Loading...
HomeMy WebLinkAboutValverde Construction Inc; 1995-06-06; 3378’ RECORDED REQUESTED BY t CITY OF CARLSBAD z AND WHEN RECORDED, PLEASE MAIL TO City Clerk City of Caalsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 i34-@&R-I.P96 02% Ejf FjCIFii PECO%GS SfiK DIEGO (6ilWTY RECOllnE?’S RF G;[&@v 5\31 5 CCLIMT’r’ RECIIP[I FEES: 1079 p: L 4 * CARLSBAD MUNICIPAL WATER DISTRICT CARLSBAD, CALIFORNIA SAN DIEGO COUNTY CALIFORNIA CONTRACT DOCUMENTS AND SPECIAL, PROVISIONS c) FOR CONSTRUCTION OF WATER TRANSMISSION MAIN REPLACEMENT EL CAMINO REAL FROM TAMARACK AVENUE TO CHESTNUT AVENUE IN THE CITY OF CARLSBAD CMWD PROJECT NO. 90-101 CONTRACT NO. 3378 JANUARY 1995 CARLSBAD MUNICIPAL WATER DISTRICT 5950 EL CAMINO REAL / CARLSBAD, CALIFORNIA 92008 .II) (619) 438-3367 02/08/95 1 INFORMATION FOR CONTRACTOR a A. TO OBT" copy OF CURRENT PLAN HOLDERS LIST: PHONE (619) 438-3367 EXT.128. B. QUESTIONS PERTAINING TO PLANS AND CONTRACT DOCUMENTS: ASSOCIATE ENGINEEWACILITY DESIGN PHONE (619) 438-3367 EXT. 120 DISTRICT ENGINEER PHONE (619) 438-3367 EXT. 126 a e 02/08/95 Re TABLE OF CONTENTS Item - Pi a- NOTICE INVITING BIDS .......................................... CONTRACTORS PROPOSAL ....................................... DESIGNATION OF SUBCONTRACTORS ............................. AMOUNT OF SUBCONTRACTORS' BIDS ............................. EQUIPMENT/MATERIAL SOURCE INFORMATION ................... BID SECURITY FORM ........................................... BIDDER'S BOND ............................................... BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY .............. BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE .... NON-COLLUSION AFFIDAVIT .................................... CONTRACT - PUBLIC WORKS .................................... LABOR AND MATERIALS BOND FAITHFUL PERFORMANCE/WARRA" BOND ...................... PURCHASING DEPARTMENT REPRESENTATION AND CERTIFICATION .......................... ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION. ............................... RELEASEFORM ............................................... a .................................. SPECIAL PROVISIQNS I. ADDITIONS AND AMENDMENTS TO STANDARD SPECIFICATIONS ............................... : TECHNICAL SPECIFICATIONS ..................................... : APPENDIX "A" S.D.G. & E. INSTRUCTIONS AND SERVICE GUIDE .................... 1: e 02/08/95 R1 APPENDIX "B" STANDARDDRAWINGS ......................................... : a e e 02/08/95 R KT CARLSBAD MUNICIPAL WATER DISTRICT CARLSBAD, CALIFORNIA NOTICE INVITING BIDS a Sealed bids will be received at the Office of the Purchasing Officer, City Hall 1200 Carlsl Village Drive (formerly Elm Avenue), Carlsbad, California, until 4:OO P.M. on the A; day of April performing the work as follows: , 19 95 , at which time they will be opened and read, CONTRACT NO. 3378 WATER TRANSMISSION MAIN REPLACEMENT EL CAMINO REAL TAMARACK AVENUE TO CHESTNUT AVENUE IN THE CITY OF CARLSBAD CMWD PROJECT NO. 90-101 The work shall be performed in strict conformity with the specifications as approved by t Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad on f with the District Engineering Department. The specifications for the work include the lat revised edition of the Carlsbad Rules & Regulations for Construction of Public Potal , and Standard Specifications of Public Woi Construction, (SSPWC), 1994 Edition, and the latest supplement, hereinafter designat "SSPWC", as issued by the Southern California Chapter of the American Public WOI Association and as amended by the special provisions sections of this contract. Referen is hereby made to the specifications for full particulars and description of the work. The Carlsbad 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 I 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. Sectic 22300 of the Public Contract Code requires monies or securities to be deposited with tl District or a state or federally chartered bank in California as the escrow agent. * Water Mains (CR&R) Municipal Water District encourages the participation of minority a 0 Notice Inviting B 02108195 R 6 The documents which must be completed, properly executed and notarized are: 1. Contractor’s Proposal 6. Amount of Sub-Contractors’ Bid 2. Bidder’s Bond 7. Bidder’s Statement of Financial Responsibility 3. Non-Collusion Affidavit 8. Bidder’s Statement of Technical Ability & Experiei 4. Contract 9. Purchasing Department Representation & Certificat 5. Designation of Subcontractors 10. Escrow Agreement for Surety Deposits (Optiona All bids will be compared on the basis of the Engineer’s Estimate. The estimated quanti1 are approximate and sexve solely as a basis for the comparison of bids. The Engine( Estimate is $950,000 In keeping with the Special Provisions, work shall be accomplished within one hundred s ken@ (120) calendar days. Liquidated Damages will be in the amount of $ 500 per d# No bid shall be accepted from a contractor who is not licensed in accordance with 1 provisions of California state law. The contractor shall state their license numb expiration date and classification in the proposal, under penalty of perjury. The followj classifications are acceptable for this contract: Class A in accordance with the provisions of state law. If the Contractor intends to utilize the escrow agreement included in the contr( documents in lieu of the usual ten percent (10%) retention from each payment, thc documents must be completed and submitted with the signed contract. The escr agreement may not be substituted at a later date. Sets of plans, special provisions, and Contract documents may be obtained at the Purchasj Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue), Carlsbi California, for a non-refundable fee of $30.00 per set. 0 N/A non-refundable fee of per set. 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 Carlsb 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 Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Coc Notice Inviting E 02/08/95 R 0 "Subletting and Subcontracting Fair Practiced Act." The General Manager is the Wa District's duly authorized officer for the purposes of Sections 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 1720 sh apply to the Contract for work. A pre-bid meeting and tour of the project site will -will not X be held. The meet will be held on date: time: location: @ All bids are to be computed on the basis of the given estimated quantities of work, indicated in this proposal, times the unit price as submitted by the bidder. In case o discrepancy between words and figures, the words shall prevail. In case of an error in 1 extension of a unit price, the corrected extension shall be calculated and the bids will 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 a typed or written in with ink and must be initialed in ink by a person authorized to sign 1 the Contractor. Bidders are advised to verify the issuance of all addenda and receipt thereof one day pn to bidding. Submission of bids without acknowledgment of addenda may be cause rejection of bid. Bonds to secure faithful performance/warranty of the work and payment of laborers a materials suppliers and to cover all guarantees against defective workmanship and materiz or both, for a period of one year after the date of final acceptance of the work by t District each in an amount equal to one hundred percent (100%) and fifty percent (504 respectively, of the Contract price will be required for work on this project. These boa shall be kept in full force and effect during the course of this project, and shall extend full force and effect and be retained by the District until they are released as stated in t Special Provisions section of this contract. All bonds are to be placed with a sur( insurance carrier admitted and authorized to transact the business of insurance in Califon and whose assets exceed their liabilities in an amount equal to or in excess of the amou of the bond. The bonds are to contain the following documents: 1) a An original, or a certified copy, of the unrevoked appointment, power of attorn6 by laws, or other instrument entitling or authorizing the person who executed t' bond to do so. A certified copy of the certificate of authority of the insurer issued by the insuran commissioner. 2) If the bid is accepted, the City may require copies of the insurer's most recent anni statement and quarterly statement filed with the Department of Insurance pursuant Article 10 [commencing with Section 9001 of Chapter 1 of Part 2 of Division 1 of t Notice Inviting B 02/08/95 R 0 Insurance Code, within 10 calendar days of the insurer’s receipt of a request to submit * statements. Insurance is to be placed with insurers that have (1) a rating in the most recent Best’s 1 Rating Guide of at least A-:V, and (2) are admitted and authorized to transact the busin of insurance in the State of California by the Insurance Commissioner. Auto polic offered to meet the specification of this contract must; (1) meet the conditions stated ab for all insurance companies and (2) cover any vehicle used in the performance of contract, used on-site or off-site, whether owned, non-owned or hired, and whet scheduled or non-scheduled. The auto insurance certificate must state the coverage is “any auto” and cannot be limited in any manner. Worker’s Compensation insurance required under this contract must be offered b! company meeting the above standards with the exception that the Best’s rating condit is waived. The District does accept policies issued by the State Compensation Fund meeting the requirement for workers’ compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. I 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 ( of Carlsbad Business License for the duration of the contract. Approved by the Board of Directors of the Carlsbad Municipal Water District, Carlsb California, by Resolution No. 894 , adopted on the 30th day of March 19%. @ Date’ 0 Notice Inviting E 02/08/95 P A t p(&~wm~ c PWGL L I (’ I I I 1 1 I I I. I I I I i I 1 1 a CARLSBAD MUNICIPAL WATER DISTRICT I CONTRACT NO. 3378 CONTRACTOR’S PROPOSAL Board of Directors Carlsbad Municipal Water District 5950 El Camino Real I Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read t Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furni all labor, materials, equipment, transportation, and senices required to do all the work complete Contract No. 3378 in accordance with the Plans and Specifications oft 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: WATER TRANSMISSION MAIN REPLACEMENT EL CAMINO REAL FROM TAMARACK AVENUE TO CHESTNUT AVENUE IN THE CITY OF CARLSBAD CMWD PROJECT NO. 90-101 - CONTRACT NO. 3378 Item Approximate No. Ouantity DescriDtion Unit Price Total 1 Ls Traffic Control complete per plan for a lump sum price of Ls $10 .ooo .oo for a lump sum price of Ls $10,000.00 2 Ls Trench Shoring 3 Ls Construct pressure reducing station at 60 ft. It. CE, Sta. 533+02.80, includ- ing excavation, vault, valves, fit- tings, electric system, telephone circuit conduit, discharge system with connection to existing storm drain manhole, compacted backfill, crushed rock road, complete and operational for a lump sum price of Ls $ 75,000.00 Contractor’s Propos I* 02l08P5 Re P Item Approximate No. 0 uantitv Description Unit Price Total 4 Ls Point of Connection PC-1 C Sta. I *'iLr I 1 1 I I 1 I 1 1 I I I 1 495+30 complete and in place in- cluding removals, fittings, and steel pipe closure for a lump sum price of Ls $ 7.5 00.1 I. 5 Ls Point of Connection PC-2 C Sta. 538+40 complete and in place in- cluding removals, fittings and steel pipe closure for a lump I sum price of Ls $ 7.500. 6 Ls Point of Connection PC-3 t Sta. 538+85 complete and in place in- cluding removals and installation of new 10" gate valve for a lump B sum price of Ls $ 2,500.1 7 Ls Point of Connection PC-4 t Sta. 532+85 complete and in place in- cluding removals and installation of tee assembly with 2-10" and 1-6" I. gate valve for a lump sum price of Ls $ 5,000.1 8 4306 LF 24" CL200 ductile iron pipe (DIP) water main complete and in place including pavement removal, excava- tion, bedding, fittings, polyethylene encasement, backfill and temporary paving for a linear foot price of 9 620 LF 10" CL150 polyvinyl chloride (PVC) $ 89.00 $ 383,234. water main complete and in place including pavement removal, AC pipe removal and disposal, ex- cavation, bedding, fittings, back- fill and temporary paving for a linear foot price of $ 50.00 $ 31,000.1 9 Contractor's Propc 1. 02/08/95 R Item Approximate No. OU antitv Description Unit Price Total I I' #I' ' I I I I I I I 1. I for a lump sum price of Ls $12,000.0 I I I I I I I 95 LF 10" CL200 polyvinyl chloride (PVC) water main complete and in place including pavement removal, ex- cavation bedding, fittings, back- fill and temporary paving for a linear foot price of $ 75.00 $ 7,125.0 I. lo 11 1 EACH 24" CLEO butterfly valve t Sta. 510+00 complete and in place including fittings, thrust block- ing, and valve box assemblies for a unit price of $10,000.00 $10,000.0 12 1 EACH 24" CLEO butterfly valve t Sta. 523+10 complete and in place including fittings, thrust block- ing and valve box assemblies for a unit price of $ 5,000.00 $ 5,000.0 13 Ls Tee assembly with 2-24" CL150 butterfly valves and 1-10" gate valve at t Sta. 533+17.89 com- plete and in place including fittings, thrust blocking, and valve box assemblies 14 3 EACH 1" manual air release assembly complete and in place for a unit price of $ 1,500.00 $ 4,500.0 15 2 EACH 2" manual air release/blow-off assembly complete and in place for a unit price of $ 2,000.00 $ 4,000.0 16 3 EACH 6" blow-off assembly per detail of Sheet 4 of plans complete and in place for a unit price of $ 2,500.00 $ 7,500.0 Contractor's Prop I. 02/08/95 I I I' 'IL ' Item Approximate 1 I No. Quantitv DescriDtian Unit Price Total 17 7 EACH 2" air vacuum valve assembly and appurtenance complete and in place for a unit price of $ 1,500.00 $10,500.0( 1. I I I for a lump sum price of Ls $ 2,000.0( I 1 i I@ I I I 1 I I I I 18 Ls Reconnect existing fire hydrant assembly at C Sta. 528+50 complete and in place including fittings, 6" gate valve and thrust blocking 19 Ls Abandon existing water system including removal of existing pressure reducing station and meter vault at L Sta. 538+90, placement of end caps, pipe closures and removal of valve boxes from abandoned gate valves for a lump sum price of Ls $ 5,000.0( 20 4880 LF Replace asphaltic concrete pavement and aggregate base complete and in place as per trench detail on Sheet 1 for a linear foot price of $3 $ 58.5 60.0C 21 880 LF Remove and replace damaged or displaced Type A asphaltic concrete berm complete and in place for a linear foot price of $ 5.00 $ 4,400.0( 22 3 EACH Replace Type A traffic signal loop detectors complete and in place for a unit price of $ 500.00 $ 1,500.0C Contractor's Propo! I* 02/08/95 RI I q’LfL’ I I I existing for a lump sum price of Ls $- I (I B i 1. u I i B B I Item Approximate Ouantitv Description Unit Price Total 1. No. 23 Ls Replace removed or damaged traffic stripping and reflective markers complete and in place to match SUBTOTAL $ 667.8 19 .oo ADDITION (+) OR DEDUCTION (-) $- * Provision is made here for the bidder to include an addition/deletion in their bid desired, to reflect any last minute adjustments in prices. The addition/deduction made, will be proportionately applied to items (fill in appropriately) and reflected in the unit prices for payment purposes. If 1 additional deduction affects more than one bid item, the proportionate applicat of the additioddeduction shall be mutually agreed upon by the Contractor and < District prior to bid award. red Total amount of bid in words: six H11ndrprf sixtv seven Tho-pht Hund I Ninteen Dollars and No Cents Total amount of bid in numbers: $ 667.8 19.00 Price(s) given above are firm for 90 days after date of bid opening. Prices quoted in 1 Proposal shall include all taxes, including sales and use taxes. Addendum (a) No(s). none hashave been received and is/are included this proposal. The Undersigned has checked carefully all of the above figures and understands that 1 District will not be responsible for any error or omissions of part of the Undersigned 1 making up this bid. The Undersigned agrees that in case of default in executing the required Contract w necessary bonds and insurance policies within twenty (20) days from the date of award Contract by the Board of Directors of the Carlsbad Municipal Water District, the procec of the check or b d accompanying this bid shall become the property of the District. Bo Ad4 Lv @X</ Contractor‘s 02/08/95 Prop I I I' 'IL ' I I I 1 I I I I I. I 1 1 1 1 I I ... The Undersigned Bidder declares, under penalty of perjury, that they are licensed to business or act in the capacity of a contractor within the State of California and that tl are validly licensed under license number #276469 which expires on ~anu~r~ 3 1. 1997 This statement is tm'e and correct and has the le, effect of an affidavit. A bid submitted to the District by a Contractor who is not licensed as a contractor pursu; to the Business and Professions Code shall be considered nonresponsive and shall rejected by the District. § 7028.15(e). In all contracts where federal funds are involved, bid submitted shall be invalidated by the failure of the bidder to be licensed in accordai with California law. However, at the time the contract is awarded, the Contractor shall properly licensed. Public Contract Code § 20104. The Undersigned Bidder hereby represents as follows: 0 OK , classification "A" 1. That no Board member, officer agent, or employee of the Carlsbad Munici] Water District is personally interested, directly or indirectly, in this Contra or the compensation to be paid hereunder; that no representation, oral or writing, of the Board of Directors, its officers, agents, or employees 1: inducted himher to enter into this Contract, excepting only those contain in this form of Contract and the papers made a part hereof by its terms; a That the bid is made without connection with any person, firm, or corporati making a bid for the same work, and is in all respects fair and with^ collusion of fraud. 2. Accompanying this proposal is for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of Section 3700 of the Labor Code whi requires every employer to be insured against liability for worker's compensation or undertake self-insurance in accordance with the provisions of that code, and agrees comply with such provisions before commencing the performance of the work of tl Contract and continue to comply until the contract is complete. Bidder's Bond (Cash, Certified Check, Bond or Cashier's Check) ... ... ... ... ... ... ... ... ... Contractor's Prop0 I* 02/08/95 RI rl i SI =tL ' 8 B I 1: 1: I I I I R 1 1 8 The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Arti 2, relative to the general prevailing rate of wages for each craft or type of worker need to execute the Contract and agrees to comply with its provisions. 0 1 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. I 0 IF A PARTNERSHIP SIGN HERE: Name under which business is conducted Signature (given and surname and character of partner) (Note: Signah 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 Prop( I. 02/08/95 F *- * ,4 F /? I State of California RIGHT THUMBPRINT [Opt County Of Los Angeles On 04-12-95 personally appeared CmtoDbr .T. Valverde (NAMWITLE OF OFFICER-i.e.'JANE DOE, NOTARY PUBLIC') INAMEISI OF SIGNER[SII CAPACITY CLAIMED BY SI( OINDIVIDUAL(S) SORPORATE &p r r p t OPARTNERfS) OLlMlTED UGENERAI OGUARDIAN/CONSERVAT( Witness my hand and official seal. CAPACITY CLAIMED BY SI( OlNDIVIDUAL(S1 OCORPORAlE OFFICER(S) ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. mnrs It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. OGENERAL OPARTNER[S) OLIMITED OAlTORNEY IN FACT MIS CERTIFICATE Ti or Type of Document OTRUSTEE(SI TO THE DOCUMENT Number of Pages Date of Document OOMER: MUST BE A'ITACHED OGU ARDIANICONSERVATC DESCRIBED AT RIGHT: Siner(s1 Other Than Named Above SIGNER IS REPRESENTING- (Nama of Persodr) or Entity 7 ~~~~lllllllll~ll 67775 1 * ,''1),a 8 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted I. I B 1 I I I. 1 1 I i 8 I --u__- (3) Title CorDorateISecretarv - I Impress Corporate Seal hc (4) Incorporated under the laws of the State of California (5) Place of Business l?LCn? Philadelphia Strent (Street and Number) City and State Whittier. California (6) Zip Code 90601 Telephone No. (310) 693-2763 NOTARY ACKNOWLEDGMENT OF EXECUTION OF ALL SIGNATORIES MUST 1 1 ATTACHED 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: TOP A- Valverite prpsid~nt/tianaEer Christopher J. Valverde-CorDorate/SecretarY - I Rose V. Valverde-Treasurer Contractor's Propo 8. 02/08/95 R 1' t II 1 B I 1 1 R. I t I I 8 1 1 1 DESIGNATION OF SUBCONTRACTORS (TO ACCOMPANY PROPOSAL) The Contractor certifies he/she has used the sub-bids of the following listed Contractor making up hisher bid and that the sub-contractors listed will be used for the work for wk they bid, subject to the approval of the District Engineer, and in accordance with applica provisions of the Specifications and Section 4100 et seq. of the Public Contracts Coc "Subletting and Subcontracting Fair Practices Act." No changes may be made in th subcontractors except upon the prior approval of the District Engineer of the Carlsl Municipal Water District. The following information is required for each sub-contrael Additional pages can be attached if required: This project does does not MI; have bid items designated as "SPECIALTY ITEM Items of Complete Address Phone No. Work Full Companv Name With Zip Code With Area Code I. I Orange Co. Striping 26600 Palomar Road Deborah J. West 4565 Stratford Circle Service , Inc. Romoland, CA 92585 (909) 672-2069 23 Oceanside, CA 92056 (619) 724-1281 3 Electric Designation Subcontractc W08/95 R I. I I I# I I 1 I 1 a 1 1 1. 1 8 I AMOUNT OF SUBCONTRACTORS' BIDS (TO ACCOMPANY PROPOSAL) The Bidder is to provide the following information on the sub-bids of all the lis1 subcontractors as part of the sealed bid submission. Additional pages can be attached required. I@ Type of State Carlsbad Contracting Business Amount of Bid Full Company Name License & No. License No. * ($ or %) Orange County Striping C-32 Service. Inc. # 346095 NONE $2,950.00 Deborah J. West c-10 Electric 677917 NONE $7,300 .OO *Licenses are renewable annually. If no valid license, indicate "NONE." Valid license m be obtained prior to submission of signed contracts. 1 c 1. I I 1 Amoun Subcontractors' 02/08/95 F I I' It' I 1 1 I EOUIPMENTLUATERIAL SOURCE INFORMATION (TO ACCOMPANY PROPOSAL) The Bidder shall indicate opposite each item of equipment or material listed below, 1 name of the one supplier and manufacturer of each item of equipment or material propor to be furnished under the bid. Awarding of a contract under this bid will not im approval by the District of the manufacturers listed by the Bidder. I. I EquipmentNaterial Manufacturer I (one only) 1 (Manufacturer) 1. Pipe Supplier TJ.S. PiDe & Foundry Ductile Iron Pipe U.S. Pipe & Foundry 2. Pipe Supplier Pacific PiDeline Supply (one only) 1 to Q I I 1 I I I Polyvinyl Chloride Pipe Vinal Tech (Manufacturer) 3. Valve Supplier Pacific Pipeline Service (one only) Butterfly Valve M & H Valve Company (Manufacturer) Pacific Pipeline Supply 4. Valve Supplier (one only) Gate Valve Kennedy Valve (Manufacturer) n Equipment/Mate Source Informat 02/08/95 R I. I I' II' ' 1 1 I 1 B I I. i I I t I I 8 1 BID SECURITY FORM (Check to Accompany Bid) (Note: The following form shall be used if check accompanies bid:) Accompanying this proposal is a *Certified *Cashiers check payable to the ordei CARLSBAD MUNICIPAL WATER DISTRICT, in the sum of I. I dollars ($ this amount being ten percent (10%) of the total amount of the bid. The proceeds of t check shall become the property of District provided this proposal shall be accepted by t District through action of its legally constituted contracting authorities and the undersign shall fail to execute a contract and furnish the required Performance, Warranty a Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, t check shall be returned to the undersigned. The proceeds of this check shall also becoi the property of the District if the undersigned shall withdraw his bid within the period fifteen (15) days after the date set for the opening thereof, unless otherwise required by la 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 t following pages shall be executed--the sum of this bond shall be not less than ten perm (10%) of the total amount of the bid. Bid Security Fo 02/08/95 R I. r* 3 1 ll.r*lr 1 I I i R I 1 I. I 1 1 I I E c I BIDDER'S BOND (TO ACCOMPANY PROPOSAL) KNOW ALL PERSONS BY THESE PRESENTS: That we, Valverde Construction, Inc . , as Principal, and Employers Insuranl a Mutual Company , as Surety are held and firmly bound unto the CARLSBl MUNICIPAL WATER DISTRICT, in an amount as follows: (must be at least ten perc (10%) of the bid amount) 1. Ten percent of the total amount of the bid for which payment, weli and truly made, we bind ourseives, our heirs, executors i administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the propo of the above-bounden Principal for: CONTRACT NO. 3378 WATER TRANSMISSION MAIN REPLACEMENT EL CAMINO REAL FROM TAMARACK AVENUE TO CHESTNUT AVENUE IN THE CITY OF CARLSBAD CMWD PROJECT NO. 90-101 in the City of Carlsbad, is accepted by the Board of Directors, and if the Principal shall d enter into and execute a Contract, including required bonds and insurance policies, wit1 twenty (20) days from the date of award of Contract by the Board of Directors of 1 Carlsbad Municipal Water District, being duly notified of said award, then this obligat; shall become null and void; otherwise, it shall be and remain in full force and effect, a the amount specified herein shall be forfeited to the said District. ... ... ... ... ... ... ... ... ... ... ... 1.. ... Bidder's Bc 02/08/95 R 1. State of California County of Los Angeles On 04-12-95 before me, Cynthia D. Ascencio OAT0 INAMEmTLE OF OFflCER-i.e.'JANE DOE. NOTARY PUBUC'I personally appeared Christopher J . Valverde and INAMEISI OF SGNERISII JOE A. VALVERDE , dpersonally known to me -OR- 0 roved to me on the person(s) whose name(s) is/are subscribed to the acknowledged to me that he/she/they executed the same in hisiherltheir authorized capacity(ies), signature(s) on the instrument the person(s1, or the entity upon behalf of which the person(s1 instrument. &asis of satisfactory evidence to be the within instrument and and that by his/her/their acted' executed the Witness my hand and official seal. . -46 2 P*wL (SIGNATURE OF NOTARY) (SEAL) RIGHT THUMBPRINT (Opb j; u & CAPACITY CLAIMED BY SI0 OINDIVIDUAC(S) =ORFORATE /Secret* OAICER(S) Presider mmsl OPARTNER(S) OLlMlTED OGENERAL OATTORNEY IN FACT OTRUSTEEW OOTHER: ~NER 1s REPRESENTINO: w Inc. OGUARDIANKONSERVATO (Name of Pe-onb) or Entity(. RIGHT THUMBPRINT (Optia Ij CAPACITY CLAIMED BY SIGN OINDIVIDUAL(S) OCORPORATE I u*rltr I I 8 B I i I I. 1 I 1 I I / Deputy General Counsel B 1 1 In the event Principal executed this bond as an individual, it is agreed that the death Principal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this 17 Executed by SURETY this 28th a day of ADril ,19 95 . day of March , 19 t PRINCIPAL: SURETY: Valverde Cofistruct.!.~~? 2 ix. Fmployers Insurance of Wausau, a M (Name of Surety) /I \ BY. . gb& 6" ip-p 1 Signd$re of Attoiey -in-Fact Christopher J. Valverde Douglas A. Rapp (print name here) printed name of Attorney-in-% Corporate/Secretary VALVERDE CONSTRUCTION, INC. (attach corporate resolution show current power of attorney) Joe A. Valverde, President (print name here) VALVERDE CONSTRUCTION. INC. (title of organization of signatory) (Proper notarial acknowledgment of execution of Principal and Surety must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer si1 the corporation must attach a resolution certified by the secretary or assistant secretary under corporate ! empowering that officer to bind the corporation.) 1 APPROVED AS TO FORM: RONALD R. BALL GENERAL COUNSEL BY: Bidder's Bc 02/08/95 F 1. - r I) ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange 0 On 3/28 /‘?5 before me, Christine M. mpp, Notary pub J i c Date Name, Title of Officer - e.g. “Jane Doe, Notary Public” I personally appeared Douqlas A. Rapp Names@) of Signer@) 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 acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity on behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal, 1 ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to unauthorized documents. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: 0 Title or Type of Document Number of Pages Date of Document OPTIONAL SECTION/ CAPACITY CLAIMED BY SIGNER Individual(s) Partner(s) Attorney-in-Fact - - Corporate _. Other Officer@) Title@) SIGNER IS REPRESENTING: Name of persons or entity(ies) a ?‘> J. , 1- “UMPLCIYERS INSURANCE OF WAW A Mutual Company .I I’ POWER OF ATTORNEY (FOR BID BONDS ONLY) KNOW ALL MEN BY THESE PRESENTS: That the EMPLOYERS INSURANCE OF WAUSAU A Mutual Company. a corporation duly organized and existing u the laws of the State of Wisconsin, and having its principal office in the City of Wausau. County of Marathon. Sta Wisconsin, has made, constituted and appointed, and does by these presents make. constitute and appoint DOUGLAS A. RAPP 8 its true and lawful attorney-in-fact, with full power and authority hereby conferred in its name. place and stead. to exel seal, acknowledge and deliver ANY AND ALL BID BONDS OR WRITTEN DOCUMENTS INVOLVING BID GUAR TEESORINTHENATURETHEREAFTER _-_______________________________________ - and to bind the corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed the corporate seal of the corporation and duly attested by its secretary hereby ratifying and confirming all that the attorney-in-fact may do in the premises. This power of attorney is granted pursuant to the following resolution adopted by the Board of Directors of said Compan) meeting duly called and held on the 18th day of May, 1973, which resolution is still in effect: “RESOLVED, that the President and any Vice President - elective or appointive - of EMPLOYERS INSURANCE WAUSAU A Mutual Company be, and that each of them hereby is. authorized to execute powers of attorney qualif, the attorney named in the given power of attorney to execute on behalf of EMPLOYERS INSURANCE OF WAUSA Mutual Company bonds, undertakings and all contracts of suretyship; and that any secretary or assistant secretar and that each or any of them hereby is, authorized to attest the execution of any such power of attorney. and to at thereto the seal of EMPLOYERS INSURANCE OF WAUSAC A Mutual Company.” “FURTHER RESOLVED, that the signatures of such officers and the seal of EMPLOYERS INSURANCE OF WAUS A Mutual Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile. any such power of attorney or certificate bearing such facsimile signatures and facsimile seal shall be valid and binc upon the EMPLOYERS INSURANCE OF WAUSAU A Mutual Company when so affixed and in the future with res: to any bond, undertaking or contract of suretyship to which it is attached.” IN WITNESS WHEREOF, EMPLOYERS INSURANCE OF WAUSAU A Mutual Company has caused these presents t signed by the vice president and attested by its assistant secretary, and its corporate seal to be hereto affixed this 1ST SEPTEMBER ,I9 93. ti,O. b. EMPLOYERS INSURANCE OF WAUSAU A Mutual Company BY /%&/- Vice Pn J. Stephen Ryan /~co~~OR“,~ -& ko, s EA L# 0 Attest: R. J. BeAeman / )I /T- Assistant Secretary STATE OF WISCONSIN ) COUNTY OF MARATHON ) Onthis 1ST day of SEPTEMBER , 19 93 , before me personal , to me known, who being by me duly sworn, dic and say that he is a vice president of the EMPLOYERS INSURANCE OF WAUSAU A MutualCompany, the corporation described in an executed the above instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal and that i affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed my official seal the day and year herein first above written. ) ss. J. Stephen Ryan -_ &A. K&-,,., Patricia A. Kleman Notary Pul NOTARY PUBLIC STATE OF WISCONSIN MY COMMISSION EXPIRES MAY 29, 1994 CERTIFICATE STATE OF WISCONSIN ) CITY OF WAUSAU ) ss. COUNTY OF MARATHON ) I, the undersigned. assistant secretary of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company. a Wiscon corporation, do hereby certify that the foregoing and attached power o!’attorney. WHICH MUST CONTAIN A VALID) ING STATEMENT PRINTED IN THE MARGIN THEREOF IN RED INK, remains in full force and has not b revoked: and furthermore that the resolution of the Board of Directors set forth in the power of attorney is still in force. Signed and sealed in the City of Wausau, Marathon County, St I ____ of MARCCl ,1995. &F-+ ; cO*w*4?~-;\ R. J. Besteman Assistant Secrei e Q ;e, s EA$$$/ NOTE: IF YOU HAVE ANY QUESTIONS REGARDING THE VALIDITY OR WORDING OF THIS POWER A’ITORNEY, CALL TOLL FREE (800) 826-1661. (IN WISCONSIN. CALI, (800) 472-0041) 815-4222-1 1092 I 7) I ‘,*’I I I 1 I 1 1 4 I. I I 1 8 1 1 1 8 BIDDER’S STATEMENT OF FINANCIAL, RESPONSIBILITY (TO ACCOMPANY PROPOSAL) Bidder submits herewith a statement of financial responsibility: 1. SEE ATTACHETI Bidder’s Statement Financial Responsibil 02/08/95 R 1. .I i I) - )I 1 1) VALVERDE CONSTRUCTION, INC. FINANCIAL STATEMENTS AND SUPPLEMENTAL INFORMATION JUNE 30, 1994 0 .\ 0 I a. - ,‘ * VALVERDE CONSTRUCTION. INC. ,JUNE 30, 1994 0 INDEX - PA( Independent Auditors’ Report 1 Balance Sheet 2 Statement of Operations 3 Statement of Stockholder’s Equity 4 Statement of Cash Flows 5- 0 Notes to Financial Statements 7- SuRplemental Information Independent Auditors’ Report on Supplemental Information Schedule I - Contracts Completed 17 18 19 Schedule I1 - Contracts in Progress ‘e GLENN M. GELMAN & ASSOCIATES Certified Public Accountants An Accountancy Corporation 2600 Michelson Drive Irvine, California 927 15 '% ,' 1. . I Glenn M. Gelman, C.P.A., MST Suite 1400 iMembers: Thomas F. Monaghan, C.P.A., MST Alan J. Ruben, C.P.A., MBA American lnstilurc of C.P.A.'! AICPA Division of C.P.A. Fii Privak Companies Practice St California Society of C.P.A.'s Warren E. Hennagin, C.P.A., MST 0 Telephone: (714) 476-21 12 Fax: (714) 476-5096 INDEPENDENT AUDITORS' REPORT Board of Directors Valverde Construction, Inc. 12402 Philadelphia Street Whittier, CA 90601 We have audited the accompanying balance sheet of Valverde Construction, Inc. as June 30, 1994, and the related statements of operations, stockholder's equity, and ca! flows for the year then ended. These financial statements are the responsibility of tk Company's management. Our responsibility is to express an opinion on these financi; statements based on our audit. We conducted our audit in accordance with generally accepted auditing standard ' . -Those standards require that we plan and perform the audit to obtair, reasonab: assurance about whether the financial statements are free of material misstatement. A audit includes examining, on a test basis, evidence supporting the amounts ar disclosures in the financial statements. An audit also includes assessing the accountir principles used and significant estimates made by management, as well as evaluating th overall financial statement presentation. We believe that our audit provides reasonable basis for our opinion. In our opinion, the financial statements referred to above present fairly, in all materii respects, the financial position of Valverde Construction, Inc. as of June 30, 1994, an the results of its operations and its cash flows for the year then ended in conformity wit generally accepted accounting principles. As discussed in Note 14 to the financial statements, the Company has a claim receivabl! currently being settled in arbitration. The arbitration hearings are scheduled for latl 1994 and the final outcome is uncertain. Accordingly, no provision for amounts, if an) that may ultimately prove uncollectible has been made in the accompanying financiz statements. GLENN M. GELMAN & ASSOCIATES CERTIFIED PUBLIC ACCOUNTANTS \ m. - &- @ &4, 1994 Irvine, California -1- -morn WTp’br. r-at--0 ‘ocuMW -Imc\Ic\I t.omr.1 &a- ri -4- v; I.-o\-z- mmmo\ *t.clr\l wm *- .-,,-I” m- 64 0.- Om o= = - v2 C 5 3 G c 5 c3 4 2 .- 13 325 a zz- 3 3gz ... * E@OyQ .- $f&%aoZ * - -,hczT 9 Y) 2: &Q cd a- z” ‘2 I) - 22’;: aJ - gem hgzcy$&ww 2 c * - P-c 2%%su$3.zQ) God cd 0 VI .z $ 2 g v as2 4 -c- -0 oac ,” Q.2 va .GNU r: M C 72 tr: m -1 ._ .- u m .- u a u 4 m .,mu .- OF: 2.2 n 3 k- Y) mow *OH O\QJMOy, Q\V)C.INvr KlW? %G$S.- --dm- \omor low d- w =fd-r(-- r.w KlZ2?;;0 gg m^co--- vl- m- - r( .I VALVERDE CONSTRUCTION. INC. STATEMENT OF OPERATIONS FOR THE YEAR ENDED JUNE 30,1994 ,. I. 0 Contract cost of Revenues Revenues Gross Earned Earned Profit Contracts completed (Schedule I) $ 13,491,685 $ 12,929,429 $ 562,: 5,341,477 4,903.03 8 438.1 Contracts in progress (Schedule 11) $ 18,833,162 $ 17,852,467 1, OOOJ General, administrative and other expenses: Administrative salaries $ 662,999 Advertising 5,218 Auto expense 47,325 Contributions 9,912 Depreciation and amortization (Note 1) 255,589 Dues and subscriptions 11,682 Insurance 343,006 Interest expense (Note 8) 173,337 Miscellaneous 15,398 ' Office supplies and expense 64,259 Officer's salary 103,000 Outside services 14,964 Payroll taxes and related expenses 479,641 Professional fees 82,233 Rent (Note 13) 13 1,004 Repairs and maintenance 9,425 Taxes, licenses and permits 19,463 Telephone and utilities 107,670 Travel and entertainment 24,956 2,561,081 Less: expenses allocated to cost of construction 1.266.187 1,294.1 Loss from operations (294, : Other income (Note 10) 118.t Loss before income tax benefit and cumulative effect of change in accounting principle (175,: 59A (1 15,i 64.; ' 0 Net loss $ (51A Income tax benefit (Notes 1 and 11) Loss before cumulative effect of change in accountin principle Cumulative effect of change in accounting principle ?Note 1) The accompanying notes are an integral part of these financial statements -3- VALVERDE CONSTRUCTION. INC. STATEMENT OF STOCKHOLDERS EOUITY FOR THE YEAR ENDED JUNE 30.1994 a Common Retained Stock EarninFs Tota Balance - June 30, 1993 $ 11,400 $ 1,083,337 $ 1,094 Net loss -- (51.646) (51. Balance - June 30, 1994 $ 11.400 $ 1?031.691 $ 1,043 0 e The accompanying notes are an integral part of these financial statements -4- 3. VALVERDE CONSTRUCTION. INC. STATEMENT OF CASH FLOWS FOR THE YEAR ENDED JUNE 30,1994 0 Cash Flows from Operatiny Activities used by operating activities: Net loss $ (51,t Adjustments to reconcile net loss to net cash Depreciation and amortization $ 255,589 Deferred income tax benefit (60,477) Cumulative effect of change in accounting principle Gain on sale of assets (Increase) decrease in: Contract receivables, net (1,846,744) Costs and estimated earnings in excess of billings on uncompleted contracts Inventories Other current assets 42,088 Refundable income taxes (18,465) Accounts and retainage payable 895,612 Billings in excess of costs and estimated 17,306 earnings on uncompleted contracts Accrued wages and wage related expenses 735,033 Accrued income taxes (22.472) (202.8 (254,4 [E:%] [::E] Increase (decrease) in: Other current liabilities 97,745 Net cash used by operating activities 0 Cash Flows From InvestinP Activities: Net proceeds from sale of investment in condominium 89,817 Proceeds from disposal of property and equipment 102,132 Loans made to officer (153,073) Collection of notes receivable - officer 61.851 Net cash provided by investing activities 100,7: Cash Flows From FinancinP Activities: Proceeds from short-term borrowings 240,000 Principal repayments of long-term debt (263,862) 27,782 Borrowings from officer Principal repayments of notes payable - officer (18,144) Net cash used by financing activities (14.2: (167,9L 399.74 $ 23 1.75 Net decrease in cash and cash equivalents Cash and cash equivalents at June 30, 1993 Cash and cash equivalents at June 30, 1994 (Note 1) e Tlze accompanying notes are an integral part of these financial statements -5- , ,’ VALVERDE CONSTRUCTION, INC. STATEMENT OF CASH FLOWS - CONTINUED FOR THE YEAR ENDED JUNE 30. 1994 0 SUPPLEMENTAL DISCLOSURE OF CASH FLOW INFORMATION Cash paid during the year for: Interest $ 132,s Income taxes $ 30,3 SUPPLEMENTAL SCHEDULE OF NON-CASH INVESTING AND FINANCING ACTMTIES The Company purchased property and equipment totalin$ $209,595 during the year enc June 30, 1994. In conjunction with the acquisition, liabilities were assumed as follol Cost of property and equipment acquired $ 209,5 Cash paid Liabilities assumed $ 209.5 0 e The accompanying notes are an integral part of these financial statements -6- VALVERDE CONSTRUCTION. INC. NOTES TO FINANCIAL STATEMENTS JUNE 30,1994 0 NOTE 1 - THE COMPANY AND ITS SIGNIFICANT ACCOUNTING POLICIES Valverde Construction, Inc. (hereinafter referred to as “the Company”) F incorporated on May 24, 1972 in the State of California. The Comp: conducts its operation in the form of two divisions. The first division functic as a general building and engineering contractor and specializes in install underground systems, sewers, and waterlines primarily for municipalities. ’I second division installs conduit, vaults and cable primarily for utility compan: Both divisions provide services primarily in the Southern California regi Consequently, the Company’s ability to collect amounts due under contract affected by economic fluctuations in the construction industry in that regi The following is a summary of the Company’s significant accounting polici Revenue and Cost Recognition Earnings on long-term construction contyacts are recognized on the percenta, of-comgletion method in the ratio that costs incurred bear to total estimai costs. Earnings and costs on contracts are subject to revision throughout 1 terms of the contracts, and any required adjustments are made in the peric in which revisions become known. Provisions are made for the full amounts anticipated losses in the periods in which they are first determinable. Clai for additional contract revenues are recognized to the extent of costs incur] if it is probable that the claim will result in additional revenue and the amoi can be reliably estimated. Contract costs include all direct material and labor costs and those indirc costs related to contract performance, such as indirect labor, payroll taxes a other wage related costs. General and administrative costs are charged expense as incurred. Amounts billed but not paid pursuant to retainage provisions unc construction contracts generally become due upon completion of the contra and acceptance by the owners. The asset, “Costs and estimated earnings in excess of billings on uncomplet contracts,” represents revenues recognized in excess of amounts billed. T liability, “Billings in excess of costs and estimated earnings on uncomplet contracts,” represents billings in excess of revenues recognized. Cash and Cash Eauivalents For purposes of the statement of cash flows, the Company considers all higl liquid debt instruments purchased with an original maturity of three months less to be cash equivalents. At June 30, 1994, the Company had $146,1 deposited in one financial institution. Of this amount, only $100,000 is insur by the Federal Deposit Insurance Corporation. 