERVICE EQUIPMENT AND RECEPTACLES MUS AND SHALL BE ADEQUATELY BONDED AND GROUNl RAIi.ITIGHT, PROPERLY MTED FOR THE LOAD TO BE ’ RECEPTACLES USED TO CONNECT PORTABLE ORE THAN ONE VOLTAGE IS USED, ME RE 3-POLE MPE FOR SINGLE-PHASE MOTORS AND BE NON-INERCHWGEABLE. Pol-€ MPE FOR THREE-PHASE MOTORS, BE USED FOR GROUNDING CONNECTION. WHU?E WILL BE CONNECTED BY SDG&E. WHERE SINGLE PHASE SERVICE EXCEEDS 100 AMPERES R TEMPORARY SERVlCE FROM UNDERGROUND S’ L NOT BE ATTACHED TO TEMPORARY SERVICE I MRR POLES. COVERING OF METALLIC CONDUIT WILL NOT BE REQUIRE ETAL POLES, PROVlDEO THE METAL POLE IS ER GROUNDED AND PROVIDED ALL METALLIC CONDUilS ARE LY BONDED TO THE METAL POLE WITH APPRC ALL METER POLES MUST HAM ME NUMERIC PORTION DRESS FIRMLY AITACHED AND FACING STREET OR DRIVABLE SURFACE. PIASTIC OR METALLIC TYPE USED FOR HOUSE ADDRESSES A TELEPHONE AND/OR CABLE N SERVlC OUTSIDE THE CLIMBING SPACE, (2) A MI DRIP LOOP, AND (3) TT MEETS ALL C.O. I CONSULT SOME FOR ADDMONAL REQUIREMENTS WHEN I ~OODUCHTS, SIGNS, ROPES AND ANY SIMllAR EQUIPM 1 CLAMPS OR CONNECTORS. REE-PHASE OR 120/208 VOLT SERVlCE IS DES A METER POLE PROVIDED (1) THE ATTACHMI E OF lr IS WNTAINED FROM AN7 PORTION { I I 1 1 I 1 8 1 B 1 1 1 I I 8 STANDARD t E 1 APPENDIX "B" DRAWINGS 3/1/94 Rc 1 TWIN "D" RESERVOIR IMPR NTS IN THE CITY OF CARLSBAD DESCRIPTION Outlets on A.C. or P.V.C. Outlets on D.I. or Steel M for 1" thru 2" Assemblies r 1" thru 2" Assemblies Fire Hydrant Assembly Valve Box Assembly on-Res trained Joints ., D.I.P., A.C.P. & Steel Pipe Gate Valve Installation Thrust Block Bearing Are Protection Post Zinc Anode and Connectors s I Standard Drawir 3/1/94 RI 1. I APPLICABLE SAN DIEGO REGIONAL DRAWING NUMBER DESCRIPTION D-40 Rip Rap Energy Dissipator D-75 Drainage Ditches M-3 M-5 Chain Link Gate M-6 Chain Link Fence M-7 Metal Beam Guard Rail M-8 Metal Beam Guard Rail M-20 Chain Link Fence Details W-8 1 1 1 I I 1 36" Manhole Frame and Two 4" and 6" Blow-Off Assemb1:es APPLICABLE STANDARD DRAWINGS i AS PROVIDED BY MAC DONALD-STZPHENS, DRAWING 1, NUMBER DESCRIPTION 2-29.0 Concrete Walk 3-7.0 Typical Concrete Opening 3-19.0 Typical Concrete Stair on 3-24.0 Pipe Penetration, Submerge 5-5.0 Handrailing - Type "A" 5-8.0 Handrailing - Type "A" 5-15.0 Handrail Post Attachment - 5-24.0 Ladder 5-25.0 Deflector Plate for Hatch 16-1.0 Stanchion Detail I 1 8 I 1 1 1 It 16-2.1 Stanchion Base Detail Stanchion t 1 STANDARD DRAWINGS (SDRSD) Concentric Covers Heavy Duty Ins.:allation Details Type A ENGINEERS, INC. Reinforcing Detail Grade j Pipes 4" (10 cm) cp and Larger Without Toe Plate Opening and Head Hazard Mounted Independent of Slabs Standard Drawii 3/1/94 R 1. I- No. DEscRlPTK)N. I 5 DM. W I . INDEXOF ST'ANDARD DRAWINGS. W2 . SELECllON OFUNEANDBFWJCH W3. I'WATERSE~CON WS FOR WATER MAINS, N FOR w, W', 8 I'METERS B I W4 . 2'WATER SERVlCEmF W6 . 2"BLOW-OFfV MANUAL ALE ASSEMBLIES. W7 . BELOW SURF= l8I2'AlR VYUUM VALVE ASSEMBLY 8I APPlRTENl W8 . FCR I E' 81 2' METERS. w5 . I'MANUALAIR RELEASEA KY. OUTLETS ON AC.0R W.C.MAlh FOR INCH THW 2 INCH ASSEMBLIES. I ' DWG I NO. DESCRIPTKXJ. w1 . INDEXOF STNARD DRAWPJGS. w2 . SELECTloN OF LINE AND BRANCH I VAWES FDR WATER MANS. B I 1 W3 . W4 . W5 . I'MANUALAIR FELEAE W6. 2'BLOW-OFF/MANUAL E ASSEMBLIES. W7 . BUDW SURME 182"AIR MW VAL.. ASSEMBLY & BPPURTEN W8. ~TSa\r~oRaK:MAINFORl~THRU2lNCHASSEMBUES. W9 . OUIETS ON RI. OF? STEEL MIUN FOR 1 INCH THRU 2 UVCH aSSEMBUE I' WATER SERVE c0NVEcTK)N FOR !98: 34', 8 I' METERS. 2.WATER SERVICE CONNECTDI FOR IY2'82"METERS. I 1 1 I I I 1, 1 1 I 1 I 1 I 8 i WORKING PRESSURE: VALVE ENDS: X CL 125 FLANGE, I X MECHANICAL JOINT, WORKING PRESSURE: 1 VALVE ENDS: (MATERWS UST, SIZE RANGE: IG'AND LARGER WORKING PRESSURE: VALVE ENDS: FLAT FXE RANGE X CL 125 FIAT FACE FL NOTE: WHERE VALVES ARE I UED Wmr PIPE HAVING NON- RESTRAIN€ CRETE ANCHOR AND AOAPTEFQ WITH 1. I +USESAME- Wl-ENMETEIRISl. TOmoFcuRB 1. CONTRAcroR SHALL ADJUST ANGLE VALVE 8 METER BOX TO EG. AFTER SIDEWALK IS INSTALLED 8 APPROVED. 2. DISTRICT Wlll ET METER AND 4. TAP TD MAIN TO BE MINIMUM NEAREST COUPUNG OR TAP. I I 8 1 t I 1 1 w 1 I B 8 I I 1 I * USE SAME DIMENSDN WHEN METER IS LOCATED TO REAR OF CURB OR SIDEWALK 5 I. DISTRICT WILL SET METER & BALL VALVE. 2. ALL COPPER JOIMS SffAUBE SILVER SOL IN CONFORMANCE WITH SPECIFICATIONS. 4. TAP To MAIN TO BE MINIMUM OF IS’ FROM NEAREST CCUPLING OR TAP. 5. POSITION ANODE: MIDWAY BETWEEN P I I I U I u 1 I P I D e I I I I I ONSFTlRSOLDERlNG RECXilRMUIT K)Ns FOR LO FWNTlffi ANOOE MIDWAY BETWEEN AND VALVE BOX. I. I. SEE SECIFICATIONS FOR SOCOERING REQUIREMEN’ 2. SEE SPEClFlCATlONS FOR LtI PcUNTlNG REQUIREMENTS. 3. SEE IMPROVEMENT PLAr FOR ASSEMBLY SIZE. 4. POSITION ANBDEMlOWnY BETWEEN PIPELINE AN0 RNlSlON ARR mTE AUGUSl 1 I I 1 1 8 I 8 c I 1 I 1 I I 1 1 4: ALL V&VES AND mIN( SHALL BE SAME SIZE A AIR VENT INLET. REMENTS. VALVE BOX. t 1 1 I R I I I I m I i I I II I PVC MAIN t I I 1 I I I ,lo I 3CXX PSI FORGED STEEL COUPLING WOLDED TO MAIN. , II 1 lNSULATlNG BUSHING. (LMAN OR DEURIN 1. CARLSBAD MUNICIPAL WATER DISTRICT W , ounm ON CI.I.OR STEEL MAIN FOR STD. D -REIVISICXJ APFR ME. I INCH THRU 2 INCH ASSEMBLIES AUGUS I I I I I I I I ? I I I I I I b -0- -x- - - ---- SECTION b I . DIELECTRIC CONNECTlOrJS SHALL 8E REQUIRED ON ALL AIR AND VACUUM \ ASSEMBLIES, MANUAL AIR RELEASE ASSEMBLIES, UW-OFF ASSEMBLII AND WATER SERVICE AssUvlBUES h COPPER TUBING OR BRASS PIPE Colvl ARE MADE TO STEEL MAINS. t I I I I I I I I I P I I' 1 I 1 I I a!B!xm L I. SEE SPECIFICAT#)NS FOR LID 1 PAINTING REQU JREM ENlS. -OFF ASSEMBLY '. I 1 I I I 1 I 1 w 1 I I I I 1 1 I 1. FlREtiYDRANTBASE-6 4. SEE SPEClFlCATION K)R B EMENTS. (B€GlN 5. SEE SPECIFlCATlON FOR BURIED REQUIREMENTS. 