0 IO -7- L 1 VALVERDE CONSTRUCTION, INC. NOTES TO FINANCIAL STATEMENTS JUNE 30,1994 e NOTE 1 - THE COMPANY AND ITS STGNIFICA" ACCOUNTING POLICIES (Continued) Contract Receivables The Company utilizes the allowance method of accounting for losses f. uncollectible accounts. Under this method, an allowance is provided baser: historical experience and management's evaluation of outstanding cont receivables at the end of each year. Inventories Inventories consist of materials and supplies and are valued at the lower oft (first-in, first-out method) or market. ProDerty and Equipment, and Related Demeciation and Amortization Property and equipment are stated at cost. Major renewals and improvemt are charged to the property accounts while replacements, maintenance, repairs which do not improve or extend the life of the respective assets expensed currently. At the time properties are sold or otherwise disposed of, the property : related accumulated depreciation accounts are relieved of the applica amounts and any gain or loss is recorded. Depreciation and amortization is comQuted under principally the straight-] method over the estimated lives of the respective assets. Depreciation ; amortization expense is charged to construction contracts if related construction activities; otherwise it is charged to general and administrat expenses. The estimated useful lives of the assets are as follows: Estimated Useful Liw Construction equipment 5 -10 ye Motor vehicles 3-5 ye Small tools 5 - 7 ye, Office furniture and equipment 5 -10 ye; Leasehold improvements 10 -30 ye; Federal and State Income Taxes me provision for income taxes includes Federal and state income ta: currently payable and deferred income taxes. Deferred income taxes represc the effects of items reported for tax purposes in periods different from thr: used for financial statement purposes. Deferred income taxes also result frc the use of accelerated depreciation methods for income tax purposes and t use of principally the straight-line method for financial statement purposes 0 Assets 0 -8- I VALVERDE CONSTRUCTION INC. NOTES TO FINANCIAL STATEMENTS JUNE 30,1994 e NOTE 1 - TEE COMPANY AND ITS SIGNIFICANT ACCOUNTING POLICIES (Continued) Federal and State Income Taxes The Company changed its method of accounting for income taxes as of Jul! 1993 to comply with the provisions of Statement of Financial Account Standards No. 109 (SFAS 109). The cumulative effect of the change accounting principle of $64,216 is included in operations for the year enc June 30, 1994. NOTE 2 - CERTIFICATE OF DEPOSIT The Company has a certificate of deposit which matures in August 1994. 7 certificate bears interest at 2.25%. NOIE 3 - COhTJXACT RECEIVABLES Contract receivables at June 30, 1994 consist of the following: Billed, net of retainage $ 1,759,182 Unbilled 570,049 Retainage (Note 7) 1,148,230 Claim (Note 14) 990.000 4,377,461 Less: allowance for doubtful accounts 15.000 $ 4,362,461 0 NOTE 4 - COSTS AND ESTIMATED EARNINGS ON UNCOMPLETED CONTRAC Costs incurred on uncompleted contracts $ 5,264,260 Estimated earnings 465,041 5,729,301 Less: billings to date 4,788.768 Net 940.533 $ [O -9- I VALVERDE CQNSTRUCTION, INC. NOTES TO FINANCIAL STATEMENTS JUNE 30, 1994 0 NOTE 4 - COSTS AND ESTIMATED EARNINGS ON UNCOMPLETED CON’IIb (Continued) The net amount is included in the accompanying balance sheet under following captions : Costs and estimated earnings in excess of Billings in excess of costs and estimated billings on uncompleted contracts $ 986,299 earnings on uncompleted contracts (45.766) $ 940,533 NOTE 5 - OTHER CURRENT ASSETS Other current assets at June 30, 1994 consists of the following: Prepaid expenses $ 61,492 Due from related entity 108,182 Employee advances and receivables 51,124 Accrued interest receivable 60,992 Refundable deposits 47.222 $ 329.012 0 NOTE 5 - NOTE RECEIVABLE - OFFICER Note receivable - officer consists of advances due on demand and bear intei at 8.5% per annum. During the year, interest income in the amount of $32, was accrued. Also during the year, the Company received interest of $33, from the officer. The following is a schedule of the officer’s loan activity for the year en1 June 30, 1994: Balance - June 30, 1993 $ 354,080 Advances made 153,073 Payments received (6 1.85 1) Balance - June 30, 1994 $ 445,3 02 -. - 10- L VALVERDE CONSTRUCTION, INC. NOTES TO FINANCIAL STATEMENTS JUN-E 30. 1994 0 NOTE 7 - NOTES PAYABLE Notes payable at June 30, 1994 consists of the following: Note payable to Federal Deposit Insurance Corporation, secured by substantially all assets of the Company, monthly interest payments payable at the bank's reference rate plus 2.5% (9.75% at June 30, 1994). The note is personally guaranteed by the stockholder of the Company and is due on demand. $ 398,' Note payable to bank, monthly interest payments payable at the reference rate plus 3% (10.25% at June 30, 19941, Note payable to a general contractor, bearing interest at 7%, due July 1994, or upon completion of job and release of related retention receivable. Amount was paid in full in Various notes payable, with interest rates from 7% to 9%, all due on demand, plus accrued interest. All notes were due and were repaid by August 1994. due October 1994. 100, July 1994. 70, 70, $ 638,: 0 NOTE 8 - LONG-TERM DEBT Long-term debt at June 30, 1994 consists of the following: Current Long-term Total Installment note payable, secured by construction equipment, payable in monthly installments of $3,096, with interest at lo%, through June 1997. $ 28,853 $ 67,088 $ 95,! Installment note payable, secured by construction equip- ment, payable in monthly installments of $13,500, with interest at prime plus 1.5% (8.75% at June 30, 1994), through April 1996. 170,446 122,734 293,l 0 -11- 4 VALVERDE CONSTRUCTION, INC. NOTES TO FINANCIAL STATEMENTS JUNE 30,1994 0 NOTE 8 - LONG-TERM DEBT (Continued) Total Current Lon?-term Installment note payable, se- cured by construction equip- ment, pa able in monthly install- 9.25%, through December 1994. $ Installment note payable to bank, secured by a motor vehicle, payable in monthly installments of $432, with interest at 11.75%, through November 1995. 4,614 2,096 Installment note payable, secured by a motor vehicles, payable in monthly installments of $3,132, with interest at 5.45%, through September 1997. 37,503 79,409 116,! Installment note payable, secured by a motor vehicle, payable in monthly installments of $656, with interest at 12.75%, due August 1995. Installment note payable to FDIC, secured by substantially all Company assets, pa able in plus interest at 1% over the reference rate (8.25% at June Installment note payable, secured by construction equipment, payable in monthly installments of $945, with interest at 6.9%, through November 1995. O$ 1, 1,742 $ ments o i $299, with interest at 6, e 7,188 1,291 891 monthly installments o fy $8,334, 30, 1994), through June 1997. 133,344 199,976 333,:! 10,622 4,646 15,2 e - 12- * . 1' *, 7 VALVERDE CONSTRUCTION, INC. NOTES TO FINANCIAL STATEMENTS JUNE 30. 1994 0 NOTE 8 - LONG-TERM DEBT (Continued) Current Long-term Total Installment note payable, se- cured by construction equip- ment, payable in monthly install- ments of $261, with interest at 10.793%, through February 1998. $ 2,221 $ 7,232 $ 9, $ 396.533 $ 484.472 $ 881, Aggregate long-term debt matures as follows: Year Endin? .Tune 30, 1995 $ 396,533 1996 299,218 1997 173,936 1998 11.3 18 $ 881,005 Total interest expense incurred by the Company during the year ended June 1994 was $173,337. Of this amount, $32,881 was capitalized and charged costs of revenues earned. 0 NOTE 9 - NOTES PAYABLE - OFFICER Notes payable - officer consists of various unsecured notes payable, due varying dates through May 1999. The notes bear interest at 8.5% per ann and are scheduled to mature as follows: Year Ending June 30, 1995 $ 23,270 1996 238,3 12 1997 16,355 1998 6,129 1999 4.947 $ 289,013 \e -13- ’. , .‘, . *) VALVERDE CONSTRUCTION, INC. NOTES TO FINANCIAL STATEMENTS JUNE 30. 1994 0 NOTE 10 - OTHER INCOME Other income for the year ended June 30, 1994 consists of the following: Interest income (Note 6) $ 33,410 Gain on sale of assets 85.250 $ 118,660 NOTE 11 - INCOME TAX BENEFIT The income tax benefit for the year ended June 30, 1994 consists of following: Current income taxes: $ 0 Federal State (800) (800) Deferred income tax benefit: Federal 46,587 State 13.890 60.477 $ 59.677 0 The Company has federal and state operating loss carryfonvards approximately $100,000 and $50,000, respectively, available to offset fut taxable income. The losses are scheduled to expire in 2009 and 19 respectively. Amounts for deferred tax assets and liabilities are as follows: Current Lon?-Ter Deferred tax assets $ 44,031 $ 0 Valuation reserve Net deferred tax assets 44,031 Deferred tax liabilities (172.262) (97, ~ $ (128.231) $ (97,’ Net deferred tax liabilities ‘0 - 14- * . I,, ‘I ’. VALVERDE CONSTRUCTION, INC. NOTES TO FINANCIAL STATEMENTS JUNE 30,1994 0 NOTE 12 - PENSION AND PROFIT SHARING PLANS Union employees are covered by an industry pension plan under which Company contributes monthly to the unions, based upon hours worked by ( eligible employee. The Company also has a profit sharing plan which covers substantial11 eligible Company employees other than union employees who are subjec collective bargaining. Contributions to the profit shmng plan will be mad the discretion of the Board of Directors. The Board has determined tha contributions will be made for the year ending June 30, 1994 and, therefore accrual has been provided at June 30, 1994. NOTE 13 - COMMITMENTS The Company leases its primary office space in a facility owned 50% by its stockholder. The office lease, which expires in May 2000, is payable at $3, per month. It also leases a storage facility, owned 100% by the E stockholder. The storage lease, which expires in February 1998, is pa ablc unrelated party at $4,000 per month through April 1995. The Compan required to pay real property taxes, insurance, and repairs and maintenance all facilities. Rent expense was $131,004 under these leases for the year en The Company is also obligated under non-cancelable leases for equipment I other personal property, which are accounted for as operating lea Minimum rental commitments under non-cancelable leases are as follows Real Person2 Year Endin? June 30, Property ProDert 1995 $ 114,400 $ 263,’ 1996 74,400 232,t 1997 74,400 94,: 1998 64,400 12,! 174 1999 44,400 Thereafter 37.000 Total minimum commitment 409.000 $ 605, $ $2,500 per month. The Company also leases additional facilities P rom a June 30, 1994. io -15- < VALVERDE CONSTRUCTION, INC. NOTES TO FINANCIAL STATEMENTS JUNE 30. 1994 . .,* 4 . * “ ’ 0 NOTE 14 - CLAIMS The Compan has submitted a claim related to its Job #302 for delays ; counsel, were caused by faulty en ineering plans and specifications as provic been petitioned to be held in arbitration, is for approximately $4,000,000. r Company estimates actual out-of-pocket costs incurred by them approximately $900,000. The Company has recorded a claim receivable in amount of $900,000 in the accompanyng financial statements. The Company’s ability to collect all amounts due them, pursuant to the cla is uncertam. The arbitration hearing is scheduled for late 1994. Managem and its legal counsel believe the recovery will be at least equal to their co Management is optimistic that the claini will ultimately settle for more than amount recognized in the accompanying financial statements. Due to uncertainty of the matter, no provision for amounts, if any, that may prc uncollectible has been made in the accompanying financial statements. disruptions o Y work performed that, in the opinion of management and its 1t by the California Department o P Transportation. The claim, which has r NOTE 15 - BACKLOG The following schedule shows the backlog of signed contracts in existence June 30, 1994: Estimated total revenues of contracts in progress $ 11,232,114 Less: contract revenues to date 5.729.30 1 5,502,813 Signed contracts not started 815.857 Backlog of signed uncompleted contracts $ 6.318.670 In addition, between June 30, 1994 and September 14, 1994, the Compa entered into additional construction contracts with revenues of approximatc e $900,000. e - 16- I! 4"; , * I I 1 I I 1 I 1 1. 1 I 1 1 1 I I I BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (TO ACCOMPANY PROPOSAL) The Bidder's is required to state what work of a similar character to that included in proposed Contract he/she has successfully performed and give references, with teleph numbers, which will enable the District to judge hisher responsibility, experience and s' An attachment can be used. I. Bidder's Statemei Technical AI and Experil 02/08/95 1. I .1 < ,&, : ', ' I I 8. 1 I I I 1. I I I I I I 1 8 NON-COLLUSION AFFIDAVIT (TO ACCOMPANY PROPOSAL) (REF: PUBLIC CONTRACT CODE 9 7106) 1 TO BE EXECUTED BY BIDDER AND SUBMITI'ED WITH BID The Bidder shall fill in the three blank lines below with: 1 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 ) ss. Couavof Los Angeles ) being first duly swc Christopher J. Valverde I (Name(s) of Person(s) Signing this Bid on Behalf of the Bidder) deposes and says that he or she is orate/Sewrv ( (Title(s) of the Person(s) Signing this Bid in Relation to the Bidder) VALVERDE CONSTRUCTION, LNC. the pi (Legal Name of the Bidder) making the foregoing bid that the bid is not made in the interest of, or on behalf of, : undisclosed person, partnership, company, association, organization, or corporation; that bid is genuine and not collusive or sham; that the bidder has not directly or indirec 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 pu1 a sham bid, or that anyone shall refrain from bidding; that the bidder has not in i manner, directly or indirectly, sought by agreement, communication, or conference w anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, pro or cost element of the bid price, or of that of any other bidder, or to secure any advantz against the public body awarding the contract or anyone interested in the proposed contrz that all statements contained in the bid are true; and further, that the bidder has n Non-Collusion Affid 02/08/95 1 0 State of California County of Los Angel- On 04-12-95 before me, Cynthia D. Ascencio personally appeared IDATE) INAMEtTITLE OF OFFICER-i.e.-JANE DOE. NOTARY PUBLIC') Christopher J . Valverde (NAMEEI OF SIGNERIS11 / dpersonally known to me -OR- Cl roved to me on the person(s) whose name(s) is/are subscribed to the acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies) r signature(s) on the instrument the person(s), or the entity upon behalf instrument. Easis of satisfactory evidence to be the within instrument and and that by his/her/their of which the person(s) acted' executed the Witness my hand and official seal. ;c, B 4L,-&2 (SEAL) (SIGNATURE OF NOTARY) RIGHT THUMBPRINT (Opl ~ CAPACITY CLAIMED BY SI( OINDIVIDUAL(S) XIZCORPORATE / S e c r e t OFFICER(S1 (TITLES OPARTNER(S) OLlMlTED OGENERAI OATTORNEY IN FACT amusTEE(s) OOTHER: S~QNER IS REPRE~TING: V! OGUARDIANICONSERVATI (Name of Personb) or Entiti Inc. RIGHT THUMBPRINT (Opi ~ CAPACITY CLAIMED BY SI OINDIVIDUAL(S) OCORPORATE -- - 4 e. r c Ib I 4 'C 1 I I directly or indirectly, submitted his or her bid price or any breakdown thereof, or contents thereof, or divulged information or data relative thereto, or paid, and will not I any fee to any corporation, partnership, company association, organization, bid depositc or to any member or agent thereof to effectuate a collusive or sham bid. e I IN WITNESS WHEREOF, the undersigned represent and warrant that they have the ril power, legal capacity and authority to enter into and declare under penalty of perjury 1 the foregoing is true and correct, and that this affidavit was executed on behalf of Bidder, and have set their names, titles, and signatures hereon, thisxday of April 1995, atLos Angeles County, in the State of California PROJECX WATER TRANSMISSION MAlN REPLACEMENT - EL CAMINO REk I I Name I Address FROM TAMAR4CK AVENUE TO CHESTNUT AVENUE BIDDER: VAT,VF.RDE CONSTRUCTION. INC. 12402 PhiladelDhia Street, Whittier, CA 90601 (310) 693-2763 %3/6'--- I 1. I I I I I I I - SignatureChristo&r J . Valverde-Corp/Secretary Signatures must be made, and Notary Acknowledgements of execution of Bidder must attached. To be submitted as part of the Bid Documents. I declare under penalty of perjury that affidavit was executed on the 12 day o I Subscribed and sworn to before me on the 12 day of April ,192. [L,A=-> 1-3. &A- Sigdre of Notary Non-Collusion Affid 02/08/95 I 1. a CONTRACT - PUBLIC WORKS This agreement is made thisaay of -&d , 19, 4- by and between the Carls, Municipal Water District of Carlsbad&%lifornia, a municipal corporation, (hereina called "District"), and VALVERDE CONSTRUCTION I NC whose princi place of business is 12402 PHILADELPHIA ST., WHITTIER, CA 90601 (hereinafter called "Contractor".) District and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Conti Documents for: WATER TRANSMISSION MAIN REPLACEMENT EL CAMINO REAL FROM TAMARACK AVENUE TO CHESTNUT AVENUE IN THE CITY OF CARLSBAD CMWD PROJECT NO. 90-101 - CONTRACT NO. 3378 0 (hereinafter called ''project".) Provisions of Labor and Materials. Contractor shall provide all labor, materi, tools, equipment, and personnel to perform the work specified by the Contr Documents. Contract Documents. The Contract Documents consist of this Contract, No1 Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontract( Bidder's Statements of Financial Responsibility and Technical Ability, Non-collus Affidavit, Special Provisions, and all proper amendments and changes made thereto accordance with this Contract or the Plans and Specifications, and all bonds for 1 project; all of which are incorporated herein by this reference. Contractor, herbis subcontractors and materials suppliers shall provide and inst the work as indicated, specified, and implied by the Contract Documents. Any ite of work not indicated or specified, but which are essential to the completion of 1 work, shall be provided at the Contractor's expense to fulfill the intent of si documents. In all instances through the life of the Contract, the District will be 1 interpreter of the intent of the Contract Documents, and the District's decisi Contract - Public Wc 02/08/95 R 2. 3. Escrow Agreement, Release Form, the Plans and Specifications, e relative to said intent will be final and binding. Failure of the Contractor to app subcontractors and materials suppliers of this condition of the Contract will relieve responsibility of compliance. Payment. For all compensation for Contractor's performance of work under Contract, District shall make payment to the Contractor per Section 9-3 of Standard Specifications for Public Works Construction (SSPWC) 1994 Edition, c the latest supplement, hereinafter designated "SSPWC, as issued by the South1 California Chapter of the American Public Works Association and as amended the special provisions section of this contract. The closure date for each moni invoice will be the 30th of each month. Invoices from the Contractor shall submitted according to the required District format to the District's assigned proj manager no later than the 5th day of each month. Payments will be delayec invoices are received after the 5th of each month. The final retention amount SI not be released until the expiration of thirty-five (35) days following the record 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 forth in the terms of the contract. Below is such a summary. However, contrac should refer to Public Contract Code section 20104.50 for a complete statement the law. The District shall make progress payments within 30 days after receipt of undisputed and properly submitted payment request from a contractor on construction contract. If payment is not made within 30 days after receipt of undisputed and properly submitted payment request, then the District shall I interest to the contractor equivalent to the legal rate set forth in subdivision (a) Section 685.010 of the Code of Civil Procedure. Upon receipt of a payment request, the District shall, as soon as practicable afi receipt, determine whether the payment request is a proper payment request. If t District determines that the payment request is not proper, then the request shall returned to the contractor as soon as practicable but not later than seven (7) d: after receipt. The returned request shall be accompanied by a document setting fo: 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 lin then the number of days available to the District to make payment without incurn interest shall be reduced by the number of days by which the District exceeds t seven (7) day return requirement. "Progress payment" includes all payments due contractors except that portion oft final payment designated by the contract as "retention earnings". A completed and executed release form in the form described in this contri (hereinafter "Release Form"), shall be submitted prior to approval of each progrc Contract - Public Wo 02/08/95 R a 4. 0 e payment. The Contractor shall list all disputed claims or potentially disputed cla which arise during the pay period. The purpose of the Release Form is to bi timely attention to areas of dispute or potential dispute between the Contractor 8 the District for the pay period. Failure of the Contractor to submit a completed , executed Release Form shall constitute the Contractor’s acknowledgement that disputes of any type have arisen that pay period or remain from previous pay pen and the Contractor waives all future rights in making claims for disputes arisinl those pay periods. All previous and new disputed claims or potentially dispu claims shall be listed on the Release Form until such time as the disputed claims resolved. The Contractor shall not modi@ the Release Form in any way. Independent Investigation. Contractor has made an independent investigation of jobsite, the soil conditions at the jobsite, and all other conditions that might afl the progress of the work, and is aware of those conditions. The Contract pi includes payment for all work that may be done by Contractor, whether anticipa or not, in order to overcome underground conditions. Any information that n have been furnished to Contractor by District about underground conditions or ot job conditions is for Contractor’s convenience only, and District does not warr that the conditions are as thus indicated. Contractor is satisfied with all J conditions, including underground conditions and has not relied on informati furnished by District. Contractor Responsible for Unforeseen Conditions. Contractor shall be responsil for all loss or damage arising out of the nature of the work or from the action of 1 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 a be responsible for expenses incurred in the suspension for discontinuance of 1 work. However, Contractor shall not be responsible for reasonable delays in 1 completion of the work caused by acts of God, stormy weather, extra work, matters which the specifications expressly stipulate will be borne by District. Hazardous Waste or Other Unusual Conditions. If the contract involves diggi trenches or other excavations that extend deeper than four feet below the surfac Contractor shall promptly, and before the following conditions are disturbed, not District, in writing, of any: A. a 5. 6. e 7. 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 w: provisions of existing law. Subsurface or latent physical conditions at the site differing from tho indicated. Unknown physical conditions at the site of any unusual nature, differe materially from those ordinarily encountered and generally recognized B. C. Contract - Public Wo; 02/08/95 R e inherent in work of the character provided for in the contract. District shall promptly investigate the conditions, and if it finds that the conditi 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 I of the work shall issue a change order under the procedures described in contract. In the event that a dispute arises between District and Contractor whether 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 1 of the work, Contractor shall not be excused from any scheduled completion c provided for by the contract, but shall proceed with all work to be performed un the contract. Contractor shall retain any and all rights provided either by cont; or by law which pertain to the resolution of disputes and protest between contracting parties, Change Orders. District may, without affecting the validity of the Contract, 01 changes, modifications and extra work by issuance of written change ord Contractor shall make no change in the work without the issuance of a wril change order, and Contractor shall not be entitled to compensation for any e: work performed unless the District has issued a written change order designatin advance the amount of additional compensation to be paid for the work. If a cha order deletes any work, the Contract price shall be reduced by a fair and reason: amount. If the parties are unable to agree on the amount of reduction, the w shall nevertheless proceed and the amount shall be determined by litigation. ‘ only person authorized to order changes or extra work is the Project Manager. ‘ written change order must be executed by the Executive Manager or the Boarc Directors, as allowed by law and according to the latest procedures adopted resolution of the board. Immigration Reform and Control Act. Contractor certifies he is aware of requirements of the Immigration Reform and Control Act of 1986 (8 USC Secti 1101-1525) and has complied and will comply with these requirements, including, not limited to, verifying the eligibility for employment of all agents, employc subcontractors, and consultants that are included in this Contract. Prevailing Wage. Pursuant to the California Labor Code, the director of Department of Industrial Relations has determined the general prevailing rate of diem wages in accordance with California Labor Code, Section 1773 and a cop: a schedule of said general prevailing wage rates is on file in the office of Carlsbad City Clerk, and is incorporated by reference herein. Pursuant to Califoi Labor Code Section 1775, Contractor and all subcontractors shall pay prevai wages. Contractor shall post copies of all applicable prevailing wages on the job 5 For this contract, eight hours shall constitute a legal day’s work. Work beyond e Contract - Public W .. 8. * 9. 10. a 021 08/95 hours shall be paid at a rate not less than one and one half times the prevai rates. Wage rates for Sundays and holidays shall be paid at a rate not less than times the prevailing rates. The holidays upon which such rates shall be paid shal all holidays recognized in the collective bargaining agreement applicable to particular craft, classification or type of workers employed on the projects. Indemnification. Contractor shall assume the defense of, pay all expenses of defe and indemnify and hold harmless the District, and its officers and employees, fi all claims, lawsuits or judgements for any loss, damage, injury and liability of ei kind, nature and description, directly or indirectly arising from or in connection t the performance of the Contractor or work; or from any failure or alleged failurc Contractor to comply with any applicable law, rules or regulations including th relating to safety and health; except for loss or damage which was caused solelq the active negligence of the District; and from any and all claims, loss, damal injury and liability, howsoever the same may be caused, resulting directly or indire from the nature of the work covered by the Contract, unless the loss or damage 1 caused solely be the active negligence of the District. The expenses of defe include all costs and expenses including attorneys fees for litigation, arbitration other dispute resolution method. Contractor shall also defend and indemnify the District against any challenges to award of the contract to Contractor, and Contractor will pay all costs, incluc defense costs for the District. Defense costs include the cost of separate counsel District, if District requests separate counsel. Insurance. Contractor shall procure and maintain for the duration of the contI insurance against claims for injuries to persons or damage to property which n arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. Said insurai shall meet the District’s policy for insurance as stated in Resolution No. 772. (A) 0 11. 0 12. 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 i property damage. If the policy has an aggregate limit, a separ aggregate in the amounts specified shall be established for the risks which the District or its agents, officers or employees are additio insureds. 2. Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury E property damage. In addition, the auto policy must cover any vehi Contract - Public Wc 02/08/95 1 * used in the performance of the contract, whether used onsite or of3 whether owned, nonowned or hired, and whether scheduled or I: scheduled. The auto insurance certificate must state the coverag for "any auto" and cannot be limited in any manner. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of State of California and Employers' Liability limits of $1,000,000 incident. Worker's compensation offered by the State Compensa Insurance Fund is acceptable to the District. a 3. (B) ADDITIONAL PROVISIONS - Contractor shall ensure that the policie insurance required under this agreement contain, or are endorsed to cont the following provisions. General Liability and Automobile Liab Coverages: 1. The District, its officials, employees and volunteers are to be cove as additional insureds as respects: liability arising out of activi performed by or on behalf of the Contractor; products and comple operations of the contractor; premises owned, leased, hired borrowed by the contractor. The coverage shall contain no spe limitations on the scope of protection afforded to the District, officials, employees or volunteers. The Contractor's insurance coverage shall be primary insurance respects the District, its officials, employees and volunteers. I insurance or self-insurance maintained by the District, its offici employees or volunteers shall be in excess of the contractor's insurai and shall not contribute with it. Any failure to comply with reporting provisions of the policies SI not affect coverage provided to the District, its officials, employees volunteers. Coverage shall state that the contractor's insurance shall ap separately to each insured against whom claim is made or sui1 brought, except with respect to the limits of the insurer's liability. "CLAIMS MADE" POLICIES - If the insurance is provided on a "clai made'' basis, coverage shall be maintained for a period of three ye following the date of completion of the work. NOTICE OF CANCELLATION - Each insurance policy required by t agreement shall be endorsed to state that coverage shall not be suspend1 voided, canceled, or reduced in coverage or limits except after thirty (: days' prior written notice has been given to the District by certified m( 2. 0 3. 4. (C) (D) a Contract - Public Wc 0210a195 F return receipt requested. (E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVEI a Any deductibles or self-insured retention levels must be declared to s approved by the District. At the option of the District, either: The ins1 shall reduce or eliminate such deductibles or self-insured retention level: respects the District, its officials and employees; or the contractor s procure a bond guaranteeing payment of losses and related investigati claim administration and defense expenses. WAIVER OF SUBROGATION - All policies of insurance required un this agreement shall contain a waiver of rights of subrogation the insurer I have or may acquire against the District or any of its officials or employ (G) SUBCONTRACTORS - Contractor shall include all subcontractors insureds under its policies or shall furnish separate certificates i endorsements for each subcontractor. Coverages for subcontractors shall subject to all of the requirements stated herein. ACCEPTABILITY OF INSURERS - Insurance is to be placed with insur that have a rating in Best’s Key Rating Guide of at least A-:V, and authorized to transact the business of insurance by the Insurai Commissioner under the standards specified by the Board of Directors (F) (H) a Resolution No. 772. (I) VERIFICATION OF COVERAGE - Contractor shall furnish the Dist with certificates of insurance and original endorsements affecting cover( required by this clause. The certificates and endorsements for each insura: policy are to be signed by a person authorized by that insurer to b coverage on its behalf. The certificates and endorsements are to be in foi approved by the District and are to be received and approved by the Dist before work commences. COST OF INSURANCE - The Cost of all insurance required under t agreement shall be included in the Contractor’s bid. (J) 13. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resoh in accordance with the provisions in the Public Contract Code, Division 2, Pari Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated reference. A copy of Article 1.5 is included in the Special Provisions I section. 3 contractor shall initially submit all claims over $375,000 to the District using 1 informal dispute resolution process described in Public Contract Code subsectic 20104.2 (a), (c), (d). Notwithstanding the provisions of this section of the contri all claims shall comply with the Government Tort Claims Act (section 900 et seq., the California Government Code) for any claim or cause of action for money damages prior to filing any lawsuit for breach of this agreement. a Contract - Public Wc 02/08/95 F 14. Maintenance of Records. Contractor shall maintain and make available at no ( to the District, upon request, records in accordance with Sections 1776 and 181: Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not main1 the records at Contractor’s principal place of business as specified above, Contrac shall so inform the District by certified letter accompanying the return of Contract. Contractor shall notify the District by certified mail of any changc address of such records. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing \ Section 1720 of the Labor Code are incorporated herein by reference. Security. Securities in the form of cash, cashier’s check, or certified check maj substituted for any monies withheld by the District to secure performance of contract for any obligation established by this contract. Any other security ths mutually agreed to by the Contractor and the District may be substituted for mor withheld to ensure performance under this Contract. Affirmative Action. The Carlsbad Municipal Water District is an equal opportui employer. e 15. 16. 17. ... ... 1.. e ... ... ... 1.1 I.. ... ... ... ... ... I) Contract - Public WI 02/08/95 I 18. Provisions Required by Law Deemed Inserted. Each and every provision of law clause required by law to be inserted in this Contract shall be deemed to be inse herein and included herein, and if, through mistake or otherwise, any such provi is not inserted, or is not correctly inserted, then upon application of either party, Contract shall forthwith be physically amended to make such insertion or correct a Valverde Construction, Inc. NOTARIAL ACKNOWLEDGMENT OF Contractor EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) President: Title APPROVED TO AS TO FORM: RONALD R. BALL @ General Counsel By: Board of Directors Secretary a Contract - Public Wc 02/08/95 F RIGHT THUMBPRINT IOp State of California before me, Goldia Loretta Pereda lNAME/TlTLE OF OFFICER-i.e.'JANE DOE, NOTARY PUBLIC'I personally appeared Joe A- Valverde INAMEISl OF SIGNERIS)) CAPACITY CLAIMED BY S Christopher J. Valverde OINDIVIDUAL(S) XICORPORATE Pres OPARTNER(S1 OLlMlTED OGENERA OGUARDIANKONSERVAT SIGNER IS REPRESENTING: itness my hand and official seal. CAPACITY CLAIMED BY SI1 OINDIVIDUAL(SI OCORWRATE OFFICER(S) ATTENTION NOTARY ws: OPARTNER(S1 OCIMITED OGENERA The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. OATTORNEY IN FACT THIS CERTIFICATE Tile or Type of Document Contract/Bonds OTRUSTEE(S1 MUST BE AITACHED OGUARDIANICONSERVATC TO THE DOCUMENT Number of Pages Date of Document OOTHER: DESCRIBED AT RIGHT Siner(s) Other Than Named Above SIGNER IS REPRESENTING: (Name of Pemonls) or Entity WOLCOTTS FORM 63240 Rev. 3-94 IprlEa clw 8-2A) Au PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITY/REPRESENTATIONlTWO FINGERPRINTS 919W WOLCOTTS FORMS. INC. 7 ~~~~lllllllll 67775 Ill Bond No. 2050-67-056582 Premium Included. LABOR AND MATERIALS BOND WHEREAS, the Board of Directors of the Carlsbad Municipal Water District, State California, by Resolution No. 900 , adopted MAY 16, 1995 9 awarded to VALVERDE CONSTRUCTION, INC. (hereinafter designa as the "Principal"), a Contract for: a WATER TRANSMISSION MAIN REPLACEMENT EL CAMINO REAL FROM TAMARACK AVENUE TO CHESTNUT AVENUE IN THE CITY OF CARLSBAD CMWD PROJECT NO. 90-101 - CONTRACT NO. 3378 in the Carlsbad Municipal Water District, in strict conformity with the drawings i specifications, and other Contract Documents now on file in the Office of the Secreta? the Carlsbad Municipal Water District (City Clerk of the City of Carlsbad), and all of wE are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the tei thereof require the furnishing of a bond, providing that if Principal or any of tl subcontractors shall fail to pay for any materials, provisions, provender or other suppliei teams used in, upon or about the performance of the work agreed to be done, or for work or labor done there of any kind, the Surety on this bond will pay the same to extent hereinafter set forth. NOW, THEREFORE, WE, i%ltEiLm as Surety, are held firmly bound unto the Carlsbad Municipal Water Dist ), said sum being fifty percent (50%) of estimated amount payable by the Carlsbad Municipal Water District under the terms of Contract, for which payment well and truly to be made we bind ourselves, our he executors and administrators, successors, or assigns, jointly and severally, firmly by tb presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/ subcontractors fail to pay for any materials, provision, provender, supplies, or teams u in, upon, for, or about the performance of the work contracted to be done, or for any of work or labor thereon of any kind, or for amounts due under the Unemployment Insura Code with respect to such work or labor, or for any amounts due under the Unemploym 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 wages of employees of the contractor and subcontractors pursuant to Section 13020 of Unemployment Insurance Code with respect to such work and labor that the Surety will for the same, not to exceed the sum specified in the bond, and, also, in case suit is brot upon the bond, costs and reasonable expenses and fees, including reasonable attorney's 6 to be fixed by the court, as required by the provisions of Section 3248 of the California C @ VALVEWDE CONSTWUCTIO%, INC. Principal (hereinafter designated as the "Contractor"), andm- s l3lxmmE of musau, in the sum OfTHREE HUNDRED THIRTY THREE THOUSAND NINE HUNDRED 50 /00-----Dollars ($ 333,909.50 e Code. Labor and Materials E 02/08/ 95 0 This bond shall inure to the benefit of any and all persons, companies and corporati entitled to file claims under Title 15 of Part 4 of Division 3 of the Civil Code (comrnenc with Section 3082). In the event that Contractor is an individual, it is agreed that the death of any s Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this Executed by SURETY this 22nd da: day of 9 19-. May ,1995 CONTRACTOR: SURETY: Bnployers Insurance of Wausau, a (Name of Surety) cc By: & 0 0. PW? Signadle of Attomey-in-Fact Douqlas A. Rapp Joe A. Valverde (print name here) Printed name of Attorney-in-Fact (attach corporate resolution shoM current power of attorney) @ Christopher J. Valverde (print name here) Corporated Secretary (title and organization of signatory) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officers the corporation must attach a resolution certified by the secretary or assistant secretary under corporate empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL General Counsel By: &&J/lb, Fputy General Counsel e Labor and Materials E 02/08/95 ALL-PURPOSE ACKNOWLEDGMENT e State of California County of Orange On 5/22/95 before me, Christine M. RaDD, mrv pub1 ic personally appeared Douqlas A. Rapp 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 acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity on behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal, Date Name, Title of Officer - e.g. “Jane Doe, Notary Public’’ Names(s) of Signer(s) CLbd& Signature of Notary e ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to unauthorized documents. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Title or Type of Document Number of Pages Date of Document OPTIONAL SECTION/ CAPACITY CLAIMED BY SIGNER Individual(s) -Partner(s) Attorney-in-Fact Corporate -Other Officer(s) - Title@) SIGNER IS REPRESENTING: Name of persons or entity(ies) e State of California RIGHT THUMBPRINT (Op before me, Goldia Loretta Pereda (NAMErlITLE OF OFFICER-t.e.'JANE DOE. NOTARY PUBLIC') personally appeared Joe A- Valverde (NAMEIS) OF S1GNERIS)I CAPACITY CLAIMED BY SI Christopher 3. Valverde OINDIVIDUAL(SI =CORPORATE Presj OFFICER(S1 Sew ITITLES CIPARTNER1Sl OLIMITED OGENERA OGUARDIAN/CONSERVAT de Constm itness my hand and official seal. CAPACITY CLAIMED BY SI OINDIVIDUAL(S) OCORPORATE OFFICER(S1 ATTENTION NOTARY mms The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE Title or Type of Document Contract/Bonds OPARTNER(S1 OLIMITED OGENERAI OATTORNEY IN FACT OTAUSTEE(S1 MUST BE ATTACHED OGUARDIAN/CONSERVAT( TO THE DOCUMENT DESCRIBED AT RIGHT: Date of Document OOMER: Number of Pages Siineds) Other Than Named Above SIGNER IS REPRESENTING: [Nam of Person(o) or Entitj 7 ~~~~lllllllll 67775 Ill r Bond No. 2050-67-05651 Premium:$ 6,343.00 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the Board of Directors of the Carlsbad Municipal Water District, State California, by Resolution No. 900 , adopted MAY 16, 1995 , has awardec VALVERDE CONSTRUCTION, INC. , (hereinafter designated as "Principal"), a Contract: e WATER TRANSMISSION MAIN REPLACEMENT EL CAMINO REAL FROM TAMARACK AVENUE TO CHESTNUT AVENUE IN THE CITY OF CARLSBAD CMWD PROJECT NO. 90-101 - CONTRACT NO. 3378 in the Carlsbad Municipal Water District, in strict conformity with the contract, the drawi and specifications, and other Contract Documents now on file in the Office of the Secrel of the Carlsbad Municipal Water District (City Clerk of the City of Carlsbad), all of wk are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the tei thereof require the furnishing of a bond for the faithful performance and warranty of I Contract; NOW, THEREFORE, WE, VALVERDE CONSTRUCTION, INC. , as PrinB (hereinafter designated as the "Contractor"), andmm Irr;cnarm2ofNwau, aMkuiL Surety, are held and firmly bound unto the Carlsbad M ic' a1 ?ab @strict, in the s Of Six Hundred Sixty Seven Thousand Eight Hundred ?n%o?lars v 667,819.00 said sum being equal to one hundred percent (100%) of the estimated amount of Contract, to be paid to District or its certain attorney, its successors and assigns; for wl payment, well and truly to be made, we bind ourselves, our heirs, executors ; administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounc Contractor, their heirs, executors, administrators, successors or assigns, shall in all thi stand to and abide by, and well and truly keep and perform the covenants, conditions, ( agreements in the Contract and any alteration thereof made as therein provided on tl part, to be kept and performed at the time and in the manner therein specified, and in respects according to their true intent and meaning, and shall indemnify and save harm the Carlsbad Municipal Water District, its officers, employees and agents, as the1 stipulated, then this obligation shall become null and void; otherwise it shall remain in force and effect. As a part of the obligation secured hereby and in addition to the face amount specij therefor, there shall be included costs and reasonable expenses and fees, includ reasonable attorney's fees, incurred by the District in successfully enforcing such obligatj 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 0 Faithful Performa Warranty E 02/08/95 1) terms of the Contract, or to the work to be performed thereunder or the specificat accompanying the same shall affect its obligations on this bond, and it does hereby w# notice of any change, extension of time, alterations or addition to the terms of the Contr or to the work or to the specifications. In the event that Contractor is an individual, it is agreed that the death of any h Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this Executed by SURETY this 22nd da 0 day of 9 19-2 Mav ,193. CONTRACTOR: SURETY: Valverde Construction, Inc. Rnployers Insurance of Wausau, a (Name of Surety) CC By: ,-k% Q f4.F SignatGe of Attorn&-in-Fact Douqlas A. Rapp Joe A. Valverde (print name here) Printed name of Attorney-in-Fact (attach corporate resolution shov e current power of attorney) (print name here) Corporate Secretary (title and organization of 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, the corpora attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officc bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL General Counsel By: Faithful Performa Warranty E 02/08/95 @ ALL-PURPOSE ACKNOWLEDGMENT a State of California County of Orange On 5/22/95 before me, Christine M. RaDD, Notarv pub& personally appeared Douqlas A. Rapp personally known to me or proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity on behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal, Date Name, Title of Officer - e.g. “Jane Doe, Notary Public” Names(s) of Signer(s) e ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to unauthorized documents. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Title or Type of Document Number of Pages Date of Document OPTIONAL SECTION/ CAPACITY CLAIMED BY SIGNER - Individual(s) _. Partner(s) - Attorney-in-Fact - Corporate - Other Officer(s) Title(s) SIGNER IS REPRESENTING: Name of persons or entity(ies) a No. 220072- 00; mRs INSURANCE e w/Aus4u A Mutual Company POWER OF ATTORNEY KNOW AIL MEN BY THESE PRESENTS: That the EMPLOYERS INSURANCE OF WAUSAU A Mutual Company, a corporation duly organized and existing the laws of the State of Wisconsin, and having its principal office in the City of Wausau, County of Marathon, St Wisconsin, has made, constituted and appointed, and does by these presents make, constitute and appoint ’ DOUGLAS A. RAPP its true and lawful attorney-in-fact, with full power and authority hereby conferred in its name, place and stead, to ex seal. acknowledge and deliver ANY OR ALL BONDS, UNDERTAKINGS, RECOGNIZANCES OR OTHER WRI’ 9 ORI,IGATIONSINTHENATURETHEREOF NOT TO EXCEED THE PENAL SUM OF TEN MILLION z DOLLARS ($10,000,000) g ;z a 4 a a a I- 0 z m U 0 0 F z U 5 a 2 @ / and to hind the corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealec the corporate seal of the corporation and duly attested by its secretary hereby ratifying and confirming all that thc attorney-in-fact may do in the premises. This power of attorney is granted pursuant to the following resolution adopted by the Board of Directors ofsaid Compan meeting duly called and held on the 18th day of May. 1973. which resolution is still in effect: “RESO1,VEI). that the President and any Vice President - elective or appointive - of EMPLOYERS INSURANC WAUSAIJ A Mutual Company be, and that each of them hereby is. authorized to execute powers of attorney quali the attorney named in the given power of attorney to execute on behalf of EMPLOYERS INSURANCE OF WAUS. Mutual Company bonds. undertakings and all contracts of suretyship; and that any secretary or assistant secreta and that each or any of them hereby is, authorized to attest the execution of any such power of attorney, and to a thereto the seal of EMP1,OYERS INSURANCE OF WAUSAU A Mutual Company.” “FIJKTHER RESO1,VEI). that the signatures ofsuch officers and theseal of EMPI,OYERS INSURANCE OF WAU A Mutual Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimilc any such power of attorney or certificate bearing such facsimile signatures and facsimile seal shall he valid and bir upon the EMI’I.OYERS INSIJRANCE OF WAUSAU A Mutual Company when so affixed and in the future with re to any bond. undertaking or contract of suretyship to which it is attached.’’ IN WITNESS WHEREOF. E:MPI.OYERS INSIJRANCF, OF WAUSAIJ A Mutual Company has caused these presents signed by the vice president and attested by its assistant secretary, and its corporate seal to be hereto affixed this 1ST SEPTEMBER ,19 93 . EMPLOYERS INSURANCE OF WAUSAU A Mutual Company ELL a; J. Stephen Ryan /&&- Vice Pre 2 w Attest: - &$ 0 17 R. J. Bksternani Assistant Secretary Q STATE OF WISCONSIN ) ‘ COUNTY OF MARATHON ) LL 2 On this 1ST day of SEPTEMBER , 19 93 , before me personall! , to me known, who being by me duly swom, did I g and say that he is a vice president of the EMPLOYERS INSURANCE OF WAUSAU A Mutualcompany, the corporation described in and g executed the above instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal and that it 1 affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. % IN WITNESS WHEREOF. I have hereunto set my hand and affixed my official seal the day and year herein first above written. Q I- ) ss. J. Stephen Ryan 9 s ac /a,--., Patricia A. Kleman NOTARY PUBLIC STATE OF WISCONSIN MY COMMISSION EXPIRES MAY 29, 1994 Ir, E I-- STATE OF WIS(’0NSIN ) (’ITY OF WAIISAlI ) ss. (WIJNTY OF MARATHON ) CERTIFICATE I. the undersigned. assistant secretary of EMPI,OYERS INSIJKANCE OF WAUSAU A Mutual Company, a Wiscc corporation. do herehy ctkrtify that the foregoing and attached power of attorney. WHICH MUST CONTAI: VALIDATING STATEMENT PRINTED IN THE MARGIN THEREOF IN REI) INK, remains in full force anc not hem rrvoked: and furthermore that the resolution of the Hoard of 1)irectors set forth in the power of attorney is still in f Signed and sealed in the City of Wausau, Marathon County, State of Wisconsin, this 2 2nd of Ma-, 19.2.5. - ,c+. e &:“?,:% / J- $!EAL 0 ,j R. J. Besteman Assistant Secrc NOTE: IF YOII HAVE: ANY Q1JE:STIONS KEC.AHI)ING THE VAI,II)ITY OR WOR1)ING OF THIS POWER <,.-’ ATTOHNEY. C’AIJ, TOI,I. FREE (800) 826-1661. (IN WIS(’0NSIN. CAI,[, (800) 472-0041). RIGHT THUMBPRINT (Op before me, hldia Loretta Pereda (NAMWITLE OF OFFICER-I =.'JANE DOE, NOTARY PUBLIC') personally appeared Joe A- Valverde (NAMEIS) OF SiGNER(S)I CAPACITY CLAIMED BY SI Christopher J. Valverde 0 INDIVIDUAL(S) SCORWRATE Pres. DPARTNER1S) ULlMllEO UGENERP OGUARDIAN/CONSERVAl SIQNER IS REPRESENTINO: instrument. Witness my hand and official seal. CAPACITY CLAIMED BY SI 0 INDIVIDUAL(SI OCORPORATE OFFICERtSI ATTENTION NOTARY rn The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. MIS CERTlFICATE MUST BE AlTACHED TO ME DOCUMENT Number of Pages Date of Document DESCRIBED AT RIGHT: OPARTNERW ULlMIED OGENERA OAlTORNEY IN FACT omusTEE(si OGUARDIAN/CONSERVAT~ OOTHER: Ti or Type of Document m Signerls) OtharThan Named Above SIGNER IS REPRESENTING (Name of Personls) or Entit WOLCOTTS FORM 63240 Rav. 3-94 Cple dm 8-2AI Au PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPAClTYlREPRESENTATlONlTWO RNG€RPR!NTS 91994 WOLCOTTS FORMS. INC. 7 ~~~lllllllll 67775 I1 ine CA 92714 HEREIN IS SUBJECT TO ALL THE TEF OWNER'S & CONTRACTOR'S PROT ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS PROPERTY DAMAGE UMBRELLA FORM EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL m 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAME1 City of Carlsbad Purchasing Dept. 1200 Carlsbad Village Drive Carlsbad CA 92008 "8 CG 2010 11 85 COMMERCIAL GENERAL LIABILITY I) POLICY NUMBER: NGF 01 10508 INSURED: Valverde Construction, Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) The endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization Carlsbad Municipal Water District City of Carlsbad Water Transmission Main Replacement El Camino Real From Tamarack to Chestnut Contract No. 3378 a (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section 11) is amended to include as an insured the person or orgarization shown in the Schedule, hut only as respect to liability arising out of ''your work'' for that insured by or for you. CG 2010 11 85 Copyright, Insurance Services Office, Inc., 1984 a CP(LJUK3CITIEIN I - HULJI I AL#.-.4L Alxau..-- & A' ( This Endorsement Changes The policy. Please Read It Carefully. I)This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM Project: Water transmission main replacement-El Camino Re trom 'Tamarack to Chestnut Contract {I3378 SCHEDULE Name of Person or Organization: City of Carlsbad- Description of Contract: In reference to vehicles owned, leased or hired by Valverde COnstruction WHO IS INSURED is changed to include However? the person or orga as an "insured" the person or or- named above is an "insured" ganization named above for "bodily "bodily injury" or "propert? injury" or "property damage" arising resulting from the acts or c out of the use of a covered "auto" of I while the covered "auto" is: CarlsbadMunicipal Water District 1 - you; 1 - On premises owned or leased by the person or organization; 2 - Any of your empli i or agents; or 'e 2 - Being used pursuant to a 3 - Any person, except contract described in the sched- ployee or agent of the I: ule. organization named abov ating a covered "auto" permission of any of the COMMERCIAL AUTO PZ a I' H CITY OF CARLSBAD Purchasing Department 1200 Carlsbad Village Drive Carlsbad, California 92008 REPRESENTATION AND CERTIFICATION a The following representation and certification should be completed, signed and returned to City of Carlsbad . REPRESENTATIONS: Mark all applicable blanks. This offeror Are you currently certrfied by Cattrans? represents as part of this offer that the ownership, operation and control of the business, in accordance with the specrfic definitions listed below YES x NO IS' Certdication #: CT-001045 CERTIFICATION OF BUSINESS REPRESENTATION( Mark all applicable blanks. This offeror represents as a that: This firm is= is not-a minorty business. This firm is, is not- a woman-owned business. WOMAN-OWNED BUSINESS: Awomm-owned busine: of which at least 51 percent is owned, controlled and woman or women Controlled is defined as exercising make policy decisions. Operation is defined as actually day-today management. FIRM'S PRIMARY PRODUCTS OR SERVICE: (Check appropriate Ethnic Business Type) DEFINITIONS: mation of underground utili MINORITY BUSINESS ENTERPRISE, "Minority Business" is defined as a business, at least 51 percent of which is owned, operated and controlled by minority group members, or in the case of publicly owned businesses, at least 51 percent of which is owned, operated and controlled by minority group members. The Small Business (minorrties) as Black American, Hispanic American, Native Americans (I e American Indian, Eskimos, Aleuts and Native Hawaiians), and Asian-Pacific Americans (i.e , US. Citizens whose origins are from Japan, China the Philippines. Vietnam, Korea, Samoa, Guam, the US Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia and Taiwan). CERTIFICATION. The information furnished IS certified to be factual and correct as of the date submrtted. a CONSTRUCTION CONTRACTOR: Administration defines the socially and economically disadvantaged CLASSlFlCATlON(S): A LICENSE NUMBER: 276469 TAXPAYERS I.D. NO.: 95-2774389 VALVERDE CONSTRUCTION, INC. Joe A. Valverde COMPANY NAME NAME 12402 Philadelphia Street Whittier, California 90601 ADDRESS CITY, STATE AND ZIP &lp.l;)E3 - 2 7 6 3 5/23/95 DATE Purcl Represental 0. State of California before me, Goldia Loretta Pereda INAMEKITLE OF OFFICER-I.~.'JANE DOE, NOTARY PUBLIC') personally appeared Joe A- Valverde INAMEISI OF SIGNERIS11 CAPACITY CLAIMED BY SI XICORPORATE Pres Christopher J. Valverde OINDIVIDUAL(S) OFFICER(S1 Sm s,~% OPARTNER(S) OLIMITED OGENERA OGUARDIANKONSERVAT SIQNER IS REPRESENTING: itness my hand and official seal. CAPACITY CLAIMED BY SI1 OINDIVIDUALIS) OCORPORATE OFFICERIS) ATTENTION NOTARY rnws The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. OPARTNERIS) OLIMITED OGENERAI OAlTORNM IN FACT OTFiUSTEE(S) OGU ARDIANKONSERV AT( C- THIS CERTIFICATE Ti or Tvpe of Document MUST BE AlTACHED OOTHER Date of Document TO THE DOCUMENT Number of Pages DESCRIBED AT RIGHT Siner(s) Other Than Named Above SIGNER IS REPRESENTING (Name of Personls) or Em WOLCOTTS FORM 63240 Rev. 3-94 (price dra 8-2A) Au PURWSE ACKNOWLEOGMENT WITH SlGNER CAPAClMlREPRESENTATlONrrWO FINGERPRINTS Q1994 WOLCOTTS FORMS. INC. 7 ~~~lllllllll 67775 Ill OPTIONAL ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION a This Escrow Agreement is made and entered into by and between the Carlsbad Munic Water District whose address is 5950 El Camino Real, Carlsbad, California 921 hereinafter called "District" and whose address is hereinafter called "Contractortf and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the District, Contractor and Escrow Agent ag as follows: 1. Pursuant to Section 22300 of the Public Contract Code of the State of Califor Contractor has the option to deposit securities with Escrow Agent as a substil for retention earnings required to be withheld by District pursuant to Construction Contract entered into between the District and Contractor form Transmission Main Replacement - El Camino Real from Tamarack Avenue Chestnut Avenue in the amount of dated (hereinafter referred to as the "Contract"). Alternativ on written request of the Contractor, the District shall make payments of retention earnings directly to the Escrow Agent. When Contractor deposits securities as a substitute for Contract earnings, the Escrow Agent shall notify District within ten (10) days of the deposit. The market value of the securities at time of the substitution shall be at least equal to the cash amount then required be withheld as retention under the terms of the Contract between the District i Contractor. Securities shail be held in the name of Carlsbad Municipal Wa District and shall designate the Contractor as the beneficial owner. The District shall make progress payments to the Contractor for such funds wh otherwise would be withheld from progress payments pursuant to the Contr provisions, provided that the Escrow Agent holds securities in the form and amo specified above. When the District makes payment of retentions earned directly to the Escrow Age the Escrow Agent shall hold them for the benefit of the Contractor until such ti as the escrow created under this contract is terminated. The Contractor may dir the investment of the payments into securities. All terms and conditions of t agreement and the rights and responsibilities of the parties shall be equally applical and binding when the District pays the Escrow Agent directly. 0 2, 3. Escrow Agreement Surety Deposit Lieu of Retenl 02/08/95 E; e 4. Contractor shall be responsible for paying all fees for the expenses incurred Escrow Agent in administering the Escrow Account and all expenses of the Distr These expenses and payment terms shall be determined by the District, Contrac and Escrow Agent. The interest earned on the securities or the money market accounts held in esci and all interest earned on that interest shall be for the sole account of Contrac and shall be subject to withdrawal by Contractor at any time and from time to tj without notice to the District. Contractor shall have the right to withdraw all or any part of the principal in Escrow Account only by written notice to Escrow Agent accompanied by writ authorization from District to the Escrow Agent that District consents to * withdrawal of the amount sought to be withdrawn by Contractor. The District shall have a right to draw upon the securities in the event of default tRe Contractor. Upon seven (7) days written notice to the Escrow Agent from District of the default, the Escrow Agent shall immediately convert the securities cash and shall distribute the cash as instructed by the District. Upon receipt of written notification from the District certifying that the Contrac final and complete, and that the Contractor has complied with all requirements i procedures applicable to the Contract, Escrow Agent shall release to Contractor securities and interest on deposit less escrow fees and charges of the ESCI Account. The escrow shall be closed immediately upon disbursement of all mon and securities on deposit and payments of fees and charges. Escrow agent shall rely on the written notifications from the District and t Contractor pursuant to Sections (4) to (6), inclusive, of this agreement and t District and Contractor shall hold Escrow Agent harmless from Escrow Agen release and disbursement of the securities and interest as set forth above. a 5. 6. 7. 8. a 9. ... ... ... ... .I. ... ... ... ... ... ... ... ... ... Escrow Agreement Surety Deposits Lieu of Retenti 02/08/95 R * 10. The names of the persons who are authorized to give written notice or to rece written notice on behalf of the District and on behalf of Contractor in connect with the foregoing, and exemplars of their respective signatures are as follows: e On behalf of District: On behalf of Contractor: Title Title Name Name Signature Signature Address Address On behalf of Escrow Agent: Title 0 Name Signature Address ... ... ... ... ... ... ... ... I.. ... ... ... ... ... Escrow Agreemen Surety Deposi Lieu of Reter 0 02/08/95 At the time the Escrow Account is opened, the District and Contractor shall deliver to Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their pro officers on the date first set forth above. District: Contractor: e Title Title Name Name Signature Signature Address Address e Escrow Agreement Surety Deposit Lieu of Retenl 02/08/95 E. a RELEASE FORM e THIS FORM SHALL BE SUBMITTED PRIOR TO APPROVAL OF MONTH PROGRESS PAYMENTS NAME OF CONTRACTOR: PROJECT DESCRIPTION: from Tamarack Avenue to Chestnut Avenue PERIOD WORK PERFORMED: RETENTION AMOUNT FOR THIS PERIOD: $ Water Transmission Main Replacement El Camino Real DISPUTED WORK/CLAIMS DESCRIPTION OF DISPUTED WORWCLAIM AMOUNT CLAIMED (ADD ATTACHMENT) -ESTIMATE) Contractor further expressly waives and releases any claim Contractor may have, of whate type or nature, for the period specified which is not shown as disputed worWclaim on 1 form. This release and waiver has been made voluntarily by Contractor without any fra duress or undue influence by any person or entity. The Contractor is referred to Paragri 4 of the Public Works Contract. Contractor further certifies, warrants, and represents that all bills for labor, materials, i work due Subcontractors for the specified period will be paid according to Public Conti Code Section 20104.50 and Business and Professions Code Section 7108.5 and that parties signing below on behalf of Contractor have express authority to execute this rele; DATED: 6 PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporation, et By: Title: By: Title: * Special Provis 02108195 a ADDITIONS AND AMENDMENTS TO STANDARD SPECIFICATIONS a e Special Provisi 02/08/95 F SPECIAL PROVISIONS I. ADDITIONS AND AMENDMENTS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION a 1-1 TERMS To Section 1-1, add: A. Reference to Drawings Where words "shown," "indicated," "detailed," "noted," "scheduled," or words of sin- import are used, it shall be understood that reference is made to the plans accompanj these provisions, unless stated otherwise. Be Directions: Where words ''directed,'' "designated," "selected," or words of similar import are used, it SI be understood that the direction, designation or selection of the Engineer is intended, un stated otherwise. The word "requiredf' and words of similar import shall be understoot mean "as required to properly complete the work as required and as approved by District Engineer," unless stated otherwise. C. Equals and Approvals: Where the words "equal," "approved equal," "equivalent," and such words of similar imI are used, it shall be understood such words are followed by the expression "in the opin of the Engineer," unless otherwise stated. Where the words "approved," "appro1 "acceptance," or words of similar import are used, it shall be understood that the appro acceptance, or similar import of the District is intended. D. Perform and Provide: The word "perform" shall be understood to mean that the Contractor, at herbis expel shall perform all operations, labor, tools and equipment, and further, furnishing and installing of materials that are indicated, specified or required to mean t the Contractor, at herbis expense, shall furnish and install the work, complete in place i ready to use, including furnishing of necessary labor, materials, tools, equipment, i transportation. 0 including e Special Provis 02/08/95 1-2 DEFINITIONS Modify Section 1-2 as follows: Agency - the Carlsbad Municipal Water District, Carlsbad, California Engineer - the District Engineer for the Carlsbad Municipal Water District or his apprc a representative. 2-4 CONTRACT BONDS Delete the third sentence of the first paragraph having to do with a surety being listec the latest revision of U.S. Department of Treasury Circular 570. Modify Paragraph three and four to read: The contractor shall provide a faithful performance/warranty bond and payment bond (la and materials bond) for this contract. The faithful performance/warranty bond shall bl the amount of 100 percent of the contract price and the payment bond shall be in amount of 50 percent of the contract price. Both bonds shall extend in full force and ef and be retained by the District during the course of this project until they are relea according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of original amo 35 days after recordation of the Notice of Completion and will remain in full force i effect for the one year warranty period and until all warranty repairs are completed to satisfaction of the District engineer. The payment bond shall be released six months plus 35 days after recordation of the No1 of Completion if all claims have been paid. Add the following: All bonds are to be placed with a surety insurance carrier admitted and authorized transact the business of insurance in California and whose assets exceed their liabilitiei an amount equal to or in excess of the amount of the bond. The bonds are to contain following documents: 1) e An original, or a certified copy, of the unrevoked appointment, power of attorn by laws, or other instrument entitling or authorizing the person who executed * bond to do so. A certified copy of the certificate of authority of the insurer issued by the insurai commissioner. 2) a Special Provisi 02/08/95 E If the bid is accepted, the District may require a financial statement of the assets liabilities of the insurer at the end of the quarter calendar year prior to 30 days I preceding the date of execution of the bond. The financial statement shall be made bj officer's certificate as defined in Section 173 of the Corporations Code. In the cast foreign insurer, the financial statement may be verified by the oath of the principal off or manager residing within the United States. e 2-5 PLANS AND SPECIFICATIONS To Section 2-5.1, General, add: The specifications for the work include the and the Stand Specifications for Public Works Construction, (SSPWC), 1994 Edition, and the la supplement, hereinafter designated "SSPWC", as issued by the Southern California ChaI of the American Public Works Association, and as amended by the Special Provisi section of this contract. The Construction Plans consist of 17 sheet(s) designated as Carlsbad Municipal W: District Drawing No. 90-101 . The standard drawings utilized for this project are latest edition of the Carlsbad Rules & Regulations for Construction of Public Potable Wl Mains (CR&R) - Carlsbad Municipal Water District and San Diego Regional Stand Drawings (SDRDS) as issued by the San Diego County Department of Public Works. Copies of pertinent standard drawings are enclosed with these documents. To Section 2-5.3, Shop Drawings, add: Where installation of work is required in accordance with the product manufactur direction, the Contractor shall obtain and distribute the necessary copies of such instruct1 including two (2) copies to the District. Add the following subsection: 2-5.4 Record Drawings: The Contractor shall provide and keep up-to-date a complete "as-built" record set transparent sepias, which shall be corrected daily and show every change from the origi drawings and specifications and the exact "as-built" locations, sizes and kinds of equipmf underground piping, valves, and all other work not visible at surface grade. Prints for 1 purpose may be obtained from the City at cost. This set of drawings shall be kept on N/A 0 Special Provis 0 02/08/95 1 job and shall be used only as a record set and shall be delivered to the Engineer u’ completion of the work. a 2-8 RIGHT-OF-WAY Add the following: Location of additional work areas (staging area) shall be as selected by the Contractor subject to District approval. No permits required. The staging area may be placed in a pipeline easement or the Contractor may m arrangements with an adjacent property owner for an appropriate site. Staging area may not be placed in or impact a public parking facility, may not be grad interfere with traffic, operation of a utility, impede drainage, or in anyway afr environmentally sensitive habitats or endangered species. Aside from arrangements made between the property owner and contractor, after work I been completed, the staging area shall be returned to its original condition includ necessaq hydroseeding to replace removed or damaged vegetation. No separate payment will be made for a staging area. a 2-9 SURVEYING To Section 2.9 Survey Service, add the following: District Engineer will establish a system of surveyed horizontal control points at fifty (5 foot stations throughout the project and at each angle point location. 1 Contractor shall establish all intermediate lines and grades through the use of appropri; equipment . To Section 2-9.1 Permanent Survey Markers, add the following: Where bench marks or other permanent markers must be disturbed or removed constructing the Project, carefully preserve item until a reference has been made for relocation, notify the District Engineer in sufficient time for item to be relocated withc causing delay in the Work, and pay all costs related to such relocation. The Contractor shall pay double time for survey work that he requests to be done prior 7:OO a.m. or after 3:OO p.m. Monday through Friday, or on holidays or weekends. a Special Provisil 02/08/95 R 3-5 DISPUTED WORK 0 Add the following: All claims by the Contractor for $375,000 or less shall be resolved in accordance with procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article (commencing with Section 20101) which is set forth below: Article 1.5. Resolution of Construction Claims 20104. (a) (1) This article applies to all public works claims of three hundred seventy- thousand dollars ($375,000) or less which arise between a contractor and a local agen (2) This article shall not apply to any claims resulting from a contract between a contrac and a public agency when the public agency has elected to resolve any disputes pursuan Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b) (1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Cc except that "public work" does not include any work or improvement contracted for by state or the Regents of the University of California. (2) payment of money or damages arising from work done by, or on behalf of, the contrac pursuant to the contract for a public work and payment of which in not otherwise expre provided for or the claimant is not otherwise entitled to, or (C) an amount the paymen which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plan: specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2 For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessaq to substantiate claim. Nothing in 1 subdivision is intended to extend the time limit or supersede notice requirements othem provided by contract for the filing of claims. (b) (1) For claims of less than fifty thousand dollars ($50,000), the local agency d respond in writing to any written claim within 45 days of receipt of the claim, or n request, in writing, within 30 days of receipt of the claim, any additional documentat supporting the claim or relating to defenses to the claim the local agency may have agaj @ "Claim" means a separate demand by the contractor for (A) time extension. Claims must be file on or before the date of final payment. the claimant. Special Provis 02/08/95 1 (2) If additional information is thereafter required, it shall be requested and provil pursuant to this subdivision, upon mutual agreement of the local agency and the claim; (3) The local agency’s written response to the claim, as further documented, shall submitted to the claimant within 15 days after receipt of the further documentation or wii a period of time no greater than that taken by the claimant in producing the additic information, whichever is greater. (c) (1) For claims of over fifty thousand dollars ($50,000) and less than or equal to th hundred seventy-five thousand dollars ($375,000), the local agency shall respond in wrii to all written claims within 60 days of receipt of the claim, or may request, in writing, wil 30 day of receipt of the claim, any additional documentation supporting the claim or relai to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provic pursuant to this subdivision, upon mutual agreement of the local agency and the claim: (3) The local agency’s written response to the claim, as further documented, shall submitted to the claimant within 30 days after receipt of the further documentation, within a period of time no greater than that taken by the claimant in producing additional information or requested documentation, whichever is greater. (c) (1) For claims of over fifty thousand dollars ($50,000) and less than or equal to th hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writ to all written claims within 60 days of receipt of the claim, or may request, in writing, wit 30 days of receipt of the claim, any additional documentation supporting the claim relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provic pursuant to this subdivision, upon mutual agreement of the local agency and the claim; (3) The local agency’s written response to the claim, as further documented, shall submitted to the claimant within 30 days after receipt of the further documentation, within a period of time no greater than that taken by the claimant in producing 1 additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency’s written response, or the local agency fails respond within the time prescribed, the claimant may so notify the local agency, in writi either within 15 days of receipt of the local agency’s response or within 15 days of the lo agency’s failure to respond with the time prescribed, respectively, and demand an inforr conference to meet and confer for settlement of the issues in dispute. Upon a demand, 1 local agency shall schedule a meet and confer conference with 30 days for settlement of 1 dispute. (e) Following the meet and confer conference, if the claim or any portion remains a 0 0 Special Provisi 02/08/95 E dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Secl 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title : the Government Code. For purposes of those provisions, the running of the period oft within which a claim must be filed shall be tolled from the time the claimant submits hi her written claim pursuant to subdivision (a) until the time the claim is denied as a re of the meet and confer process, including any period of time utilized by the meet and COJ process. (9 This article does not apply to tort claims and nothing in this article is intended nor s be construed to change the time periods for filing tort claims or actions specified by Chal 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Pa of Division 3.6 of Title 1 of the Government Code. 20104.4 The following procedures are established for all civil actions filed to resolve cla subject to this article. (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadiI the court shall submit the matter to nonbinding mediation unless waived by mut stipulation of both parties. The mediation process shall provide for the selection within days by both parties of a disinterested third person as mediator, shall be commenced wit 30 days of the submittal, and shall be concluded within 15 days from the commencemen the mediation unless a time requirement is extended upon a good cause showing to court or by stipulation of both parties. If the parties fail to select a mediator within the day period, any party may petition the court to appoint the mediator. (b) (1) If the matter remains in dispute, the case shall be submitted to judicial arbitrat pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Cc of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery, of 1986 (Article 3 [commencing with Section 20161 of Chapter 3 of Title 3 of Part 4 of Code of Civil Procedure) shall apply to any proceeding brought under this subdivis consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, stipulation of the parties, arbitrat appointed for purposes of this article shall be experienced in construction law, .q.nd, ui stipulation of the parties, mediators and arbitrators shall be paid necessary and reasona hourly rates of pay not to exceed their customary rate, and such fees and expenses shall paid equally by the parties, except in the case of arbitration where the arbitrator, for gc cause, determines a different division. In no event shall these fees or expenses be paid state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 the Code of Civil Procedure, any party who after receiving an arbitration award requesi trial of de novo but does not obtain a more favorable judgment shall, in addition to paym of costs and fees under that chapter, pay the attorney’s fees of the other party arising ( of the trial de novo. 0 @ 0 Special Provis 02/08/95 I (c) The court may, upon request by any party, order any witnesses to participate in mediation or arbitration process. 20104.6 (a) No local agency shall fail to pay money as to any portion of a claim whic undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the le rate on any arbitration award or judgment. The interest shall begin to accrue on the d the suit is filed in a court of law. e 4-1 MATERIALS AND WORKMANSHIP To Section 4-1.1, General, add the following: The contractor shall remove and replace any work not conforming to the plans specifications upon written order by the Engineer. Any cost caused by reason of nonconforming work shall be borne by the Contractor. To Section 4-1.3.1, Inspection Requirements, General, add: All work shall be under the observation of the Engineer or his appointed representat The Engineer shall have free access to any or all parts of work at any time. Contra( shall furnish Engineer with such information as may be necessary to keep herhim f informed regarding progress and manner of work and character of materials. Inspectioi work shall not relieve Contractor from any obligation to fulfill this Contract. Modify Section 4-1.4, Test of Materials, as follows: Except as specified in these Special Provisions, the Agency will bear the cost of tesi materials and/or workmanshig where the results of such tests meet or exceed requirements indicated in the Standard Specifications and the Special Provisions. The ( of all other tests shall be borne by the Contractors. At the option of the Engineer, the source of supply of each of the materials shall approved by him before the delivery is started. All materials proposed for use may inspected or tested at any time during their preparation and use. If, after trial, it is foi that sources of supply which have been approved do not furnish a uniform product, or if product from any source proves unacceptable at any time, the Contractor shall fun approved material from other approved sources. After improper storage, handling or other reason shall be rejected. All backfill and subgrade shall be compacted in accordance with the notes on the plans the SSPWC. Compaction tests may be made by the District and all costs for tests that F or exceed the requirements of the specifications shall be borne by the District. @ e Special Provir 02/08/95 Said tests may be made at any place along the work as deemed necessary by the Enginc The costs of any retests made necessary by noncompliance with the specifications shall borne by the Contractor. e 5-1 LOCATION Add the following: The City of Carlsbad and affected utility companies have, by a search of known recoi endeavored to locate and indicate on the Plans, all utilities which exist within the limit! the work. However, the accuracy of completeness of the utilities indicated on the Plan not guaranteed. 5-4 RELOCATION Add the following: The temporary or permanent relocation or alteration of utilities, including sen connections, desired by the Contractor for hisher own convenience shall be the Contract own responsibility, and he/she shall make all arrangements regarding such work at no c to the District. If delays occur due to utilities relocations which were not shown on Plans, it will be solely the District’s option to extend the completion date. In order to minimize delays to the Contractor caused by failure of others to relocate utili1 which interfere with the construction, the Contractor, upon request to the District, may permitted to temporarily omit the portion of work affected by the utility. The portion t is omitted shall be constructed by the Contractor immediately following the relocation the utility involved unless otherwise directed by the City. @ 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Modify this section as follows: A construction schedule is to be submitted by the Contractor in accordance with 1 following: 1. The prime contractor is required to prepare in advance and submit at 1 time of the project preconstruction meeting a detailed critical path meth (CPM) proper schedule. This schedule is subject to the review and appro of the City. 0 Special Provisi 02/08/95 F 2. The schedule shall show a complete sequence of construction activii identifying work for the complete project in addition to work requi separate stages, as well as any other logically grouped activities. The schec shall indicate the early and late start, early and late finish, 50% and S completion, and any other major construction milestones, materials equipment manufacture and delivery, logic ties, float dates and duration The prime contractor shall revise and resubmit for approval the schedulc required by City when progress is not in compliance with the origj schedule. The prime contractor shall submit revised project schedules v each and every application for monthly progress payment identiwng chan since the previous version of the schedule. The schedule shall indicate estimated percentage of completion for each il of work at each and every submission. The failure of the prime contractor to submit, maintain, or revise aforementioned schedule(s) shall enable City, at its sole election, to withh up to 10% of the monthly progress payment otherwise due and payable to contractor until the schedule has been submitted by the prime contractor q approved by City as to completeness and conformance with m 3. 4. 5. a aforementioned provisions. No changes shall be made to the construction schedule without prior writ approval of the Engineer. Any progress payments made after the schedu completion date shall not constitute a waiver of this paragraph or i damages. Coordination with the respective utility company for removal or relocatior conflicting utilities shall be requirements prior to commencement of work the Contractor. The "order of work'' is indicated on the drawings. The Contractor shall uti1 this order of work when preparing the CPM schedule. Phase A includes pressure reducing station. The pressure reducing station shall be operatio prior to the pipeline being completed under Phase 9. The pipeline Phast through 9 shall be completed in series including all testing, specifi connections, paving, striping, before moving traffic control and constructj of the next phase in the series. Special Provisi a 02/08/95 F 6-5 TERMINATION OF CONTRACT 0 Add the following sentence to this section: Grounds for termination of the contract by the District include failure of the Distric Contractor to obtain necessary permits from other governmental agencies, or unreason delay caused by enforcement of laws and regulations by other public agencies, including not limited to, enforcement of the Endangered Species Act and other similar laws. 6-6 DELAYS AND EXTENSIONS OF TIME To Section 6-6.3 Payment for Delays to Contractor, add the following sentence: The District shall not be liable for delay caused by the enforcement of laws and regulati by other public agencies, including but not limited to, enforcement of the Endangc Species Act and other similar laws. 6-7 TIME OF COMPLETION The Contractor shall begin work within ten (10) calendar days after receipt of the "NO to Proceed" and shall diligently prosecute the work to completion within one hundred twenty (120) To Section 6-7.2, Working Day, add: Hours of work - All work shall normally be performed between the hours of 7:OO a.m. sunset, from Monday thru Friday. The contractor shall obtain the approval of the Engin if he/she desires to work outside the hours state herein. Contractor may work during Saturdays and holidays only with the written permission of Engineer. This written permission must be obtained at least 48 hours prior to such w( The Contractor shall pay the inspection costs of such work. calendar days after the date of the Notice to Proceed. 0 6-8 COMPLETION AND ACCEPTANCE Add the following: All work shall be guaranteed for one (1) year after the filing of a "Notice of Completi and any faulty work or materials discovered during the guarantee period shall be repai or replaced by the Contractor, at his expense. Twenty-five percent of the fait1 performancebarranty bond shall be retained as a warranty bond for the one year warra period. a Special Provis 02/08/95 1 6-9 LIQUIDATED DAMAGES 0 Modify this section as follows: If the completion date is not met, the contractor will be assessed the sum of $ 500 day for each day beyond the completion date as liquidated damages for the delay. 1 progress payments made after the specified completion date shall not constitute a waive this paragraph or of any damages. 7-3 LIABILITY INSURANCE Add the following: All insurance is to be placed with insurers that have rating in best’s Key Rating Guidc at least A-:V and are admitted and authorized to conduct business in the state of Calif01 and are listed in the official publication of the Department of Insurance of the Stat€ California. 7-4 WORKERS’ COMPENSATION INSURANCE Add the following: All insurance is to be placed with insurers that are admitted and authorized to conc business in the State of California and are listed in the official publication of Department of Insurance of the State of California. Policies issued by the SI Compensation Fund meet the requirement for workers’ compensation insurance. e 7-5 PERMITS Modify the first sentence to read: The Agency shall obtain, at no cost to the Contractor, all encroachment, right-of-v grading, and building permits necessary to perform work for this contract on District City property, in street, highways (except State highway right-of-way), railways or 01 rights-of-way. Add the following: Contractor shall secure and pay for all County or State permits, fees and licenses neces: for proper execution and completion of work as applicable at time of receipt of bids. Contractor shall not begin work until all permits incidental to the work are obtained. Special Provii a 02/08/95 Contractor shall obtain approval for haul routes. Haul route approvals shall be issuec the City Engineer. 7-8 PROJECT SITE MAINTENANCE e To Section 7-8, Add the following: 7-8.1, Cleanup and Dust Control Cleanup and dust control shall be executed even on weekends and other non-working c at the District's request. 7.8.5 Temporary Light, Power, and Water The Contractor shall obtain a construction meter for water utilized during the construc under this contract. The Contractor shall contact the Water District for requireme phone (619) 438-2722 ext. 109. The Contractor shall include the cost of water and mc rental within appropriate items of the proposal. No separate payment will be made. 7.8.8 Noise Control All internal combustion engines used in the construction shall be equipped with muff in good repair when in use on the project with special attention to City Noise Con Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48. 7-10 PUBLIC CONVENIENCE AND SAFETY 0 Add the following: 7-10.1 Traffic Control and Access General: The Contractor shall furnish maintenance of traffic and detours in accordai with the Traffic Control Plan and State of California "Department of Transportation Man of Traffic Controls for Construction and Maintenance of Work Zones", latest edition, all portions of this contract within or adjacent to public Right-of-way, streets and dric and replace all striping, reflectors, dots, or other traffic control devices removed or disturl during construction. The Contractor shall furnish, construct, maintain and finally remove detours, road closui lights, signs, barricades, fences, miscellaneous traffic devices, flagmen, and reconstruct pav and other such items and services as are necessary to adequately safeguard the public fk hazard and inconvenience. All such work shall be as provided in the Specifications herc or as directed by the CITY ENGINEER, and shall comply with all ordinances, directiv and regulations the City of Carlsbad. It is the intent of these Specifications to provide for adequate traffic detour routing a @ Special Provisi 02/08/95 R signing to maintain a smooth and safe flow of traffic through ap. around the construct areas. Add the following: 7-10.3 Construction Signs and Barricades: Construction signs and barricades used handling traffic and for public convenience shall conform to the State of Califor Department of Transportation, "Manual of Traffic Controls for Construction Maintenance Work Zones", latest edition, and "Work Area Traffic control Handbook", la edition. All signs and barricades shall be illuminated or reflectorized when they are used dui hours of darkness. All delineators, cones, barricades or posts used in the diversion of trz shall be provided with flashers or other satisfactory illumination if in place during darkn The Contractor shall maintain a 24-hour emergency service to remove, install, relocate, maintain warning devices and shall furnish to the City Engineer and Police Departr names and telephone numbers of two persons responsible for this emergency service. In event these persons do not promptly respond when notified by the City Engineer or representative, the City of Carlsbad reserves the right to call other forces to accomplish s required emergency service, and the Contractor will be held responsible for any and all CI incurred by the District. The cost for City placement or replacement of missing or displaced warning devises s be in accordance with the following provisions: a. a a For placing barricades - $5.00 per barricade for the first day or any part thereof $2.00 per barricade per day for each day thereafter or any part thereof. For flashers - $2.50 per flasher for the first day or any part thereof and $1.00 flasher per day for each day thereafter or any part thereof. For traffic cones - $1.00 per cone for each day or any part thereof. In the event that the services of the City are required between the hours of 5:OO I and 6:30 a.m., during the normal week or any time on Saturday, Sunday, or a ( holiday, there shall be an additional charge of $26.00 for each service trip requi Judgement as to adequate or sufficient barricading shall be that which is adequate sufficient in the opinion of the City Engineer or his representative. Vehicular Traffic Control: Prior to the start of each work day, the Contractor shall perf( all necessary work incidental to and commensurate with the proper signing, detour barricading, etc., heretofore and hereinafter specified, that is required for the partic day's schedule of operations. No construction shall be permitted until such signing detouring operations have been completed. At the completion of the project, the orig striping pattern shall be replaced by the Contractor, unless directed otherwise by the 1 Special Provi 02/08/95 b. c. d. a Engineer. Permanent Traffic Controls: All existing permanent traffic control signs, barricades devices shall remain in effective operation unless a substitute operation is arranged for approved by the City Engineer as a portion of vehicular traffic control above. Traffic Signal Maintenance: Contractor shall be responsible for all signal modificat: and/or repairs necessary to complete construction. Contractor or his design: representative shall coordinate all traffic signal maintenance through the City of Carlsl Utilities and Maintenance Department at least 2 working days prior to work. (H Heisterman or Greg Clavier, phone (619) 438-1161 ext. 4120. Contractor shall be liable for all costs associated with emergency call outs, signal tin changes, realignment of traffic signal heads, and all other signal related work necessar complete construction. In cases where emergency repairs are necessary and/or Contractor’s sub-contractor for signal work cannot be reached in a timely manner, the ( of Carlsbad will request their signal maintenance contractor respond and make rep necessary to secure the safe operation of the intersection. All costs associated with tl repairs will be borne by the Contractor and will be paid directly by the Contractor to City’s traffic signal maintenance contractor. Payment: All Material and work specified in this section shall be paid for on a lump ! basis for traffic control as indicated in the bid schedule. 7-10.4.3 Special Hazardous Substances and Processes Add the following: EXISTING ASBESTOS CEMENT PIPE A. General: @ a The Contractor will be encountering existing asbestos materials (i.e.: cement pipes) during the prosecution of his work. asbe . B. Health Hazard: The Contractor is warned that Asbestos is a known human carcinogen when inh; and poses serious health risks. Asbestos fibers are easily inhaled and can resul chronic respiratory illness, cancer and other severe health effects. C. Removal of Existing Pipe: Removal of existing asbestos material shall be performed by a Contractor registc by CAL/OSHA and certified by the State Contractor Licensing Board for asbe removal. Copies of the certification shall be submitted to the District prior to commencement of any asbestos removal activities. The Contractor or subcontra Special Provii 02/08/95 e shall comply with all State and Federal laws regarding handling and removi asbestos materials. The Contractor shall be responsible for the proper identifica removal and disposal of all asbestos materials. Joining Existing Asbestos Cement Pipe: In the specific instance of making connection to the existing asbestos cement I the contractor shall disconnect, at the nearest joints, the length of asbestos cer pipe to be connected into. This length of existing asbestos cement pipe wil replaced by the new pipe making the tie-in. Cutting, Handling and Disposal of Asbestos Cement Pipe: The Contractor shall cut asbestos cement pipe only when absolutely necessary shall perform all cutting, handling and disposal of asbestos cement pipe in s conformance with all applicable CAL/OSHA, E.P.A. and governing health agc requirements. The Contractor shall provide sufficient supervision and monitorin assure said conformance. 0 D. E. F. Payment: The cost of asbestos concrete pipe cutting, removal and disposal, will not be paid separately but shall be included and considered part of the unit price bid completed pipe.Add the following to Section 7-10.4, Public Safety: 7-10.4.4 Safety and Protection of Workers and Public The Contractor shall take all necessary precautions for the safety of employees on the M site and shall comply with all applicable provisions of Federal, State and Municipal sa laws and building codes to prevent accidents or injury to persons on, about, or adjacen the premises where the work is being performed. He/she shall erect and properly main1 at all time, as required by the conditions and progress of the work, all necessary safegua for the protection of workers and public, and shall use danger signs warning against haze created by such features of construction as protruding nails, hoists, well holes, and fa1 materials. a 7-13 LAWS TO BE OBSERVED Add the following: Municipal ordinances which affect this work include Chapter 11.06.Excavation and Gradi If this notice specifies locations or possible materials, such as borrow pits or gravel be for use in the proposed construction project which would be subject to Section 1601 Section 1603 of the Fish and Game Code, such conditions or modifications establis1 pursuant to Section 1601 of the Fish and Game Code shall become conditions of 0 Special Provis 02/08/95 I contract. 8-1 FACILITIES FOR AGENCY PERSONNEL, GENERAL a Add the following: Field office facilities shall be Class N/A field office. 9-3 PAYMENT Modify Section 9-3.2, Partial and Final Payment, as follows: Delete the second sentence of the third paragraph having to do with reductions in amo of re ten tion. a a Special Provisii Q2lQ8195 R 0 TECHNICAL SPECIFICATIONS a 0 Technical Specificatic W08195 R 58 SECTION 01730 - OPERATION AND MAINTENANCE MANUALS 1.00 GENERAL Submit six copies of all manufacturer’s operation and maintenance manuals and data pertinent to equipment supplied for the project. Prepare and organize the material in three-ring binders with divider tabs and labels. Include a table of contents. 1.01 SUBMITTALS Submittals shall include: A. List of equipment furnished for project with name, address, and telephone number of vendor. List of sexial numbers of equipment furnished. A copy of shop drawings for mechanical, electrical, and instrument equipment in final form. Manufacturer’s operation and maintenance instructions and parts lists. List of fuses, lamps, seals, and other expendable equipment and devices. Specify size, type, and ordering description. List name, address, and telephone number of vendor. B. C. D. E. 1.02 EQUIPMENT DATA SHEETS Provide six sets of equipment data sheets, bound in three-ring binders, summarizing the equipment manufacturer’s maintenance instructions and recommendations. A blank data sheet and a sample data sheet are attached. END OF SECTION Section 01730 - Operation & Maintenance Manuals 02/08/95 Rev. 0 Preventive Maintenance and Operating Requirement Sheets Preventive Maintenance Program EQUIPMENT DESCRIPTION Name: Influent Pump No. 1 Size: 15 hp Serial No: 123456ABC Model: 140" Frame Vendor: ABC Pump GI. Class F Insulation Equipment Record Number ELEmRICAL OR MECHANICAL DATA Tag No.: Pol-1 Serial No. 9876542Y W/Space Heater Vendor Address: Type: 1111 Pump Circle Newport Beach, CA 92663 Mfr: DEF Motors, Inc. Vendor Rep: XYZ Equipment, Inc. Voltage: 460 Amps: 20 Phone: (714) 752-0505 Phase: 3 rpm: 1,800 Maintenance Work to be Done Frequency* 1. Operate all valves and check such things as D a) bearing temperature, b) changes in running sound, c) suction and discharge gage readings, d) pump discharge rate, and e) general condition of the drive equipment. 2. Check packing. D 3. Check pumping unit for any dust, dirt or debris. W (Continued on attached sheet) Operating Requirements and Reference For manufacturer's instructions regarding installation, operation, maintenance, and trouble shooting of this equipment, see Volume , Section . *D - Daily; W - Weekly; B - Biweekly; M- Monthly; Q - Quarterly; S- Semiannually; Preventive Maintenance and Operating Requirement Sheets Preventive Maintenance Program EQUIPMENT DESCRIPTION Name: Size: Equipment Record Number ELECTRICAL OR MECHANICAL DATA Serial No: Model: Vendor: Vendor Address: Type: Mfr: Vendor Rep: Voltage: Amps: Phone: Phase: rpm: Maintenance Work to be Done Frequency* 4. Lubricate bearing frame and motor bearings (consult Q 5. Disassemble and change or repair the following A manufacturer’s instructions for type of grease or oil). a) impeller, b) shafts, c) shaft sleeve, d) rotary seals, and e) sleeve bearings. ~~~ Operating Requirements and Reference *D - Daily; W - Weekly; B - Biweekly; M- Monthly; Q - Quarterly; S- Semiannually; I e Preventive Maintenance Program EQUIPMENT DESCRIPTION Name: Size: Serial No: Model: Equipment Record Number ELECTRICAL OR MECHANICAL DATA Vendor: Vendor Address: Type: Mff: Vendor Rep: Voltage: Amps: Phase: rpm: Frequency* phone: Maintenance Work to be Done Operating Requirements and Reference 62 SECTION 02200 - EARTHWORK PART 1 - GENERAL 1.1 THE REQUIREMENT A. The Work of this Section includes all earthwork required for construction of the WORK Such earthwork shall include, but not be limited to, the loosening, removing, loading, transporting, depositing, and compacting in its final location of all materials wet and dry, as required for the purposes of completing the work specified in the Contract Documents, which shall include, but not be limited to, the furnishing, placing, and removing of sheeting and bracing necessary to safely support the sides of all excavation; all pumping, ditching, draining, and other required measures for the removal or exclusion of water from the excavation; the supporting of structures above and below the ground; all backfilling around structures and all backfilling of trenches and pits; the disposal of excess excavated materials; borrow of materials to make up deficiencies for fills; and all other incidental earthwork, all in accordance with the requirements of the Contract Documents. REFERENCE SPECIFICATIONS, CODES, AND STANDARDS. Codes: All codes, as referenced herein, are specified in Division 1, Section B - Reference to the Standards or Publications. 1.2 A. B. Commercial Standards: ASTM D 422 ASTM D 698 Method for Particle-Size Analysis of Soils. Test Methods for Moisture-Density Relations of Soils and Soil- Aggregate Mixtures, Using 5.5-lb (2.49-kg) Rammer and 12-in (304.8-mm) Drop Test Method for Density of Soil in Place by the Sand-Cone Method Test Methods for Moisture-Density Relations of Soils and Soil- Aggregate Mixtures Using IO-lb. (4.54-kg) Rammer and 18-in. (457-mm) Drop Test Method for Compressive Strength of Molded Soil-Cement Qlinders ASTM D 1556 ASTM D 1557 ASTM D 1633 Section 02200 Earthwork 02/08/95 Rev. ASTM D 2419 e Aggregate ASTM D 2487 ASTM D 2901 Test Method for Sand Equivalent Value of Soils and Fj Classification of Soils for Engineering Purposes Test Method for Cement Content of Freshly-Mixed Sc Cement Test Methods for Density of Soil and Soil-Aggregate in Pla by Nuclear Methods (Shallow Depth) Test Methods for Maximum Index Density of Soils Using Vibratory Table ASTM D 2922 ASTM D 4253 ASTM D 4254 Test Methods for Minimum Index Density of Soils a Calculation of Relative Density 1.3 CONTRACTOR SUBMITTALS A. The CONTRACTOR'S attention is directed to the provisions of Subpart P, Sectic 1926.652 of the OSHA Safety and Health Standards of Construction, which requi that all banks and trenches over 5 feet high shall be shored or sloped to the ang of repose. The CONTRACTOR'S attention is directed to the provisions for "Shoring a1 Bracing Drawings" in Section 6705 of the California Labor Code. Tl CONTRACTOR, prior to beginning any trench or structure excavation 5 feet dec or over shall submit to the OWNER and shall be in receipt of the OWNER'S writtc acceptance of the CONTRACTORS detailed plan showing design of all shorir bracing, sloping of the sides of excavation, or other provisions for worker protectic against the hazard of caving ground during the excavation of such trenches c structure excavation. If such plan varies from the shoring system standarc established in the Construction Safety Orders of the State of California, suc alternative systems plans shall be prepared by a civil or structural engineer license in the State of California. B. a C. The Contractor shall submit samples of materials in accordance with tk requirements in Division 11, Section B. 1.4 QUALITY ASSURANCE A. General: All soils testing will be done by a testing laboratory of the OWNER choice at the OWNERS expense except as specified in Paragraph 1.5C below. Section M2( hrthwoi 024HPS Re * 64 B. Where soil material is required to be compacted to a percentage of maximum density, the maximum density at optimum moisture content will be determined in accordance with ASTM D 1557. Where cohesionless, free draining soil material is required to be compacted to a percentage of relative density, the calculation of relative density will be determined in accordance with ASTM D 4353 and D 4254. Field Density in-place tests will be performed in accordance with ASTM D 1556, ASTM D 2922, or by such other means acceptable to the ENGINEER. In case the test of the fill or backfill show non-compliance with the required density, the CONTRACTOR shall accomplish such remedy as may be required to insure compliance. Subsequent testing to show compliance shall be by a testing laboratory selected by the OWNER and shall be at the CONTRACTOR'S expense. Particle size analysis of soils and aggregates will be performed using ASTM D 422. Determination of sand equivalent value will be performed using ASTM D 2419. Unified Soil Classification System: References in these specifications to soil classification types and standards set forth in ASTM D 2487 shall have the meanings and definitions indicated in the chart illustrated at the end of this Section. The chart is reproduced herein for the convenience of the CONTRACTOR only, and no limitation, amendment, or modification is intended thereby. The CONTRACTOR shall be bound by all applicable provisions of said ASTM D 2487 in the interpretation of soil classifications. C. D. E. F. PART 2 - PRODUCTS 2.1 SUITABLE FILL AND BACKFILL MATERIAL, REQUIREMENTS General: Fill, backfill, and embankment materials shall be suitable selected or processed clean, fine earth, rock or sand, free from grass, roots, brush or other vegetation. Fill and backfill materials to be placed within 6 inches of any structure or pipe shall be free of rocks or unbroken masses of earth materials having a maximum dimension larger than 3 inches. SuitabIe Materials: Soils not classified as unsuitable as defined in Paragraph entitled, "Unsuitable Material" herein, are defined as suitable materials and may be used in fills, backfilling, and embankment construction subject to the specified limitations. In addition, when acceptable to the ENGINEER, some of the material listed as unsuitable may be used when thoroughly mixed with suitable material to form a stable composite. A. B. C. Section 0'224Xl Earthwork OZKWS Rev. @ D. Suitable materials may be obtained from on-site excavations, may be processed I site materials, or may be imported. If imported materials are required to meet requirements of this Section or to meet the quantity requirements of the project, CONTRACTOR shall provide the imported materials at no additional expense to OWNER, unless a unit price item is included for imported materials in the bidd schedule. The following types of suitable materials are designated and defined as follows: 1. Type A (one inch minus granular backfill): Crushed rock, gravel, or sand w 100 percent passing a 1-inch sieve and a sand equivalent value not less th 50. Type B (one-half inch minus granular backfill): Crushed rock, gravel, or sa with 100 percent passing a 112-inch sieve and a sand equivalent value not 1( than 50. Type C (sand backfill): Sand with 100 percent passing a 3?8-inch sieve, at le 90 percent passing a Number 4 sieve, and a sand equivalent value not 11 than 30. Type D (coarse rock backfill): Crushed rock or gravel with 100 pera passing a 1 inch sieve and not more than 10 percent passing a Numbei E. 2. 3. 4. e sieve. 5. Type E (pea gravel backfill): Crushed rock or gravel with 100 percent passi a '/2 inch sieve and not more than 10 percent passing a Number 4 sieve. Type F (coarse drainrock): Crushed rock or gravel meeting the followi gradation requirements: 6. Sieve Size Percentage Passing: 2-inch 100 l-'/pinCh 90- 100 1 -inch 20-55 3/4-in~h 0-15 No. 200 0-3 7. Type G (aggregate base): Crushed rock aggregate base material of su( nature that it can be compacted readily by watering and rolling to form a fin stable base for pavements. At the option of the CONTRACTOR, the gradii for either the l-%-inch maximum size or 3/4-inch maximum size shall be use Section 022 Earthwc WOW95 Rc a 66 The sand equivalent value shall be not less than 22, and the material shall meet the following gradation requirements: Percentage Passing Sieve Size P-%-inch Max. %-inch Max. 2-inch 100 - l-%-inch 90 - 100 - I-inch - 100 %-inch 50-85 90-100 No. 4 25-45 35-55 No. 30 10-25 10-30 No. 200 2-9 2-9 8. Type H (graded drainrock): Drainrock shall be crushed rock or gravel, durable and free from slaking or decomposition under the action of alternate welting or drying. The material shall be uniformly graded and shall meet the following gradation requirements: Sieve Size Percentage PassinP 1-inch 100 %-inch 90-100 %-inch 40-100 No. 4 25-40 No. 8 18-33 No. 30 5-15 No. 50 0-7 No. 200 0-3 The drainrock shall have a sand equivalent value not less than 75. The finish graded surface of the drainrock immediately beneath hydraulic structures shall be stabilized to provide a firm, smooth surface upon which to construct reinforced concrete floor slabs. The CONTRACTOR shall use, at its option, one of the asphalt types listed below: Tpel T_vpe2 Ty3 Designation SC-70 sc-250 RS-1 135-175 165-200 70-120 Spray Temperature (F") Coverage (gaVsq yd) 0.50 0.50 0.50 Section 02200 Earthwork 0308195 Rev. I If the surface remains tacky, sufficient sand shall be applied to absorb tl e excess asphalt. 9. 10. Type 1: Any other suitable material as defined herein. Type J (cement-treated backfill): Material which consists of Type H materii or any mixture of Types B, C, G, and H materials which has been cemeI treated so that the cement content of the material is not less than 5 perce by weight when tested in accordance with ASTM D 2901. The ultima compressive strength at 28 days shall be not less than 400 psi when tested accordance with ASTM D 1633. Type K (topsoil): Stockpiled topsoil material which has been obtained at tl site by removing soil to a depth not exceeding 2 feet. Removal of the topsc shall be done after the area has been stripped of vegetation and debris < specified. Type L (Class 1 crushed stone): Manufactured angular, granular crushc stone, rock or slag, with 100 percent passing a 1-inch sieve and less than percent passing a Number 4 sieve. Type M (aggregate subbase): Crushed rock aggregate subbase material th can be compacted readily by watering and rolling to form a firm stable bas The sand equivalent value shall be not less than 18 and shall meet tb following gradation requirements: 11. 12. 13. a Sieve Size Percentage - Passing 3-inch 100 2-112 inch 87-100 No. 4 35-95 No. 200 0-29 14. Type N (trench plug): Low permeable fill material, a nondispersible cla material having a minimum plasticity index of 10. 2.2 UNSUITABLE MATERIAL A. Unsuitable soils for fill material shall include soils which, when classified unde ASTM D 2487, fall in the classifications of Pt, OH, CH, MH, or OL. In addition, any soil which cannot be compacted sufficiently to achieve th~ percentage of maximum density specified for the intended use, shall be classed a unsuitable material. B. Section 0220 Earthwor W08195 Rei 0 68 2.3 USE OF FILL, BACKFILL, AND EMBANKMENT MATERIAL TYPES The CONTRACTOR shall use the types of materials as designated herein for all required fill, backfill, and embankment construction hereunder. Where these Specifications conflict with the requirements of any local agency having jurisdiction, or with the requirements of a material manufacturer, the ENGINEER shall be immediately notified. In case of conflict therewith, the CONTRACTOR shall use the most stringent requirement, as determined by the ENGINEER. Fill and backfill types shall be used in accordance with the following provisions. 1. A. B. C. Embankment fills shall be constructed of Type 1 material, as defined herein, or any mixture of Type 1 and Type A through Type H materials. Pipe zone backfill, as defined under "Pipe and Utility Trench Backfill" herein, shall consist of the following materials for each pipe material listed below. a. 2. Mortar coated pipe and concrete pipe shall be provided Type A, B, C, D, E, or L pipe zone material. Tape wrapped pipe and other non-mortar coated pipe shall be backfilled with Type C pipe zone backfill material. Plastic pipe and vitrified clay pipe shall be backfilled with Type L pipe zone backfill material. b. c. 3. Trench zone backfill for pipelines as defined under "Pipe and Utility Trench Backfill" shaIl be Type 1 backfill material or any of Types A through H backfill materials or any mixture thereof. Final backfill material for pipelines under paved areas, as defined under "Pipe and Utility Trench Backfill" shall be Type G backfill material. Final backfill under areas not paved shall be the same material as that used for trench backfill, except that Type K material shall be used for final backfill in agricultural areas unless otherwise shown or specified. Trench backfill and final backfill for pipelines under structures shall be the same materid as used in the pipe zone, except where concrete encasement is required by the Contract Documents. Aggregate base materials under pavements shall be Type G material constructed to the thicknesses shown or specified. Where specified or shown, aggregate subbase shall be Type M material. 4. 5. 6. Section O2200 Earthwork CW08P5 Rev. 7. Backfill around structures shall be Type 1 material, or Types A through T H materials, or any mixture thereof. Backfill materials beneath structures shall be as follows: a. e 8. Drainrock materials under hydraulic structures or other water retain structures with underdrain systems shall be Type H material. Under concrete hydraulic structures or other water retaining structu without underdrain systems, Types G or H materials shall be used Under structures where groundwater must be removed to all placement of concrete, Type F material shall be used. d. Under all other structures, Type D, E, G, or H material shall be us Backfill used to replace pipeline trench over-excavation shall be a layer Type F material with a 6-inch top filter layer of Type E material or fil fabric to prevent migration of fines for wet trench conditions or the sa material as used for the pipe zone backfill if the trench conditions are I wet. Filter fabric shall be Mirafi 140 N, Mirafi 700X, or equal. The top 6 inches of fill on reservoir roofs, embankment fills around hydrau structures, and all other embankment fills shall consist of Type K materi topsoil. The access road and top 3 inches of fill on vault roof shall be Type material. b. c. 9. 10. e 11. PART 3 - EXECUTION 3.1 STRUCTTJRE, ROADWAY, AND EMBANKMENT EXCAVATION General: Except when specifically provided to the contrary, excavation shall incluc the removal of all materials of whatever nature encountered, including : obstructions of any nature that would interfere with the proper execution ai completion of the work. The removal of said materials shall conform to the lines ai grades shown or ordered. Unless otherwise provided, the entire construction sj shall be stripped of all vegetation and debris, and such material shall be removc from the site prior to performing any excavation or placing any fill. 33 CONTRACTOR shall furnish, place and maintain all pumping, ditching, or othl measures for the removal of exclusion of water, including taking care of storm wate groundwater, and wastewater reaching the site of the work from any source so as A. Section 022 Earthwa 02/08/95 Rc a 70 prevent damage to the work or adjoining property. Excavations shall be sloped or otherwise supported in a safe manner in accordance with applicable stated safety requirements and the requirements of OSHA Safety and HeaIth Standards for Construction (29CFR 1926). Excavation Beneath Structures and Embankments: Except where otherwise specified for a particular structure or ordered by the ENGINEER, excavation shall be carried to the grade of the bottom of the footing or slab. Where shown or ordered, areas beneath structures or fills shall be over-excavated. The subgrade areas beneath embankments shall be excavated to remove not less that the top 6-inches of native material and where such subgrade is sloped, the native material shall be benched. When such over excavation is shown, both over-excavation and subsequent backfill to the required grade shall be performed by the CONTRACTOR. When such over- excavation is not shown but is ordered by the ENGINEER, such over-excavation and any resulting backfill will be paid for under a separate unit price bid item if such bid item has been established; othedse payment will be made in accordance with a negotiated price. After the required excavation or over-excavation has been completed, the exposed surface shall be scarified to a depth of 6 inches, brought to optimum moisture content, and rolled with heavy compaction equipment to obtain 95 percent of maximum density. Excavation Beneath Concrete Vault: Excavation under the vault shall extend to the bottom of the drainrock layer. After such excavation has been completed, the exposed surface shall be rolled with heavy compaction equipment to 95 percent of maximum density and then graded to provide a reasonably smooth surface for placement of the drainrock. Areas under the vault upon which fill is to be placed shall be scarified to a depth of 6 inches, brought to optimum moisture content, and compacted to obtain 95 percent of maximum density. Excavation Beneath Paved Areas: Excavation under areas to be paved shall extend to the bottom of the aggregate based or subbase, if such base is called for; otherwise it shall extend to the paving thickness. After the required excavation has been completed, the top 12 inches of exposed surface shall be scarified, brought to optimum moisture content, and rolled with heavy compaction equipment to obtain 95 percent of maximum density. The finished subgrade shall be even, self-draining, and in conformance with the slope of the finished pavement. Areas that could accumulate standing water shall be regraded to provide a self-draining subgrade. Notification of ENGINEER The CONTRACTOR shall notify the ENGINEER at least 3 days in advance of completion of any structure excavation and shall allow the ENGINEER a review period of at least one day before the exposed foundation is scarified and compacted or is covered with backfill or with any construction materials. PIPELINE AND UTILITY TRENCH EXCAVATION B. C. D. E. 3.2 Section 02200 Earthwork 02@8/95 Rev. A. General: Unless otherwise shown or ordered, excavation for pipelines and utiliti shall be open-cut trenches. Trench widths shall be kept as narrow as is practical f the method of pipe zone densification selected by the CONTRACTOR, but sh, have a minimum width at the bottom of the trench equal to the outside diameter the pipe plus 24 inches for mechanical compaction methods and 18 inches for wal consolidation methods. The maximum width at the top of the pipe shall be eqi tothe outside diameter of the pipe plus 36 inches for pipe diameters 18 inches ar larger and to the outside diameter of the pipe plus 24 inches for pipe diameters le than 18 inches, or as shown on the Drawings. Trench Bottom: Except when pipe bedding is required, the bottom of the trenc shall be excavated uniformly to the grade of the bottom of the pipe, The trenc bottom shall be given a final trim, using a string line for establishing grade, such th each pipe section when first laid will be continually in contact with the ground a101 the extreme bottom of the pipe. Rounding out the trench to form a cradle for tl pipe will not be required. Excavations for pipe bells and welding shall be made required. Open trench: The maximum amount of open trench permitted in any one locatic shall be 500 feet, or the length necessary to accommodate the amount of piF installed in a single day, whichever is greater. All trenches shall be fully backfille at the end of each day or, in lieu thereof, shall be covered by heavy steel platt adequately braced and capable of supporting vehicular traffic in those locatio1 where it is impractical to backfill at the end of each day. The above requiremen for backfilling or use of steel plate will be waived in cases where the trench is locate further than 100 feet from any travelled roadway or occupied structure. In sue cases, however, bamcades and warning lights meeting OSHA requirements shall t: provided and maintained. Trench Over-Excavation: Where the Drawings indicate that trenches shall be ovei excavated, they shall be excavated to the depth shown, and then backfilled to th grade of the bottom of the pipe. Over-Excavation: When ordered by the ENGINEER, whether indicated on th Drawings or not, trenches shall be over-excavated beyond the depth shown. Suc over-excavation shall be to the depth ordered. The trench shall then be backfille, to the grade of the bottom of the pipe. All work specified in this Section shall b performed by the CONTRACTOR when the over-excavation ordered by th ENGINEER is less than 6 inches below the limits shown. When the over-excavatio ordered by the ENGINEER in 6 inches or greater below the limits shown, additiona payment will be made to the CONTRACTOR for that portion of the work which i located below said 6-inch distance. Said additional payment will be made unde separate unit price bid items to over-excavation and bedding if such bid items havt been established; otherwise payment wilt be made in accordance with a negotiate( 0 B. C. a D. E. Section 0220 Earthworl (32'0895 Re\ a 72 price. F. Where pipelines are to be installed in embankment or structure fills, the fills shall be constructed to a level at least one foot above the top of the pipe before the trench is excavated. 3.3 OVER-EXCAVATION NOT ORDERED, SPECIFIED, OR SHOWN A. Any over-excavation carried below the grade ordered, specified, or shown, shall be backfilled to the required grade with the specified material and compaction. Such work shall be performed by the CONTRACTOR at its own expense. 3.4 EXCAVATION IN LAWN AREAS A. Where excavation occurs in lawn areas, the sod shall be carefully removed, kept damp, and stockpiled to preserve it for replacement. Excavated material may be placed on the lawn; provided, that a drop cloth or other suitable method is employed to protect the lawn from damage. The lawn shall not remain covered for more than 72 hours. Immediately after completion of backfilling (and testing of the pipeline), the sod shall be replaced and lightly rolled in a manner so as to restore the lawn as near as possible to its original condition. CONTRACTOR shall provide new sod if stockpiled sod has not been replaced within 72 hours. EXCAVATION IN VICINITY OF TREES Except where trees are shown to be removed, trees shall be protected from injury during construction operations. No tree roots over 2 inches in diameter shall be cut without express permission of the ENGINEER. Trees shall be supported during excavation by any means previously reviewed by the ENGINEER. 3.5 A. 3.6 ROCK EXCAVATION A. Rock excavation shall include removal and disposal of the following: (1) all boulders measuring 1/3 of a cubic yard or more in volume; (2) all rock material in ledges, bedding deposits, and unstratified masses which cannot be removed without systematic drilling and blasting; (3) concrete or masonry structures which have been abandoned; and (4) conglomerate deposits which are so firmly cemented that they possess the characteristics of solid rock and which cannot be removed without systematic drilling and blasting. Said rock excavation shall be performed by the CONTRACTOR; provided, that should the quantity of rock excavation be affected by any change in the scope of work, an appropriate adjustment of the contract price will be made under a separate B. Section 02200 Earthwork W08P5 Rev. bid item if such bid item has been established; otherwise payment will be made accordance with a negotiated price. Explosives and Blasting: Blasting will not be permitted, except by express permiss of the ENGINEER on a case-by-case basis. The use of explosives will be subjecl the approval and regulations of all agencies having jurisdiction. If blasting is utili; at the site of the WORK, the CONTRAaOR shall take all precautions and provl all protective measures necessary to prevent damage to property and structures injury to person. Prior to blasting, the CONTRACI'OR shall secure all pem required by law for blasting operations and shall provide any additional haz; insurance required by the OWNER. The CONTRACTOR shall have a fi qualified and experienced blasting foreman in charge of all blasting operations. The CONTRACTOR will be held responsible for all and shall make good i damage caused by blasting or resulting from its possession or use of explosives on 1 WORK. All operations involving the handling, storage, and use of explosives shall conducted in accordance with tbe requirements of OSHA Standards of Constructic and in accordance with all local laws and regulations. DISPOSAL OF EXCESS EXCAVATED MATERIAL The CONTRACTOR shall remove and dispose of all excess excavated material a site selected by the CONTRACI'OR and reviewed by the ENGINEER. e C. D. E. 3.7 @ A. 3.8 BACKFILL - GENERAL A. Backfill shall not be dropped directly upon any structure or pipe. Backfill shall L be placed around or upon any structure until the concrete has attained sufficie strength to withstand the loads imposed. Backfill around water retaining structui shall not be placed until the structures have been tested, and the structures shall full of water while backfill is being placed. Except for drainrock materials being placed in over-excavated areas or trenchc backfill shall be placed after all water is removed from the excavation. PLACING AND SPREADING OF BACKFILL MATERIALS Backfill materials shall be placed and spread evenly in layers. When compaction achieved using mechanical equipment the layers shall be evenly spread so that whc compacted each layer shall not exceed 6 inches in thickness. During spreading each layer shall be thoroughly mixed as necessary to promo Section 022 Earthwc 02/08/95 Rc B. 3.9 A. B. a 74 uniformity of material in each layer. Pipe zone backfill materials shall be manually spread around the pipe so that when compacted the pipe zone backfill will provide uniform bearing and side support. Where the backfill material moisture content is below the optimum moisture content water shall be added before or during the spreading until the proper moisture content is achieved. Where the backfill material moisture content is too high to permit the specified degree of compaction the material shall be dried until the moisture content is satisfactory. COMPACTION OF FILL, BACKFILL, AND EMBANKMENT MATERIALS Each layer of Types A, B, C, G, H, I, and K backfill materials as defined herein, where the material is graded such that at least 10 percent passes a No. 4 sieve, shall be mechanically compacted to the specified percentage of maximum density. Equipment that is consistently capable of achieving the required degree of compaction shall be used and each layer shall be compacted over its entire area while the material is at the required moisture content. Each layer of Type D, E, F, and J backfill materials shall be compacted by means of at least 2 passes from a flat plate vibratory compactor. When such materials are used for pipe zone backfill, vibratory compaction shall be used at the top of the pipe zone or at vertical intervals of 24 inches, whichever is the least distance from the subgrade. Type L material requires mechanical spreading and placement to fill voids but does not require mechanical compaction or vibration. Fill on vault and structure rook shall be deposited at least 30 days after the concrete roof slab has been placed. Equipment weighing more than 10,000 pounds when loaded shall not be used on a roof. A roller weighing not more than 8,000 pounds shall be used to compact fill on a roof. Flooding, ponding, or jetting shall not be used for fill on roofs, backfill around structures, backfill around reservoir walls, for final backfill materials, or aggregate base materials. Pipe zone backfill materials that are granular, may be compacted by a combination of flooding and vibration using concrete vibrators or by jetting, when acceptable to the ENGINEER.) Pipeline trench zone backfill materials, containing 5 percent or less of material passing a No. 200 sieve, may be compacted vibration or mechanical means if the C. D. 3.10 A. B. C. D. E. (F. G. Section O2200 Earthwork 02/08/95 Rev. CONTRACTOR uses effective procedures that yield the specified compaction resu Flooding and jetting shall not be done in such a manner that the pipe or nea. utilities are damaged, in areas of poorly draining or expansive soils, or where the 1 of the procedure is prohibited by any agency having jurisdiction over the street right-of-way. Approved jet pipes or immersible vibrators shall be used so that e: backfill layer is saturated and consolidated to its full depth before the next layei placed. Jet pipes shall be kept at least 6 inches away from the pipe where 1 backfill is being consolidated and 2 feet away from other pipes or utilities. Equipment weighing more than 10,000 pounds shall not be used closer to walls th a horizontal distance equal to the depth of the fill at that time. Hand operat power compaction equipment shall be used where use of heavier equipment impractical or restricted due to weight limitations. Compaction Requirements: The following compaction test requirements shall be accordance with ASTM D 1557 for Type A, B, C, G, H, I, K, M, and N materi, and in accordance with ASTM D 4253 and D 4254 for Type D, E. F. and J materia Where agency or utility company requirements govern, the highest compactic standards shall apply. a H. I. Percentage of Percentage of Location of Use of Fill Maximum Density Relative Density Pipe zone backfill portion e above bedding for flexible. 90 55 Pipe zone backfill bedding and over-excavated zones under beddingpipe for flexible pipe, including trench plugs. 90 55 Pipe zone backfill portion above bedding for rigid pipe. 90 55 Pipe zone backfill bedding and over-excavated zones under beddingpipe for rigid pipe. 90 55 Final backfill, not beneath paved areas or structures. 95 70 Section 0220( Earthwod 02/08/95 Rev 9 76 Final backfill, not beneath paved areas or structures. 90 55 Trench zone backfill, not beneath paved areas or structures, including trench plugs. 90 55 Embankments. 90 55 Embankments, beneath paved areas or structures. 95 70 Backfill beneath structures, hydraulic structures. 95 70 Backfill around structures, on vault or structure roof. 90 55 Topsoil (Type K material). 80 N.A. (Type G or M material). 95 N.A. Aggregate base or subbase J. Trench Backfill Requirements. The pipe has been structurally designed based upon the trench configuration specified herein. The CONTRACTOR shall maintain the indicated trench cross section up to a horizontal plane lying 6 inches above the top of the pipe. If, at any location under said horizontal plane, the CONTRACTOR slopes the trench walls or exceed the maximum trench widths indicated in the Contract Documents, the pipe zone backfill shall be "improved" or the pipe class increased as specified herein, at no additional cost to the OWNER. "Improved" backfill shall mean sand-cement backfill or other equivalent materials acceptable to the ENGINEER. If the allowable deflection specified for the pipe is exceeded, the CONTRACTOR K. L. M. Section O2200 Earthwork WW95 Rev. shall expose and reround or replace the pipe, repair all damaged lining and coati and reinstall the pipe zone material and trench backfill as specified at no additio expense to the OWNER. PIPE AND UTILITY TRENCH BACKFILL Pipe Zone Backfill: The pipe zone is defined as that portion of the vertical tren cross-section lying between a plane 6 inches below the bottom surface of the pi] i.e., the trench subgrade, and a plane at a point 6 inches above the top surface oft pipe. The bedding for flexible pipe is defined as that portion of pipe zone back material between the trench subgrade and the bottom of the pipe. The bedding 1 rigid pipe is defined as that portion of the pipe zone backfill material between d trench subgrade and a level line which varies from the bottom of the pipe to tl stringline as shown. Bedding shall be provided for all sewers, drainage pipelines, and other gravity flc pipelines. Unless otherwise specified or shown, for other pipelines the bedding m be omitted if all the following conditions exist. 1. a 3.11 A. B. The pipe bears on firm, undisturbed native soil which contains only particlc that will pass a one-inch sieve. The trench excavation is not through rock or stones. The trench subgrade soils are classified as suitable fill and backfill materia per Paragraph 2.1. The trench subgrade soils have, as a maximum, a moisture content that alloxt compaction. 