6. SEE IMPROVEMENT PLANS FOR * 36’ FCR NON-CONTIGUOUS / OR- 5 WNT AT SCORE IN BREAK HVORANT IEATIONS. NO SIDEWALK. 1 I I I I I I 1 I I, 1 I 1 1 I I 1 1 5 DOMESTIC WATER RECLAIMED WATER I . IN NON- ROAD AREAS POST NEXT TO VALVE EXTENSION. AS DIRECTED BY THE DRAWING NO. 22). 2. SEE DRAWING N0.22 FOR GATE VAL E 3. UPPER SIDE OF LID TO RECEIVE 2 CO 5 I . FLANGE PRESSURECLASSa Fi SHALL BE SAME AS ADJLCEN1 2. REINFORCING SADDLE THICKN TO BE SAME AS MAIN 'T' (346' I 3. FULL BACKING PUT€ IS REWII ON 12 AND LARGER MAINS a c EXCEEDING 150 =.I. STD. D DECEM0 1 I 1 1 I I 1 1) I I I I I I D I REINFORCING .5 STEEL DETAIL. 1 VERTICAL BEND. .. . . TEE (SIDE VIEW: 2 . FOR AC. PIPE, A MIN. 3'-3'TO A 6'- LENGTH INTOAND~OFALLFIT I . FfTTlNGS SW BE OUCTlLE IRON 5 I I 1 1 1 1 I 1 ? I I I I I 1 I C 5 DRAWING N0.B K)f? UST BLOCK BEARING '. I R I 1' 1 I I I c 8 1 1 i 1 i I I 5 -L&szs%L- 5 I U I I 1 1 1 I 1 c i I I I I I 1 1 L BEARING AfEA SHALL 8E THE MFFERENC BETWEEN THE BEARING AREAS REWIRE THRUST ANCHORAGE OF MANS ON EAM : REDucERAs~DmoMsTD.DwG.19P THE AREA OF THE TRENCH OeEMNG. ADHERED TO. MINIMUM DIMENSIONS SHOWN SHAU, a 5 I I. 8ASEDON225PSI TEST ; STRAIGHT UNE THRU i i 1 I I D I 1 c I I 1 I I I I I I . THERE SHALL BE NO FIlllNGS CR CUWECnoFss To OTHER FACfUMS BETWEEN M METER AND 8KKFLfW ASSEMBLY. 2.BACKRMNMMERMAYNcrrE INSrALLFD IN fWUC ffiHT-OF-WAY 3. CCWSW 2' HIGH RETAlNING WALL ON 3 SIDES OF BI.\cKw WEVENTER WHEN INSTAUTT) ON 4:loRGREATERsLOpE. mm SHntL BE AT -HILL SIDE OF SLOPE. PRCrJlDE 2 HORIZONTAL CtEARnrJcE BETWEEN WAU AND BACKFLOW REVENTER. 4. DO NOT INSTAU, IN ARE3 SUBJECT To FLOODING. 5 --- 5 I , I 1 1 i I I I I I I) 8 R I I I I II I L --- --- ------ 1 I i 8 1 1 1 1 1 c 1 1 1 1 1 1 1 8 5 1 1 II I i 1 D I I I, I I I I 1 I i i 1 I I I c I. ENTIRE MARKER POST SW BE PAINTED PRIOR To INSTAUATION. FOR DOMESTIC WATERSYSTEM PAINT 2 COATS OF WHITE EXTERK)R EPAMEL OVER A PRIMECOAT, WITH 2 STEWLED BLACK LETTERS PAINTED VERTICALLY, STATING 'WATER'W EACH POST FACE. FOR RECLAIMED WATER SYSTEM PAINT 2 COATS OF PURPLE Ern ENAMEL WER A PRIME COAT, WITH 2'STENC1UEO BLACK LETTERS RUNTED VERTICALLY, STATING 'RECLAIMED' ON EACH POST FACE. 2. EXTENSION STEM SHAU REQlJlR40 WHEN OPEN NUTIS4CRMOREBEU TOP OF VALVE COVER. c I I 1 I i I I 1, I 1 I i 1 m. I I 5 PIPE SHALL BE PAINT IN CONFORMANCE WI1 I DISTRICT SPEC IFICAII I. 1 I 1' 1 I i I 1 t I I I D I 1 I I L ANODE LEAC ABOVE GRADl CONNECTON ABOVE GRADE CONNECTON NOTE I . RISER PIPE SHALL BE WIRE BRUSHEC TO CLEAN BRIGHT METAL. 2. PIPE CLAMP SHALL BE LOCATED ON RISER PIPE. 3. WIRE INSULATION SHU BE STRIP1 TO A MINIMUM LENGTH TO CONNEC WIRE TO PIPE CLAMP. PACKAGED BACKFIL CWPOSITK 75 O/o GYPSUM 20 O/o BENTONITE 5 O/o SODIUM SULFATE INGOT WEIGHT: X) LBS. PKGD. WEIGHT: 70 LBS. APPROX. t 0 - Pipa Oiamrtrr W s 6onom Width of Channel e SECTION A-A 1. plw shall spcdfy: A) flock dass and thickness c8). 8) Filter nuren’al, number of byrn and thiclmc 2 Rip np &all k tither quafv tionc or broker (if show on th8 plant.) Cobbles an not ac( 3. Rip np $tan k plaad over 1 filter blanket rh may be tither gnnutar mrtrn’d or platit litter 4. 88 mndard special pron’riont for selection of I and filter blanket 5. Rip rap energy disripaton shrfl be designated ( Type 1 or Typt 2 Type 1 shall bt with cor Type 2 shall be without till. SECTION 8-8 ~~COUYIhOfO 81 rn( trn DI~CO .<c10NAl $7UOAIO$ IOUUln([ Auz?& & /fT$ =-a- I r I tW T m'th netting. the option of tht contractor. TYPE c I I I I In I& NOTES 1. Longitudinal dope of lined ditch hall bc 2% minimlm 2 Ow slope down ditches shall employ 6" thickened at both sides of ditch. SAN DlEGO REGIONAL Revision By Approvrd I Date oitchrup €c /7 c rut 4f/J DRAINAGE I PAP ,I WxlH" I7 gage ma0 TEHRACE DITCH TYPE 0 edge section LEGENO 01 _= If~OYYfkOtD IT 71 STANDARD DRAWING IfGIONAl STAROA~O &.U br-utu LCL 1w NUMBER [ DITCHES DRAWING For inner COW, see Standard Onwing M inner Cow = 155 Ibs Outrr Cow = 300 Ibr 2 Mattriaf: cut Iron 3 Machine seats to prevent no& 4. Filler ~dii to BO 1/2". DETAIL IftOrrfr0~0 IT THC U IICJOOlAl SlARDALOS COI 1r dimrM stop food 3. Chain link hm, 3rJ1 confonn to %tion 206-6 d Spcificrtiom for Pubrg Works Comaion udaa noad on thk dmh$ EXTENSION POST AND BARBED WIRE LEGEND ON P - WALK GATE outsic dianwtcr of poh 1. M tOOtiw 3UN bc 52W2S00 COMnt8. 2 lh foflom'q item tluQ br furnish& and insfatled only show on thc pbnr andor alled for in th spacial provi a. lkrbed wur 8. fmm*on Ann c Top Horizontal Rul 3. Chain rmk hncc rhdt conform to section 206-6 of th8 Smdad Spedficatiom for Public Works Conrtmction unlm rpccifiurty noad O(I tbiu drsm'ng 4. SI( Stmdard Omhg M-20 for rdditiontl &tail& XTENSION ARM AND BARBED WIRE LEGEND ON PL - I &@ Standard Onwing M.8 for additional details. NOTE SAN OlEGO R8nsion 18~1 Approvtd Date e? Md. 3-.s I I 1 METAL I flsections! f REGIONAL STANDARD DRAWING ::t~~~~~~U~ &w,r ktl I ORAWING &ff& BEAM GUARD RAIL IN!STALLATIOH NUMBER - -_ element Section Sbtted hda-sx I'g' TERMINAL SE RETURN SECTION ~I~WBUTTON HEAD BOLT SECTION TH RAIL ELEME 1. See Standard Dm far guard nil inst 2 All mtbf elrmcnt galvanized. FLAT PLATE WASHER END AND CORNE POST ASSEMBLY ti^ pm at 1000' mu. in and tnrrtrd in both dimCtio Horizond bno with 3/8" rwl tm rod& Threaded Removable Cap @ Steel Pipe, Cement Lined and Coated. @ Valvr Well ( Sea Standard Onwing W-12 ). @ 90' Bend ( Same Material u Item 5 1. LEGEND 0 - 1 li 1 1 I E 1 Pmv10€ JOlw75 @ 25' t 5cCRlhG @ 5' I I R 1 I 1 1 I' ti r CONCRETE WALK L I I ID%. NO. 2- MocOONALD - STEPHENS, ENGlNEE 1 W = MAXIMUM OIMENSION w OR ~(SEL ~WW MINIMUM Of WalNG- SPAN(S) 0 USE STANOARO 90° BEND I At SU8 EDQE. I' I I I 8 I b 1 I 1 B I 1 1 1 AT wn CORNER 1. BAR SIZE *3 THRU A5 d-0'(61 Cm) #6 AH0 # 7 3'-0'(SlCm) 18 MO # 9 4'-0*(122crn) #IoAND 11 ~'-O*(lbZ~) TYPICAL CONC t ALUM HANDRAIL PE STD DWG NOS 5-5 5-8.0 de 5-15.0 r ------ AT $ SECTION AT CURB 4" WlDE ABRASIVE SAFER NOSING 2 ANCHORS, MIN VARlATlON IN TREAD OR RISER DIMENSIONS SHALL NOT EXCEED 1/4' IN ANY RUN. I I I 1 I I B I I 1 I 1 I l I I. I sro* PIPE FLAN I P I ERE NECESSART 10 IXTERRUPT ILL REIN. SEE[-) MOTE: WERE PIPE CROSSES rALL OR SLAB AT OTHER THIN 90. THE FLANGE SHALL 8E CENTER OM THE CDXCRETE TWICXNESS 4x0 PIRILLEL TlTH 11111 FACES AND SHALL EXTEHO THE USUAl PIPE fUH6E llDTH ILL AROUXO THE PIPE. PIPE PENETRATION, SUBMI PIPES 4'(IOcm) B AND t I ~OWG ~0.3 MwOONALD-STEPHEhS, ENGINE 1 I 1 I 1 8 1 I B i i 1 I 8 8 1 1' u +*I wd Wk *.tW WO ' HANORAILJNG - TYPE "A" I 1 DWG. NO. 5- 5, MacDQNALD-STEPHENS, ENGINEEI I. I I. 1 1 I I 1 1 b B I i I I 1 1 I I. - 1/4*(6dB SS. T- 2 REOb AT BOI70 SLEEVE ONLY WELD'M GRIND SMOOTli - ONNECftON DETAIL HANORAiUNG DETAIL- TYPE ' 1 1DWG. NO. 5 kc Donold-Slephens, I 1 (11.4~8 i la I 15.2~) I I I I i I B I I I I I I I I .. tli SPfCS. I. TYP. RUNG CONN AT STEEL WALL BRACKR OETAlL AT CONC.WALL SIDE ELEVATION ,IF SAlNeSS m. ALUMIHWBW 1. STEEL ASTY A36 IF 3. Oan 8 OffmRED BOLTlNQ OWE- SET SPEC 4. USE STCLINGS$ STAlMlSS STEEL OR ALUMINUM LADDER. STEEL FASTENINGS Wnd 1.0.8.0. = DEFERRED BOLTING DEVICE 2. OEFLECTOR PLATE SHAU BE 30"LONG SEE SPECS. . I I 1 I u I 1 I b I I I 1 i I 1 /4" PLATE, GALV. €E STANDARD DRAWING N0.16-2 ERIES FOR STANCHION BASES. ELEVATIUN ION AND BASE SHALL BE ZED AFTER FABRICATION. STANCHION DETAIL 1 1 I 1 1 I I 0 1 I 1 t I I I I I E 1 1 @ 3” BELOl BOTTOM OF CONDUIT I. I I f I II I 0 I c 8 1 1 I I I I # SOILS 1. 3 APPI3NDIX "C" REPORT 3/1/94 R TWO PROPOSED I ENGINEERS, INC. Court, Suite 212 fornia 92128 5421 AVENIDA ENCINAS, SUITE C, CARLSBAD, CALIFORNIA 92008 (619) 931-99 FAX (619) 931-93 Project No. 890081 Attention: Mr. Robert Coates Introduction If you have any questions regardin this office. We appreciate this tunity to be of service. report, please do not hesitate to cor spectful ly submitted, an Helenschmidt, GE 2064 (Exp. 6/30/92) ief Engineer/Manager WM/MRS/SRH/b je Distribution: (3) Addressee 5421 AVENIDA ENCINAS, SUITE C, CARLSBAD, CALIFORNIA 92008 (619) 931- FAX (619) 931- I TABLE Section 1.0 INTRODUCTION 2.0 SITE DESCRIPTION AND PROPOSED 3.0 SUBSURFACE EXPLORATION AND 4.0 GEOTECHNICAL CONDITIONS 4.1 Regional Geology 4.2 Site Geology 4.3 Ground Water 1 5.0 FAULTING AND SEISMICITY I i I I I I 1 1 I i I I 5.1 Faulting 5.2 Seismicity 5.2.1 Lurching and Shallow 5.2.2 Liquefaction and 6.0 CONCLUSIONS P 7.0 RECOMMENDATIONS 7.1 Earthwork ........ 7.1.1 Site Preparation 7.1.2 Excavations 7.1.3 Trench Excavations 7..1.4 Fills ...... 7.1.5 Overexcavation of 7.2 Foundation Design .... 7.3 Lateral Earth Pressure 7.4 Settlment Considerations 7.5 Surface Drainage and 7.6 Construction Observation t 1 8900881 OF CONTENTS - P DEVELOPMENT ............................ ............. LABORATORY TESTING ........... ...................... ...................... ........................ ........................ ...................... .......................... ......................... Ground Rupture ......... lynamic Settlement ......... ............................ ........................... .................. ................... ..................... and Backfill ........... .................. Daylight Building Pads ....... .................. aid Lateral Resistance ....... .................. Erosion ................ .................. -1- INGHTON AND AS I TABLE OF Appendices Appendix A - References Appendix B - Boring Logs Appendix C - Laboratory Testing Appendix 0 - General Earthwork and Tab1 e Table I - Seismic Parameters for Active 1 I 1 I It I P 1 I 8 1 I 1 I 1 Fiqures Figure 1 . Site Location Map Figure 2 . Regional Seismicity and Plate Plate 1 . Geotechnical Map I P 8900881 COVTENTS (Continued) - P Procedures and Test Results Grading Specifications and Potentially Active Faults . . ...................... Index Map ............... .................... In Pocl -. ii - LEIGHTON AND AS5 890088 1 This report presents site. The purpose this investigation i Review of availab to the site (App Geologic reconn Subsurface expl four small -di a laboratory tes from our subsu recommendation The site is an total area, loc Camino Real in is located east of and adjacent Based on our understand tha steel water t adjacent to each tank will be paved. LNGHTON AND ASS1 ACDONALD-STEVENS/TANK SIT Pro j e c t N 0. 