2. 3. e 4. C. Where bedding is required, after compacting the bedding the CONTRACTOR sha perform a final trim using a stringline for establishing grade, such that each pip section when first laid will be continually in contact with the bedding along th extreme bottom of the pipe. Excavation for pipe bells and welding shall be made e required. The pipe zone shall be backfilled with the specified backfill material. Thl CONTRACI'OR shall exercise care to prevent damage to the pipeline coating cathodic bonds, or the pipe itself during the installation and backfill operations. Trench Zone Backfill: After the pipe zone backfill has been placed as specifiec above, and after all excess water has completely drained from the trench, backfillin of the trench zone may proceed. The trench zone is defined as that portion of th vertical trench crossing section lying between a plane 6 inches above the top surfaa D. E. Section 0220( Earthworl 02/08/95 Rev 8 78 of the pipe and a plane at a point 18 inches below the finished surface grade, or if the trench is under pavement, 18 inches below the roadway subgrade. If flooding, ponding, or jetting is used the pipe shall be filled with water to prevent flotation. Final Backtill: Final backfill is all backfill in the trench cross-sectional area within 18 inches of finished grade, or if the trench is under pavement, all backfill within 18 inches of the roadway subgrade. 3.12 EMBANKMENT CONSTRUCTION F. A. The area where an embankment is to be constructed shall be cleared of all vegetation, roots and foreign material. Following this, the surface shall be moistened, scarified to a depth of 6 inches, and rolled or otherwise mechanically compacted. Embankment fill material shall be placed and spread evenly in approximately horizontal layers. Each layer shall be moistened or aerated, as necessary. Unless otherwise approved by the ENGINEER, each layer shall not exceed 6 inches of compacted thickness. The embankment fill and the scarified layer of underlying ground shall be compacted to 95 percent of maximum density under structures and paved areas, and 90 percent of maximum density elsewhere. When an embankment fill is to be made and compacted against hillsides or fill slopes steeper than 4:1, the slopes of hillsides or fills shall be horizontally benched to key the embankment fill to the underlying ground. A minimum of 12 inches normal to the slope of the hillside or fill shall be removed and recompacted as the embankment fill in brought in layers. Material thus cut shall be recompacted along the new fill material at the CONTRACTOR’S expense. Hillside or fill slopes 4:l or flatter shall be prepared in accordance with Paragraph A, above. Where embankment or structure fills are constructed over pipelines, the first 4 feet of fill over the pipe shall be constructed using light placement and compaction equipment that does not damage the pipe. Heavy construction equipment shall maintain a minimum distance from the edge of the trench equal to the depth of the trench until at least 4 feet of fill over the pipe has been completed. B. C. - END OF SECTION - Section 02200 Earthwork 02/08/95 Rev. c 1 SECTION 02461 - kc. PAVEMENT AND BASE, SSPWC 0 PART 1 - GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall perform all work associated with A.C. Pavement and Bas as shown and as specified herein including all labor, materials, equipment suppliei and facilities associated with providing a finished product satisfying all th requirements of the Contract Documents. REFERENCE SPECIFICATIONS, CODES AND STANDARDS Codes: All codes, as referenced herein, are specified in Division 1, Section B Reference to the Standards of Publications. 1.2 A. B. References: References in these specifications to "Standard Specifications" shal mean the "Standard Specifications for Public Works Construction," as defined ir; Division 1, Section B - Reference to the Standards or Publications. 1.3 CONTRACTOR SUBMITTALS A. The CONTRACTOR shall submit, in writing, materials testing report, mix designs, and other pertinent information satisfactory to the ENGINEER demonstrating thal materials and methods it proposes to utilize will comply with the referenced provisions of Standard Specifications, in accordance with Division 11, Section B. 9 1.4 TESTING FOR COMPACTION A. B. The Owner will test for compaction as described below. Determine the density of soil in place by the sand cone method, ASTM D 1556 or by nuclear methods, ASTM D 2922 or D 3017. Compaction test will be performed for each lift or layer. Determine laboratoxy moisture-density relations of soils by ASTM D 1557. Determine the relative density of cohesionless soils by ASTM D 4253 and D4254. Sample backfill materials by ASTM D 75. "Relative compaction" is the ratio, expressed as a percentage, of the inplace dry density to the laboratory maximum dry density. C. D. E. F. Section 02461 A.C. Pavement & Base, SSPWC 02/08/95 Rev. e 80 G. Compaction shall be deemed to comply with the specifications when no more than one test of any three consecutive tests falls below the specified relative compaction. The one test shall be no more than three percentage points below the specified compaction. The CONTRACTOR shall pay the costs of any retesting of work not conforming to the specifications. 1.5 STANDARD SPECIFICATIONS Wherever reference is made to the State Specifications such reference shall mean the State of California, Business, Transportation, and Housing Agency, Department of Transportation Standard Specifications, 1992 edition. 1.6 PAYMENT Payment for the work in this section shall be included as part of the lump-sum bid amount stated in the Proposal. PART 2 - MATERIALS 2.01 Asphalt Concrete: Asphalt concrete shall be as specified in Section 203-6 of the Standard Specifications. Where construction of the pavement is to be accomplished in a single course, Class C grading shall be used. Where construction consists of 2 or more courses, the surface course shall be Class C grading and the lower courses shall be class B grading. Paving asphalt of viscosity grade AR 4000 shall be used. Aggregate Base: Materials for aggregate base shall be as specified in Section 02200 Earthwork. Type "GI' material. Prime Coat: Prime coat material shall be as specified in Section 302-5.3 of the Standard Specifications. Tack Coat: Tack coat material shall be as specified in Section 302-5.4 of the Standard Specifications. Pavement Marking Paint: Pavement marking paint shall be an approved product having a proven record of performance and durability. A. B. C. D. 2.07 SEAL COAT Seal coat shall be fog type per Section 37 of the State Specifications. 2.08 REDWOOD HEADER Section 02461 A.C. Pavement & Base, SSPWC OZ#tV!IS Rev. Size of redwood headers shall be 2 inches by the depth of the asphalt mncr paving; minimum size shall be 2 inches by 4 inches. Redwood shall be No. 2, cb grain Heart Structural Grade stamped by the California Lumber Inspection Servi a 2.09 HERBICIDE OR WEED KILLER Use Spike 8OW, Elanco Products Company; Pramitol3OWP, CIBA-Geigy; or eqi PART 3 - EXECUTION 3.01 PAVEMENT REMOVAL A. Initially cut asphalt concrete pavement with pneumatic pavement cutter or otl equipment at the limits of the excavation and remove the pavement. Af backfilling and excavation, saw cut asphalt concrete pavement to a minimum de] of 2 inches at a point not less than 6 inches outside the limits of the excavation the previous pavement cut, whichever is greater, and remove the additioi pavement. Saw cut concrete pavement, including cross gutters, curbs and gutters, sidewalks, a driveways, to a minimum depth of l-Y2 inches at a point 1 foot beyond the edge the excavation and remove the pavement. The concrete pavement may initially cut at the limits of the excavation by other methods prior to removal and the saw <: made after backfilling the excavation. If the saw cut falls within 3 feet of a concre joint or pavement edge, remove the concrete to the joint or edge. Make arrangements for and dispose of the removed pavement. Final pavement saw cuts shall be straight along both sides of trenches, parallel to t pipeline alignment, and provide clean, solid, vertical faces free from loose materi Saw cut and remove damaged or disturbed adjoining pavement. Saw cuts shall parallel to the pipeline alignment or the roadway centerline or perpendicular same. B. e C. D. 3.02 PAVEMENT REPLACEMENT A.C. Aggregate Name of Pavement Base Street (inches) El Camino Real 6 18 (inches) Section 02.4 A.C. Pavement & Base, SSPV W08/95 RI 0 82 3.03 INSTALLATION Producing, hauling, placing, compacting, and finishing of asphalt concrete shall conform to Section 39 of the State Specifications. Apply seal coat to all paving except open asphalt concrete. 3.04 CONNECTIONS WITH EXISTING PAVEMENT Where new paving joins existing paving, chip the existing surfaces 12 inches back from the joint line so that there will be sufficient depth to provide a minimum of 1 inch of asphalt concrete. Dispose of waste material of%ite. Tack chipped areas prior to placing the asphalt concrete. Meet lines shall be straight and the edges vertical. Paint the edges of meet line cuts with liquid asphalt or emulsified asphalt prior to placing asphalt concrete. After placing the asphalt concrete, seal the meet line by painting with a liquid asphalt or emulsified asphalt and them immediately cover with clean, dry sand. 3.05 PREPARATION OF SUBGRADE A. Excavate and shape subgrade to line, grade, and cross section shown in the drawings. The subgrade shall be considered to extend over the full width of the base course. Scarify and cultivate the top 12 inches of subgrade when the subgrade consists of dry soils which are impervious to the penetration of water, soils which contain excessive amounts of moisture which may result in unstable foundations, soils which are nonuniform in character which may result in nonuniform relative compactions and subsequent differential settlements of finished surfaces, or when pavement is to be placed directly on the roadbed material. After rough grading has been completed, when scarifylng and cultivating are required, loosen the roadbed to a depth of at least 12 inches. Work the loosened material to a finely divided condition and remove rocks larger than 3 inches in diameter. Bring the moisture content to optimum by the addition of water, by the addition and blending of dry material, or by the drying of existing material. Compact the material to the specified relative compaction. Uniform pervious soils that allow the immediate penetration of water or uniform impervious soils which will allow the penetration of water to a depth of at least 12 inches after the addition of a suitable wetting agent will not require scarifying and cultivating. When scarifylng and cultivating are not required, bring the moisture content of the top 12 inches of the subgrade material to optimum by the addition of water at the surface, and compact the material to the specified relative compaction. Remove soft material disclosed by the subgrade preparation, replace with suitable material and recompact. B. C. D. E. Section 02461 A.C Pavement & Base, SPWC 02/0&95 Rev. F. G. Compact the top 12 inches of subgrade to 95% relative compaction. The finished subgrade shall be within a tolerance of k0.08 of a foot of the grade s cross section shown and shall be smooth and free from irregularities and at * specified relative compaction. a 3.06 INSTALLING REDWOOD HEADERS Provide redwood header at edges of paving except where paving is adjacent concrete slabs, gutters, walks, existing paving, or structures. 3.07 PLACING AGGREGATE BASE COURSE Place aggregate base course to a minimum thickness equal to the existing aggregi base thickness, unless shown otherwise in the drawings. Compact to 95% relati compaction. Install in accordance with Section 26 of the State Specifications. COMPACIION OF AGGREGATE BASE AND LEVELING COURSES Compaction and rolling shall begin at the outer edges of the surfacing and contin toward the center. Apply water uniformly throughout the material to provi moisture for obtaining the specified compaction. Compact each layer to the specifi relative compaction before placing the next layer. APPLYING HERBICIDE OR WEED KILLER Apply weed killer or herbicide on base prior to placing pavement. Apply at the ra recommended by the manufacturer to control dawny brome grass, puncture vine, a1 plaintain. Apply from outside of curb to opposite outside of curb and for the fi width of roadways and parking areas. 3.08 3.09 e 3.10 PLACING PRIME COAT Apply prime coat to the surface of the leveling course of aggregate base at the ral of 0.25 gallon per square yard per Section 39-4.02 in the State Specifications. 3.11 PLACING TACK COAT Apply tack coat on surfaces to receive finish pavement per Section 39-4.02 in t€ State Specifications. Apply tack coat to metal or concrete surfaces that will be i contact with the asphalt concrete paving. 3.12 PLACING ASPHALT PAVING Place asphalt paving to a minimum thickness equal to the existing asphalt thicknes! Section 024t A.C. Pavement & Base, SSPW ouos/95 Re a 84 unless otherwise shown in the drawings. Install in accordance with Section 39-6 in the State Specifications. COMPACTION OF ASPHALT CONCRETE PAVING Compact until roller marks are eliminated and a density of 92% minimum to 98% maximum has been attained per ASTM D 2041. 3.13 3.14 APPLYING SEAL COAT Apply seal coat at the rate of 0.05 to 0.10 gallon per square yard. 3.15 BERM REPLACEMENT Removed and dispose of existing berm which is damaged by project construction. Construct new asphaltic concrete berm in existing alignment per San Diego Regional Standard Drawing No. G-5 (Type A). TRAFFIC SIGNAL LOOP DETECTOR REPLACEMENT Traffic signal loop detectors damaged by pipeline construction shall be replaced complete and in place to the first pull box within 24 hours. Splicing will not be permitted. All loop replacement shall be accomplished in accordance with applicable provisions sf Section 86, "Signals, Lighting and Electrical Systems" of the State of California, Department of Transportation, Standard Specifications, latest edition, (except for measurement and payment) and the existing "As-Built" plans for each particular intersection involved. Copies of said As-Built plans are on file in the offices of the City Engineer. REPLACE TRAFFIC MARKING AND STRIPING The work to done consists of replacing all striping and traffic markers removed or damaged during construction. Thermoplastic shall not be used. All work shall be in conformance with Section 84 'Traffic Stripes and Pavement Markings" and Section 85 "Pavement Markers'' of the State of California, Department of Transportation, Standard Specifications dated January 1988. Application shall consist of two coats of paint, seven days apart. Traffic Stencils shall be Non-Metric and match City's Utility Maintenance Section 02461 A.C Pavement & Base, SSPWC WD5 Rev. 3.16 3.17 Department Stencils, - END OF' SECTION - 0 0 e Section 024 A.C. Pavement & Base, SSPF WOW5 R 86 SECTION 05050 - BOLTS, WASHERS, AND DRILLED ANCHORS PART 1 - GENERAL 1.01 DESCRIFTION This section describes materials and installation of anchor bolts, connecting bolts, washers, drilled anchors, and stainless-steel fasteners. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. B. Miscellaneous Structural Steel and Aluminum: 05121. C. Ladders, Stairs, and Stair Nosings: 05515. D. Pipe Hangers and Supports: 15144. General Concrete Construction: Refer to Section 201 and Section 303 of SSPWC. 1.03 DESIGN CRITERIA Structural Connections: AISC Specifications for the Design, Fabrication, and Erection of Structural Steel for Buildings (ninth edition), except delete the second paragraph of Section A7.1, the last sentence of the first paragraph of Section M5, the last sentence of Section M5.2, and Chapter N in its entirety. 1.04 SUBMllTALS A. B. Submit shop drawings in accordance with the General Conditions. Submit manufacturer's catalog data for bolts, washers, and concrete anchors. Show dimensions and reference materials of construction by ASTM designation and grade. 1.05 MEASUREMENT AND PAYMENT Payment for the work in this section shall be included as part of the lump-sum bid amount stated in the Proposal. PART 2 - MATERIALS 2.01 ANCHOR BOLTS A. Steel anchor bolts shall conform to ASTM a 307, Grade A. Section 05050 Bolts, Washers & Drilled Anchors 02/08/95 Rev. 2.02 CONNECTION BOLTS A. Steel connection bolts shall conform to ASTM A 325. Connection type shall bc per AISC handbook. Provide galvanized bolts where shown in drawings. Galvanizing shall be by the h dipped process. 0 B. 2.03 STAINLESS-STEEL BOLTS Stainless-steel bolts shall be ASTM A 193, Grade B8M, or ASTM F 593, Type 3 Nuts shall be ASTM A 194, Grade 8M, or ASTM F 594, Type 316. Use ASTM 194 nuts with ASTM A 193 bolts; use ASTMF F 594 nuts with ASTM F 593 bo: Provide washer for each nut and bolthead. Washers shall be of the same mate1 as the nuts. 2.04 BEVELED WASHERS Washers for American Standard beams and channels shall be square or rectangul tapered in thickness, smooth, and conforming to ASTM F 436. 2.05 DRILLED ANCHORS Unless otherwise indicated in the drawings, drilled anchors shall be Type 3 stainless-steel wedge anchors as manufactured by ITW Ramsemedhead, Hilti, equal. e PART 3 - EXECUTION 3.01 STORAGE OF MATERIALS Store material, either plain or fabricated, above ground on platforms, skids, or 0th supports. Keep material free from dirt, grease, and other foreign matter and prote from corrosion. 3.02 GALVANIZING Zinc coating for bolts, anchor bolts, and threaded parts shall be in accordance wit ASTM A 153. 3.03 INSTALLING CONNECTION BOLTS A. Use steel bolts to connect structural steel members. Section 0505 Bolts, Washes & Drilled Anchoi wo8/9S Rei a 88 B. Install ASTM A 325 bolts per the AISC "Specification for Structural Joints Using ASTM A 325 or A 490 Bolts." Bolt holes in structural members shall be 1/16 inch in diameter larger than bolt size. Measure cast-in-place bolt locations in the field before drilling companion holes in structural steel beam or assembly. 3.04 INSTALLING ANCHOR BOLTS C. A. Preset bolts and anchors by the use of templates. For mechanical equipment (pumps, compressors, and blowers), do not use concrete anchors set in holes drilled in the concrete after the concrete is placed. After anchor bolts have been embedded, protect their threads by applying grease and by having the nuts screwed on until the time of installation of the equipment or metalwork. B. - END OF SECT'ION - Section 05050 Bolts, Washers & Drilled Anchors WOSi95 Rev, SECTION 05121 - MISCELLANEOUS STRUCTURAL STEEL a PART 1 - GENERAL 1.01 DESCRIPTION This section describes materials, fabrication, and installation of structural steel i stainless-steel plate and members. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. General Concrete Construction: Refer to Section 201 and Section 303 of SSPWC. Bolts, Washers, Drilled Anchors, and Eyebolts: 05050 Ladders, Stairs, and Stair Nosings: 05515 Grating, Cover Plates, and Access Hatches: 05530 B. C. D. E. Painting and Coating: 09900. o 1.03 DESIGNCRITERIA Structural Connections and Framing: AISC Specifications for the Desil Fabrication, and Erection of Structural Steel for Buildings (ninth edition), exa delete the second paragraph of Section A7.1, the last sentence of the first paragra of Section M5, the last sentence of Section M5.2, and Chapter N in its entirety. 1.04 SUBMI?TALS A. B. Submit shop drawings in accordance with the General Conditions. Submit placing or erection drawings which indicate locations of fabricated iten Reproductions of contract documents will not be accepted for this purpose. 1.05 MEASUREMENT AND PAYMENT Payment for the work in this section shall be included as part of the lump-sum b amount stated in the Proposal. Section 051 Miscellaneo Structural Ste ouo8/9S Rt a 90 PART 2 - MATERIALS 2.01 STRUCI'URAL STEEL Material for all-purpose bolted or welded construction shall conform to ASTM A 36. 2.02 BOLTS See Section 05050. 2.03 BEVELED WASHERS See Section 05050. 2.04 STAINLESS-STEEL PLATE AND MEMBERS Except where otherwise specified, stainless-steel plate and members shall be Type 316, ASTM A 167. 2.05 WELDING ELEnRODES A. Welding electrodes for structural shall conform to AWS A5.5 Use electrodes in the E-70 series. Use Type 347 electrode for stainless steel. B. PART 3 - EXECUTION 3.01 STORAGE OF MATERIALS Store structural material, either plain or fabricated, above ground on platforms, skids, or other supports. Keep material free from dirt, grease, and other foreign matter and protect from corrosion. 3.02 FABRICATION AND ERECTION A. Fabricate miscellaneous metal items to straight lines and true curves. Drilling and punching shall not leave burrs or deformations. Continuously weld permanent connections along the entire area of contact. Exposed work shall have a smooth finish with welds ground smooth. Joints shall have a close fit with corner joints Section 05121 Miscellaneous Structural Steel 02/08/95 Rev. coped or mitered and shall be in true alignment. Unless specifically indicated in t drawings, there shall be no bends, twists, or open joints in any finished member n any projecting edges or corners at intersections. Conceal fastenings wherev possible. Built-up parts shall be free of warp. Exposed ends and edges of metal sh< be slightly rounded. Clean the surfaces of metalwork to be in contact with concrete of rust, dirt, greas and other foreign substances before placing concrete. Set embedded metalwork accurately in position when concrete is placed, and suppc it rigidly to prevent displacement or undue vibration during or after the placeme of concrete. Unless otherwise specified, where metalwork is to be installed recesses in formed concrete, said recesses shall be made, metalwork installed, a1 recesses filled with dry-pack mortar in conformance with Section 03000. a B. C. 3.03 WELDING A. Perform welding on steel by the shielded metal arc welding (SMAW) proces Welding shall conform to the AWS Structural Welding Code D1.l. Provide a minimum to two passes for metal in excess of 5/16-inch thickness. Produce weld uniform in width and size throughout its length with each layer ( weldment smooth; free of slag, cracks, pinholes, and undercuttings; and complete, fused to the adjacent weld beads and base metal. Avoid irregular surfaa nonuniform bead pattern, and high crown. Form fillet welds of the indicated size c uniform height and fully penetrating. Accomplish repair, chipping and grinding c welds in manner that will not gouge, groove, or reduce the base metal thickness. B. C. a 3.04 BOLTING See Section 05050. 3.05 CONTROL OF FLAME CUTI"G Do not use a gas-cutting torch in the field for correcting fabrication errors on aq member in structural framing. Use a gas-cutting torch only on minor members whei the member is not under stress. 3.06 REPAIR OF GALVANIZED SURFACES Repair or replace metal with damaged galvanized surfaces at no additional cost tc the Owner. Accomplish repair of galvanized surfaces by use of DRYGALV a! manufactured by the American Solder and Flux Company, Cold Galvanizing Repaii Section 0512: Miscellaneou Structural Stee 02,@3195 Rev a 92 Compound as manufactured by Rust-Oleum, or equal. Apply in accordance with the manufacturer’s instructions. CORROSION PROTECTTON OF ALUMINUM SURFACES Coat aluminum surfaces to be embedded or which are in contact with concrete or masonry, per Section 09900, System No. 51 before installation. Allow the paint to dry before the aluminum is placed in contact with the concrete. Where aluminum surfaces come in contact with dissimilar metals, keep the dissimilar metallic surfaces from direct contact by use of neoprene gaskets or washers. PAINTING AND COATING OF STRUCTURAL STEEL Coat nongalvanized structural steel surfaces per Section 09900, System No. 15. Apply prime coat in the shop prior to shipping to the site. Apply intermediate and finish coats after erection, except surfaces that will be inaccessible for coating after erection of assembly shall be finish coated prior to erection or assembly. Color of finish coat shall be selected by Owner’s Representative. 3.07 A. B. 3.08 - END OF SECTION - Section 05121 Miscellaneous Structural Steel 02/08/95 Rev. SECTION 05515 - LADDER a PART 1 - GENERAL 1.01 DESCRIPTION This section describes materials, fabrication, and installation of the ladder. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. General Concrete Construction: Refer to Section 201 and Section 303 of tl SSPWC. B. Bolts, Washers, and Drilled Anchors; 05050. C. Painting and Coating; 09900. 1.03 DESIGN CRITERIA Handrails, Walkways, Ladders, and Personnel Platforms: UBC. 0 1.04 SUBMRTALS A. B. Submit shop drawings in accordance with the General Conditions. Submit drawings of ladder. Show dimensions and reference materials of constructio by ASTM designation and grade. 1.05 MEASUREMENT AND PAYMENT Payment of the work in this section shall be included as part of the lump-sum bi amount stated in the Proposal. PART 2 - MATERIALS 2.01 LADDERS Fabricate ladders as shown in the drawings. Ladders shall be welded stee construction and galvanized after fabrication. Minimum diameter of rungs shall bc %-inch. The distance between rungs, cleats, and steps shall not exceed 12 inches am shall be uniform throughout the length of the ladder. The minimum clear length o Section 0551: Ladde ouos/95 Re\ * 94 rungs or cleats shall be 16 inches. 2.02 WELDING ELECTRODES Welding electrodes for structural steel shall conform to AWS A5.5. Use electrodes in the E-70 series. PART 3 - EXECUTION 3.01 STORAGE OF MATERIALS Store structural material, either plain or fabricated, above ground on platforms, skids, or other supports. Keep material free from dirt, grease, and other foreign matter and protect from corrosion. 3.02 INSTALLING LADDERS Mount ladders to provide clearance in back of ladder so that the distance from the centerline of rungs, cleats, or steps to the nearest permanent object in back of the ladder shall be not less than 7 inches. 3.03 INSTALLING ANCHOR BOLTS See Section 05050. 3.04 REPAIR OF GALVANIZED SURFACES Repair or replace metal with damaged galvanized surfaces at no additional cost to the Owner. Accomplish repair of galvanized surfaces by use of DRYGALV as manufactured by the American Solder and Flux Company, Cold Galvanizing Repair Compound as manufactured by Rust-Oleum, or equal. Apply in accordance with the manufacturer's instructions. - END OF SECTION - Section 05515 Ladder W08P5 Rev. SECTION 05530 - GRATING AND ACCESS HATCHES e PART 1 - GENERAL 1.01 DESCRIIWON This section describes materials, fabrication, and installation of steel and aluminl grating and access hatches. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. General Concrete Construction: SSPWC. Refer to Section 201 and Section 303 of tl B. Painting and Coating: 09900. 1.03 SUBMITL4L.S A. B. Submit shop drawings in accordance with the General Conditions. Submit drawings of fabricated items, such as grating and access hatches. Sho dimensions and reference materials of construction by ASTM designation and gradc Show design criteria. 1.04 MEASUREMENT AND PAYMENT e Payment for the work in this section shall be included as part of the lump-sum bi amount stated in the Proposal. PART 2 - MATERIALS 2.01 DESIGN OF GRATING A. Grating, floor plates, and miscellaneous cover plates shall be as detailed in thc drawings. No single piece of grating shall weigh more than 80 pounds. Length 01 individual pieces shall not exceed one and one-half times the width, unless limited by the installation. Field measure grating for proper cutouts and size. Grating shall be completely banded. For pipe and conduits (including electrical conduit) larger than 1-inch-diameter penetrating grating, cut and band grating. B. C. Section 05530 Grating & Access Hatches 02/08/95 Rev. 0 96 2.02 GRATING Grating shall be aluminum. Main bars shall be of the thickness and of the depth indicated in the drawings. FRAMES AND SUPPORTS FOR GRATING Fabricated frames and supports for grating shall be stainless steel. Corners of embedded angle frames shall be mitered and welded with the welds ground smooth. 2.03 2.04 WELDING ELECTRODES A. B. Welding electrode for aluminum shall be 4043 filler metal. Use Type 347 electrode for stainless steel. PART 3 - EXECUTION 3.01 STORAGE OF MATERIALS Store structural material, either plain or fabricated, above ground on platforms, skids, or other supports. Keep material free from dirt, grease, and other foreign matter and protect from corrosion. 3.02 INSTALLATION AND ERECTION A. Clean the surfaces of metal work to be in contact with concrete of rust, dirt, grease, and other foreign substances before placing concrete. Set grating seats and frames and support it rigidly to prevent displacement or undue vibration during or after the placement of concrete. Unless othewise specified, where metalwork is to be installed in recesses in formed concrete, said recesses shall be made, metalwork installed, and recesses filled with dry-pack mortar in conformance with Section 303 of the SSPWC. Set seat angles for grating so that the grating will be flush with the floor. Maintain the grating and floor plates flush with the floor. Seat angles and anchors shall be stainless steel. B. C. 3.03 WELDING A. Perform welding on steel by the shielded metal arc welding (SMAW) process. Section 05530 Grating & Access Hatches ouo8/9s Rev. Welding shall conform to the AWS Structural Welding Code D1.l. Perform welding on aluminum by the gas metal arc (MIG) or gas tungsten arc (TI process, per the AWS Welding Handbook. Provide a minimum of two passes for metal in excess of 5/16-inch thickness. Produce weld uniform in width and size throughout its length with each layer weldment smooth; free of slag, cracks, pinholes, and undercuttings; and completc fused to the adjacent weld beads and base metal. Avoid irregular surfac nonuniform bead pattern, and high crown. Form fillet welds of the indicated size uniform height and fully penetrating. Accomplish repair, chipping, and grinding welds in manner that will not gouge, groove, or reduce the base metal thickness. CORROSION PROTECTION OF ALUMINUM SURFACES Where aluminum surfaces come in contact with dissimilar metals, keep the dissimil metallic surfaces from direct contact by use of neoprene gaskets or washers. Coat aluminum surfaces to be embedded or which are in contact with concrete c masonry per Section 09900, System No. 51 before installation. Allow the paint to d before the aluminum is placed in contact with the concrete. B. a C. D. 3.04 A. B. - END OF SECTION - a Section 0553 Grating & Access Hatche WOW95 Re% a 98 SECTION 09900 - PAINTING AND COATING PART 1 - GENERAL 1.01 I)ESCRII?ION This section includes materials and application of painting and coating systems for the following surfaces: A. Submerged metal. B. Exposed metal. C. Buried metal. D. Concrete and masonry. E. PVC, CPVC, and FRP. F. G. Fusion-bonded epoxy coated steel. Metal in contact with concrete. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. General Concrete Construction: Refer to Section 201 and Section 303 of the SSPWC. 1.03 SUBMITTALS A. B. Submit shop drawings in accordance with the General Conditions. Submit manufacturer's data sheets showing the following information: 1. Percent solids by volume. 2. Minimum and maximum recommended dry-film thickness per coat for prime, intermediate, and finish coats. 3. Recommended surface preparation. 4. Recommended thinners. Section 09900 Painting and Coating 02/08/95 Rev. 5. Statement verifying that the specified prime coat is recommended by 1 manufacturer for use with the specified intermediate and finish coats. Application instructions including recommended equipment and temperah limitations. 6. a 7. Curing requirements and instructions. C. Submit color swatches. D. Submit certificate identifying the type and gradation of abrasives used for surfa preparation. 1.04 MEASUREMENT AND PAYMENT. Payment for the work in this section shall be included as part of the lump-sum b amount stated in the Proposal. PART 2 - MATERIALS 2.01 PAINTING AND COATING SYSTEMS The following index lists the various painting and coating systems by service ali generic type: e PAINTING COATINGS SYSTEM INDEX No. Title Generic Coating Submerged Metal Coating Svstems 7. Submerged metal, Potable Water EPOXY Emsed Metal Coating: Svstems 15. Exposed Metal, Atmospheric Alkyd Weathering Environment Buried Metal CoatinP -. Svstems 21. Buried Metal EPOXY 24. Buried Metal Corrosion-resistinj grease Section 0990 Painting and Coatin WWP5 Rei a 100 Concrete and Masonry Coating Svstems 31. Exposed Concrete & MasonIy, EPOV Corrosive Environment Coating Svstems for Nonferrous Metals 51. Aluminum and Concrete Insulation Bituminous 51. Exposed Metal, Galvanized Synthetic Resin and Nonferrous These systems are specified in detail in the following paragraphs. For each coating, the required surface preparation, prime coat, intermediate coat (if required), topcoat, and coating thicknesses are described. Mil thicknesses shown are minimum dry-film thicknesses. 2.02 SUBMERGED METAL COATING SYSTEMS A. System No. 7--Submerged Metal, Potable Water (Epoxy): Type: Epoxy. Service Conditions: For use with structures, piping, or equipment immersed in potable water. Surface Preparation: SSPC SP-10. Coating System: Apply two or more coats of Tnemec Series 20, Koppers Hi-Gard, Ameron 395, Porter 7530 Series, Wisconsin Protective Coating Corp. Plasite 7133, Scotchkote 306, Engard 460 HS, or equal; 14 mils total. Color of topcoat: white. Service Conditions: For use with metal structures or pipes subjected to water condensation; chemical fumes, such as hydrogen sulfide; salt spray; and chemical contact. Surface Preparation: SSPC SP-10. Prime Coat: Self-curing, two component inorganic zinc-rich coating recommended by the manufacturer for overcoating with a high-build epoxy finish coat. Minimum zinc content shall be 12 pounds per gallon. Apply to a thickness of 3 mils. Products: Tnemec 90G1194 or N90E92, Porter 31 1 Zinc-Lock, Ameron, Engard 5 19, or equal. Intermediate Coat: Tnemec 104, Porter 7510, Ameron 385, Engard 460 HS, or equal; 5 mils. Section 09900 Painting and Coating 02408195 Rev. 1( Finish Coat: Two-component pigmented acrylic or aliphatic polyurethai recommended by the manufacturer for overcoating a high-build epoxy coating. App to a thickness of at least 2 mils. Products: Tnemec Series 73, Porter Hythane Supe Ameron 450 HS, Engard 428 HS, or equal. Color of topcoat: Dunes Tan. System No. 15--Exposed Metal, Atmospheric Weathering Environment. Type: Gloss alkyd enamel having a minimum volume solids content of 46% wii alkyd primer. Service Conditions: For use of exterior metal and piping subject to sunlight an weathering. Surface Preparation: SSPC SP-6. Prime Coat: Koppers 622HB, Tnemec 4-55, heron 5105, Engard 126 HS, or equa applied to minimum dry film thickness of two mils. Finish Coat: One coat of Koppers 500HB enamel, 3.0 mils; two coats of Tneme Series 2H, 1.5 mils each; two coats of Ameron 5401 HS, 1.5 mils each; one coat c Engard 222 HS, 3.0 mils; or equal. 2.04 BURIED METAL COATING SYSTEMS 8 C. A. System No. 21-Buried Metal: 8 Type: High solids epoxy or phenolic epoxy having a minimum volume solids of 804 (ASTM D 2697). Service Conditions: Buried Metal, such as valves, flanges, bolts, nuts, structural steel and fittings. Surface Preparation: SSPC SP-10. Coating System: Apply three or more coats of Ameron 400, Tnemec 104 HS, Engarc 480 HS, or equal; 30 mils total. B. System No. 24-Buried Metal: Type: Corrosion-resisting grease. Service conditions: Buried metal, such as bolts, bolt threads, tie rods, and nuts. Surface Preparation: SSPC SP-3 or SP-6. 66 Section 09900 Painting and Coating W/95 Rev. 1) 102 Coating: NO-OX-ID GG-2 as manufactured by Sanchem, Inc. Apply to a minimum thickness of Vi inch. CONCRETE AND MASONRY COATING SYSTEMS System No. 31--Exposed Concrete and Masonry, Corrosive Environment: Type: Polyamide cured epoxy having a minimum volume solids of 53%. Service Conditions: Concrete and masonry exposed to corrosive atmospheres, such as hydrogen sulfide gas, chlorine gas, or chlorinated effluent sprays in wastewater treatment plants. Surface Preparation: In accordance with Part 3.D. Prime Coat: Epoxy filler compound or epoxy masonry filler having a minimum solids volume of 60%. Apply one coat to fill voids, pores, and cracks. Products: Tnemec 54-660, Porter Unifil 895, Ameron NukIad 400 BF, or equal. Intermediate Coat: One coat of Tnemec 66-1211, 6 mils; one coat of Porter 7510, 6 mils; one coat of heron 400, 6 mils; or equal. Finish Coat: Two coats of Tnemec 66 Epoxoline, 6 mils each; two coats of Porter 7510, 6 mils each; two coats of Ameron 400, 6 mils each; or equal. System No. 34--Concrete Floors, Wet Environment: Type: Polyamide cured epoxy having a minimum volume solids of 53%. Service Conditions: Concrete floors subject to pedestrian traffic or exposure to water splashing from pump seal water, cleaning, etc. Surface Preparation: In accordance with Part 3.D. Coating Systems: One coat of heron 400, 10 mils; two coats of Tnemec Series 66, 5 mils each; two coats of Porter 7510, 5 mils each; or equal. COATING SYSTEMS FOR NONFERROUS METALS System No. 51--AIuminum and Concrete Insulation: Type: Bituminous paint having a minimum volume solids of 68% coal-tar pitch based. Service Conditions: Coat areas of aluminum grating, stairs, structural members or 2.05 A. B. 2.06 A. Section O9900 Painting and Coating 02/08/95 Rev. aluminum fabrications, in contact with concrete with this system. Surface Preparation: Dust blast. Prime Coat: Apply synthetic resin primer to metal surface before finish co Products: Koppers 40, Tnemec 32-1210, Porter VC 1799, or equal. Finish Coat: Two coats of Koppers Bitumastic Super Service Black, 12 mils ea two coats of Tnemec 46-450 Heavy Tnemecol, 12 mils each; two coats of POI Tarmastic 100, 12 mils each; or equal. System No. 52--Exposed Metal, Galvanized and Nonferrous: Type: Synthetic resin primer. Service Conditions: Coat galvanized and nonferrous metal surfaces with this syst before applying topcoat. Surface Preparation: Dust blast. Prime Coat: Tnemec 32-1210, Koppers 40, heron 178, Portec VC 1799, or equ Finish Coat: Epoxy as described in System No. 10. Do not include the inorga zinc prime coat described in that system. a B. a 2.09 ABRASIVES AND SURFACE PREPARATION A. Abrasives used for preparation of iron and steel surfaces shall be one of 1 following: 1. 2. 3. 4. Abrasives used for preparation of copper and aluminum surfaces shall be one of 1 following: 1. 2. 16 to 30 or 16 to 40 mesh silica sand or mineral grit. 20 to 40 mesh garnet. Crushed iron slag, 100% retained on No. 80 mesh. SAE Grade G-40 or G-50 iron or steel grit. B. Crushed slag, 80 to 100 mesh. Very fine silica sand, 80 to 100 mesh. Section 095 Painting and Coat, 02/08/95 R a 104 C. Abrasives used for preparation of concrete and masonry surfaces shall be 16 to 30 or 16 to 40 mesh silica sand. In the above gradations, 100% of the material shall pass through the first stated sieve size and 100% shall be retained on the second stated sieve size. D. 2.10 ORGANIC ZINC PRIMER FOR FIELD TOUCH-UP AND SHOP COATING A. Organic zinc coating system shall have a minimum zinc content of 14 pounds per gallon. Coating shall be of the two- or three-component converted epoxy, epoxy phenolic or urethane type. Products: Tnemec 90-97, Porter Zinc-Lock 308, heron 68HS or equal; applied to a minimum dry-film thickness of 3 mils. Organic zinc primer shall be manufactured by the prime coat manufacturer. Where shop-applied inorganic zinc primers cannot be used because of volatile organic compound (VOC) regulations, the above organic zinc primers may be substituted for the specified inorganic zinc primers. B. PART 3 - EXECUTION 3.01 WEATHER CONDITIONS A. Do not paint in the rain, wind, snow, mist and fog or when steel or metal surface temperatures are less than 5°F above the dew point. Do not apply paint when the relative humidity is above 85% or the temperature is above 90°F. Do not paint when temperature of metal to be painted is above 120°F. Do not apply alkyd, chlorinated rubber, inorganic zinc, silicone aluminum, or silicone acrylic paints if air or surface temperature is below 40°F or expected to be below 40°F within 24 hours. Do not apply epoxy, coal tar epoxy, acrylic latex, and polyurethane paints on an exterior or interior surface if air or surface temperature is below 60°F or expected to drop below 60°F in 24 hours. B. C. D. E. 3.02 SURFACE PREPARATION A. Do not sandblast or prepare more surface area in one day than can be coated in one day; prepare surfaces and apply coating the same day. Remove all sharp edges, burrs, and weld spatter. Do not sandblast epoxy- or enamel-coated pipe that has already been factory coated, except to repair scratched or damaged coatings. Section O9900 Painting and Coating Wo8/95 Rev. 1 0 B. Surface preparation shall conform with the SSPC specifications as follows: Solvent Cleaning SP-1 Hand Tool Cleaning SP-2 Power Tool Cleaning SP-3 White Metal Blast Cleaning SP-5 Brush-off Blast Cleaning SP-7 Near-White Blast Cleaning SP-10 Commercial Blast Cleaning SP-6 Pickling SP-8 C. Wherever the words "solvent cleaning," "hand tool cleaning," "wire brushing,': or "bl cleaning" or similar words are used in these specifications or in paint manufacture specifications, they shall be understood to refer to the applicable SSPC (St( Structure Painting Council, Surface Preparation Specifications, ANSI A159 specifications listed above. Dust blasting is defined as cleaning the surface through the use of very fine abrasiv 80 to 100 mesh. Apply a fine etch to the metal surface to clean the surface of a contamination or oxide. Brush-off blasting or concrete and masonry surfaces is defined as opening subsurfa holes and voids and etching the surface for a coating to bond. Remove oil and grease from metal surfaces in accordance with SSPC SP-1. U clean cloths and cleaning solvents and wipe dry with clean cloths. Do not leave film or greasy residue on the cleaned surfaces before sandblasting. Remove weld spatter and weld slag from metal surfaces and grind smoothly rou; welds, beads, peaked corners, and sharp edges including erection lugs in accordan with SSPC SP-2 and SSPC SP-3. Neutralize welds with a chemical solvent that is compatible with the specified coati materials. Use clean cloths and chemical solvent. Wipe dry with clean cloths. I not leave residue on the cleaned surfaces. D. E. F. e G. H. 3.03 ABRASIVE BLAST CLEANING A. Use dry abrasive blast cleaning for metal surfaces. Do not use abrasives in automat equipment that have been contaminated. When shop or field blast cleaning wii handheld nozzles, do not recycle or reuse blast particles. After blast cleaning and prior to application of coating, dry clean surfaces to t coated by dusting, sweeping, and vacuuming to remove residue from blasting. App the specified primer or touch-up coating within the period of an eight-hour workii section 099 Painting and Coati 02/08/95 Rc B. a 106 day. Do not apply coating over damp or moist surfaces. Reclean prior to application of primer or touch-up coating any blast cleaned surface not coated within said eight- hour period. Keep the area of the work in a clean condition and do not permit blasting particles to accumulate and constitute a nuisance or hazard. During sandblast cleaning, prevent damage to adjacent coatings. Schedule blast cleaning and coating such that dust, dirt, blast particles, old coatings, rust mill scale, etc., will not damage or fall upon wet or newly coated surfaces. C. D. 3.04 PREPARATION OF CONCRETE AND MASONRY SURFACES TO BE COATED Do not apply coating until concrete has cured at least 30 days. Concrete and masonry surfaces on which coatings are to be applied shall be of even color, gray or gray-white. The surface shall have no pits, pockets, holes or sharp changes of surface elevation. Scrubbing with a stiff-bristle fiber brush shall produce no dusting or dislodging of cement or sand. Sprinkling water on the surface shall produce no water beads or standing droplets. Concrete and masonry shall be free of laitance and slick surfaces. Finish concrete surfaces per Section 303 of the SSPWC. Detergent clean the concrete or masonry surface with trisoium phosphate per ASTM D 4258. Then sandblast surfaces (brush-off blast). After sandblasting, wash surfaces with water to remove dust and salts, per ASTM D 4258 or D 4261. The grain of the concrete surface to touch shall not be rougher than that of No. 10 mesh sand. Prior to coating concrete, plaster, and masonry with System No. 31, or 34, determine the presence of capillary moisture per ASTM D 4263, except as modified below. Tape a dfoot by 4-foot sheet of polyethylene plastic to the concrete surface to be coated. Allow the plastic sheet to remain in place at least 24 hours. After the specified time has elapsed, remove the plastic sheet and visually examine both the underside of the plastic sheet and the concrete surface beneath it. There shall be no indication of moisture on either surface. If moisture is indicated, allow additional curing time for the concrete and then retest. Provide one test sheet for every 500 square feet of concrete surface to be coated. For walls, provide one test sheet for each 10 feet of vertical rise in all elevations starting within 12 inches of the floor or base slab. A. B. C. D. E. 3-05 PROCEDURES FOR ITEMS HAVING SHOP-APPLIED PRIME COATS A. After application of primer to surfaces, allow coating to cure for a minimum to two Section O9900 Painting and Coating 02/08/95 Rev. 11 hours before handling to minimize damage. When loading for shipment to the project site, use spacers and other protecti devices to separate items to prevent damaging the shop-primed surfaces duri transit and unloading. If wood spacers are used, remove wood splinters and particl from the shop-primed surfaces after separation. Use padded chains or ribbc binders to secure the loaded items and minimize damage to the shop-prim? surfaces. Cover shop-primed items 100% with protective coverings or tarpaulins to preve deposition of road salts, fuel residue, and other contaminants in transit. Handle shop-primed items with care during unloading, installation, and erectic operations to minimize damage. Do not place or store shop-primed items on tl ground or on top of other work unless ground or work is covered with a protectii covering or tarpaulin. Place shop-primed items above the ground upon platform skids, or other supports. B. 0 C. D. 3.06 FIELD TOUCH-UP OF SHOP-APPLIED PRIME COATS A. Remove oil and grease surface contaminants on metal surfaces in accordance wi~ SSPC SP-1. Use clean rags wetted with a degreasing solution, rinse with clean wate and wipe dry. Remove dust, dirt, salts, moisture, cbalking primers, or other surface contaminan that will affect the adhesion or durability of the coating system. Use a high-pressui water blaster or scrub surfaces with a broom or brush wetted with a solution ( trisolium phosphate, detergent, and water. Before applying intermediate or finis coats to inorganic zinc primers, remove any soluble zinc salts that have formed t means of scrubbing with a stiff bristle brush. Rinse scrubbed surfaces with clea water. Remove loose or peeling primer and other surface contaminants not easily remove1 by the previous cleaning methods in accordance with SSPC SP-7. Take care tha remaining primers are not damaged by the blast cleaning operation. Remainin primers shall be firmly bonded to the steel surfaces with blast cleaned edge feathered. Remove rust, scaling, or primer damaged by welding or during shipment, storage, an erection in accordance with SSPC SP-10. Take care that remaining primers are nc damaged by the blast cleaning operation. Areas smaller than 1 square inch and tha show no evidence of rust may be prepared using power tool cleaning to a brigh metal finish. Remaining primers shall be firmly bonded to the steel surfaces wit1 cleaned edges feathered. B. a C. D. Section 099(k Painting and Coatin, 0270&95 Ret 0 108 E. Use repair procedures on damaged primer which protects adjacent primer. Blast cleaning may require the use of lower air pressure, smaller nozzles, and abrasive particle sizes, short blast nozzle distance from surface, shielding and/or masking. After abrasive blast cleaning of damaged and deflective areas, remove dust, blast particles, and other debris by dusting, sweeping, and vacuuming; then apply the specified touch-up coating. Surfaces that are shop primed with inorganic zinc primers shall receive a field touch- up of organic zinc primer to cover all scratches or abraded areas. Other surfaces that are shop primed shall receive a field touch-up of the same primer used in the original prime coat. F. G. H. 3.07 PAINTING SYSTEMS A. All materials or a specified painting system, including primer, intermediate, and finish coats, shall be produced by the same manufacturer. Thinners, cleaners, driers, and other additives shall be as recommended by the paint manufacturer for the particular coating system. Deliver paints to the jobsite in the original, unopened containers. B. 3.08 PAINT MIXING Prepare multiple-component coatings using all of the contents of the container for each component as packaged by the paint manufacturer. Do not use partial batches. Do not use multiple-component coatings that have been mixed beyond their pot life. Provide small quantity kits for touch-up painting and for painting other small areas. Mix only the components specified and furnished by the paint manufacturer. Do not intermix additional components for reasons of color or othenvise, even within the same generic type of coating. PROCEDURES FOR THE APPLICATION OF COATINGS Conform to the requirements of SSPC PA-1. Follow the recommendations of the coating manufacturer including the selection of spray equipment, brushes, rollers, cleaners, thinners, mixing, drying time, temperature and humidity of application, and safety precautions. Stir, strain, and keep coating materials at a uniform consistency during application. Apply each coating evenly, free of brush marks, sags, runs, and other evidence of poor workmanship. Use a different shade or tint on succeeding coating applications to indicate coverage where possible. Finished surfaces shall be free from defects or blemishes. 3.09 A. B. Section o9900 Painting and Coating 02/08/95 Rev. 1( Do not use thinners unless recommended by the coating manufacturer. If thinnii is allowed, do not exceed the maximum allowable amount of thinner per gallon coating material. Stir coating materials at all times when adding thinner. Do n flood the coating material surface with thinner prior to mixing. Do not redu coating materials more than is absolutely necessary to obtain the proper applicatic characteristics and to obtain the specified dry-film thicknesses. Remove dust, blast particles, and other debris from blast cleaned surfaces by dustin sweeping and vacuuming. Allow ventilator fans to clean airborne dust to provic good visibility of working area prior to coating applications. Remove dust fro: coated surfaces by dusting, sweeping, and vacuuming prior to applying succeedif coats. Apply coating systems to the specified minimum dry-film thicknesses as measure from above the peaks of the surface profile. Apply primer immediately after blast cleaning and before any surface rusting occur or any dust, dirt, or any foreign matter has accumulated. Reclean surfaces by bla cleaning that have surface colored or become moist prior to coating application. Apply a brush coat of primer on welds, sharp edges, nuts, bolts, and irregula surfaces prior to the application of the primer and finish coat. The brush coat sha be done prior to and in conjunction with the spray coat application. Apply the spra coat over the brush coat. SURFACES NOT TO BE COATED Do not paint the following surfaces unless otherwise noted in the drawings or i other specification sections. Protect during the painting of adjacent areas: C. d) D. E. F. G. e 3.10 A. Concrete walkways. B. Mortar-coated pipe and fittings. C. Stainless steel. D. Metal letters. E. Glass. F. Roofings. G. Fencing. H. Electrical fixtures except for factory coatings. Section 0990( Painting and Coatin1 W08/95 Rev 0 110 I. Nameplates. J. Grease fittings. K. Brass and copper, submerged. L. M. N. 3.11 Buried pipe, unless specifically required in the FRP specifications. Fiberglass items, unless specifically required in the FRP specifications. Aluminum handrail, stairs, and grating. PROTECTION OF SURFACES NOT TO BE PAINTED Remove, mask, or otherwise protect hardware, lighting fixtures, switcbplates, aluminum surfaces, machined surfaces, couplings, shafts, bearing, nameplates on machinery, and other surfaces not intended to be painted. Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces. Protect working parts of mechanical and electrical equipment from damage during surface preparation and painting process. Mask openings in motors to prevent paint and other materials from entering the motors. 3.12 SURFACES TO BE COATED The exact coating to be applied in any location in not designated by the descriptive phrases in the coating system titles such as "buried metal," or "submerged metal." Coat surfaces with the specific coating systems as described below: Coat mechanical equipment, such as pumps, blowers, and fans as described in the various mechanical equipment specifications. Color shall match the color of the connecting piping. Coat aboveground and exposed piping or piping in vaults and structures as described in the various piping specifications. Coat valves as described in the various valve specifications. Aboveground valves, or valves in vaults and structures, shall match the color of the connecting piping. Coat concrete surfaces where shown on the drawings. Apply System No. 31 or 34 on exposed interior concrete surfaces, as shown on the drawings. Coat aluminum surfaces in contact with concrete per System No. 51. Coat buried flanges, nuts and bolts, valves, flexible pipe couplings, exposed rebar in thrust blocks, and valve boxes as specified in the particular specifications for the Section O9900 Painting and Coating W08/95 Rev. A. B. C. D. F. G. above items. Coat aboveground structural steel or structural steel located in vaults and structu as described in Section 05121. Coat exposed indoor galvanized electrical conduit per System No. 52. Color of fin coat shall be OSHA Safety Orange. H. 0 I. 3.13 DRY-FILM THICKNESS TESTING A. Measure coating thickness specified for metal and concrete surfaces with a magnei type dry-film thickness gauge. Test the finish coat (except zinc primer a galvanizing) for holidays and discontinuities with an electrical holiday detector, IC voltage, wet sponge type. Provide measuring equipment. Provide detector manufactured by Tinker and Rasor or K-D Bird Dog. Provide dry-film thickn gauge as manufactured by Mikrotest or Elcometer. Check each coat for the corr dIy-film thickness. Do not measure within eight hours after application of 1 coating. Make five separate spot measurements (average of three readings) spaced eve] over each 100 square feet of area (or fraction thereof) to be measured. Make thr gauge readings for each spot measurement of either the substrate or the pai Moved the probe a distance of 1 to 3 inches for each new gauge reading. Disca any unusually high or low gauge reading that cannot be repeated consistently. Ta the average (mean) of the three gauge readings as the spot measurement. T average of five spot measurements for each such 100 square foot area shall not less than the specified thickness. No single spot measurement in any 100 square fc area shall be less than 80%, nor more than 120%, of the specified thickness. 0 of three readings which are averaged to produce each spot measurement m underrun by a greater amount. REPAIR OF IMPROPERLY COATED SURFACES If the item has an improper finish color or insufficient film thickness, dean a~ topcoat the surface with the specified paint material to obtain the specified color a~ coverage. Sandblast or power-sand visible areas of chipped, peeled, or abraded pah feathering the edges. Then prime and finish coat in accordance with tl specifications. Work shall be free of runs, bridges, shiners, laps, or 0th imperfections. B. 0 3.14 - END OF SECT'ION - Section 0991 Painting and Coati 02/08/95 Rt a 112 SECTION 15041 - DISINFECTION OF PIPING AND STRUCTURES PART 1 - GENERAL 1.01 DESCRIPTION This section includes materials and procedures for disinfection of water mains by the continuous feed method. Do not use the tablet method to disinfect pipelines. Disinfect piping in accordance with AWWA C651 as modified below. 1.02 RELATED WORK DESCRIBED ELSEWHERE Pressure Testing of Piping: 15044. 1.03 JOB CONDITIONS A. Discharge of chlorinated water into watercourses or surface waters is regulated by the National Pollutant Discharge Elimination System (NPDES). Apply to California Regional Water Quality Control Board - San Diego Region, and obtain permit, for permission to discharge. Disposal of the chlorinated disinfection water and the flushing water is the Contractor’s responsibility. Schedule the rate of flow and locations of discbarges in advance to permit review and coordination with Owner and cognizant regulatory authorities. Use potable water for chlorination. Submit request for use of water from waterlines of Owner 48 hours in advance. B. C. D. 1.04 PAYMENT The unit price or lump-sum price paid for installation of pipe includes full compensation for furnishing the labor, materials, tools, permits, tests, and equipment and doing all work involved in disinfection. PART 2 - MATERIALS 2.01 LIQUID CHLORME Inject with a solution feed chlorinator and a water booster pump. Use an Section 15041 Disinfection of Piping and Structures -5 Rev. 1 experienced operator and follow the instructions of the chlorinator manufacture1 2.02 CALCIUM HYPOCHLORITE (DRY) 0 Dissolve in water to known concentration in a drum and pump into the pipeline a metered rate. 2.03 SODIUM HYPOCHLORITE (SOLUTION) Further dilute in water to desired concentration and pump into the pipeline at metered rate. 2.04 CHLORINE RESIDUAL TEST KIT For measuring chlorine concentration, supply and use a medium range, drop coun titration kit or an orthotolidine indicator comparator with wide range color disc; Products: Hach Chemical or Hellige. Maintain kits in good working order availabl for immediate test of residuals at point of sampling. PART 3 - EXECUTION 3.01 CONTINUOUS FEED METHOD FOR PIPELINES Introduce portable water into the pipeline at a constant measured rate. Feed thc chlorine solution into the same water at a measured rate. Proportion the two rate so that the chlorine concentration in the pipeline is maintained at a minimun concentration of 50 mg/l. Check the concentration at points downstream during thc filling to ascertain that sufficient chlorine is being added. DISINFECI'ION OF VALVES AND APPURTENANCES During the period that the chlorine solution or slug is in the section of pipeline, oper and close valves to obtain a chlorine residual at hydrants and other pipelinc appurtenances . 0 3.02 3.03 CONFIRMATION OF RESIDUAL After the chlorine solution applied by the continuous feed method has been retainec in the pipeline for 24 hours, confirm that a chlorine residual of W mg/l minimun exists along the pipeline by sampling at air valves and other points of access. Section 15041 Disinfection of Piping and Structures Wasps Rev. 0 114 3.04 PIPELINE FLUSHING After confirming the chlorine residual, flush the excess chlorine solution from the pipeline until the chlorine concentration in the water leaving the pipe is within 0.5 mg/l of the replacement water. 3.05 BACTERIOLOGIC TESTS Collect two samples, deliver to a certified laboratory within six hours of obtaining the samples, and obtain a bacteriologic quality test to demonstrate the absence of coliform organisms in each separate section of the pipeline after chlorination and refilling. 3.06 REPETITION OF PROCEDURE If the initial chlorination fails to produce required residuals and bacteriologic tests, repeat the chlorination and retesting until satisfactory results are obtained. 3.07 TEST FACILITY REMOVAL After satisfactory disinfection, replace air valves, restore the pipe coating, and complete the pipeline where temporary disinfection or test facilities were installed. 3.08 PIPING TO BE DISINFECTED A. Disinfect all piping except drainage piping. - END OF SECTION - Section 15041 Disinfection of Piping and Structures 02/08/95 Rev. SECTION 15044 - PRESSURE TESTING OF PIPING a PART 1 - GENERAL 1.01 DESCRIF'TION This section specifies the pneumatic, hydrostatic and leakage testing of pressi piping in irrigation systems; water distribution and transmission mains. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Disinfection of Piping and Structures: 15041 B. Valves, General: 15200. 1.03 SUBMITTALS A. Submit test bulkhead locations and design calculations, pipe attachment details, a methods to prevent excessive pipe wall stresses. Submit six copies of the test records to the Owner's Representative upon completi B. e of the testing. 1.04 TEST PRESSURES Test pressures for the various services and types of piping are shown in Subsectic 3.M. 1.05 TESTING RECORDS Provide records of each piping installation during the testing. These records Shi include: A. Date of test. B. C. Identification of pipeline material. D. Identification of pipe specification. E. Test fluid. Identification of pipeline, or pipeline section, tested or retested. Section 1504 Pressure Testing of Pipit 02/08/95 Re a 116 F. Test pressure. G. H. Remarks: Leaks identified (type and location), types of repairs, or corrections made. Certification by Contractor that the leakage rate measured conformed to the specifications. 1.06 MEASUREMENT AND PAYMENT Payment for the work in this section shall be included as part of the lump-sum bid amount stated in the Proposal. PART 2 - MATERIALS 2.01 VENTS AND DRAINS FOR ABOVEGROUND PIPING Install vents on the high points of aboveground piping, whether shown in the drawings or not. Install drains on low points of aboveground piping, whether shown in the drawings or not. Provide a valve at each vent or drain point. Valves shall be Y4-inch for piping 3 inches and larger and %inch for piping smaller that 3 inches. Valves shall be as specified in Section 15100, Type 1, unless othedse shown in the drawings. 2.02 MANUAL AIR-RELEASE VALVES FOR BURIED PIPE Provide temporary manual air-release valves for pipeline test. Construct the pipe outlet in the same manner as for a permanent air valve and after use, seal with a blind flange, pipe cap, or plug and coat equal to the adjacent pipe. 2.03 TEST BULKHEADS Design and fabricate test bulkheads per Section VI11 of the ASME Boiler and Pressure Vessel Code. Materials shall comply with Part UCS of said code. Design pressure shall be at least 2.0 times the specified test pressure for the section of pipe containing the bulkhead. Limit stresses to 70% of yield strength of the bulkhead material at the bulkhead design pressure. Include air-releases and water drainage connections. 2.04 TESTING nuID A. Testing fluid shall be water unless a pneumatic test is shown in the following subsections. Section 15014 Pressure Testing of Piping 02/08/95 Rev. B. For fuel oil and gasoh? lines, use the fluid to be conveyed for hydrostatic tesl a and flushing C. D. E. For potable water pipelines, obtain and use only potable water for hydrostatic tesb Submit request for use of water from waterlines of Owner 48 hours in advance. The Contractor may obtain the water from the Owner at the Owner's rate of char1 2.05 TESI'ING EQUIPMENT Provide pressure gauges, pipes, bulkheads, pumps, (compressors), and meters perform the hydrostatic and pneumatic testing. PART 3 - EXECUTION 3.01 TESTING PREPARATION A. B. Pipes shall be in place and anchored before commencing pressure testing. Conduct pressure tests on exposed and aboveground piping after the piping has bt installed and attached to the pipe supports, hangers, anchors, expansion joints, valv and meters. Conduct pressure tests on buried piping after the trench has been completl backfilled. The pipe may be partially backfilled and the joints left exposed . inspection for an initial leakage test. Perform the final test, however, af completely backfilling and compacting the trench. Provide any temporary piping needed to carry the test fluid to the piping that is be tested. After the test has been completed and demonstrated to comply with 1 specifications, disconnect and remove temporary piping. Do not remove the vent a drain valves at the high and low points in the tested piping. Plug taps or connectic to the existing piping from which the test fluid was obtained. Provide temporary drain lines needed to carry testing fluid away from the pipe bei tested. Remove such temporary drain lines after completing the pressure testb Drain the pipes after they have been tested. a C. D. E. 3.02 CLEANING Before conducting hydrostatic tests, flush pipes with water to remove dirt and deb1 For pneumatic tests, blow air through the pipes. Maintain a flushing velocity of Section 13 Pressure Testing of Pip 02/08/95 R e 118 least 3 fps for water testing and at least 2,000 fpm for pneumatic testing. Flush pipes for time period as given by the formula 2L 3 T = -_--- in which: T = flushing time (seconds) L = pipe length (feet). 3.02 A. TESTING AND DISINFECTION SEQUENCE OF POTABLE WATER PIPING Perform required chlorination subsequent to hydrostatic testing, except when pipeline being tested is connected to a potable waterline. Locate and install test bulkheads, valves, connections to existing pipelines, and other appurtenances in a manner to provide an air gap separation between existing potable water pipelines and the pipeline being tested. Disinfect water and pipeline being tested before hydrostatic testing when connected to a potable waterline. TESTING AND DISINFECTION SEQUENCE OF POTABLE WATER PIPING Perform required chlorination subsequent to hydrostatic testing, except when pipeline being tested is connected to a potable waterline. Locate and install test bulkheads, valves, connections to existing pipelines, and other appurtenances in a manner to provide an air gap separation between existing potable water pipelines and the pipeline being tested. Disinfect water and pipeline being tested before hydrostatic testing when connected to a potable waterline. LENGTH OF TEST SECTION FOR BURIED PIPE The maximum length of test section for buried pipe of 12 inches or smaller in diameter is 3,500 feet; for buried pipe larger than 12 inches, 1 mile. Provide test bulkheads where the distance between inline valves exceeds these limits. INITIAL PIPELINE FILLING FOR HYDROSTATIC TESTING Maximum rate of filling shall not cause water velocity in pipeline to exceed 1 fps. Filling may be facilitated by removing automatic air valves and releasing air manually. B. 3.03 A. B. 3.04 3.05 Section 15044 Pressure Testing of Piping 02/08195 Rev. 3.06 TESTING NEW PIPE WHICH CONNECTS TO EXISTING PIPE. Test new pipelines which are to be connected to existing pipelines by isolating new line from the existing line by means of pipe caps, spectacle flanges, or bl flanges. After the new line has been successfully tested, remove caps or flanges i connect to the existing piping. HYDROSTATIC TESTING OF ABOVEGROUND OR EXPOSED PIPING Open vents at high points of the piping system to purge air while the pipe is be filled With water. Venting during system filling may also be provided by temporal loosening flanges. Subject the piping system to the test pressure indicated. Maint the test pressure for a minimum of four hours. Examine joints, fittings, valves, a connections for leaks. The piping system shall show zero leakage or weepi Correct leaks and retest until zero leakage is obtained. HYDROSTATIC TESTING OF BURIED PIPING Where any section of the piping contains concrete thrust blocks or encasement, not make the pressure test until at least 10 days after the concrete has been poure When testing mortar-lined of PVC piping, fill the pipe to be tested with water a allow it to soak for at least 48 hours to absorb water before conducting the presst test. Apply and maintain the test pressure by means of a hydraulic force pump. Maintain the test pressure for the following duration by restoring it whenever it fa an amount of 5 psi: 0 3.07 3.08 A. B. C. a Pipe Diameter (inches) Hours 18 and less 4 24 4 D. After the test pressure is reached, use a meter to the additional water added 1 maintain the pressure. This amount of water is the loss due to leakage in the pipii system. The allowable leakage rate is defined by the formula '/2 r-€ND (P) L= .................... C in which: Section 1501 Pressure Testing of Piph WW95 Re 8 120 H = specified test period (hours) L = allowable leakage (gallons) N = number of rubber-gasketed joints D = diameter of the pipe (inches) P = specified test pressure (psig) in pipe tested c = 7,400 E. Piping subject to the National Fire Codes shall be tested per NFPA 24. Such piping shall be tested hydrostatically at not less than 200-psi pressure for two hours or at 50 psi in excess of the maximum static pressure when the maximum pressure is in excess of 150 psi. The amount of leakage in piping shall be measured at the specified test pressure by pumping from a calibrated container. The amount of leakage at the joints shall not exceed 2 quarts per hour per 100 gaskets or joints irrespective of pipe diameter. The piping subject to this testing requirement is listed below. The allowable leakage for buried piping having threaded, brazed, or welded (including solvent welded) joints shall be zero. Repair and retest any pipes showing leakage rates greater than that allowed in the above criteria. F. G. 3.10 REPETITION OF TEST If the actual leakage exceeds the allowable, locate and correct the faulty work and repeat the test. Restore the work and all damage resulting from the leak and its repair. Eliminate visible leakage. BULKHEAD AND TEST FACILITY REMOVAL After a satisfactory test, remove the testing fluid, remove test bulkheads and other test facilities, and restore the pipe coatings. TEST PRESSURE AND TEST FLUIDS Testing and design pressures (psig) shall be as listed below: 3.11 3.12 Pipe Service Pipe Material Testing Fluid Design Pressure Test Pressure Domestic , DIP Water 200 250 Water PVC Water 150 200 Irrigation PVC Water 100 150 - END OF SECTION - Section 15044 Pressure Testing of Piping 02/08/95 Rev. SECTION 15056 - DUCTILE-IRON PIPE PART 1 - GENERAL 0 1.01 DESCRIPTION This section describes materials, testing, and installation of ductile-iron pipe i fittings 54 inches and smaller. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. B. Painting and Coating: 09900. C. Disinfection of Piping and Structures: 15041. D. Pressure Testing of Piping: 15044. E. Wall Flanges, Anchors, and Penetrations: 15142. Trenching, Backfilling, and Compacting: 02200. 1.03 SUBMITTALS 0 A. B. Submit shop drawings in accordance with the General Conditions. Provide an affidavit of compliance with standards referenced in this specification, e.€ AWA C151. Submit piping layout drawings showing location and dimensions of pipe and fitting: Include laying lengths of valves, meters, in-line pumps, and other equipmer determining piping dimensions. Label or number each fitting or piece of pipe. C. D. Provide the following information: E. Submit tabulated layout schedule including: 1. 2. 3. Order of installation and closures. Pipe invert station and elevation at each change of grade and alignment. Elements of curves and bends, both in horizontal and vertical alignment including elements of the resultant true angular deflection in cases 0; combined curvature. The limits of each reach of pipe thickness class and of restrained joints. 4. Section 15056 Ductile-Iron Pipe ouos/95 Rev. a 122 5. 6. 7. 8. Submit details of special elbows and fittings. The limits of each reach of concrete encasement or encasement in casing. Locations and details of bulkheads for field hydrostatic testing of the pipeline. Locations of closures for length adjustment and for construction convenience. Locations of valves and other mechanical equipment. F. G. Submit joint details. H. Submit calculations and/or test data proving that the proposed restrained joint arrangement can transmit the required forces. Submit copy of manufacturer's quality control check of pipe material and production. Submit test report on physical properties of rubber compound used in the gaskets. Color Sample of Finish Coat. I. J. K. 1.04 MEASUREMENT AND PAYMENT A. Payment €or the work in this section shall be included as part of the applicable unit price for piping stated ia the Proposal. PART 2 - MATERIALS 2.01 PIPE Pipe shall be ductile iron, conforming to AWWA C151. 2.02 PIPE WALL THlCKNESS A. Wall thicknesses for pipe having grooved-end joints shall be as shown in the following table: Pipe and Fitting Sizes (inches) Wall Thickness* ............................. .................... 16 and smaller class 53 *Per AWWA C151 Section 15056 Ductile-Iron Pipe (32~'08/95 Rev. B. Minimum wall thickness for pipe having push-on or mechanical joints, plain ends, cast flange ends shall be pressure Class 200, unless otherwise shown in the drawir Minimum wall thickness for pipe having threaded flanges shall be pressure Class 2 C. 3) 2.03 FTITINGS A. Class 125 fittings shall conform to AWWA CllO with a minimum pressure rating 250 psi. Determine the pressure class of the fittings based on the test pressu shown in Section 15044. Flanges shall be flat faced. Grooved-end fittings shall conform to AWWA CllO with grooved ends conform: to AWWA C606, radius cut rigid joints. Fitting material shall conform to ASTM 48, Class 30; ASTM A 126, Class B; or ASTM A 536, Grade 65-42-10. W thickness of ductile-iron (ASTM A 526) fittings shall conform to AWWA CllO C153; wall thickness of cast-iron fittings shall conform to AWWA C110. Fittings a couplings shall be furnished by the same manufacturer. Material for fittings with welded-on bosses shall have a Charpy notch impact Val of minimum 10 ft-lbs under the conditions defined in AWWA C151. B. C. 2.04 FLANGES Flanges shall be Class 125 per AWWA C115. Flanges on pipe shall be either ca 8 or threaded. 2.06 FAINTING AND COATING A. Coat pipe located above ground and in vaults and structures per Section 099a System No. 7. Apply prime coat in factory. Apply coating system in the field befoi installing the pipe, then touch up after installation. Provide asphaltic coating on buried pipe per AWWA C151. Wrap buried pip fittings, and joints with 8-mil polyethylene tubing per AWWA C105. Wrap tubin joints with 2-inch wide adhesive tape: Polyken 900, Scotchwrap 50, or equal. Coat buried mechanical and restrained joint bolts, nuts, and glands per Sectio 09900, System No. 21. Coat submerged pipe per Section 09900, System No. 1. Coat exposed grooved-end couplings the same as the pipe. Finish coat to be Dunes Tan. B. C. D. E. F. Section 1505 Ductile-Iron Pip 02/08/95 Re\ 0 124 2.07 GROOVED-END COUPLINGS A. Grooved-end pipe couplings shall be malleable iron, ASTM A 47 (Grade 32510), or ductile iron, ASTM A 536 (Grade 65-45-12). Gaskets shall be Buna-N and shall conform to ASTM D 2000. Bolts in exposed service shall conform to ASTM A 193, Grade €38, Class 2. Couplings for pipe 36 inches and smaller shall conform to AWWA C606 for flexible radius ductile-iron pipe, except where rigid radius couplings are required to connect to fittings. Couplings shall be Victaulic Style 31, Gustin-Bacon No. 500, or equal. B. C, 2.08 GASKETS FOR FLANGES Gaskets shall be full face, %-inch thick, cloth-inserted rubber: John Crane Co. Style 777 or equal. Gaskets shall be suitable for a water pressure of 200 psi at a temperature of 180°F. Gaskets shall have "nominal" pipe size inside diameters not the inside diameters per ANSI B16.21. 2.09 GASKETS FOR MECHANICAL, PUSH-ON, AND RESTRAINED JOINTS Synthetic rubber in accordance with AWWA C111. BOLTS AND NUTS FOR FLANGES Bolts and nuts for buried and submerged flanges and flanges located indoors, outdoors, above ground, or in vaults and structures shall be Type 316 stainless steel conforming to ASTM A 193, Grade B8M, for bolts and ASTM A 194, Grade 8M for nuts. Fit shall be Classes 2A and 2B per ANSI B1.1 when connecting to cast iron valves having body bolt holes. Provide washers for each nut. Washers shall be of the same material as the nuts. 2.11 OUTLETS AND NOZZLES 2.10 A. B. A. B. Provide outlets 2 inches and smaller by using a threaded welded-on boss. For outlets larger than 2 inches, use a tee with a flanged outlet. 2.12 JOINTS A. Joints in aboveground or submerged piping or piping located in vaults and structures shall be flanged unless shown otherwise on the drawings. Joints in buried piping shall be of the restrained type per AWWA Clll except where B. Section 15056 Ductile-Iron Pipe 02#08/95 Rev. flanged joints are required to connect to valves, meters, and other equipme Restrained joints shall be American Cast Iron Pipe "Lok-ring" or "Flex-Ring," I Pipe 'TR-Flex," or equal. a PART 3 - EXECUTION 3.01 DELIVERY AND TEMPORARY STORAGE OF PIPE AT SITE Deliver the pipe alongside the pipelaying access road over which the pipe trail tractors can travel under their own power. Place the pipe in the order in which i to be installed and secure it from rolling. 3.02 SANITATION OF PIPE INTERIOR A. B. During laying operations, do not place tools, clothing, or other materials in the pi] When pipelaying is not in progress, close the ends of the installed pipe by a verm proof plug. INSTALLING FLANGED PIPE AND FITTINGS Flanged pipe and fittings shall be shop fabricated, not field fabricated. Thread flanges shall comply with AWWA C115 and shall be individually fitted and machj tightened in the shop. Prior to assembly of the flange onto the pipe, apply a thre compound to the threads to provide a leak-free connection. There shall be ze leakage through the threads at a hydrostatic test pressure of 250 psi without the I of the gasket. Bolt holes of flanges shall straddle the horizontal and vertical centerlines of the pi] Clean flanges by wire brushing before installing flanged fittings. Cut the bore of 1 gaskets such that the gaskets do not protrude into the pipe when the flange bolts I tightened. Clean flange bolts and nuts by wire brushing, lubricate bolts with oil a graphite, and tighten nuts uniformly and progressively. If flanges leak under pressu testing, loosen or remove the nuts and bolts, reset or replace the gasket, reinstall retighten the bolts and nuts, and retest the joints. Joints shall be watertight. 3.03 A. 9 B. 3.04 INSTALLING GROOVED-END PIPE AND FITTINGS A. Install grooved-end pipe and fittings in accordance with the coupling manufacture recommendations and the following. Clean loose scale, rust, oil, grease, and dirt from the pipe or fitting groove befa installing coupling. Apply the coupling manufacturer's gasket lubricant to the gask exterior including lips, pipe ends, and housing interiors. B. Section 13 Ductile-Iron PI 02/08/95 R io 126 C. Fasten coupling alternately and evenly until coupling halves are seated. Use torques as recommended by the coupling manufacturer. Provide separate hangers and supports at both sides of flexible joints. D. 3.05 INSTALLING BURIED PIPE A. B. Install in accordance with Section 02200 and as follows. When installing piping in trenches, do not deviate more than 1 inch from line of Y4 inch from grade. Measure for grade at the pipe invert. Inspect each pipe and fitting before lowering the buried pipe or fitting into the trench. Inspect the interior and exterior protective coatings. Patch damaged areas in the field with material recommended by the protective coating manufacturer. Clean ends of pipe thoroughly. Remove foreign matter and dirt from inside of pipe and keep clean during and after laying. Handle pipe in a manner to avoid any damage to the pipe. Do not drop or dump pipe into trenches under any circumstances. Grade the bottom of the trench to the line and grade to which the pipe is to be laid, with allowance for pipe thickness. Remove hard spots that would prevent a uniform thickness of bedding. Before laying each section of the pipe, check the grade with a straightedge and correct any irregularities found. The trench bottom shall form a continuous and uniform bearing and support for the pipe at every point between bell holes, except that the grade may be disturbed for the removal of lifting tackle. At the location of each joint, dig bell (joint) holes in the bottom of the trench and at the sides to permit visual inspection of the entire joint. Keep the trench in a dewatered condition during pipelaying. Removal of water shall comply with Section 02200. When the pipelaying in not in progress, including the noon hours, close the open ends of pipe. Do not permit trench water, animals, or foreign material to enter the C. D. E. F. G. H. Pipe. 3.06 A: JOINT DEFLECTIONS FOR BURIED PIPE For restrained joints, do not exceed 80% of the manufacturer’s recommended maximum deflections. Assemble joints in accordance with AWA C600. B. Section 15056 Ductile-Iron Pipe W08/95 Rev. 1: 3.07 HYDROSTATIC TESTING .I Test pressures are shown in Section 15044. Test in accordance with Section 1504 - END OF SECTION - a Section 150! Ductile-Iron Pi] a WW Re 128 SECTION 15061 - STEEL CYLINDER WATER PIPE PART 1 - GENERAL 1.01 DESCRIPTION Contractor to furnish steel pipe as hereinafter described. A. 'Qpes of Steel Pipe 1. Cement mortar lined and cement mortar coated steel pipe (CML&C). This type of pipe is to be used in steel pipeline construction unless otherwise specified. Cement mortar lined and painted steel pipe for above ground or vault installation. 2. B. C. Pipe Class or Working Pressure shall be 200 psi unless otherwise specified. Nominal Pipe Diameter shall mean the approximate inside diameter of the cement mortar lining. Fabricated Steel Plate Specials, defined as bends, wyes, reducers, outlets, and other pipe structures. D. 1.02 QUALITY ASSURANCE Includes the requirements of this specification and the requirements of the latest revision of the following standards as applicable. Unless specifically stated otherwise, the most stringent requirement will govern when there is a conflict. AWWA C-200. American Water Works Association (AWWA) C-200 standard for steel water pipe 6 inches and larger. AWWA C-205. AWWA C-205 cement mortar lining and coating. Section 5.5.4 wire mesh: When wire mesh is used as the reinforcement for the coating, it shall have a minimum of l/2" coating over the wire mesh. AWWA C-207. Steel pipe flanges. AWWA C-208. Standard dimensions for steel water pipe fittings. A. B. C. D. E. ASTM (2-150. Portland Cement. 1. Type I1 Cement. Section 15061 Steel Cylinder Water Pipe 02/08/95 Rev. 1 2. Type V Cement. AWWA Manual M-11. Design and installation of steel pipe. ASTM D-2240. Rubber property - durometer hardness. F. G. e 1.03 SUBMITTALS A. Pipe Layout Drawings. Pipe shall be fabricated to adhere to the contr; construction drawings. The Contractor shall submit pipe layout drawings 1 approval by the Engineer when the pipe layout vanes from the alignment or gra shown on the contract drawings. These drawings shall be the same scale as tl contract drawings. The District will allow the manufacturer to utilize a set reproducible contract drawings to reflect the proposed deviations from the plannc grades. Fabricated Steel Plate Specials. Submittals for fabricated steel plate specials shl be approved prior to fabrication. The dimensions shall conform to AWWA C-2( except as modified herein or as otherwise shown on the plans. 1. B. Pipe Outlets. The measurement from the outside of pipe to the face of flang shall be 12" unless otherwise shown. Outlets shall be designed per AWW, Manual M-11, and design of stiffener plates shall follow the nomograp a method. Pipe outlets shall also be provided for chlorination corp stops, air vah assemblies, services, and other appurtenances required by the contrac drawings. Brass plugs shall be provided for installation upon later removal c the chlorination corp stops. 2. Bends. a. The radius of bends shall be a minimum of 211'2 times the pip diameter unless specified otherwise. Bends may be welded to adjacent pipe sections. Bends shall conform to the following table: b. c. 2-piece 0" - 30" 3-piece 30" - 45" 4-piece 45" - 67%' 5-piece 67%" - 90" a C. Rubber Gaskets. Test results showing the properties of the material used in rubber Section 15061 Steel Cylinder Water Pipe 02/08/95 Rev 130 gaskets shall be submitted by the Contractor if requested by the Engineer. 1.04 DELIVERY Pipe and material shall be furnished, delivered and strung along the trench site. Internal bracing adequate for handling and transportation shall be installed as soon as practical after the application of cement mortar lining. All bracing shall remain in the pipe until installation and backfilling are completed. Gasket material shall be furnished with the pipe for storage in a cool, well ventilated place and protected from direct sunlight. A. B. 1.05 JOB CONDITIONS Pipe and materials shall not be fabricated, stored, or installed in climatic conditions that will adversely affect the quality of the finished pipeline project. PART 2 - PRODUCTS 2.01 MATERIALS A. Cement Mortar Lined Steel Pipe Cylinder. 1. 2. Steel thickness shall be at least 10 ga. (0.134"). Steel thickness shall be determined from the pressures imposed (Class) and the design stress of the steel. Design stress is defined as one-half (14 of allowable minimum yield stress of the steel. 3. Steel pipe shall conform to the following table. Note: Plate thickness is based on steel with a yield stress of 33,000 psi and a design stress equal to 50% of the yield stress (16,500 psi). class 200 Nominal Minimum Cylinder Minimum Pitx ma. Diameter Plate 'Ikih 4" 'I-%n O.D. 0.1046" 6" 6-%" O.D. 0.134" 8" 8-%" O.D. 0.134" 10" lo-%" O.D. 0.134" Section 15061 Steel Cylinder Water Pipe W/95 Rev. 4. Cylinder shall conform to AWWA C-200. 5. 6. Cement mortar lining shall conform to AWWA C-205. Separate joint rings, if used, shall conform to Section 2.6, AWWA C-303 e B. Coatings. 1. Cement mortar lined steel pipe shall be cement mortar coated unless specifi otherwise. a. Cement Mortar Coating. (1) (2) Shall be a minimum of 3/4" thick. Shall either be Type 11 or Type V cement, unless specifical stated on the plans or in the Special Conditions. Shall be one type of cement; i.e., Type I1 & V shall not 1 mixed together. Shall meet of exceed AWWA C-205 Requirements. Shall be of adequate thickness to provide required rigidity an corrosion protection. Field painting shall be used on above-ground installation or i vaults as shown on the drawings. (3) (4) (5) rl) (6) D. Steel Plate Specials. 1. Shall be constructed of steel plate, thickness computed from the greater of th following criteria, unless a still greater requirement is shown on the drawing or stated in the special conditions: a. b. Thickness not less than 3/16"; or Thickness as determined from the formula TL DxP 2 X 12,500 Where: Section 15061 Steel Cylinder Water Pipe ouo8/9s Rev. 0 132 T = wall thickness in inches D = inside diameter of steel cylinder in inches P = design pressure (class) in pounds per square inch. Schedule 30 or heavier steel pipe in standard diameters may be used in lieu of above paragraph "2.01, Dl" for outlets that are 12" and smaller diameter (12.75", 10.75", 8.625", 6.625", and 4.5" outside diameters). Steel welding fittings conforming to the requirements of ASTM Designation A-234 may be used when available in suitable sizes. Cement mortar lining meeting AWWA C-205 except handwork reinforcement shall be 2" x 4" No. 12 welded wire fabric. Coating meeting the requirements of straight pipe. Stiffener plates, when required, designed per the nomograph method of AWWA Manual M-11. Reinforced steel collar pads designed for the specified pressure where needed. Materials meeting or exceeding AWWA C-200 requirements. 2. 3. 4. 5. 6. 7. 8. E. Rubber Ring Gaskets. 1. Shore durometer hardness range shall be in the range of 50-55 in accordance with ASTM D-2240. 2. 2.02 MIXES Compound shall conform to the requirements of Section 2.8 AWWA C-303. All mixes shall conform to the applicable reference sections. 