8900881-01 Carts bad, California I 3.0 SUBSURFACE EXPLORATION Our subsurface exploration program diameter borings to a maximum depth these borings are shown on Plate 1. the engineering characteristics of logged, and representative bulk and geologist from our firm. Logs of Subsequent to logging and sampling, Laboratory testing was performed encountered during the drilling determination of in-place moistures maximum dry density, remolded shear of the tests performed and a summary 1 1 e I 1 i 1 c 1 i I 1 8 I 1 1 t 8900881. AND LABORATORY TESTING consisted of the drilling of four 8-im of 21.5 feet. The approximate locations The purpose of this program was to evalu# the onsite soils. All of the borings WI undisturbed samples were obtained bq the borings are presented in Appendix the borings were backfilled. on representative samples of the soi operation. Laboratory testing incluc and densities, determination of the soil tests and consolidation tests. A discussi of the results are presented in Appendix -3- lNtHTON AND AS! 8900881 - 8 4.1 Reqional Geoloqy The subject site is located in coastal section of the Peninsular Rai Province, a California physi hic province with a long and act. history in southe Range Provi nce characterized b ranges separated re underlain by baseme rock and metasedimenta rn Cal ifornia bathol it Late Cretaceous, Tertia nts flank the rnounta ranges to the northeast Throughout the last 54 nown as the "San Die Embayment" has undergone sev episodes of marine inundation a a thick sequence rocks of the southe Cal i forni a bathol i th wi c uplift of the area. The Peninsular Range Pr a1 major active fault The Elsinore and San Jacinto Fa (associated with the San Andreas fau system) are the major tectonic es. Both are strike-slip faults wi predominantly right-1 ateral mov The major tectonic activity appea to be a result of right-lateral ent on faults within the San Andre fault system. Rolling hills and terr f the landforms in t general vicinity of t pographic features a connected by several t-lying areas in the luvium and slope wa 1 1 I 1 1 8 1 w 1 1 I I I i R I 4.2 Site GeoloqY Based on our subsurf 53 stereoscopic aeri( photographs, and r literature and mal (Appendix A), the entire site aternary-aged terra( deposits. As encountered in ils were observed 1 predominantly consi se, fine- to mediur grained silty sands. 4.3 Ground Water Ground water was not encounter our exploratory borings which extende to a maximum depth of 21.5 . However, it should be noted tha fluctuations in the due to variations i ground surface top rainfall p irrigation and other possible vident at the time c our investigation. P 890088: I 1 I 1 l I I 1 P 1 S 8 1 1 1 I 5.1 Faultinq Our review of available endix A), indicates 1 there are no known major n the immediate vicii of the site. The neare are the Coronado Bi fault zone, located offs s southwest of the s and the Elsinore fault 23 miles northeast the site. The Rose Canyon fault i t of the site. Si definitive geologic evidence the Rose Canyon fz is not known, the Ros Diego area has t classified as potential eria set forth by California Division of 985). It should understood, however, th dies in the San Di area, the California gy is currently evaluating the classif ault. Based on results of recent stud es, the Rose Car Fault zone may soon be n active fault. Figure 2 indicates th pect to known ma faults in the San Dieg are the approxim epicentral area and ma during the period 1769 to 1973. ? 5.2 Seismicity The subject site can sei smical ly act region, as can all of southe a1 ifornia. Table 1 indicates potent seismic events tha maximum probable e from a causative f parameters i ncl uded in Tab1 e Richter earthquake table high groi accel erat ions (RHGA) , of ground shakii As indicated in Table ed to have the mc significant effect a point. A maxi1 probable earthquake o peak repeatable horiz the Rose Canyon Faul should be utilized. adhering to the curr design parameters of Secondary effects relatively large e rupture, soil liqu s and tsunami These secondary ef of Cal i forni a t I 1NGHTON AND AS. ACTIVE FAULTS EARTHHWME LocAnoNs Appror*hatc cpictntrol ore0 d cocthq - qukolcn! 10 Richter M 6.0. 