2.03 FABRICATION OF PIPE A. Steel cylinder pipe shall be fabricated in accordance with AWWA C-200 for cement mortar lined steel pipe. Cement mortar lining process shall be followed with sealing each pipe end with a waterproof cover prior to carefully moving the pipe section. The pipe sections shall be cured under sprinklers or by other processes approved by the Engineer. Coatings shall be applied after the exterior of the pipe is thoroughly cleaned and free from all loose mill scale and rust. B. C. Section 15061 Steel Cylinder Water Pipe ouos/95 Rev. 1. Cement mortar coating shall be applied pneumatically or by impactic resulting in a dense uniform coating that adheres tightly to the pipe. 1. D. Joints. 1. e All pipe shall have rubber gasket joints unless othexwise shown. a. The steel area in the bell shall not be less than the area in i equivalent length of pipe barrel. Rubber gasket ends formed integrally with the steel cylinder shall 1 formed either by sizing with a machined swage or die, or by rolling p b. AWWA C-200. c. Separate rubber gasket joint rings shall be formed per requirements ( Section 3.3 of AWWA C-303. 2. Ends that are not rubber gasket, including but not limited to weld bells, plai ends, grooved ends, and butt straps shall conform to AWWA (2-200 wher applicable, and to the construction drawings. E. Steel Plate Specials shall conform to approved shop drawings and shall be fabricate, in a shop approved for that purpose by the Engineer. 1. Each special shall have a mark on the top and bottom corresponding to th~ true vertical axis. Outlets, including wyes, shall be built into the wall of the pipe. Fabricated steel fittings of suitable design shall be welded to the cylinde before the exterior coating is placed around the fittings. Cement mortar lining shall meet the requirements of straight pipe with tht provisions that handwork lining reinforcement shall be positionec approximately in the center of the lining. The wires spaced 2" on center shal extend circumferentially around the pipe. The fabric shall be secureb fastened to the pipe. Splices shall be lapped 4" and the free ends tied 01 looped to ensure continuity. e 2. 3. 4. PART 3 - EXECUTION 3.01 INSPECI'ION A. Notification of Manufacture. Unless specifically waived, Inspection Department shall Section 15061 Steel Cylinder Water Pipe CWMPS Rev. a 134 be notified at least 48 hours prior to commencement of the manufacture of pipe. Hydrostatic Testing. Steel cylinders shall be hydrostatically tested to a stress equal to 75% of the minimum yield point of the steel. Certification of all cylinders is required by the District. Specials. Specials shall be bulkheaded and tested prior to lining and coating of weld seams at one-and-one-half (1%) times the design pressure (class). Dye penetrant process may be used on all untested welds in lieu of hydrostatic testing if the straight pipe used in fabricating the special has passed a hydrostatic test of 75% of the yield point. All defective welds including pinholes and porous welds shall be chipped out, rewelded, and retested. Rubber Gaskets. Rubber Gaskets shall be subject to inspection and/or testing by the Engineer. All unsatisfactory gaskets shall be immediately replaced at no expense to the District. 3.02 INSTALLATION Preparation. Internal bracing, in addition to the bracing used for handling and transportation of the pipe, shall be installed when required to ensure maximum permissible deflections are not exceeded during laying, backfill, and compaction. Pipe Zone Density. Relative density in pipe zone as shown on the drawings shall be in accord with the manufacturer's recommendation. B. C. D. A. B. - END OF SECTION - Section 15061 Steel Cylinder Water Pipe 02/0&95 Rev. 1 SECTION 15064 - PLASTIC (WC) WATER PIPE AND FITTINGS PART I - GENERAL d 1.01 REQUIREMENT It is required that the Contractor shall furnish, deliver, unload and string along tl trench site, all pipe and material as hereinafter described in the specifications. A fabrication, workmanship, material and testing of pipe shall conform to the late revision of the specifications. 1.02 DELIVERY A. Transport, deliver, unload, store and handle all materials in a manner to preven damage to the materials or the work. All damaged, broken or otherwise defective materials will be rejected. Store all circular rubber gaskets and special lubricants in packaged materials with thl manufacturer’s name. brand and all other applicable data plainly marked thereon. B. C. 1.03 QUALITY ASSURANCE A. American Water Works Association (AWWA). 1. e Polyvinyl Chloride (PVC) pressure pipe, 4 inch through 12 inch diameter. (ANSI/AWWA -00) latest edition. Standard for disinfecting water mains. (ANSI/AWWA C651) 2. Any pipe showing discoloration, caulking, checking or other visible damage due to ultraviolet light exposure shall not be accepted by the District. B. 1.04 MEASUREMENT ANI> PAYMENT Payment for pipe shall be made on a unit price basis per lineal foot of pipe. PART 2 - PRODUCT 2.01 TYPE OF PIPE Polyvinyl Chloride (PVC) PIPE 4 inch through 12 inch in diameter shall conform to the latest revision of AWWA specification 000 with integral bell and spigot joints. Section 15064 Plastic (PVC) Water Pipe & Fittings WO8PS Rev. Q 136 Pipe shall be twenty (20) foot laying lengths and shall have cast iron outside diameters (c.1.0.D.'~). All rubber rings shall be furnished by the pipe manufacturer. These rubber rings (elastomeric gaskets) shall be manufactured to conform with the requirements of ASTM F-477. 2.02 CLASS OF PIPE PVC Pipe through 12 inch diameter shall be Class 150 (dimension ratio 18) except where noted otherwise. 2.03 TYPE OF FITTING Fittings for PVC pipe shall be flanged or bolted mechanical joint or push-on joint ductile or gray iron fittings and shall conform to ANSI/AWWA CllO/A21.10 and ANSYAWWA Clll/Ml.ll. All fittings shall be cement mortar lined and tar (seal) coated in accordance with ANS A2I.4 (AWWA C104). 2.04 SERVICE CONNECTION OUTLETS All service connections to PVC pressure pipe water main shall be constructed with bronze service saddles with CS threads for receiving a bronze corporation stop in accordance with standard drawings. Service saddle shall be Jones, Mueller, or approved equal. 2.05 POLYETHYLENE ENCASEMENT All ductile or gray iron fittings shall be polyethylene encased at the time of installation. Polyethylene encasement and installation shall be in accordance with ANSYAWWA C105. PART 3 - EXECUTION 3.01 FACTORY TESTING All pipe shall be tested in the United States in accordance with AWWA C900 and certification of the testing shall be furnished to the engineer prior to delivery upon his request. The engineer may be present during physical testing of pipe. - END OF SECTION - Section 15064 Plastic (PVC) Water Pipe & Fittings W08195 Rev. 1 SECTION 15132 - PRESSURE GAUGES 8 PART 1 - GENERAL 1.01 DESCRIPTION This section includes materials and installation of pressure gauges, and accessorie 1.82 RELATED WORK SPECIFIED ELSEWHERE A. Pressure Testing of Piping: 15044 1.03 SUBMITTALS A. B. Submit shop drawings in accordance with the General Conditions. Submit manufacturer’s catalog data and descriptive literature. Call out materials ( construction by ASTM reference and grade. Submit manufacturer’s certificate c compliance with the referenced ANSI standards. (d) 1.04 MEASUREMENT AND PAYMENT Payment for the work in this section shall be included as part of the lump-sum bil stated in the Proposal. PART 2 - MATERIALS 2.01 MANUFACTURES Gauges, diaphragm seals, snubbers, and tools shall be as manufactured by Ashcroft, Crosby, Marshalltown, Marsh, or equal. 2.02 GAUGE DESIGN (0-150 PSI) A. Gauges 4-’/2 inches and larger shall comply with ANSI B40.1, Grade 2A. Gauges shall incorporate the following features: a. b. Pressure tight. Solid or open front with side or rear blowout relief. Section 15132 Pressure Gauges WO8P5 Rev. 0 138 c. d. Stem mounted. e. Size of gauge shall be 2 inches, unless otherwise indicated in the drawings. Stem or connection size shall be 11’4 inch. Gauges smaller the 4-% inches shall conform to ANSI B40.1, Grade A. Otherwise, construction shall be as shown in the following table. 270-degree arc with adjustable pointer. Hermetically sealed unless specified to be liquid filled. B. Item Material Specification ............................... ............................ ............................... 1. Case Stainless steel, AISI, 316, 6061-T6 aluminum, poly- propylene, or phenolic plastic 2. Bourbon tube Stainless steel AISI 316 4. Ring Stainless steel AISI 316 5. Stem Stainless steel AISI 316 3. Windows Acrylic plastic -------------- 6. Dial face Aluminum with clear ASTM B 209, 6061-T6 baked-on acrylic coating 2.04 GAUGE PROTECI’ORS Gauge protectors shall consist of three parts: a flexible, impermeable, elastomer cylinder; a captive sensing liquid; and a steel or stainless-steel housing. The process liquid pressure shall be transmitted through the elastomer-lined cylinder wall and the sensing liquid to the pressure gauge. An attached 4-l/2-inch pressure gauge shall indicate the pressure. Gauge outlet in the spool or ring shall be threaded, 1/4 inch, per ANSI B1.20.1. Spools shall be of the isolation-ring type, fitting between two adjacent flanges. Determine the flange rating based on the test pressure shown in Section 15044. For test pressures 200 psi and less, use Class 150 flanges. Materials of construction shall be as follows: Section 15132 Pressure Gauges 02/08/95 Rev. Item Material ------------------------'------------------.-------- ---------------_-------------~-------. 1. Housing, flanges Carbon steel 2. Flexible cylinder Buna N 3. Sensing liquid Silicone oil Protectors shall be manufactured by Ronningen-Petter; Red Valve Company, IL equal. 8 2.05 DIAPHRAGM SEALS A. Provide diaphragm seals with gauge assemblies where shown in the drawin Material of construction shall be Type 316 stainless steel. Mount the pressure gau directly on the socket of the diaphragm seal top housing. Instrument (gaug connection socket shall be 112 inch. Diaphragm sea1 connection socket shall be 1, inch NPT threaded female with flush connection. Pressure rating shall be at lea that of the pressure gauge to which it is attached. Liquid filling shall be silicone glycerin. Gauge and diaphragm seal shall be assembled together at the factory, with the liqu fill included. Provide a Type 316 stainless-steel plug or cock in the flush connectio. B. e PART 3 - EXECUTION Install gauges before conducting pressure tests. Do not disassemble gauges from th factory-assembled diaphragm seals or isolation sleeves or rings. - END OF SECT'ION - Section 15132 Pressure Gauges W08195 Rev. 9 140 SECTION 15142 -WALL PIPES, SEEP RINGS, AND PENETRATIONS PART I - GENERAL 1.01 DESCRIPTION This section includes materials, installation, and testing of steel and cast-iron wall pipes and sleeves (including wall collars and seepage rings), and penetrations. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. General Concrete Construction: Refer to Section 3.03 of SSPWC. B. Painting and Coating: 09900. 1.03 SUBMITTALS A. B. Submit shop drawings in accordance with the General Conditions. Submit detail drawings for fabricated steel or cast-iron wall and floor pipes and sleeves, wall flanges, seep rings, and sealing materials. Show dimensions and wall thicknesses. List coating systems to be applied, manufacturer, and dry thickness of coatings. Call out coatings where coatings are to be applied. List materials of construction, with ASTM material reference and grade. Submit manufacturer’s instructions for installing rubber annular hydrostatic sealing devices. Submit six copies of the results of the leakage test for cast-iron sleeves having shrink- fit steel collars or collar halves bottomed in a groove and steel sleeves having welded steel collars. C. D. E. F. 1.04 MEASUREMENT AND PAYMENT Payment for the work in this section shalJ be included as part of the lump-sum bid amount stated in the Proposal. Section 15142 Wall Pipes, Seep Rings, and Penetrations 02/08/95 Rev. 1 PART 2 - MATERIALS e 2.01 GENERAL Use either cast-iron or fabricated steel wall sleeves when containing rubber annul hydrostatic sealing devices through which piping passes. Use only cast-irc penetrations and anchors when connecting to cast-iron and ductile-iron pipe. 2.02 CAST-IRON WALL FLANGES, ANCHORS, AND SLEEVES A. Provide cast- or ductile-iron wall pipes with ends as shown in the drawings fc connection to adjacent cast-iron and ductile-iron pipe, or for containing pipes whe they pass through concrete walls, ceilings, and floor slabs. Provide seepage ring o wall pipes and sleeves passing through concrete walls and slabs which are to b watertight. Locate collars such that the collar is at the center of the wall or floc slab, unless otherwise shown in the drawings. Wall pipes and sleeves shall be of the following types: 1. 2. 3. B. Pipe or sleeve with integrally cast seep ring. Pipe or sleeve with shrink-fit steel collar attached. Pipe or sleeve with steel collar halves bottomed in a groove provided in thl 0 pipe or sleeve. C. Minimum wall thickness for pipes and sleeves having integrally cast seep rings shal be as shown in the following table: Pipe or (inches) (inches) 8 0.60 10 0.68 Sleeve Size Minimum Wall Thickness -------------- ................................. D. Minimum wall thickness of pipes or sleeves having shrink-fil collars shall be Class 52. Cut shrink-fit collars from a ‘A-inch-thick steel ring. Attach the collar to a cast-iron pipe or sleeve by heating the steel collar and allowing it to shrink over the pipe at the necessary location. Provide an epoxy bond (Keysite 740 or 742 or Scotchkote 302) between the pipe and collar. Sandblast the area of the pipe to be epoxy coated per SSPC SP-10. Wall pipes or sleeves having steel collar halves bottomed in a groove shall be ductile E. Section 15142 Wall Pipes, Seep Rings, and Penetrations W08D5 Rev. 4B 142 iron Class 54 minimum unless otherwise shown. Wall flanges shall consist of Y4-inch- thick steel seep ring halves for pipes through 24-inch and ?&inch-thick halves for pipe 30 inches and larger, bottomed in a groove provided on the pipe. The pipe groove shall be machine cut to a depth of 1/16 to 5/64 inch to provide a press fit for the seep ring. Seep ring halves shall be welded together after fit into groove but shall not be welded to pipe. Seep rings shall be sealed completely around the pipe with silicon sealant manufactured by Dow-Corning No. 790, General Electric Silpruf, or equal. The material used in cast- or ductile-iron wall flanges, wall sleeves, and wall penetrations shall conform to ASTM A 395, A 436, A 536, A 48 (Class 35), or A 126 (Class B). FABRICATED STEEL WALL FLANGES, ANCHORS, AND SLEEVES Provide fabricated steel wall pipes and sleeves with ends as shown drawings for connection to adjacent steel pipes, or for containing pipes, where they pass through concrete walls. Provide seepage ring or wall flange on wall pipes and sleeves passing through concrete walls and slabs which are to be watertight. Wall thickness shall be the same as the pipe wall thickness when connecting to steel pipe. Minimum wall thickness for sleeves containing pipes shall be standard weight per ANSI B36.10 for sleeves 72 inches and smaller and '12 inch for sleeves greater than 72 inches through 96 inches. Wall flanges shall be in the form of a steel wall collar welded to the steel sleeve or penetration. Cut welded wall collars from a %inch steel ring. Attach the collar to a steel wall pipe or sleeve with full circle, 3/16-inch fillet welds. Welding procedures shall be in accordance with ANSI B31.3, Chapter V. Steel pipe used in fabricating wall sleeves containing pipes shall comply with ASTM 53 (Type E or S), Grade B; ASTM A 135, Grade B; ASTM A 139, Grade B; or API 5L or 5LX. Wall pipes connecting to steel pipe shall be of the same material as the connecting pipe. Wall collar material shall comply with ASTM A 105, A 181, or A F. 2.03 A. B. C. 182; D. Pressure test at least one of each size of fabricated steel wall sleeve or penetration and collar assemblies at the place of fabrication to demonstrate watertightness of the seal between the collar and the sleeve. The test shall be at a pressure of 20 psi for four hours' duration and shall show zero leakage. RUBBER ANNULAR HYDROSTATIC SEALING DEVICES Rubber annular hydrostatic sealing devices shall be of the modular mechanical type, utilizing interlocking synthetic rubber links shaped to continuously fill the annular space between the pipe sleeve and the passing pipe. Assemble links to form a 2.04 A. Section 15142 Wall Pipes, Seep Rings, and Penetrations 02/08/95 Rev. 1 continuous rubber belt around the pipe, with a pressure plate under each bolthe and nut. Materials of construction shall be as follows: Compound Material B. a ---------------- ----------- a. Pressure Plate Delrin plastic b. Bolts and nuts for links c. Sealing element Nitrile rubber The size of the wall sleeve needed to accommodate the passing pipe shall be i recommended by the rubber annular seal manufacturer. The rubber annular hydrostatic sealing devices shall be Link Seal or equal. Type 316 stainless steel C. D. 2.04 MECHANICAL-TYPE COUPLINGS (GROOVED OR BANDED PIPE) A. General: Cast mechanical-type couplings shall be provided where shown. Thl couplings shall conform to the requirements of ANSI/AWWA C606. Bolts and nut shall conform to the requirements of Section 05500 - Miscellaneous Metalwork. AI gaskets for mechanical-type couplings shall be compatible with the piping service anc fluid utilized, in accordance with the coupling manufacturer’s recommendations. Thi wall thickness of all grooved piping shall conform with the coupling manufacturer’: recommendations to suit the highest expected pressure. To avoid stress or equipment, all equipment connections shall have rigid-grooved couplings, or harnes sets in sizes where rigid couplings are not available, unless thrust restraint is provided by other means. The CONTRACTOR shall have the coupling Manufacturer’s servia representative verify the correct choice and application of all couplings and gaskets, and the workmanship, to assure a correct installation. Couplings for Steel Pipe, Manufacturers, or Equal: 1. Gustin-Bacon (banded or grooved); 2. 3. 0 B. Victaulic Style 41 or 44 (banded, flexible); Victaulic Style 77 (grooved, flexible); 2.05 BOLTS AND NUTS FOR FLANGED-END WALL PIPES Use bolts and nuts as specified for the piping connected to the wall pipe. See Section 15056. Section 15142 Wall Pipes, Seep Rings, and Penetrations 02108/95 Rev. 0 144 2.06 POLYETHYLENE FOAM FILLER FOR PIPE PENETRATIONS Packing foam shall be an extruded closed-cell polyethylene foam rod, such as Minicel backer rod, manufactured by Industrial Systems Department, Plastic Products Group of Hercules, Inc,, Middletown, Delaware; Ethafoam, as manufactured by Dow Chemical Company, Midland, Michigan; or equal. The rod shall be '12 inch larger in diameter than the annular space. 2.07 PAINTING AND COATING Coat penetrations and sleeves exposed, above ground, or in vaults and structures in accordance with Section 09900, System No. 15. PART 3 - EXECUTION 3.01 A. B. LOCATION OF PIPES AND SLEEVES Provide a wall or floor pipe where shown in the drawings. Provide a floor sleeve where shown in the drawings and wherever plastic pipe, steel, or stainless-steel pipe 3 inches and smaller or stainless steel or copper tubing passes through a floor or slab. Provide a rubber annular sealing device in the annular space between the sleeve and the passing pipe or tubing. Provide wall sleeves where shown in the drawings and wherever plastic pipe, steel or stainless-steel pipe 3 inches and smaller, or stainless-steel or copper tubing passes through a wall. Pack the annular space with polyethylene foam filler and fill the ends of the penetration with 2 inches of elastomeric sealant on both sides of the structure. Where pipes pass through walls or slabs and no sleeves or wall or floor pipe with seep ring is provided, pack the annular space with polyethylene foam filler and fill the ends of the penetration with 2 inches of elastomeric sealant on both sides of the structure. INSTALLATION IN NEW CONCRETE WALLS AND SLABS Install wall pipes and sleeves in walls before placing concrete. Do not allow any portion of the pipe or sleeve to touch any of the reinforcing steel. Lnstall.wall pipe or sleeve and collar assembly axially aligned with the piping to which it will be attached or will contain. Provide supports to prevent the pipe or sleeve from displacing or deforming while the concrete is being poured and is curing. C. D. 3.02 Section 15142 Wall Pipes, Seep Rings, and Penetrations ouos/95 Rev. 3.03 INSTALLATION IN DRY FLOORS AND SLABS Install pipe sleeves and spools in concrete floors and slabs which do not have wa over them such that the sleeve or pipe extends from the bottom of the floor or s to 2 inches above the floor or slab unless shown otherwise in the drawings. e 3.04 QUALIFICATIONS OF WELDERS Welder qualifications shall be in accordance with AWS B2.1. 3.05 INSTALLATION OF RUBBER ANNULAR HYDROSTATIC smIr DEVICES Install in accordance with the manufacturer’s instructions. 3.06 FIELD TESTING Check each wall penetration for leakage at the time the hydraulic structure is test( for leakage; see Section 03300. Penetrations shall show zero leakage. - END OF SECTION - a Section 15142 Wall Pipes, Seep Rings, and Penetrations oUo8/!95 Rev. e 146 SECTION 15200 - VALVES, GENERAL $3 PART I GENERAL 1.1 THE REQUIREMENT A. The CONTRAaOR ;hall provide all tools, supplies, materials, equipment, and labor necessary for furnishing, epoxy coating, installing, adjusting, and testing of all valves and appurtenant work, complete and operable, in accordance with the requirements of the Contract Documents. Where buried valves are shown, the CONTRACTOR shall furnish and install valve boxes to grade, with covers, extensions, and position indicators. The provisions of this Section shall apply to all valves and valve operators specified in the various Sections of Division 15 of these Specifications except where otherwise specified in the Contract Documents. Valves and operators in particular locations may require a combination of units, sensors, limit switches, and controls specified in other Sections of these Specifications. REFERENCE SPECIFICATIONS, CODES, AND STANDARDS Codes: All codes, as referenced herein, are specified in Division 1, Section B - Reference to Standards or Publications. B. 1.2 A. B. Commercial Standards: ANSI B16.1 Cast Iron Pipe Flanges and Flanged Fittings, Class 25, 125,250, and 800 Pipe Flanges and Flanged Fittings, Steel Nickel Alloy and Other Special Alloys General Purpose Pipe Threads (Inch) ANSI B16.5 ANSVASME B1.20.1 ANSVASME B31.1 Power Piping ASTM A 36 ASTM A 48 ASTM A 126 Specification for Structural Steel Specification for Gray Iron Castings Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings Section 15200 Valves, General WO8PS Rev. 1 ASTM A 536 ASTM B 61 ASTM B 62 Specification for Ductile Iron Castings Specification for Steam or Valve Bronze Castings Specification for Composition Bronze or Ounce Me1 Castings Specification for Aluminum-Bronze Castings a ASTM B 148 ASTM B 584 Specification for Copper Alloy Sand Castings fc ANSIIAWWA C500 ANWAWWA C504 Rubber-Seated Butterfly Valves ANWAWWA C507 AWWA C508 General Applications Gate Valves for Water and Sewerage Systems Ball Valves 6 Inches through 48 Inches Swing-Check Valves for Waterworks Service, 2 Inch Through 24 Inches NPS Resilient-Seated Gate Valves for Water and Sewagl Systems ANSI/AWWA C509 ANSI/AWWA C5 11 Reduced-Pressure Principle Backflow-Preventiol e Assembly Protective Interior Coatings for Valves and Hydrants. AWWA C550 SSPC-SP-2 Hand Tool Cleaning SSPC-SP-5 White Metal Blast Cleaning 1.3 CONTRACTOR SUBMITTALS A. Shop Drawings: Shop drawings of all valves and operators including associated wiring diagrams and electrical data, shall be furnished as specified in Division 11, Section B. Valve Labeling: The CONTRACTOR shall submit a schedule of valves to be labeled indicating in each case the valve location and the proposed wording for the label. B. 1.4 QUALITY ASSURANCE A. Valve Testing: Unless otherwise specified, each valve body shall be tested under a Section 15200 Valves, General W08D5 Rev. Q 148 test pressure equal to twice its design water-working pressure. Bronze Parts: Unless otherwise specified, all interior bronze parts of valves shall conform to the requirements of ASTM B 62, or, where not subject to dezincification, to ASTM B 584. Certification: Prior to shipment, the CONTRACTOR shall submit for all valves over 12 inches in size, certified, notarized copies of the hydrostatic factory tests, showing compliance with the applicable standards of AWWA, ANSI, ASTM, etc. B. C. PART 2 - PRODUCTS 2.1 VALVES A. General: The CONTRACTOR shall furnish all valves, gates, valve-operating units, stem extensions, and other accessories as shown or specified. All valves and gates shall be new and of current manufacture. All shut-off valves, 6-inch and larger, shall have operators with position indicators. Where buried, these valves shall be provided with valve boxes and covers containing position indicators, and valve extensions. Shut-off valves mounted higher than 5 feet-6 inches above working level shall be provided with chain operators. Valve Flanges: The flanges of valves shall be in accordance with Section 15056 - DIP. Gate Valve Stems: Where subject to dezincification, gate valve stems shall be of bronze conforming to ASTM B 62, containing not more than 5 percent of zinc nor more than 2 percent of aluminum. Gate valve stems shall have a minimum tensile strength of 60,000 psi, a minimum yield strength of 40,000 psi, and an elongation of at least 10 percent in 2 inches, as determined by a test coupon poured from the same ladle from which the valve stems to be furnished are poured. Where dezincification is not a problem, bronze conforming to ASTM B 584 may be used. Protective Coating: The valve manufacturer shall certify in writing that the required coating has been applied and tested in the manufacturing plant prior to shipment, in accordance with these Specifications. Flange faces of valves shall not be epoxy coated. Valve Operators: Where shown, certain valves and gates shall be furnished with electrical operator, provided by the valve or gate manufacturer. All operators of a given type shall be furnished by the same manufacturer. Where these operators are supplied by different manufacturers, the CONTRACTOR shall coordinate their selection to provide uniformity of each type of electric operator. All valve operators, regardless of type, shall be installed, adjusted, and tested by the valve manufacturer B. C. D. E. Section 15200 Valves, General W5 Rev. 1 at the manufacturing plant. Unless otherwise specified, all electric, pneumatic a hydraulic valve operators shall be in accordance with Section 15201 - Val Operators. Valve Labeling: Except when such requirement is waived by the Engineer in writin a label shall be provided on all shut-off valves exclusive of hose bibs and chlorii cylinder valves. The label shall be of 1/16-inch plastic or stainless steel, minimum inches by 4 inches in size, as specified in Section 15005 - Piping Identificatic Systems, and shall be permanently attached to the valve or on the wall adjacent the valve as directed by the ENGINEER. Nuts and Bolts: accordance with Section 15056 - Ductile Iron Pipe. a F. G. All nuts and bolts on valve flanges and supports shall be j PART 3 - EXECUTION 3.1 VALVE INSTALLATION A. General: All valves, gates, operating units, stem extensions, valve boxes, an1 accessories shall be installed in accordance with the manufacturer's writte instructions and as shown and specified. All gates shall be adequately braced t4 prevent warpage and bending under the intended use. Valves shall be find supported to avoid undue stresses on the pipe. Access: All Valves shall be installed to provide easy access for operation, removal and maintenance and to avoid conflicts between valve operators and structura members or handrails. Valve Accessories: Where combinations of valves, sensors, switches, and controls art specified, it shall be the responsibility of the CONTRACI'OR to properly assemblt and install these various items so that all systems are compatible and operating properly. The relationship between interrelated items shall be clearly noted on shop drawing submittals. a B. C. - END OF SECTION - Section 15200 Valves, General 02/08/95 Rev. e 150 SECTION 15021 - VALVE ACTUATORS PART 1 - GENERAL 1.1 THE REQUIREMENT A. Unless otherwise shown, all shut off valves shall be provided with manual actuators. The CONTRACT'OR shall furnish and install the following valve actuators, complete and operable, including all controls, etc., as shown and as specified herein, in accordance with the requirements of the Contract Documents. 1.2 QUALITY ASSURANCE A. For all actuators the CONTRACTOR shall assign the valve manufacturer the responsibility to select the size of unit and any field adjustments to set the actuator limit switches for the required function. The CONTRACTOR shall include the cost of this service in the bid. All wires of motor actuators shall be identified with a unique number. It is important that this Section of the Specifications be read in conjunction with the electrical and instrumentation drawings. PART 2 - PRODUCTS 2.1 MANUAL ACTUATORS A. AU manual actuators shall have levers or handwheels, unless otherwise shown. Where buried, the valves shall have extensions with square nuts or floor stands. Valves mounted higher than 5 feet-6 inches above floor or operating level shall have chain actuators. Unless otherwise shown or specified, valves of sizes 4-inch and larger shall have gear-assisted actuators. For further information on valve actuators see Section 15200 - Valves, General. PART 3 - EXECUTION 3.1 INSTALLATION A. Valve actuators shall be installed in accordance with Section 15200 - Valves, General. - END OF SECTION - Section 15201 Valve Actuators 02/Os/95 Rev. 1 SECTION 15202 - BUTIXRFLY VALVES e PART 1 - GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall provide butterfly valves and appurtenances, complete ai operable, in accordance with the Contract Documents. The requirements of Section 15200 - Valves, General apply to this Section. The requirements of Section 15021 - Valve Actuators apply to this Section. B. C. 1.2 CONTRACTOR SUBMITFTALS A. The CONTRACTOR shall furnish submittals in accordance with Section 15200 Valves, General. PART 2 - PRODUCTS e 2.1 BUlTERFLYVALVES(AWA) A. General: Butterfly valves for water working pressures up to 150 psi shall conform tc ANSIIAWWA (304 - Rubber Seated Butterfly Valves, subject to the followin4 requirements. Valves shall be of the size and class indicated. Flanged valves shal have ANSI 125-lb. flanges. Shaft seals shall be designed for use with standard split-\ type packing, or acceptable seal. The interior passage of butterfly valves shall no1 have any obstructions or stops, The seats shall be positively clamped or bonded intc the disc or body of the valve, but cartridge-type seats which rely on high coefficieni of friction for retention shall not be acceptable. Manual Actuators: Actuators shall conform to Section 15201 - Valve Actuators and to ANSUAWWA 040 - Power Actuating Devices for Valves and Sluice Gates, subject to the following requirements. Unless otherwise indicated, all manually- actuated butterfly valves shall be equipped with a handwheel and 2-inch square actuating nut and position indicator. Screw-type (traveling nut) actuators will not be permitted for valves 30 inches in diameter and larger. Worm Gear Actuators: Valves, 30 inches and larger, as well as all submerged and buried valves, shall be equipped with worm-gear actuators, lubricated and sealed to prevent entry of dirt or water into the housing. B. C. Section 15202 Butterfly Valves 02J08195 Rev. 0 152 D. Manufacturers, or Equal: 1. American Darling 2. Kennedy Valve 3. 4. Mueller Company 5. Henry Pratt Company 6. M & H Valve Company Rodney Hunt Company (24" and larger) PART 3 - EXECUTION 3.1 INSTALLATION A. All exposed butterfly valves shall be installed with a means of removing the complete valve assembly without dismantling the valve or operator. The installation shall be in accordance with Section 15200 - Valves, General. - END OF SECTION- Section 15202 Butterfly Valves WO8/95 Rev. 1 SECTION 15206 - GATE VALVES a PART 1 - GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall furnish and install gate valves, complete and operable, shown and specified herein, including manual, electric, hydraulic, and pneuma1 operators, coating, control units, and appurtenant work, in accordance with tl requirements of the Contract Documents. PART 2 - PRODUCTS 2.1 GENERAL A. All buried valves shall be of the inside screw type,. Valves shall be capable of beir repacked under line pressure. Valves 14-inch and larger installed in vertical pip( with their stems horizontal shall be fitted with bronze slides, tracks, rollers, an scrapers to assist the travel of the gate assembly. Quick opening valves shall hav quick opening levers and cams in lieu of handwheel operators. For other operatoi see Section 15201 - Valve Operators. 2.2 RESILIENT-SEATED GATE VALVES 8 A. Resilient-seated gate valves conforming to ANSUAWWA C509 may be provided, i lieu of metal -seated double disc or solid disc gate valves. Resilient-seated gate valve: shall have cast iron or ductile iron bodies with flanged, bell or mechanical joint ends rubber-coated cast iron or ductile iron disc, flanged bonnet, bronze stem, 0-rinl seals, and operators with handwheel or square nut, unless otheMrise shown. B. Manufacturers, or Equal: 1. 2. CIow Valve Co. 3. Kennedy Valve 4. Mueller Company (Grinnell Corporation) 5. Stockham Valves and Fittings American Flow Control (Darling) Series 500 Section 15206 Gate Valves W08/95 Rev. 4D 154 2.3 GATE VALVES (SMALLER THAN 3-INCH) A. Construction: Gate valves smaller than 3-inch, for general purpose use shall be heavy duty type for industrial service, with screwed or soldered ends to suit piping. The bodies shall have screwed tops or union bonnets, of bronze conforming to ASTM B-62, with bronze stems, solid wedges, metal handwheels, and Teflon- impregnated or other acceptable packing. Buried valves shall have non-rising stems. Exposed valves (above ground) shall have rising stems. All valves have a minimum pressure rating of 125 psi steam, or 200 psi coldwater, unless otherwise specified or shown. B. Manufacturers, or Equal: 1. Crane Company 2. Milwaukee Valve Company 3. Wm. Powell Company 4. Stockham Valves and Fittings PART 3 - EXECUTION 3.1 INSTALLATION A. All gate valves shall be installed in accordance with AWWA Standards and the manufacturer's printed recommendations, and in accordance with the applicable provisions of Section 15200 - Valves, General. - END OF SECTION - Section 15206 Gate Valves 02/08/95 Rev. 1 SECTION 15213 - PRESSURE REDUCING VALVES, SUSTAINING 4) PART 1 - GENERAL 1.1 THE REQUIREMENT The CONTRACTOR shall furnish and install pressure reducing valves, complete ai operable, as shown and specified herein, in accordance with the requirements oft Contract Documents. 1.2 QUALITY ASSURANCE Quality assurance measures shall be outlined in Section 15200 - Valves, General 1.3 MANUFACTURERS QUALIFICATIONS The control valve shall be a product of a manufacturer with a proven record c successful installation for at least 5 years of the same size and type of valve specifie herein. A list of successful installations, name and telephone numbers of the en users shall be included in the CONTRACTOR'S bid. PART 2 - PRODUCTS e 2.2 PRESSURE REDUCING, SUSTAINING VALVE (V-5) EquipmentlOperating Requirements: The valve shall be a pilot-operated type designed to maintain a constant pressure downstream while sustaining the bacl pressure upstream. The valve shall be used to fill the resewoir with City wate. during low demand. In the pressure reducing mode, the three-way pilot solenoid valve shall be energized The pressure reducing control in the pilot shall be a normally open control that sen% the change in the main valve outlet pressure. An increase in outlet pressure shal close the pilot pressure reducing valve and a decrease in outlet pressure shall oper the pilot pressure reducing valve which causes the main valve cover pressure to vary, modulating the main valve. This is to maintain a relatively constant outlet pressure. In the pressure sustaining mode, pilot the pressure relief control shall be normally closed control that shall sense the change in the main valve inlet pressure. The control shall open when the inlet pressure is higher than the control set point. This shall place the pilot pressure reducing valve in control of the main valve. If the inlet Section 15213 Pressure Reducing Valves, Sustaining WPS Rev. a 156 pressure lowers to the set point of control, control shall close. Closure of pilot control shall pressurize the main valve cover and the main valve shall close, sustaining the desired minimum pressure at the main valve inlet. Valve Body: The main valve shall be hydraulically operated, diaphragm-type, globe valve. A three-way solenoid pilot solenoid valve shall control the operation. The main valve shall have ductile iron body with flanged ends with ANSI CIass 150 psi and rated at least 275 psi at atmospheric temperature. All interior passages of the valve in contact with water shall be epoxy-coated as specified in Section 09800 - Protective Coating. Valve trim shall be stainless steel. Manufacturers, or Equal: Cla-Val Company, Model 692-04. PART 3 - EXECUTION 3.1 INSTALLATION Rate-of-flow control valves shall be installed in strict accordance with the valve Manufacturer’s printed recommendations, and provisions of Section 15200 - Valves, General. - END OF SECTION - Section 15213 Pressure Reducing Valves Sustaining 02/08/95 Rev. 1 SECTION 15230 - MISCELLANEOUS VALVES d PART 1 - GENERAL 1.1 THE REQUIREMENT A. The CONTRAmOR shall furnish and install miscellaneous valves as shown and specified herein, complete and operable including accessories and, when designate operators, in accordance with the requirements of the Contract Documents. PART 2 - PRODUCTS 2.1 AIR-VACUUM AND AIR-RELEASE VALVES A. Air and Vacuum Valves: Air and vacuum valves shall be capable of venting laq quantities of air while pipelines are being filled, and allowing air to re-enter whi pipelines are being drained. They shall be of the size shown, with flanged or screwe ends to match piping. Bodies shall be of high-strength cast iron. The float, seat, an all moving parts shall be constructed of Type 316 stainless steel. Seat washers an gaskets shall be of material insuring water tightness with a minimum of maintenanc Valves shall be designed for minimum 150 psi water-working pressure, unle othemise shown. Air release and vacuum valves installed at the discharge of vertical turbine pumF shall be furnished with surge check valve to alleviate slamming of the air valve. Th valves shall be 1" APCO 143 C or VAL MATIC 201 and 2" APCO 145 C or VA MATIC 202. Air-Release Valves: Air-release valves shall vent accumulating air while system is i service and under pressure and be of the size shown and shall meet the same gener: requirements as specified for air and vacuum valves except that the vacuum featur will not be required. They shall be designed for a minimum water-working pressurc of 150 psi, unless othenvise shown. Combination Air Valves: Combination air valves shall combine the characteristics o air and vacuum valves and air release valves by exhausting accumulated air in system under pressure and releasing or re-admitting large quantities of air while a system i being filled or drained, respectively. They shall have the same general requirement as specified for air and vacuum valves. 8 B. C. 2.2 BACKFLOW PREVENTER VALVES Section 1523( Miscellaneous Valve! 02408195 Rev m 158 A. General: Backflow preventers shall work on the reduced pressure principle. The shall consist of 2 spring-loaded check valves, automatic differential pressure relief valve, drain valves, and shut-off valves. The body material shall be bronze or cast iron for a working pressure of not less that 150 psi, with bronze or stainless steel trim. Drain lines with air gaps shall be provided. The backflow preventer valves shall be in accordance with AWWA C511 standard. B. Manufacturers, or Equal: 1. Cla-Val Company 2. Febco 3. Hersey Products, Inc. 4. Watts Regulator Company 5. SMALL PRESSURE REDUCING VALVES (AIR AND WATER) General: Small air and water pressure reducing valves shall be of the spring-loaded diaphragm type with a minimum pressure rating of 250 psi, with bronze body, nickel alloy or stainless steel seat, and threaded ends. Each valve shall be furnished with built-in or separate strainer and union ends. Wilkins Regulator Company (Division of Zurn Industries) 2.3 A. B. Manufacturers, or Equal: 1. 2. Fisher Controls Company 3. Mueller Company (Grinnell Corporation) 4. 5. Watts Regulator Company 6. A.W. Cash Valve Mfg. Corp. Mansoneilan (Dresser Industries Valve and Controls Division) Wilkins Regulator (A Division of Zurn Industries) 2.4 CORPORATION STOPS A. Unless otherwise shown, corporation stops shall be made of solid brass for key operation, with screwed ends with corporation thread or ironpipe thread, as required. Section 15230 Miscellaneous Valves 02/08/95 Rev. 1 B. Manufacturer, or Equal: 1. Ford Meter Box Company 2. 3. Mueller Company (Grinnell Corporation) a James Jones Company (Watts Regulator Co.) 2.3 SOLENOID VALVES A. Solenoid valves shall be of the size, type, and class shown and shall be designed f not less than 150 psi water-working pressure. Valves for water, air, or gas semi shall have brass or bronze body with screwed ends, stainless steel trim and spri~ Telflon or other resilient seals with material best suited for the temperature and flu handled. Solenoid valves in corrosive fluids, solenoid valves with Teflon bodies ai springs or other suitable materials shall be used. Enclosures shall be NEMA ratt in accordance with the area designations of Section 16050 - Electrical Gener Provisions. All coil ratings shall be for continuous duty. For electrical characteristi see electrical drawings or specifications. All valves shall be installed in accordance with the Manufacturer's printt recommendations. All backflow preventers, as well as air and vacuum release valves, shall have pipc outlets to the nearest acceptable drain, firmly supported, and installed in such a WB as to avoid splashing and wetting of floors. B. C. a - END OF SECI'ION - Section 1S23( Miscellaneous Valve! 08/95 Rev a 160 SECTION 16010 - GENERAL ELECTRICAL REQUIREMENTS PART 1 - GENERAL 1.01 DESCRIRION This section includes materials, installation, and testing of the electrical system. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. One-year Guarantee: General Conditions. B. Permits and Licenses: General Conditions. C. D. Construction Facilities and Temporary Controls: 01500. E. Operation and Maintenance Manuals: 01730. Record Drawings and Submittals: 01300. 1.03 REGULATORY AGENCIES AND STANDARDS See General Conditions. 1.04 QUALITY CONTROL UnderwriterY Laboratories, Inc. (UL): Materials, appliances, equipment, and devices shall conform to the applicable UL standards. The label oc or listing by, UL is required for all electrical equipment. UTILITY COMPANY REQUIREMENTS AND FEES The Contractor shall make application for electric and telephone service in the name of the Owner, and pay utility company fees, cable charges, and added facilities charges. The Contractor shall make any service and installation agreements that the utility company may require. Install electric service entrance equipment in accordance with the serving utility's requirements. Coordinate with the sewing utility to ensure timely connection by the utility. Obtain utility company approval of service entrance and metering equipment shop drawings prior to starting fabrication. 1.05 A. B. C. Section 16010 General Electrical Requirements W/9S Rev. 1( 1.07 MEASUREMENT AND PAYMENT Payment for the work in this section shall be included as part of the lump-sum bl amount stated in the Proposal. 0 PART 2 - MATERIALS 2.01 GENERAL A. B. Similar materials and equipment shall be the product of a single manufacturer. Provide only products which are new, undamaged, and in the original cartons G containers. Materials and equipment shall be the standard products of manufacturers regular! engaged in the production of such material and shall be the manufacturer’s curren design. Materials and equipment shall be suitable for storage, installation, and operation ia an ambient of 0°C to 40°C except where more stringent conditions are stated b individual equipment specifications. Electrical equipment and panels shall be factory finished with manufacturer‘: standard primer and enamel topcoats, unless stated otherwise in the individual equipment specifications. Provide 1 pint of the equipment manufacturer’s touch paint per 500 square feet of painted surface for repair of damaged enamel topcoats. C. D. 0 E. PART 3 - EXECUTION 3.01 INSTALLATION A. The drawings indicate connections for typical equipment only. If the equipment furnished is different from what is shown, provide the modifications necessary for a safe and properly operating installation in accordance with the equipment manufacturer’s recommendations. The drawings diagrammatically indicate the desired location and arrangement of outlets, conduit runs, equipment, and other items. Field determine exact location based on physical size and arrangement of equipment, finished elevations, and obstructions. Work or equipment not indicated or specified which is necessary for the complete and proper operation of the electrical systems shall be accomplished without Section 16010 General Electrical Requirements 02/08/95 Rev. B. C. a 162 additional cost to the Owner. Accomplish work required to pierce any waterproofing after the part piercing the waterproofing has been set in place. Seal and make watertight the openings made for this purpose. Install equipment and material piercing fire walls and fire-resistant or fire-stopped walls, partitions, ceilings, and floors in a manner so the rating remains equivalent. Seal weathertight equipment or components exposed to the weather. Protect equipment outlets and conduit openings with factory-made plugs or cops whenever work is not in progress at that point. D. E. F. G. 3.02 IDENTIFICATIONS AND SIGNS Mark each individual panelboard, motor controller, disconnect switch, timer, relay, and contractor to identify each item with its respective senice or function. Provide nameplates with engraved lettering not less than 9'4 inch high. Use black-on-white laminated plastic, attached with rivets or sheet metal screws. Do not use embossed plastic adhesive tape. - END OF SECTION - Section 16010 General Electrical Requirements W08P5 Rev. 1 SECTION 16012 - SEISMIC RESTRAINT FOR ELECTRICAL EQUIPMENT PART 1 - GENERAL Lm 1.01 DESCRIPTION This section describes the requirements for furnishing and installing seismic restra devises for electrical equipment. 1.02 RELATED WORK SPECIFIED ELSEWHERE When it applies, this section is referenced in other sections of the specifications. 1.03 SUBMITTALS A. B. Submit shop drawings in accordance with the General Conditions. Submit seismic anchoring calculations with equipment and raceway submitta Calculations shall be performed by a licensed civil or structural engineer employt by the equipment manufacturer and registered in the state of California. C. Submit equipment anchoring methods. Include anchoring locations, anchor tp and minimum anchor embedment depths. a PART 2 - MATERIALS 2.01 SEISMIC ANCHORING AND RESTRAINTS A. Equipment Anchors: All electrical equipment shall be securely anchored. Anchork shall have the capability of withstanding seismic forces per the 1989 California Cod of Regulations, Title 24, Part 2, Section 2312, Seismic Zone 4, with Cp = 1.0 and = 1.5. Cp may be mounted on foundations at grade or on floor slabs on earth gradt B. Raceway Supports: 1. Seismically support all raceway (conduit, cable tray, busway, etc.) 2.5 inche inside diameter and larger and suspended 12 inches or more from the top o the raceway to the bottom of the support for the hanger. Raceway support shall have the capability of withstanding seismic forces per the 1989 Califomi Code of Regulations, Title 24, Part 2, Section 2312, Seismic Zone 4, with CI = 0.75 and I = 1.5. Section 1601: Seismic Restraint foi Electrical Equipmen W08/95 Rev (I) 164 2. Seismically supported raceway systems shall currently be approved by the California Office of Statewide Health Planning and Development. Provide Kin-Line seismic bracing system, Midland Ross superstrut seismic restraint system, or equal. Install per manufacturer’s requirements. PART 3 - EXECUTION 3.01 EQUIPMENT AND RACEWAYS Install equipment anchors and raceway supports in accordance with the final shop drawing and manufacturer’s recommendations. Properly torque all bolts to the required values. - END OF SECTION - Section 16012 Seismic Restraint for Electrical Equipment WOW95 Rev. 1 SECTION 16051 - MISCELLANEOUS ELECTRICAL DEVICES e PART 1 - GENERAL 1.01 DESCRIPTION This section includes materials and installation of miscellaneous electrical devices a equipment, such as disconnect switches, push buttons, selector switches, indicati lights and float level switches. 1.02 RELATED WORK SPECIFIED ELSEWHERE General Electrical Requirements: 16010. 1.03 SUBMITTALS A. B. Submit shop drawings in accordance with the General Conditions. Submit ratings and characteristics including voltage ratings, continuous curre ratings, conduit entry restrictions, and enclosure type and dimensions. @ 1.04 MEASUREMENT AND PAYMENT Payment for the work in this section shall be included as part of the lump-sum bi amount stated in the Proposal. PART 2 - MATERIALS 2.01 DISCONNECT SWITCHES A. Provide nonfusible or fusible disconnect switches with ampere rating and number ( poles as indicated in the drawings. Switches for use on circuits 240 volts and belo shall be NEMA general duty Type LD. Switches for use on 480-volt circuits shall k NEMA heavy-duty Type HD. Unless indicated otherwise, provide switches indoo in NEMA Type 1 enclosures and outdoors, or where indicated to be weatherproa in NEMA Type 3R raintight enclosures. Mechanisms shall have quick-make an quick-break operating handles and provisions for padlocking in the "OFF' psitior The switch shall have an interlock to prevent unauthorized opening of the hinge mver when the switch is in the "ON' position and an interlock to prevent closing th switch mechanism with the hinged cover open. Fusible switches shall be equippe with rejection feature. On the front of the enclosure, attach a nameplate th; identifies the load per Section 16010. m Section 16@ Miscellaneous Electrical Devicc W08/95 Re 166 B. Provide time-delay, Class RK-5 fuses with 200,000-ampere rms symmetrical interrupting rating and continuous ampere rating as shown in the drawings. Fuses for 480-volt service shall be 600-volt rated and fuses for 208- or 240-volt service shall be 250-volt rated. PUSH BU'ITONS, SELEaOR SWITCHES, AND INDICATING LIGHTS Remote-mounted push buttons, selector switches, and indicating lights located outdoors and in areas identified as "Corrosive Area" shall be heavy duty, oiltight type with synthetic rubber boots and include any special gasketing required to make the complete station watertight. Provide NEMA Type 4 X watertight, corrosion-resistant enclosures constructed of stainless steel or glass polyester. Remote-mounted push buttons, selector switches, and indicating lights located indoors shall be heavy duty, oiltight type with NEMA Type 1 enclosures. Remote-mounted push buttons located in areas identified as "Hazardous Areas" shall be heavy-duty type with NEMA Type 719 enclosure. Install provisions for locking push buttons and selector switches in the OFF position wherever lockout provisions are indicated. Provide Allen-Bradley Bulletin 800H; Square D Class 9001, Type SK; or equal. 2.02 A. B. C. D. E. - END OF SECTION - Section 16051 Miscellaneous Electrical Devices W@PS Rev. 1 SECTION 16110 - RACEWAYS, BOXES AND FITI'INGS a PART 1 - GENERAL 1.01 DESCRIPTION This section includes material, installation, and testing for conduit, boxes, fittin! surfaces raceways, wireways, terminal boxes, and cabinets. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Earthwork: 02200. B. C. General Electrical Requirements: 16010. D. Grounding: 16450. Trenching, Backfilling, and Compacting: 02223. 1.03 SUBMITTALS A. B. Submit shop drawings in accordance with the General Conditions. Submit product data for the following: 1. 2. Boxes and cabinets. (I) Conduit and fittings for each type specified. 1.04 MEASUREMENT AND PAYMENT Payment for the work in this section shall be included as part of the lump-sum b amount stated in the Proposal. PART 2 - MATERIALS 2.01 RIGID STEEL CONDUIT AND FI'TTINGS A. Material: 1. Rigid Steel Conduit and Fittings: ANSI (30.1, hot-dipped galvanized aft threading. Section 161 Raceways, Boxes, & Fittir W08PS Ri .' 168 2. Externally PVC-Coated Rigid Steel Conduit and Fittings: ANSI C80.1, NEMA RN-1. Provide urethane interior coating. B. Fittings: 1. Locknuts: Steel or malleable iron. 2. Bushings: Threaded type, steel or malleable iron, with 150°C rated plastic insulated throat. Plastic bushings with a temperature rating of 105°C may be used for conduits 1 inch and smaller. Box Connectors for Damp and Wet Locations: Provide a watertight threaded hub on enclosure consisting of sealing fitting with tapered conduit thread, neoprene O-ring, and 105°C rated insulating throat with grounding and bonded lug. Couplings: Threaded, hot-dipped galvanized after fabrication. 3. 4. Long Radius Elbows (90 Degrees): C. Conduit Size Minimum Radius (inches) (inches) 3/4 12 1 12 I-'/' 12 2 15 2-'/2 15 3 18 ................................................... ................................................... 18 30 3-'/2 4 36 5 6 42 2.02 A. RIGID NONMETALLIC CONDUIT (PVC) AND FI"GS Material: PVC Schedule 40, 90°C rise rating. Conforming to NEMA TC-2 EC-40 ad UL-651. B. Elbows and Bends Exceeding 45 Degrees: Rigid PVC-coated conduit of the same dimension as specified for steel conduit. Couplings, Adapters, Bell Ends, Expansion Couplings, Elbows and Turns of 30 Degrees: Factory made to NEMA TC-2 and TC-3. C. Section 16110 Raceways, Boxes, & Fittings 02/08/95 Rev. 1 As recommended by manufacturer as suitable for the clima I>. Joint Cement: furnished with instructions to achieve watertight joints. LIQUIDTIGHT FLEXIBLE METAL CONDUIT AND FITTINGS Conduit: Steel, UL-360 listed, PVC jacketed. 2.03 A. B. Fittings: 1. 2. 3. a Conform to ANSI (33.84, UL listed for use with the conduit. In sizes 1-’h inches and less UL listed for grounding. Made of steel or malleable iron, zinc plated, 105°C insulated throat, groundi and bonding lug. 2.04 CONDUIT BODIES A. Provide types, shapes, and sizes to suit individual applications. Provide matchi gasketed covers, secured with at least two captive corrosion-resistant screws. Bodies connecting to rigid conduit shall be of the same material and material coati] as the conduit, with metal threaded hubs. Provide with threaded covers or gaskett covers secured with at least two corrosion-resistant captive screws. Bodies connecting to nonmetallic conduit shall be nonmetallic conduit bodi conforming to UL-514B. CORROSION PROTECTIVE COATINGS FOR METAL CONDUIT B. C. e 2.05 A. Koppers Company: Bitumastic 505. B. Porter Paint Company: Super Tar Set. C. Carboline: Carbo-mastic. 2.06 OUTLETBOXES A. Concealed and Flush-Mounted Boxes: 1. Galvanized steel of gang sizes and as required by code. Do not use section2 boxes for multigang applications. Receptacle Device Boxes: 4 by 4 by 1.5 inches with: 2. Section 1611 Raceways, Boxes, & Fitting 02/08/95 Re? e 170 a. b. Square cornered tile type rings for exposed masonry wall construction. Square corner tile type covers with ribs or extensions for casting in concrete. B. Exposed Boxes: 1. 2. Cast iron or aluminum, with threaded hubs. Conduit bodies may be used instead of boxes except where boxes contain devices. 2.07 JUNcTlON AND PULL BOXES A. General: Provide factory-made standard sizes, and shop fabricate when nonstandard size boxes are shown. Comply with UL and NEMA standards. NEMA 1: Sheet steel, hot-dipped galvanized after fabrication. Finish with one coat of metal primer and one coat of primer sealer. NEMA Type 4X: Type 304 stainless steel or fiberglass, with gasketed covers and Type 304 stainless-steel bolts or screws. B. C. 2.08 HAZARDOUS LOCATIONS A. B. Conform with NEE Articles 501 and 502 for areas identified as “Hazardous Areas.” Provide threaded cast bDxes and fittings for junction boxes and pull boxes in Class I and Class I1 areas. Unless otherwise indicated, boxes and fittings shall be UL listed for installation in Class I, Groups A, B, C, and D and Class 11, Groups E, F, and G. 2.09 CONDUITSEALANT Sealing material for conduit entries shall be General Electric clear silicone sealant or equal. PART 3 - EXECUTION 3.01 CONDUIT USAGE SCHEDULE Install the following types of conduits and fittings in locations listed, unless otherwise noted in the drawings. A. Exterior, Exposed: Section 16110 Raceways, Boxes, & Fittings 02/08/95 Rev. 1 Material: Rigid steel conduit. Exposed, Where Area in Indicated as Corrosive Area: Material: PVC-coated rigid steel conduit. Interior, Exposed, Dry, Wet, and Damp Locations: Material: Rigid steel conduit. Embedded in Concrete or Masonry Walls: Material: Rigid steel conduit. E. Interior, Concealed, Dry Locations: B. a C. D. Typical for spaces above ceilings. Material: Rigid steel conduit. In Earth, Below Concrete Slabs: 1. Material: Rigid nonmetallic conduit (PVC). 2. Refer to subparagraph, "Conduit Stub-Ups" for special terminatic F. requirements. a G. Underground: 1. Material: Concrete encased rigid nonmetallic conduit. 2. Refer to subparagraph, "Conduit Stub-Ups" for special terminatic requirements. H. Conduit Stub-Ups: Provide PVC-coated rigid steel conduit long radius ells for stu' ups which connect to underground rigid PVC conduit. Alternate material for use Contractor's option: rigid galvanized steel conduit, coated with two 15-mil coats (31 mil minimum total dry-film thickness) corrosion protective coating, then wrappc with two layers of Scotch-Wrap 51 plastic tape with '/2-inch overlap. Final Connections to Motors, Transformers, Vibrating Equipment, or Instrument 1. Material: Liquidtight flexible conduit. 2. I. Length of liquidtight flexible conduit shall be 5 feet of less, unless fie1 Section 161: Raceways, Boxes, & Fittin, 02/08/95 Re a 172 conditions require longer lengths. J. Hazardous (NEC-Classified) Locations: Material: Rigid steel conduit. 3.02 RACEWAY FILL For runs that are not sized in drawings, compute the maximum conduit fill using NEC requirements for Type THW conductors (larger if applicable), although the actual wiring may be with types of conductors having smaller cross-sections. 3.03 CONDUIT INSTALLATION, GENERAL A. Conduit runs are shown schematically. Install concealed unless specifically noted otherwise. Conduit runs are shown schematically. Supports, pull boxes, junction boxes, and other ancillary equipment are not usually shown. Provide pull boxes and junction boxes as shown and additional boxes to permit pulling of wires without damage to the conductors or insulation. Run exposed conduits parallel and perpendicular to surface or exposed structural members and follow surface contours as much as practical to provide a neat appearance. Make right-angle bends in conduit runs withlong radius elbows or conduits bent to radii not less than those specified for long radius ells. Make bends and osets so that the inside diameter of conduit is not effectively reduced. Unless othewise indicated, keep the legs of a bend in the same plane and the straight legs of o&ts parallel. Cap all conduits immediately after installation to prevent entrance of foreign matter. Route exposed conduit to preserve headroom, access space, and work space. Overhead conduits shall be grouped in banks. Treat threaded joints of rigid steel conduit with T&B "Kopr-Shield" before installing fittings where conduit is in slabs and other damp or corrosive areas. B. C. D. E. F. G. H. I. Conduit Terminations: 1. Terminate conduits with locknuts and bushings except where threaded hubs are specified. Section 16110 Raceways, Boxes, & Fittings WMP5 Rev. 1 Install conduits squarely to the box and provide one locknut outside the t and one locknut and bushing inside the box. Install locknuts with dished side against the box. When terminating in threaded hubs, screw the conduit or fitting tight into 1 hub so that the end bears against the fire protection shoulder. When chase nipples are used, install the raceway and coupling square to t box and tighten the chase nipple leaving no exposed threads. 2. 3. 4. a 5. J. Install, exposed, parallel, or banked raceways together. Make bends in parallel banked runs from the same centerline so that the bends are parallel. Factory elbo may be used in banked runs only where they can be installed parallel. REQUIREMENTS FOR RIGID NONMETALLIC (PVC) CONDUIT Comply with the installation provisions of NEMA TC2, except as modified beloi Makes cuts with a fine tooth handsaw. For sizes 2 inches and larger, use a miter bc or similar saw guide to assure a square cut. Use factory-made couplings for joining conduit. Cementing and joining operation shall not exceed 20 seconds. Do not disturb joi for 5 minutes, longer (up to 10 minutes) at lower temperatures. Make join watertight. Joining procedure shall conform with detailed procedures of MTM 2855. 3.04 A. B. C. D. e 3.05 GROUNDING A. €3. C. Provide grounding in accordance with Section 16450. Use grounding bushings for all conduits carrying a grounding conductor. Provide a grounding conductor in flexible conduit, size conforming to NEC Articl 250. CONDUITS EMBEDDED IN CONCRETE AND BELOW SLABS Install conduits and sleeves passing through slabs, walls, columns, or beams so as nc to impair the strength of construction. Secure conduit to prevent sagging or shiftin during concrete pour. Conduits larger than 1V2 inches in diameter may be embedded in structural concret Section 1611 Raceways, Boxes, & Fittiq 02/08/95 Re 3.06 A. B. 0 174 only after submittal and review of location and reinforcement details. Conduits and sleeves may be installed without specific permission, provided: 1. C. They are 1-1h inches or less in diameter, are spaced not less than three diameters on centers, and conform to paragraphs 2 or 3 below. Conduits and sleeves, embedded within a wall, slab, or beam, are not larger in the outside dimension than one-third the overall thickness of wall, slab, or beam in which they are embedded. There is a minimum of 1-Y2 inches between the conduit and reinforcement for slab and wall penetrations. 2. 3. D. Install conduits in slabs other than slabs-on-grade as close to the middle of the slabs as practical without disturbing the reinforcement. Outside diameter of the conduit shall not exceed one-third times the slab thickness. Do not space parallel runs of conduit closer than three diameters on centers, except at cabinet and outlet box locations. Conduits shown in or under slab-on-grade construction shall be installed below the floor slab and under curing or dampproofing membranes. An exception may be made for conduit with an outside diameter not larger the 25% of the slab thickness, in which case, standards applying to slabs other than slab-on-grade may be used. Perform earthwork in accordance with Section 02223. E. F. 3.07 CONDUIT SUPPORTS A. Support conduit at intervals and at locations as required by NEC. Do not perforated strap or plumbers tape for conduit supports. Conduit on Concrete or Masonry: Use one-hole malleableiron clamps with pipe spacers (clamp backs) or performed galvanized steel channels. Anchor with metallic expansion anchors and screws or from preset inserts. Use preset inserts in prestressed concrete. On plaster or stucco, use one-hole malleable iron straps with toggle bolts. Suspended Conduit: Use malleable iron, factory-made split-hinged pipe rings with threaded suspension rods sized for the weight to be camed (minimum 3/a inch diameter); Kin-Line, Grinnell, Elcen, or equal. For grouped conduits, construct racks with threaded rods and tiered angle-iron or preformed channel cross members. Construct channel to limit deflection to 1/200 of span. Clamp each conduit individually to a cross member. Where rods are more than 2 feet long, provide rigid sway bracing. B. C. Section 16110 Raceway;, Boxes, & Fittings 02/08/95 Rev. 1 D. E. Conduit on Wood: Use two-hole galvanized steel straps and wood screws. Where area or room is identified as “Corrosive Area,” supports, hangers, perform channels, and clamps shall be Type 304 stainless steel of PVC coated. Bolts a nuts shall be Type 304 stainless steel. @ 3.08 CONDUIT PENETRATIONS Unless otherwise indicated, dry-pack around raceways which penetrate concrete wal floors, or ceilings. 3.09 DAMAGED CONDUIT A. B. Repair or replace conduit damaged during or after installation. Replace crushed or clogged conduit or any conduit whose inner surface is damagj or not smooth. Repair cuts, nicks, or abrasions in the PVC coating of PVC-coated conduit with ti manufacturer’s recommended PVC material and build up surface thickness to matc the factory coating thickness and color. Repair cuts, nicks, or abrasions in the PVC coating of PVC-coated conduit with tl manufacturer’s recommended PVC material and build up surface thickness to matc the factory coating thickness and color. C. D. 0 3.10 EMPTY CONDUIT A. B. Provide 200-pound strength nylon pull cord in all empty conduits. Provide a waterproof label on each end of the pull cords to indicate the destinatia of the other end. 3.11 OUTLETS FOR GENERAL WIRING A. Use multigang boxes and device plates where several devices are located in the sam general area. Obtain back box requirements for systems provided under othc sections and provide them per those requirements. Install outlets in exposed masonry and tile walls, with square corner boxes ( standard boxes with square comer extensions, that are sufficiently deep so th; conduit offiets are not required. Saw cut openings in exposed masonry and tile wall with an opening tolerance of ‘/a inch on all sides, placing bottom of box at neare5 masonry joint to specified mounting height. €3. Section 1611 Raceways, Boxes, & Fittiq W08195 Re e 176 C. Install outlets and boxes securely and support them substantially. Anchor boxes into masonry construction with one or more integral flanges. 3.12 PULL BOXES Support wall-mounted pull boxes and panels in non-air conditioned rooms and in exterior locations with Type 304 stainless-steel performed channels and Type 304 stainless-steel concrete anchors. 3.13 HAZARDOUS LOCATIONS A. Provide conduit seals in Class I, Division I locations within 18 inches of each conduit entering an enclosure containing electrical devices, except for hermetically sealed switches and receptacles which are UL labeled for that purpose. Provide a conduit seal for each conduit leaving the hazardous location. Flexible connections to motors and other vibrating equipment in Class I, Division I locations shall be made with flexible fittings approved for Class I locations. B. C. 3.14 PAI"G Paint exposed raceway systems using painting systems specified in Section 09900. 3.15 ADJUSTING AND CLEANING Upon completion of installation of raceways and boxes, inspect interiors of raceways and boxes; clear all blockages; and remove burrs, dirt, and construction debris. - END OF SECT'ION - Section 16110 Raceways, Boxes, & Fittings 02/08/95 Rev. 1 SECTION 16120 - WIRES AND CABLES PART 1 - GENERAL e 1.01 DESCRIPTION This section describes materials and installation of wires and cables. 1.02 RELATED WORK SPECIFIED ELSEWHERE General Electrical Requirements: 16010 1.03 SUBMITTALS A. B. Submit shop drawings in accordance with the General Conditions. Submit material list for each conductor type. Indicate insulation material, conduct material, voltage rating, manufacturer and other data pertinent to the specific cab: such as type, shielding, number of pairs, and applicable standards. 1.04 MEASUREMENT AND PAYMENT Payment for the work in this section shall be included as part of the lump-sum b amount stated in the Proposal. a PART 2 - MATERIALS 2.01 LOW-VOLTAGE BUILDING WIRE A. B. Conductor material shall be copper. Low-voltage building wire for use at 600 volts or less shall be 6W-volt insulated, Tyl XHHW or THWN, and rated for continuous operation at 75°C. No. 12 AWG minimum conductor size for power and lighting circuits. No. 14 AWG minimum conductor size for control circuits. Conductors for lighting and receptacle circuits that are No. 10 AWG and smallc shall be solid. All other conductors shall be stranded. C. D. E. 2.02 INSTRUMENT CABLE Section 161: Wires and Cab1 02/08/95 Rc e 178 Single-pair cables shall be two No. 18 AWG stranded tinned-copper conductors individually insulated with fully color-coded PVC rated at [300] [600] volts; insulated conductors twisted together and shielded with a spiral-wound metal foil tape overlapped for 100% shielding. Outer jacket shall be PVC. PART 3 - EXECUTION 3.01 WIRE INSTALLATION A. B. Install wiring and cable in conduit unless otherwise noted. To reduce pulling tension in long runs, coat cables with pulling compound recommended by the cable manufacturer before being pulled into conduits. Remove debris and moisture form the conduits, boxes, and cabinets prior to cable installation. Group conductors No. 1/0 and smaller in panelboards, cabinets, pull boxes, and switchboard wireways; tie with plastic ties; and fan out to terminals. Lace conductors No. 210 and larger with marline. C. D. 3.02 IDENTIFICATION A. Color Coding of Low-Voltage Building Wire: Provide color coding throughout the entire network of feeders and circuits (600 volts and below) as follows: 240/120 208/120 240 480/277 Phase Volts Volts Volts Volts ------------------ -----..------------ ------------------ ------------------ ------------------ Phase A Black Black Black Brown Phase B Red Red Red Orange Phase C ------ Blue Blue Yellow Neutral White White White Gray Ground Green Green Green Green Conductors No. 10 AWG and smaller shall have factory color coding with solid color insulation. Do not use on site coloring of ends of conductors or apply colored plastic adhesives in lieu of factory color coding. Conductors No. 8 AWG and larger shall have factory color coding with solid color insulation or shall have black insulation with on site application of colored plastic adhesives at ends of conductors and at each splice. B. C. Section 16120 Wires and Cables 02/08/95 Rev. 1 Control wires shall have colored insulation. Separate color codes for each wire sh be provided in each conduit that has up to seven wires. Conduits with more th seven wires shall have at least seven types of colored insulation. Tagging of Conductors: Tag control wires and instrument cables in panels, p boxes, wireways, and at control device with adhesive type of marker: Brady, Thon and Betts, or equal. Tag control wires and instrument cables with same w numbers as on the shop drawing submittals. Tag power wires in pull boxes a wireways where there is more than one circuit. Tag power conductors with mol control center or panelboard number and circuit numbers. D. e E. 3.03 LOW-VOLTAGE WIRE SPLICES A. Solid Conductors: Use 3M "Scotchlok," Ideal "Super Nut," Buchanan B-Cap, equal. Seal splices in underground handholes and pull boxes with individual seali packs of Scotchcast Brand 400 Resin or equal. Stranded Conductors No. 8 and Larger: Use T & B "Locktite" connectors, Bum Versitaps and heavy-duty connectors, 0.2. solderless connectors, or equal. Stranded Conductors No. 10 and Smaller: Use crimp connectors with tools by san manufacturer and/or UL listed for connectors of all stranded conductors. Retighten bolt-type connectors 24 to 48 hours after initial installation and befo taping. Tape connections made with noninsulated-type connectors with rubber-Q tape, one and one-half times the thickness of the conductor insulation, then cov with Scotch 33 tape. INSULATION RESISTANCE TESTS (CIRCUITS BELOW 600 VOLTS) Test each complete circuit prior to energizing. Insulation resistance betwee conductors and between each conductor and ground shall not be less than 2 megohms. Repair or replace wires or cables in circuits which do not pass this te and repeat the test. B. C. 0 D. 3.04 3.05 CONTINUITY TESTS Perform a continuity test of each control wire in the presence of the Ownex Representative and demonstrate correct labeling of each wire and correct destinatio. - END OF SECTION - Section 1612 Wires and Cablc WP5 Re a 180 SECTION 16140 - SWITCHES AND RECEPTACLES PART 1 - GENERAL 1.01 DESCRIPTION This section describes materials and installation of light switches and receptacles. 1.02 RELATED WORK SPECIFIED ELSEWHERE General Electrical Requirement: 16010. 1.03 SUBMI'ITU A. B. Submit shop drawings in accordance with the General Conditions. Submit material list for each type of switch, receptacle, and cover plate. Indicate type, ratings, material, color, and manufacturer. 1.04 MEASUREMENT AMD PAYMENT Payment for the work in this section shall be included as part of the lump-sum bid amount stated in the Proposal. PART 2 - MATERIALS 2.01 GENERAL Provide switches and receptacles that are listed by Underwriters' Laboratories, Lnc. 2.02 RECEPTACLES Ground Fault Interrupter Duplex Receptacles: Receptacles shall be rated 20 amperes and comply with UL-943, Class A. Provide Leviton 6198-1, 3M GFI-2701, or equal. 2.03 SWITCHES Switches shall be molded composition, brown, specification grade, single pole, three way and four way as shown on the drawings. 120- or 277-Volt Lighting: Provide switches rated 20 amperes, 120/277-volt a-c. Provide quiet operation, toggle type switches. Section 16140 Switches & Receptacles WOg/9s Rev. 1 2.04 COVER PLATES A. In wet areas, areas subject to hosing down, areas identified as ''Corrosive Area," where indicated, use individually gasketed weatherproof cover plates. Plates shall gray polycarbonate lift-cover type. Provide satin stainless 430 plates in all remaining locations. 0 B. PART 3 - EXECUTION 3.01 MOUNTING Flush mount receptacles and switches in the concrete block walls. Provide outl boxes per Section 16110. 3.02 GROUNDING Provide a bonding jumper between the grounded outlet box and the receptac ground terminal. 3.03 TESTING 0 A. B. Operate each switch and veri@ that the load is turned on and off. Test each receptacle with a circuit tester that checks voltage, polarity, and grounde conditions. Repair or replace defective receptacles and repeat the test. - END OF SECI'ION - Section 1614 Switches & Receptaclc W195 Re a 182 SECTION 16500 - LIGHTING PART 1 - GENERAL 1.01 DESCRIPTION This section includes materials and installation of lighting fixtures. 1.02 RELATED WORK SPECIFIED ELSEWHERE General Electrical Requirements: 16010. 1.03 SUBMITTALS A. B. Submit shop drawings in accordance with the General Conditions. Submit manufacturer’s catalog data including complete catalog number, photometric data, and descriptive literature. 1.04 MEASUREMENT AND PAYMENT Payment for the work in this section shall be included as part of the lump-sum bid amount stated in the Proposal. PART 2 - MATERIALS 2.01 GENERAL A. Furnish lighting fixtures of the type indicated on the drawings, complete with lamps, sockets, wiring, and mounting hardware. The use of a manufacturer’s name and model or catalog number in the drawings is for the purpose of establishing the standard of quality, photometrics, and general appearance desired only. Products of other manufacturers will be considered in accordance with the General conditions. B. 2.02 LAMPS A. Fluorescent: 40 watt - F40, cool white, rapid start lamps, 3150 lumen minimum output lamps. Low-Pressure Sodium: Suitable for burning position as required for the light fixture. Section 16500 Lighting 02/08/95 Rev. B. C. Manufacturers: General Electric, Sylvania, Westinghouse, Marco, or equal. e PART 3 - EXECUTION 3.01 INSTALLATION A. Install lighting fixtures as close as possible to the locations shown on the drawiI making adjustments only for the purpose of avoiding interferences. B. Install lighting fixtures plumb and level, with fixture surfaces parallel i perpendicular to walls and other major structures. Install continuous rows of fixtures straight and true and equip with necessary pa such as joining straps, couplings, and nipples. Support fluorescent lighting fixtures at two points minimum from structural eleme which are capable of carrying the total weight. Mount fixtures rigidly with no rock action. Remove ballasts which are judged by the Owner’s Representative to be excessib noisy and replace at no cost to the Owner. Provide pendant stem-mounted fixtures with swivel hangers. Stem shall be one pi without coupling and shall be finished the same color as the canopy and the fixti unless otherwise noted. C. D. E. F. a - END OF SECTION - Section 11 Ligl 02/08/95 e m APPENDIX "A" SAN DIEGO GAS & ELECTRIC INSTRUCTIONS AND SAN DIEGO GAS & ELECTRIC SERVICE GUIDE 0 SDG&E Instructi & Service Gu 02/08/95 F a E€ ELECTRIC METER IDCATION AND SERVICE ORDER m. BROS. D STOPTRENCH 0 1. D 7W FRoMpoLf RISER RAD. day. Mttm must be located in a safe area free of any potentially hazard- Customer Extension Planner at nearest SDGbL office. in switches must k identified with address and unit Ft. at point of attachment of service wires Fb. over driveway or parking area Ft. at outer limit of vehicular traffic 5-m 783,532 king days prior to trenching to initiate trenching process. 4. After trench is approved allow 5 working days for service Installation. 5. Mtrerwillbextafterinspector hasapproKdinWliation.backflli.com- 6. For underground utlllty location prior to trenching paction. and city/county* inspection. Phone: 1-800-422-4133. rniainspctionauthc muu be posted prior 6 months from date 4 & READ @ PLEASE a Five minutes of your time now could save weeks of d UNDERGROUND ELECIlUC SERVICE INSTALLATION PROCEDURE 'Ib ensure your satisfaction witb the installation of your new underground electric service!, please follc necessary step: 1. Obtain city or county permits. If trenching in a city or county street to a power pole, an excavation per 2. If application hr electric service has not yet been made, please calJ SDGBrE at d7'?: vq / / 3. Review the Ekctric Meter Location oII(i Service Order, as provided by the SDG&E Planner, witb your 4. The Planner will notify you, in writing, of any costs, if applicable. This payment is due in advance of 4 5. Prior to trenching: . also be required. or electrician. scheduling and construction. A. Call U.S.A. mark out service atl-800-422433 and have existing utilities located. Allow 48 hours. B. C~U the SDGB~E hpector at 47 d.%? to arrange a meeting to discuss the following cons 1) beginning and ending of trench 2) trench depth, route and backfill materials 3) acceptable conduits and materials required 4) separation and location of other utilities 5) location of conduit on pole, if applicable e 6 Trench and pmide acceptable 3" base, install conduit and pull rope; then call SDG&E for inspection. 7. Provide and install acceptable shading material and call for SDG&E inspection; compaction is required 8. Coordinate the installation of gas, telephone and cable TV with the appropriate utility and the SDG&E Allow 3-7 working days for gas pipe installation. Orange County residents must contact Southern Calif0 at n4-831-5677. 9. Complete the shading of gas, telephone and CATV facilities, and call the SDG&E Inspector for approva time connection of the gas line can be discussed. Orange County residents must contact Southern Califu at 714-831-5677. 10. Call the SDG&E Inspector for final trench inspection of backfill, compaction and conduit mandrelling. IIMPORTANT: No further crew scheduling Win be done Witbout this fmal trench inspection. 11. Obtain city or county inspection approval fbr the equipment and internal wiring. Mowing 3-5 days hr the installation of your service and mete above is completed. If you have any questions concerning your project pl MANAGEMENT ASSISTANT at PLANNER or PROJECT Project Management Project Management Project Managemen1 METRO ORANGE COUNT] (San Diego/south Bay) (7l4) 361-8066 (619) 230-7800 If you have questions regarding Constructiox~ Department. The please call your Project Coordinator in our appropriate phone numbers. e I SDGE' @ mntodonr*crc*dhpr Ssn DieQo Gas de Ektdc FORM 135-2l L 4 I t : 0: -t : 0 Netw HeiQht Rcqufrcmmtr ra' min. expod 36 min. ehcd 69 mou'rnum LlctW 'Height Requircrncntr 4# dn. exposed 36 dn. enclosed 6'3 moximm ;. -2ty I Id 2c rnin 'T I conuc 692.1 01-92 €LECTRIC SERVIC€ AND SERVICE GUIDE METERING EOUJPMEM - 1992 CLECTRIC SERVICE AN0 SERVICE GUIDE . h4U€RING €QUIPM€NT II. 0 1992 mOUNDING AND 80 NOJNC CO NNECTIONS FOR SERVICE AND MFTERINC EOU IPMENI fhe following pages iltustrate grounding and bonding methods for service equipment. connection for continuity and tightness, the type ond number of grounding connections will be determined by the locol inspection agencies. With the increasing use of plostic pipe for woter systems, a cold woler pipe is ni longer a relioble ground. commonly used methods of rnoking the grounding connection. Requirements for 'ufer' grounds (bare copper wire or rebor imbedded in the building foundation) may vary between municipolities ond should be verified with the oppropriote inspection authority. fie grounding electrode or grounding electrode conductor will lU$ be permitted within the utility portion of the underground pull section or pull con. Grounding requirements for high voltoge service ore reau ired to meet the Notionol E1ectrical Code and be opproved by the approprbte inspection outhority. 0 Efectric bonding to or use of SDGdrE gos service piping, gas hers or meter focili for electric grounding 1s not permitted. Although SN&E personnel will check the neutrol bond and the grounl Ground rods ond concrete encosed electrodes are two m a APPENDIX "B" STANDARD DRAWINGS a e Standard Drawi~ 02/@3/95 R a STANDARD DRAWINGS WATER TRANSMISSION MAIN REPLACEMENT EL CAMINO REAL FROM TAMARACK AVENUE TO CHESTNUT AVENUE CMWD PROJECT NO. 90-101 Standard Drawings from Standard Plans and SDecifications for Construction of Pul Potable Water Mains by Carlsbad Municipal Water District DRAWING NUMBER DESCRIPTION w5 w7 W8 W9 w12 Fire Hydrant Assembly W 13 Valve Box Assembly w 15 W16 W 17 w19 Thrust Block Bearing Areas W25 Zinc Anode and Connectors 1" Manual Air Release Assembly 2" Blow-Off Manual Air Release Below Surface 1" & 2" Air-Vacuum Valve Assembly & Appurtena Outlets on A.C. or P.V.C. Main for 1" Thru 2" Assemblies Outlets on D.I. or Steel Main for 1" Thru 2" Assemblies a W6 Concrete Thrust Blocks for Non-Restrained Joints Gate Valve Installation - PVC, DIP, ACP & Steel Pipe Butterfly & Plug Valve Installation for AC, PVC, & DIP APPLICABLE SAN DIEGO REGIONAL STANDARD DRAWINGS (SDRSD) DRAWING NUMBER DESCRIPTION TYPE G-5 Asphalt Concrete Berm A G-24.1 Trench Resurfacing A a Standard Draw 02/08/95 I 0 e I. SEE SPKIF~TK)NS RX SOLDEFilNG REQUIRMEM! 2. SEE SPKIFKXTKINS FOR LD RUNTPUG 3. WSTION ANOOE MIWAY BETWEEN REoo1REMENE. PIPELINE AND VALVE BOX. 0 9 I. SEE sPECIFIcATI0NS FOR SXERING FEWIREMEN7 2. SEE SF€CIFICATK)NS FOR Ut FWTING REQUIREMENTS. 3. SEE IMPROVEMENT PLAF FOR ASSEMBLY SJZE. 4. POSITION AW& MIWAY BETWEEN PIPELINE AND VALE BOX. 0 a a HOLE SWwJG e AIR VENT INLET. 5. POSITION ANOOE: MlDWA BETWEEN PIPELINE AM VALVE BOX. 2. SEE spuI)FlcATIONS FOR PAINTING REQUIREMENTS. a BW SUWKE I&PAIR-VALXIIIM a e X. MAIN wc MAIN l%RWATERS€RVlCE CONNECTON (TYP.) a a STEEL MAIN e FOR WATER SERVICE CO"ECTK>N (Typ.) a 1. FIRE HYDRANT BASE - 6EA. 13/16’ DIA HOLES. 2. BOC. 8 NUTS - 9433’ HEX HEALE. 3. INSTALL 8oc7s WITH NUTS ON TOPOF RANGE. 4. SEE SPECIFICATKIN K3R F#INTING RUXllREMENC (BEGIN WNT AT SCORE W BREAK-OFF SPOOL). 5. SEE SF€CJFICATK)N FOR BURIED RCVVGE REQUIREMEN7S. 6. SEE IMPFOVEMENT PLANS FOR RRE HYDRLINT WTIONS. * 36’ FQR Nosu-COMK;UOUS / OR- FIO SIDEWALK. e 0 a * RISER WALL NOT a RECLAIMED WATER I . IN NON-ROcY)AREASPLACEWARO 2, SEE ORnWlNGNQ22 FORGAlEVa’ .1 RElNFORCtNG SlEELDETAL a VERTICAL BEND. @ 7EE(sK3EvtEw), 2 . FOR AC PIE, 4 M#Y. 3'-3'To A 6'4 LENGTHWToANOWTffALLMl HoR1zONT48 VERTWBEND. I . FITTINGS SHAL 8E OUcnLE IRON FOR 0l.P 8 WC.; CAST IRON FOR ACF! (CEMENT LINED SHORT BODY I. 'sNa178l8FDRRoMx BUTrERFLY VALYE THRLT 0 1. sEEsPEClFmmm BURIEDRCSNGEANO VALVE REWIREMUYTS. 2. SOE DRAWIffi NQBFOR a REINFORCING STEEL #TAIL. e a a LINE VAllvE IfVSTUTON /L4s%s&LF e a a a e: 40 so I I ii a BP # P If 75 .- IO 0 4 6 8 lo 12 I4 16 mE!s Pipe oiomster in Indm 1. BASEDONZ5PSITEST~ANOBEARIffiulwEsWDRYSOQS. 2. VALES FROM CURVES ARE FORTEES AND EmErUDs, LE; mw UNE THm FOR9VBp1D: f.4WEFROMCURYE. FOR 45' BEND: Q8 VU FROM CURVE. FoR22wBEH):Q4wyllEFAoMcuR\(E. ANDApPRwEo. 3.mcoNaTK3FGm~w~~THRusTaoQ6MLGT8E.~ CARLSBAD MUNICIPAL WATER DISTRICT RMsK)IyAFeRm mm * DECEMBE - THRUST BLOCK BEARING AREAS WI 8 ANODE LEAD ABOVE GRAOE CONNECTON ABOVE GRADE CONNECTION NOTE I . RISER PIPE SHALL BE WIRE BRUSHED TO CLEAN BRIGHT METAL. 2. PIPE CLAMP SHALL BE LOCATE0 ON RISER PIPE. 3. WIRE INSUlATlON SHALL BE STRIPf TO A MINIMUM LENGTH To CONNECl WIRE TO PIPE CLAMP. a PACKAGED BACKFIU COMPOSITK) 75 OIo GYPSUM 20% BENTONfTE 5 OIo SOWUM SULFATE INGOT WEIGHT: 30 LBS. PKGD. WEtGHT: 70 LBS. APPROX. ZINC ANODE a * a , i a- . 4- c 4- t 1- 13- - TYPE A-SECTlON NPE 8-SECTION 'IIigM r. r, 01 9- 7- a indiattd on plans Lryy&( w TYPE C-SECTION TYPE 0-SECTION log8 md Of dilu 1 : 1 v&n not joining olhw impronmnu APPROX DIKE OUMITIES pr 1 4037s c-8- aw ALL TYPESSJOE VIM C-9- a0702 0.6062 NOTES 1. Db 3 to bo OW on I minimum r of AC mad avhong, cdtndinq dmghorrt tt~r width of tho dike. 1. AC dika my be sftapsd urd corneacud *ilh M rraudon mchine or oar equipmmt aplblr of hrPkq M6 CQmWhg tho mittrZll to the quid ~01)wet1*aa . 2 AR-8000 9ndr apbR U br uad lor Il dik- LEGEND OM PLANS Type A Ob Rdon BY Aporond Dm SAN OIEGO REGIONAL SfANDAAO DRAWING ~~$~~~~E,~tw,",~ Grrrr ILL lrrof SI J I I -~~1 a%B& &e. I I 1 DIKES [BERMS] 0 ASPHALT CONCRETE ORAWING RUM8EA G-5 e t 12" mlfl (lyp.l ftJth@r tQ mcorrtnoto IT -II~ sa 3itco SAN OtEGO REGIONAL STANOARD DRAWING . ucrnaU ~UOA~ES COUI~U fy/u &.Ins L = 4LL .tu: 6- I TRENCH RESURFACING TYPES A & B ORAWlMG Renuon I By( Aoprowe 1 0 r *.b. b Onnu€ )VI - II II IIUUBER G-24.1 I1 I ’ RECORDED REQUESTED BY t CITY OF CARLSBAD z AND WHEN RECORDED, PLEASE MAIL TO City Clerk City of Caalsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 i34-@&R-I.P96 02% Ejf FjCIFii PECO%GS SfiK DIEGO (6ilWTY RECOllnE?’S RF G;[&@v 5\31 5 CCLIMT’r’ RECIIP[I FEES: 1079 p: L 4 w W v n 1. . ... * * . 2,". , , : 1 :h:: One Park Plaza, Suite 430 Irvine CA 92714 Valverde Construction Inc. 12402 Philadelphia St. Whittier CA 90601 MENT WITH RESPECT TO WHlr OWNER'S & CONTRACTOR'S PROT CA 8232141 ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS UMBRELLA FORM City of Carlsbad 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED T( Purchasing Dept. 1200 Carlsbad Village Drive Carlsbad CA 92008 , 0 0 4 CG 2010 11 85 COMMERCIAL GENERAL LIABILITY POLICY NUMBER: GL 8181385 INSURED: Valverde Construction, Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) The endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization City of Carlsbad Water Transmission Main Carlsbad Municipal Water District Replacement El Camino Real From Tamarack to Chestnut Contract No. 3378 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section 11) is amended to include as an insured the person or organization shown in the Schedule, but only as respect to liability arising out of "your work" for that insured by or for you. CG 2010 11 85 Copyright, Insurance Services Office, Inc., 1984 L t a * 1 COMMERCU .. , THIS ENDOREMENT .. CHANGES 'THE. POLICYL.PLEqSFREAD*IT CAREFULLY- ADDITIONAL INSURED -.-DESIGNATED*PERSON OR: '- ORGANIZATION' -. This endorsement modifies insumce prwideb under the-following:. BUSINESS AUTO COVERAGE FORM SCHEDULE Name of Person or Organization: City of Carlsbad Carlsbad Municipal Water District Water transmission main replacement El Camino Real from .Ta.marack- to Chestnut Contract $13378 ' -_ .. ... . . -WHO IS AN 'W!SUREI3 @@in It) is &ended to indude as-an.iksured the p&son or-organ-&ion shown in tI ~hsdule.brrt.onIy:vljith. ri%p+to.lbbiiii- uising.-out.of:the ownership, .@Antenace; .or e of a covered "auto ... I_ &7608~88 .. ..