31 I mdhqdrr, 7 ma$ asd w rot j I18571 we repotled in the 164-y l769 -1933. Eorthguoke epianlar since 1933, 1 - inprod rnlmk 29msbsoP 0 Holocene volconic octirity hb, Pngoh, Cmo R~lo md Won Brim) Sa bw, Irr((kW, halw pw bNr I rtpkdita d w). foam of Cdcn. &fin! a qcfl rrlrUb - Y M Mtfhrh 1 h 7 % , # ;.drat# tUf-4 6 b 7. AI7Jnn o/ IlWl mf &v*, m’w w krsae+dSpc*/*rr/rbmrz,, hrr CF.Ra INDEX MAP I' 5.2.1 Lurchinq and Shallow Ground Soil lurching refers to passage of seismic surface to be significant where appreciably. Due to t7e soils, damage to the proposed Breaking of the ground due to the absence of distant seismic events although it is a possibility b I I 1 I 5.2.2 Liquefaction and Dynamic Liquefaction and dynamic vibratory motion due to data indicate that loose., to liquefaction and dynariic clays and clays is not Liquefaction is typifiea affected soil layer, This effect may be boils at the ground surface. The onsite materials belcw liquefiable due to their the low ground water table I I I P I I I I I 1 I I 8900881 RuDture the rolling motion on the surface by waves. Effects of this nature are lik the thickness of soft sediments v relatively dense nature of the ons development should not be significa f..om faulting is not likely to occur on s active faults. Cracking due to shaking fi is not considered a significant hazai at any site. Settlement settlement of soils can be caused by strc earthquakes. Both research and historic saturated, granular soils are susceptit settlement while the stability of si' adversely affected by vibratory motic by a total loss of shear strength in t thereby causing the soil to flow as a liqui manifested by excessive settlements and sa the ground water table are not consider high density characteristics, along wi elevation. -8- MIGHTON AND AS. I 6.0 The results of our investigation i generally favorable for the proposec L I 8900881 CONCLUSIONS idicate that the subsurface conditions development. The proposed constructioi feasible from a geotechnical standpoint are incorporated into the final following is a summary of the main Active faults are not known to The maximum anticipated bedrock 0.239 based on a maximum probable active El si nore Faul t zone. Ground water was not encountered Soils encountered during our I development of the site. site. I I I I t I I I I I I I I potential for expansion. .. 5 I provided the following recommendat geotechnical factors which may afi exist on or in the immediate vicinity of accelerations on the site is estimated tc earthquake of Richter Magnitude 7.3 on at the time of our investigation. design and construction of the project. investigation are anticipated to have a -9- LElCHTON AND A 8900881 1 I 1 u 1 I ? I 1 1 E I I 7.1 Earthwork accordance with the follow and Grading Specificati the following recommendati L B 7.1.1 Site PreDaration to receive structural fill or .enginee e and subsurface obstructio ed of vegetation. Rem0 ly disposed of off si obstructions which ext be replaced with suital oved by proposed grading, recompacted. A1 1 areas minimum depth of 12 inchi itions and recompacted to (based on ASTM Test Met1 I D1557-78). 7.1.2 Excavations e rippable with conventior ations in the onsite terra avy-duty backhoe equipmer backfill provided they a tsgreater than 6 inches 1 should be compacted n thickness) by mechanic mpaction (ASTM Test Meth D1557-78). 7.1.4 Fills ally suitable for use as compacted fi organic material and debris. All fi o near-optimum moisture conditions a east 95 percent relati atory standard ASTM Test Method 01557-7 required to produce a uniformly compact compaction based on The optimum lift thi f u I 8900881 mpaction equipment USI L ot exceeding 8 inches I 1 1 1 I 1 t I 1 I 1 I be overexcavated tc rade and replaced w- n Lot Detail). The bi ast 6 feet outside 1 ion of daylight pads 7.2 Foundation Desiqn pported on continuc a minimum depth finish grade (for low expansive soils). ned for an allowable soil bearing value increased one-third for loads of sho hould have a minirr g of two No. 4 bar I 7.3 Conditions 2:l Slope Active At-Rest Passive (S1 opi ng Down) 1 fluid weight value should be LZIGKlON AND ASS 1 1 I 8900881 - appropri ate drainage. age design is illustrated Appendix D. The total depth walls should be the vertical d the wall face for stem desi overturning and sliding cal accordance with structural Wall backfill should be I 90 percent relative compac Soil resistance devel oped st lateral structural movement can obtained from the passive sliding resistance, a fric concrete and soil interfa third when considering lo loads. The total later frictional and passive re d that the passive portion dc not exceed two-thirds L 1 1 I 1 1 1 b I I 1 E I 7.4 Settlement Considerations The potential for settlem was estimated assuming t foll owing condi t i ons : The entire site will b epth of 6 feet and replac ercent relative compactic The fill material is drained Each water tank has a The ring wall footing ches below fini The ring wall footin Using these assumptio ent beneath ea water tank was estimate The differenti settlement across each In our professional o tolerable 1 imits for such ctures provided our recommendations a incorporated into the the estimated settleme with fill material corn grade. 5,000 psf. I construction. 7.5 Surface Drainaqe and Erosion Surface drainage should be c a11 times. The subject structur should have appropria to collect roof runoff. Positi surface drainage shoul structures toward suit t I I 8900881 accomplished by providing a mi 2 percent gradient from the structurc In general, ponding of wate be avoided adjacent to the structurl In order to help reduce the tial for excessive erosion of grac slopes, we recommend berms an es be provided along the top of slopes and lot drainage dire ch that surface runoff on the sll faces is minimized. Protecti es to mitigate excessive site eros during construction should implemented in accordance with latest City grading ordinances. 5 I I i I I 1 c i. I I I I 1 B . 7.6 Construction Observation The recommendations provided this report are based on subsurfi conditions disclosed by ou ace expl oration. The i nterpol a1 subsurface conditions shoul d checked during construction by representative from Leighton Associates. A1 1 foundat ion excavat ic and grading operations shoul ved by a representative of this f. so that construction is perf cordance with the recommendations this report. Final grading ld be reviewed by this office pr. to construction. LElGHTON AND AS! 1 1 I 4 R 1 1 I I 1 c 1 I 8 It 1 I c 1 I APPENDIX - A LEIGHTON AND ASSOCIATES, Ib I 8900881 5 1 1 I pp. 753-797. 1 1 Albee, A.L., and Smith, J.L., hquake Characteristics and Fat Activity in Southern C Lung, R., and Proctor, R., ed: Engineering Geology California, Association Engineering Geol ogi st ication, dated October 1966. I Allen, C.R., Amand, P., Richter, quist, J.M., 1965, Relationst Between Seismic ucture in Southern Cal iforni Sei smol ogi cal Soci e Bulletin, Vol. 55, No. Bolt, B.A., 1973, Duration of St n, Proc. Fifth World Conferer on Earthquake Engine r No. 292, pp. 1394-1313, dat June 1973. Bonilla, M.J., 1970, Surface Fa d Effects, jt~ Weigel, R., ec u Earthquake Engi neeri rentice-Hall, Inc., pp. 47-7 Greensfelder, R.W., 1974, Maxi Accelerations from Earthquak in California, Ca of Mines and Geology, P Sheet 23. p Hannan, D.L., 1975, Faulting , Carlsbad, and Vista Area Northern San Diego in ROSS, A. and Dowlen-, R.J eds., Studies on th endleton and Western San Die County, California tion of Geologist Field Tr It Guidebook, pp. 56- Lamar, D.L., Merifield, P.M., and ctor, R. J., 1973, Earthquake Recurren Intervals on Majo California, jr~ Moran, D.E Slosson, J.E., St , C.A., eds., 1973, Geolog Seismicity, and E Association of Engineeri Geologists, Speci Leighton and Associates, Inc P1 oessel , M. R., and S1 osson, Ground Accel erat i o from Earthquakes , California Geolog Volume 27, No. 9. Ri ght-of -Way Engineering Se eservoir Site, dat August 27, 1990. 1 San Diego, County of, 19 cale 1”=200’, She I I li I NO. 318-1683. , 1985, Orthotopograp t NO. 322-1683. 1 I 1 References Schnabel, B., and Seed, H.B., 1974, L 1 8900881 (Continued) Accelerations in Rock for Earthquakes in Western United States, America, Volume 63, No. Motions During Earthquakes, Division, ASCE, Volume 95, Seed, H.B., 1979, Soil Liquefaction Ground During Earthquakes, Wilson, K.L., 1972, Eocene and Re1at.d and Encinitas Quadrangles, Seed, H.B., Idriss, I.M., and 1 1 1 1 8 4 ? 1 I 1 1 I I t I Bulletin of the Seismological Society 2, pp. 501-516. Kiefer, F.W., 1969, Characteristics of RI Journal of Soil Mechanics and Foundat No. SM5, Proc. Paper 6783, pp. 1199-12 and Cyclic Mobility Evaluation for Le! AXE, GT2, p. 201, dated February. Geology of a Portion of the San Luis I San Diego, California. A-2 I I I t I 1 1. I I, 1 I 1 I # I L I I APPENDIX - B LEIGHTON AND ASSOCIATES, ir GEOTECHIYICAL Date September 11, 1990 Project MacDonald-Stevens/Tank Site Drilling Co. GeoDri 11 E?e.vation Top of Hole 3662 Ref. or I 1 Hole Diameter 8- i nc hes Drive I I a, c3 L L % (nn ul 0 * 'F * E= a U x- u* -Cm v u .a= wo" c:ce 1;I.vi +, l-nzk y ocz. =% 23 -r 3 52 zLL acz..,c, Q, v t: z "x Q)L w a Q 2 =z s.2 E L v, a e BORING LOG Drill Hole No. B- 1 Sheet 2 Project No. 8900881- Type of Rig Hollow SI Weight 140 lbs Drop - d.': Datum Mean Sea Level (MSL) GEOTECHNICAL DESCRIP'I ION Logged by JB JB Sampled by Date September 11,- 1990 Project No. 8900881 Type of Rig Hollow : GEOTECHNICAL DESCRIPl ION TERRACE DEPOSITS: 8 5' Light orange-brown, moist, dl silty, fine to medium grainel 8 15' Light to medium orange-brow1 dense, sl ightly si1 ty, fine medium grained sand; predom. medium grained sand Total Depth = 21.5 Feet No Ground Water Encountered Backfilled 9-11-90 GEOTECHz’41CAL Date September 11, 1990 Project MacDonald-Stevens/Tank Site Drilling Co. GeoDri 11 Elevation Top of Hole 3602 Ref. or I 1 Hole Diameter 8-inches Drive i b u M Q1’Z d *z Mn $y 52 oL an Q) v .rC, % g Cy 5 mi 2- “6 $,Z 5= 2- u Q) gg ccc =IC, 2; 23 *r * w 7 I I Q, a L c, ca- oc I? v) n < b BORING LOG Drill Hole No. B- 3 Sheet 2 Project No. 8900881- Type of Rig Hollow st 140 lbs Drop - Weight Datum Mean Sea Level (MSL) GEOTECHNICAL OESCRIP1 ION a? Logged by JB JB Sampled by Date September 11, 1990 Drill Hole No. B-4 Sheet - 1 Project No. 8900881. Type of Rig Hollow s GEOTECHNICAL OESCRIPl ION TERRACE DEPOSITS: @ 5' Light brown to light brown-or to damp, dense, silty, fine g @ 10' Light to medium orange-brown very dense, slightly silty, medium grained sand; slight1 micaceous @ 15' Medium orange-brown, moist , dense, slightly silty, fine medium grained sand Total Depth = 21.5 Feet No Ground Water Encountered Backfilled 9-11-90 APPENDIX -C LEIGHTON AND ASSOCIATES,INC. 890088 1 - Moisture and Den ermi nat i ons we or disturbed s shearing force. The relaxed values of effective strength parameters. Shear Summary". therefore judged to be a good estimatic test results were plotted on the "Direc 8900881 * Maximum Density Tes typical materials w The results of the ExDansion Index T ected materials b evaluated by the E moJded under a gi content and appro re1 ative compactio the test data. d optimum moisture content ith tap water unt s are presented Consolidation Tes lected, relative undisturbed sarnp were placed in consol idometer a ion. The perce consol idation fo of the amount curves are pre consol idat i on w time of consolidation. "R"-Value: Th Method No. 30 Triaxial Corn Cohosh R1 L FrIction An& 1 DIRECT SHEAR TEST RESUtTS [ ~rojoct NO. 8900881-01 ProMct Nam MacDonald-St~eng Dah 10/1/90 Figure No. c- 4 3( SOIL TYPE OR B SAMPLE LOCATION B-4, @ B-2, @ E E I 1 E U 8 3 I I E 8 TEST METHOD: OPTMUM M MOISTURE (X) DRY Dl SOIL DESCRI >TION Brown, silty sand 8.5 Orange, silty sand 9.0 ASTM ~1557-78 MAXIMUM 8- DENSITY TEST RESULTS Project No. 8900881-01 Date 10/1/90 Figure No. c- 5 Project NameMacDonald - Stew 1' Indicate8 Sa,mple BORING NO.: 8-4 DEPTH m: 0 to At ter Saturation SAMPLE NO.: 0 son TYPE: SM (R 0 hdkates Sample at field Mobtue 0 - Loading --- Rebound CONSOUDATION-PRESSURE CURVE t fl Project N0.89n0R81 -nl Project Narnem.d - Stf2Pnz Date10/1/9n_Figure No. c-fi 30 1 at Field Mobtue SOILTYPE: SM ([ - Loadhg -0- RebOU I 1 f I I 1 1 I P 1 1 I I I I L I ! APPENDIX - D LEIGHTON AND ASSOCIATES, IN I 890088 1 1.0 General Intent b 8 I B 1 E 2.0 c I 1 I E 8 I 1 and approved grading pl ans. .. ? of all grading operations. are rectified. 3.0 I t 8900881 I I I E f I V I 1 1 I 1 The geotechnical cons t should evaluate the extent of th fic site conditions. In general, no m of the fill material should consist of these materials should not be allow L I een evaluated by section. scarification lumps or clods and until the work flat, and free of uneven features wh hi g hl y fractured , a depth that surf; ndition, should evaluated by i ining quantities yor/civi 1 engi nt 3.4 Moisture Conditioninq: xcavated and processed soils should watered, dried-back, ble and/or mixed, as necessary to attair s which have bc al, and moistur at i ve compaction I chnical consul tar 3.6 Benchinq: Where fills ar be placed on ground with slopes steer I would inhibit uniform than 5:l (horizontal to ical), the ground should be stepped f 15 feet wide, 4.0 Fill Material 1 1 I 890088 1 * or other irreducik inches, should not c 1 I 8 1 D 1 1) 1 t I 1 I I of oversize material d h that the oversi material is completely Oversize materials shou ties or undergroi feet horizontally of slope faces, red for grading, t s of Section 4. technical consul ta I import materials. 5.0 Fill Placement and Compaction areas prepared a ered, dried-bac, uniform moistui ely sized and i for soil compaction or of prow achieve the specified degree ai fill elevatic sults. At tl fill out to tL consultant. The location ountered. I vals of 2 fee ill soils. I I 1 I 8900881 6.0 Subdrain Installation d in areas previou ant, to conform to ans or herein. d or modified unll ultant, however, n ding on conditic y a licensed 1; lation. Sufficic ncement of filli L 1 t 1 I 1 I 1 ? 1 1 I 1 I 8 over the subdrains. 7.0 Excavation resentative of t If directed by t ion, and refilli 8.0 Quantity Determination excavated duri , a licensed la I 1 FILL-OVER-CUT SLOPE CUT StOPE RlOR TQ FtLL BE EXCAVATED CUT-OVER-FILL SLOPE PROJECT 1 TO 1 LINE FROM TOE OF SLOPE TO I I i c BY "HE GEOTECHNICAL C 0 N S ULTANT EXISTING CUT LOT C 0 M P ETE N'T FOR MATERlA BY THE Q E C 0 N S tl 1 8 +NOTE: Deeper or laterally more consultant based on actua and locatlona of prOpO8ed . rscompactlon may be 1 1 8 ED R 0 C K L EVALUATED OTEC H N ICAL LTA NT extensive overexcivatlon and recommended by the geotechnlcal . fleld COndltbn8 encountered Improvement8 R ETA IN IN G WAL 1r I i L D RAIN A G E D E TAI t SIDE HILL STABl’=ITY 8 t I 1 I I FlLl DETAIL // EXISTING OROUND SURFACE / / / X/’ I I// /’ /’ I 1 I I I NOTE: Subdrain details and key width recommendations to be provided bas4 on exposed subsurface condit on3 iL STABILITY FILL L- I BUTTRESS DETAIL At locatloor r0commmnd.d by tho g.ot*chfllC8k SUBDRAIN TYpE-Subdraln typo should bo Aery WVC) of ~pr0v.d ~qujvalont. Cl888 126,SDR Cf.88 2048DR 21 rhould bo u8.d for m8XhUH I COflrUltrnt, nonpsrforatod pipo rhou'u be Inrta' onltrilo BUtadl*n* 3tYrOne (A-B.9*)* Pol~vln~l Ch' 32.8 rhould b* u0.d for maXlmUm fi*l depth. Of 3 flfl d~ptna Of loo foot- TRENCH SEE BELOW 6' MIN. OVER 3J4'-1*;12* CLEAN IF CALTRANS CLASS 2 PERM MATERIAL fS USED IN PLACE. 3J4%1-1J2* GRAVEL, FILTER 1 MAY BE DELETED SPECIFICATIONS FOR ULTRA CLASS 2 PERMEABLE HATERIA DESIGN FlNlSH U. S. Standard Sieve Size L Passin 90- 100 40- 100 Sand Equivalent>75 coruultant. ROCK 1 DISPOSAL DETAIL 1 1 I 8 I I I P 1 t II SLOPS FACE DETAIL -------- -------- --- ----------- -- - - - -- - - - ------ - - -- - --- e -- - - - - - - - - ------ _----------- -- - - - -- - - - ------ TYPiCAL PROFILE ALONG WINDROW 1) ~~~k with maximum dimensions greater 1 1: I 4) Maximum 6128 and spacing of wfndr0w8~ 1 rOCk8. vertically of.finish grade (or 2 feet below and 15 feet horizontalIy Of Sfope faces, 2) Rocks witj, maximum dimensions greater 3) Rock Placement, flooding of granular Sol!, geotechnical consuttant, Width of wjndrow should not exceed vertlc'ally (a8 depicted). to 30) should be flooded In the windrow 5) ~ock shoutd be placed In excavated 1. ' ':han 6 inches should not be used withfn " depth of lowest utility whichevef I' gre than 4 feet should not be uti1ized in fi1rr and ftfl placement should be ObWrved should be in accordancewith the above b feet. Windrows should be staggored trenches. Granular SOf1 (S-E* greater than 'I to completeb' firt voids around 8nd bena * 2&-.J-QH-19p& 10% * Recording requested by: ) 2 4 1 ii ) CITY OF CARLSBAD ) 1 65 1 City Clerk 1 City of Carlsbad ) Carlsbad, CA 92008 1 When recorded mail to: ) 1200 Carlsbad Village Dr. ) Space above this line for Hecc NOTICE OF COMPLETION Notice is hereby given that: ' I. The undersigned is owner of the interest or estate stated below in the property described. 2. The full name of the undersigned is Carlsbad Municipal Water District, a corporation. 3. The full address of the undersigned is 5950 El Camino Real, Carlsbad, Californis 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 C 1995. 6. The name of the contractor, if any, for such work of improvement is T. C. Consti lnc. 7. The property on which said work of improvement was completed is in the City o County of San Diego, State of California, and is described as follows: CMWD F Contract No. 3376. 8. The street address of said property is 6727 El Camino Real, Carlsbad, Californk CITY OF CARLSBAD &&& <p& WILLIAM E. PLUMMkR, P. E. District Engineer VE!?!FICAT!ON OF SECRETARY 1, the undersigned, say: I am the Secretary of the Carlsbad Municipal Water District, 5950 El Ca Carlsbad, California, 92008; the Board of Directors of said District on January 9 1996, accepted the above described work as completed and ordered that a Notice of ( be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on Januarv 17 , 1996, at Carlsbad, California. CITY OF CARLSBAD ALETHA L. RAUTENKRANZ L Secretary June 20, 1994 T.C. Construction Co., Inc. 10510 Prospect Avenue Santee, CA 92071 Re: Bond Release - Construction of Reclaimed and Potable Water System Improveme Contract No. 3394/CMWD Pro$ Nos. 86-109, 91-109, and 91-301 The Notice of Completion for the above-referenced project has recorded. Therefore, wc hereby reducing the Faithful Performance Bond to 75% of the original amount. PI consider this letter as your notification that Insurance Company of the West Fail Performance Bond No. 1269032 is hereby reduced from $964,177.45 to $241,044.3 A copy of the recorded Notice of Completion is enclosed for your records. &it Assistant City C erk Enc. c: Rita, Eng. 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-2 1807 e Recording requested by: ) ) CITY OF CARLSBAD ) ) 1 City Clerk 1 City of Carlsbad 1 Carlsbad, CA 92008 ) When recorded mail to: ) 1200 Carlsbad Village Dr. ) SDace above for Recorder's Use NOTICE OF COMPLETION Notice is hereby given that: 1. 2. 3. 4. 5. 6. 7. The undersigned is owner of the interest or estate stated below in the property hereina described. The full name of the undersigned is Carlsbad Municipal Water District, a munici corporation. The full address of the undersigned is 5950 El Camino Real, Carlsbad, California 920 The nature of the title of the undersigned is: In fee. A work of improvement on the property hereinafter described was completed on Mal 11, 1994. The name of the contractor, if any, for such construction is T.C. Construction. The property on which said work of improvement was completed is in the City Carlsbad, County of San Diego, State of California, and is described as follows: CM\ No. 86-1 09,91-109 and 91 -301 Contract No. 3394, Reclaimed and Potable Water Syst Improvements. The street address of said property is Palomar Airport Road between Paseo Del Nc and College, from Palomar Airport Road to "E" Tank north of Palomar Airport Road; Camino Real between Camino Vida Robles and La Costa Boulevard; La Costa Boulevi from El Camino Real to D2 Tank; College Boulevard from Palomar Airport Road Cobblestone Road. 8. CITY 0 CARLSBAD /+A[, &@GL +------ BOB COATES, P.E. District Engineer VERIFICATION OF SECRETARY I, the undersigned, say: I am the Secretary of the Carlsbad Municipal Water District, 5950 El Camino RE Carlsbad, California, 92008; the Board of Directors of said District on April 26 , 19% accepted the above described work as completed and ordered that a Notice of Completion filed. I declare under penalty of perjury that the foregoing is true and correct. Executedon April 27 , 19 94 at Carlsbad, California. CARLSBAD MUNICIPAL WATER DlSTRlC A~+E~G&~~LsP~~ Secretary April 27, 1994 J Gregory J. Smith County Recorder P.O. Box 1750 San Diego, CA 92112-4147 Enclosed for recordation are the following described documents: Notice of Completion - Contract No. 3404 CMWD No. 89-108; Hillside Water Line Rep1 acement ; Thomas Pipe1 ine, Contractor Notice of Completion - Contract No. 3394 CMWD Nos. 86-109, 91-109, and 91-301; Reclaimed and Potable Water System Improvements; T.C. Construction, Contractor Our staff has determined that the recordation of these documents is of beni to the City; therefore, it is requested that the recordation fees be waivec Thank you for your assistance in this matter. &i=2 Assistant City lerk Encs. 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434: