Loading...
HomeMy WebLinkAboutWeardco Construction Corp; 1963-07-09; 2785TO: COUNTY OF SAN DIEGO DEPARTMENT OF SPECIAL DISTRICT SERVICES Change Order 3 for CONTRACT NO. 002-63-64 W.O. 2785, WPC-CAL-133, CONSTRUCTION OF AN OUTFALL SEWER; CONSTRUCTION OF A METER STATION AND PUMP STATION FOR THE VISTA SANITATION DISTRICT AND THE CITY OF CARLSBAD, SCHEDULE 11, BID ITEMS 1 AND 2, ALTERNATE 1-A Weardco Construction Corp. P. 0. Box 2458 Santa Fe Springs, California You are hereby directed, in accordance with the terms of your contract to proceed with the changes in the plans and specifications as noted below at no change in the contract price. Change requested by 'Principal Civil Engineer SUBJECT,ITEM OF CHANGE: Time extension of Sixty (60) Calendar days for completion of the work. This extension changes the completion date from July 22, 19&4, to September 20, 1964. This time extension is based on delay of commencement of work due to excessive ground water. The undersigned contractor, having given careful consideration to the change proposed does hereby agree, if.this proposal is approved to complete the contract as so changed and that all equipment will be provided, all material furnished, and all services per- formed necessary for the changes to the contract as specified at no change in the total contract price. Accepted: £, 1964 . • '•• WEARDCO CONSTRUCTION CORP Title Approved:, 1964 CITY OF CA'RLSBAD By Submitted by: Director of Special Districjr Services Approved as to Funds and Accounts: JUL3° . k. OFPIITY COUNTY AUDITOR I/Approved as to Funds and Accourlts: , 1964 Auditor and Controller Approved:/ o , 1964 VISTA SANITATION DISTRICTf~\BV vntaLJ<L Chairman, Board of Directors Vista Sanitation District DISTRIBUTION: County Auditor / City of Carlsbad (2) (Auditor) City of Carlsbad - Suspense Board of Directors Contractor , Special District Services: Accounting, Director, Suspense Public Health Service (2) State Water Quality Control Board NOTE: This change order is not effective until approved by the Board of Directors and signed by the Chairman. ? . m COUOTY OF SAN 81 EGO DEP/tgfeffT OF SPECIAL DISTRICT Change Order I for CONTRACT NO, G02-&3-61* W.Q, 2?85, WPC-CAL-133, CONSTRUCTION OF AN OUTFALL SEWER; CONSTRUCTION OF A KETER STATION AND PUMP STATION FOR THE VSSTA SANITATION DISTRICT Am THE CITY OF CARLSBAD, SCHEDULE SI, BID STEMS I AMD 2, ALTERNATE I-A TO: Weardco Construction Corp. P. 0. Box 2458 Santa Fe Springs, California You are hereby directed, In accordance wish the terss of your contract to proceed with the changes in the plans and specifications as noted below st no change In the contract price. Change requested SUBJECT ITEMS OF CHANGE; I. Modify and amend Wage decision, Secretary of as follows: Change: Carpenters: Carpenters Millwrights Pneumatic nailer Hardwood floor layers Pi iedriver&en '••• , 2, incorporate the foilowing drawings in the contract documents: ...'•••;.•„•.. f» 8. Public Health SEP 5 Rats. Reg IX Stair & Udder Details - Dwg. No. KC-105 Railing & Support Details - Owg. Mo, RC-103 Grating Frame Setai! - Dwg. Ho, Chain Link Fence Details - The undersigned contractor, having given careful consideration to the change proposed doss hereby agree, If this proposal 5s approved to complete the contract ss -so char^. and that all equipment will be provided, all material furnished, and all services per- formed necessary for the changes to the contract as specified at no change in the totsl contract price. Submitted by:Accepted: WEAR&CO CONSTRUCT*ON_CORf By., Director of Special Osst Approved as to Funds at AUG 13 CARLSBAD &± Approved as to Funds and Accounts: Auditor and ' Approved :_ VJST*|SANITATION DISTRICT 1963 atlon Ustrict r jv' / Auditor ./ City of Carlsbad (2) (Auditor) City of Carlsbad * Suspense Board of Directors Contractor Special District Services: AccountJn§3 Director, Suspense Public Health Service (2) State Water Pollution Control Board MOTE: This change order 5s not effect I ye until approved by the Board of Director0- and stsjned by the Chairman. d ^o« 2p 7^ Oi Oen SIDE V!EW prrcn . PITCH ! /J2 PITCH £ 'X' X 2 -S X }j 3" LONG ~iu_—j L^—s^y -fcn TJT; - v: :vsr' ' NOT SHOWN' I CHANNEL" [ : J r FRONT VIEW TREAD 6" PITCH 6/T2 RISER lo'/2 CHANNEL 6"C 10.5* TREAD 7" P;rc'-i 8 ''12 5I5ER 93A""""- CHANNEL S"C 13.75 TREAD 9"P:T:H 12/12 RISER 9"CHANNEL 9"C>3,4 'XF.AD iA/IDTH VARIES WITH P[TC'h 2 fi ANCHOR BOLTS SECTION ' c 5TAIR BLADDER DETAIL'S I -• - • • I .. 1 iw - . c 7-0" C-C MAX. MOUWTIMd BRACKET- DtTAlL,' rikt« z tf STEEL B«OP>" RAILING DETAIL 5TE.LL PIPL ,] : ER] •: [-SCIENCE, i x'TWd HOLES T t PLAN PIPE. STL. COMC.'~f <H T ?'J^"J^'i ELEV PERMANENT, SUPPORT I I OK) CONCRETE 2'/W STE.E.L PIPE CONCRETE. ELEV REMOVABLE OKJ CONCRETE MOTE; I.-RAILING / AMCHOR SHALL 5E ^ALVAWI ZED AFTER PA8RICATIOW. 2.- OV/IIT SHOP GALV. FOR DI5TAUCE. OF I" FROM FIELD IA/ELD5 ^ COAT IW FIELD WITH DIM ETCOTE *4 OR EQUIVALENT ZIUC COATIN6. RAILING / 3UPPOPT DETAIL5 DWG. NO. kC-103 |V4" "OR I" G,RATIUC| |'/2" FOR l'" ENGINEERING-SCIENCE, INC. GALVAKilZEO SLAT SOU"/. MS ' M CONCRETE ANCHOR DETAIL GRATIKJG FRAME DETAIL DWG. NO. KC-104 Barbed Wire Gate Post — Gate Frame /'/ s rrf s f/f s/f/c.' "4J'.;' 'ft 3 mf* '*£#' E tff & 'rr = //7s /// 3/8 Rod (Hot-dip galvanized) GATE Concrete Footing Barbed Wire Line Post— Concrete Footing (Typ) 3/8" Rod12 (Hot-dip galvanized) 10' MAX. TYPICAL CHAIN LINK FABRIC'- No. 9 wire 2 " mesh LINE POSTS. Hot-dip galvanized H-column ( 2"xl 1/4") weight 4-libs./ft. TERMINAL POSTS End, corner 8 pull posts hot-dip galvanized pipe, 3" O. D.,5.79 Ibs. per lineal foot TOP RAIL Hot -dip galvanized pipe I 5/8" O.D- or H -section, weight 2.27 Ibs/ft BRACES Same as top rail. To be spaced midway bet. top rail 8 ground FABRIC BANDS *Fabric to be fastened to line posts w/fabric bands spaced approx. I4"apart 8 to top rail 24"apart NOTE'. Barbed wire to bend 45° away from enclosure. GATE FRAME 2" 0. D 2" O.D. 2" O.D GATE OPENING Single TO 6' OVER 6' TO 13' OVER 13' TO 18' Double TO 12' INCL. OVER 12' TO 26' GATE POST 3 "O.D. 4" 0. D. 6 5/8" 0. D. WEIGHT (lbs./ft) 5.79 9.11 18.97 CHAIN LINK FENCE DETAILS NOT TO SCALE DWG CONTRACT DOCUMENTS AND SPECIFICATIONS FOR THE CONSTRUCTION OF AN OUTFrtU SEWE3 CONSTRUCTION OF A METER STATION AND PU/VP STATIOlf FOR THE VISTA SANITATION DISTRICT AND THE CITY OF CA3LSBAO, CALIFORNIA vV.O. NO. 2785 BEST ORIGINAL FILE/PACE HO, RECORDED RC OF DEPT. OF SPECIAL DjjTS. OEcZO 1 1 os AH CITY OF CARLSBAD, CALIFORNIA ACCEPTANCE OF WORK AND MATERIALS AND NOTICE OF COMPLETION 1. Department recommending acceptance Department of Special District Services County of San Diego Name of Contractor Weardco Construction Corporation ~.Department Work Order No. 2?85 Contract No. 002-63-6)+ *f.Name of Surety on Contractor' s Bond Maryland Casualty Company 5. Description of Public Work Involved Sufficient for Identification: Construction of a Meter Station and Pump Station for the Vista Sanitation District, Schedule II SERIES 5 BOOK 1364 OFFICE RifCCRDS SAN Dlf-'i1;;) DQUMTY.CALWiA. S, sitiv.prr. ORDER SPACE ABOVE FOR RECORDER'S USE ONLY When recorded please mail to: City of Carlsbad 2960 Pio Pico Drive Carlsbad, California 92008 as provided in contract specified in paragraph number three above which is on file with the City Clerk of the City of Carlsbad, California. 6. Date of Contract July 26, 1963 7. Acceptance of the work and materials is recommended (Signature of Recommen^Tng Department Head)(Date) 8. Acceptance of Work and Materials NOTICE IS HEREBY GIVEN by the City of Carlsbad, California with reference to the above- mentioned contract and public work to which Chapter 3 of Division 5 of Title 1 of the Government Code applies that said contract and public work.were completed by the accept- ance thereby by the City Council of said City on the /£*** day of /U^fjt^M^jA^ , 196k. The Contractor on said contract and public work anj Contractor's Bond are as set forth above. name of the surety on the Mayor of the City pf Carlsbad, California VERIFICATION The undersigned declares that he is an officer, namely, Mayor of the above-named City, which is the owner of the public work described in the within Notice of Completion executed by said City; that he has read the same and knows the contents thereof and that the facts therein stated are true of his own knowledge, and that he makes this verification for and on behalf of said City. I declare under penalty of perjury that the foregoing is true and correct. Executed on JM&Zttd&t^ X3" , 19 6k, at L&i&^Lcs^ , California. Mayor of the Cfty'/of Carlsbad, California For use of City Clerk Directions: 1. Make original and 7 copies. 2. Items 1 through 7 to be completed by department. 3. Submit original and 6 copies to City Council. Distribution: Recorder, S.D. Co. Auditor, S.D. Co. Contractor City Council, Carlsbad, Calif. Special Dist. Services, S.D. Co. Central File Suspense Central File Approved Copy Accounting Approved Copy Vista Sanitation District - ' .- rwj V V;;5TA SANITATION DISTRICT 888 East vifsta Way Vista, Cal Ifornia May 23, 1963 MEMORANDUM To All Contractors Bidding on Construction of an Outfall Sewer, Construction of a Meter Station and Pump Station For The Vista Sanitation District and the City of Carlsbad, California,, Work Order No, 2785 Transmitted herewith is a copy of Addendum No 1 to the Contract Docu ments for Construction of An Outfall Sewer, Construction of a Meter Station and Pump Station, for the City of Ca Jsbad and the Vista Sani- tation District WO 2785 Please attach a copy to each set of Contract Documents which you have purchased., and consider the addendum in submitting your bid. LETHA 0, FINCH, Secretary to the Board of Directors of the Vista Sanitation District r- t * VISTA SANITATION DISTRICT COUNTY OF SAN DIEGO STATE OF CALJFCRNtA CONTRACT DOCUMENTS FOR CONSTRUCTJON OF AN OUTFALL SEWER CONSTRUCTION OF A METER STATION AND PUHP STATION FOR THE VISTA SANITATION DISTRICT AND THE CITY OF CARLSBAD, CALIFORNIA W,0, 2785 ADDENDUM NO, I TO THE CONTRACT DOCUMENTS ITEM I„ Substitute Secretary of Labor Wage Decision AB 29,86$, copses attached, for Wage Decision AB 20C112 contained in the Notice to Contractors and Paragraph 29 of the Special Conditions, ITEM 2, For the benefit of prospective bidders, a tour of the project is scheduled for 1Q°QO a.m., on Monday, June 3> 1963. A repre- sentative of the Engineer will be available to answer questions concerning the Pumping Station, Heter Station and Sewer Facili- ties,, The meeting place will be near the Suerta Vista Pumping Station site on the west side of Jefferson Street, southerly of Vista Way, STEM 3» Substitute new Page la of Bid Form attached hereto, STEM 4, Substitute new Page 2 of Agreement attached hereto modifying Article IV - Payments. 5TEM 5, Add the following paragraph to Article 10, Page 58, of the Standard Conditions;; "(insofar as the construction of the Meter Station and Pump Station (Items I, alternate 1-A and 2S Schedule 11, Bids) is concerned, ft is understood by Contractor that said Meter Station and Pump Station cannot be adequately or properly tested until such time as the remainder of said sewer system shall have been completed. Owner therefore expressly reserves the right to withhold the sum of $5,000,00 from the final payment of ten per cent (10%) for the value of work done under this contract, as provided In Article IV of the Agreement between the parties,, until March 1, 1S&5. or until such date as the remainder of the sewer system and the Meter Station and Pump Station has been completed, tested and placed in operation,, whichever date shall first occur," WoOc 2785 -I- ITEM 6,1 Paragraph 5 ii, Special Conditions. Delete the first paragraph and substitute as follows: 11, WORK >M STATE HIGHWAY R3GHT-OF-WAY Encroachment Permit. No, I163-U-I5** has been issued for that portion of the work within the limits of the State Highway Right-of-Way, which work consists of attaching an 18" diameter steel sewer line to the Jefferson Street Overcrossmg on U,S. Highway 101 opposite Engineer's Station 500+^. The pipe shall be attached to the Overcrossing as shown on the attached sketch which shall be substituted for the bracket details shown on Sheet 2 of the Plans, The steel pipe shall be Schedule 30 with £" mortar lining and with a two coat ap- plication of approved epoxy lining applied to a total thick- ness of 40 mil*:, Exterior of the pipe shall be painted in accordance with the attached sketch. That portion of the work within the State Highway Rlght-of- Way shall be prosecuted to completion as rapidly as possible. Any changes in this order of work shall be approved by the State Highway representative, All work, warning and safety devices shall be satisfactory to the State Highway Engineer, In accordance with General Provision No, 5 of the Terms and Conditions Relating to Utility Encroachments, the Contractor shall notify State Highway Superintendent 0, J,, Talbot of Escondido, telephone 7^5-2808, prior to beginning work- ITEH 7, Technical Provisions, Section f „ Construction of Sewers, Schedule }, Paragraph 1-03, Measurement and Payme; Delete first paragraph and substitute as follows; 1-03, Measurement and Payment All measurements of work done will be made by the Engineer, Measurements of all sewer pipe will be based on horizontal center line distances measured to the inside face of each manhole or structure, noted as "End of Sewer Pipe" on detailed sheets, Delete Sub-paragraph "a"., Bid Stems (!) through (1) , and sub- stitute the following? *' Bid items (0 through (7) The price bid for pipe in place shall include all labor and material necessary to excavate the trench and to excavate soft ground in the bottom of the trench and to replace it with suitable material, removal and disposal I f of obstructions, furnishing, placing, and jointing pipe, fittings and stoppers, protecting and maintaining of all substructure utilities, protecting and supporting all surface improvements, drainage structures, backfilling the trenches, restoring ail surfaces, testing of the pipeline, compaction testing of the trench backfill, and all other work necessary to give a finished result. Whenever under Bid items (1) through (7) it becomes neces- sary to support the pipe on crushed rock bedding as pro- vided in these specifications,, the Contractor will be paid according to the unit price bid under Bid item (12) for such work, Measurement of crushed rock bedding will be the amount of material required to bring the sub-base up to grade for the size of trench excavated,, up to the maxi- mum trench width allowable under these Specifications, The unit price bid per cubic yard for this work will be construed to cover all equipment, labor and materials in place. Mo payment wilt be made unless rock is ordered in writing by the Engineer, Whenever under Bid Items (1) through (7) Class •IB" concrete is required by the plans or ordered by the Engineer to be constructed in accordance with the details of encasement or protection on the Plans, the Contractor will be paid accord- ing to the unit price for such work bid under Bid item 03) The unit price per cubic yard bid for this work will be construed to cover all equipment, labor and materials in place. Measurements of Class "B" concrete will be the amount of such material within the neat lines of the drawings, No payment wilt be made for Class "B" concrete which may be required by excessive trench width in accordance with Section 1-12 (d) of this Division of these Specifications.. All concrete required for purposes other than sewer pipe encasement is to be included in the Bid item to which the work applies., and is not to be paid for under Bid item (13), 3 TEH 8. On Sheet 2 of the Plans under the heading "General Notes11, Delete Paragraph 2 and substitute as follows; 2= All manholes shall be five (5) feet 8 D with eccentric cones, STEM 9 On the single line diagrams* Sheet 37 of the Plans, Change the six #*t wires in 2- inch conduit each shown connected to three 75-HP motors to six #^ wires In 2-i/2-inch conduit, STEM 10, On the no tor room Plan, Sheet 39 of the Plans, Change the six #VG wires in 2-inch conduit each shown connected to the three 75-HP (motors to six #^ wires in 2-1/2- inch conduit, W.O. 2785 -3- *» «k « f MB_ I I STEM 11 The Contractor shall include in the amount bid for Optional Addi- tive i!tems Schedule 8, 1-1/2" PVC water service for Buena Vista Meter Station, ail costs for a 1-Inch meter with meter box, together" with all fees, expenses,, and costs associated with the complete installation thereof. Bidders may obtain service charge information from the City of Carlsbad, ITEM 12. Sub-Section 4-17 Meter Station Vent Delete "36 inches long", and substitute "9 feet 6 inches long," JTEK 13- Sub-Sect ion 5-02 (n) Slide Headgate Delete "HPB 24 hand wheel" and substitute "yoke-imounted self- contained with KB 2k hand wheel." STEM 14 Sub-Section 6-03a Meter Station Fan Delete "1/3 inch static pressure" and substitute "1/8 inch static pressure " ITEM 15. Sub-Sect ion 6-02 Power Hoist and Monorail Page 6-3 Delete "Rail shall be cleaned by an approved blasting process and painted one coat of enamel primer," Substitute "Rail shaft be cleaned by wire brushing and given & shop coat of rust inhibitlve primer equal to Inertcl No, 62! . Finish coats shall be as specified in the Painting Specs " Add f'The Contractor shall provide adequate support and furnish the Engineer to scale drawings to illustrate the method of fasten- ing or supporting the monorail to the concrete roof slab." ITEM 16., Section 6 Sub-Sect ion 6-12 Air Compressor and Receiver Tank Air compressor for providing air supply for the bubbler and hydro- pneumatic tank shall be supplied as part of the control systems by the pneumatic control manufacturer, I ITEM 17* Sub-Section 9-13 Schedule 4 Underground Exterior Concrete JteH.. Surface Delete this painting schedule completely. ITEM 18- Results of earth borings made by the Owner will be. made available to Bidders on request. Such information is not a guarantee of subsurface conditions, and the Bidder shall make his ovn investi- gations to determine the nature of the cosid I fc irms , WO, 2785 STEM 59, Revise Sheets 3^ to 36 of the drawings as follows;; a, Add Note "Whether caisson or convent ioina'3 construction ss used Contractor shall prevent any hydrostatic pressure from occurring under the base slab by pumping the ground water until concrete for the entire structure Is in place and hardened, b A 2'"0" "tin thick layer of suitable rock shall be provided under the base slab, c, increase minimum base slab thickness fnow 1 '-61'} by 6ie to 2'-QM. STEM 20 Main hifluent i,f:d discharge piping to pump <*\.ailon shall have flexi- ble joints or couplings located within l'-G" of outside of walls When submitting old,, acknowledge receipt of Addendum No, 1 by entering in the Bid Form,, Page 1., the number of this Addendum in the place provided therefor in the wording as folio**,: "all in strict conformity with Pians and Specifications and other Contract Docufoents Including Addenda Nos, „ and ^^^.s on file at the Office of the ¥ist« Sanitation District, Wo^East Vista Way, £ar Caiifornie., for the following lu»np sum ant! or unit prices.," r _ ______________ __ WARREN A0 BARNEY, R, E, No, 7HS Engineer, Vista Sanitation District M.O. 2785 ;.-•• 1,1'. U^ t- C**4"« CONTRACT DOCUMENTS AND SPECIFICATIONS FOR THE CONSTRUCTION OF AN OUTFALL SEWER CONSTRUCTION OF A METER STATION AND PUHP STATION FOR THE VISTA SANITATION DISTRICT AND THu CITY OF CARLSBAD, CALIFORNIA W.O. 2785 Approved as to Form: CHARLES W. SALTER, Legal Counsel for Vista Sanitation District •I/.'-. | !' \l l'1/.*sW,r\, * f_.:_u_ftlJSTUART WILSON, City Attorney for WAKKcN A. SARNfcY, ~f City of Carisbad, California R. E. No. 7)19 Englnaar, Vista Sanitation District CONTRACT ENGINEER ENGINEERING-SCIENCE, INC. 150 East Foothill Boulevard Arcad\zt CalIfornia INDEX CONTRACT DOCUMENTS No. of Pages 1. Notice to Contractor Inviting Bids 2 2. Information for Bidders 3 3. Bid Form 3 k. Designation of Subcontractors 1 5. Agreement 2 6. Bidder's Bond 2 7. Performance Bond 2 8. Labor and Material Bond 2 9. Standard Conditions 18 10. Special Conditions 8 W.O. 2785 Index INDEX (continued) SPECIFICATIONS - TECHNICAL PROVISIONS fc Section I 1-01 1-02 1-03 1-04 1-05 1-06 1-07 1-08 1-09 1-10 1-11 1-12 1-13 1-14 1-15 1-16 1-17 1-18 1-19 Section 2 2-01 2-02 2-03 2-04 2-05 2-06 2-07 2-08 Section 3 3-01 3-02 3-03 3-04 3-05 3-06 Construction of Sewers Execution of Work 1-1 Control of Water 1-1 Measurement and Payment 1-1 Plastic Lined Precast Reinforced Concrete Sewer Pipe 1-2b Vitrified Clay Pipe and Fittings 1-3 Asbestos - Cement Sewer Pipe and Pressure Pipe 1-6 Iron Castings 1-8 Concrete Materials 1-8 Portland Cement Concrete 1-9 Mortar 1-10 Rock for Backfill 1-11 Excavation and Tunneling 1-11 Pipe and Bedding Conditions x 1-12 Pipe Laying 1-13 Manholes and Special Structures 1-13 Leakage and Infiltration Tests 1-14 Backfilling 1-16 Restoration of Surfaces 1-17 Cleaning Up 1-17 Earthwork General 2-1 Pumping Station Site Preparation 2-1 Excavation and Fill 2-1 Standard Earthwork Compaction Test Procedure 2-2 Trench Excavation and Backfill 2-2 Finish Grading 2-2 Control of Water 2-2 Test Boring 2-2 Portland Cement Concrete General 3-1 Materials for Concrete Work 3-1 Concrete 3-2 Forms 3-3 Placing Re>fiforcing Steel 3-3 Placing Concrete 3-3 INDEX (continued) 3-07 3-08 3-09 3-10 3-11 3-12 3-13 Section 4 Construction Joints Removal of Forms Curing and Finishing Joint Fillers, Sealers and Waterstops Installation of Pipelines Through Concrete Structures Chamfers and Fillets Watertightness of Concrete Structures Structural Steel and Miscellaneous Metal Work 3-4 3-4 3-4 3-5 3-5 3-6 3-6 4-01 4-02 4-03 4-04 4-05 4-06 4-07 4-08 4-09 4-10 4-11 4-12, 4-13 4-14 4-15 4-16. 4-17 4-18 4-19 4-20 4-21 4-22 4-23 Section 5 5-01 5-02 5-03 5-04 5-05 5-06 5-07 General Structural Steel Gratings and Supports Steel Stairs Pipe Handrail Anchor Bolts Galvanizing Shop Painting Iron Castings Slide Gate and Grooves Roof Door Air Gap Reservoir Twenty-Seven-Inch Palmer Bowlus Flume Flow Staff Pump Hatch Access for Purnp Station Rotary Ventilators Meter Station Vent Channels for Pump Shafting Steady Bearings Hydropneumatic Tanks Manhole Hatch Shaft Guards Trash Rack Screenings Pail Pipe, Valves, and Fittings General Mate rials Pipeline Installation - General Requirements Installation of Cast Iron Pipe Installation - Galvanized Steel Installation - Plastic Pipe Tests for Leakage 4-1 4-1 4-2 4-2 4-2 4-2 4-3 4-3 4-3 4-3 4-3 4-4 4-4 4-4 4-4 4-4 4-4 4-4 4-4 4-4 4-5 4-5 4-5 5-1 5-1 5-3 5-4 5-5 5-5 5-6 f INDEX (Continued) Section 6 6-01 6-02 6-03 6-04 6-05 6-06 6-07 6-08 6-09 6-10 6-11 Section 7 Mechanical Equipment General Power Hoist and Monorail Air Blower and Ventilation Fans Raw Sewage Pumps Pump Motor Variable Speed Drive Combined Gear Drive Standby Gas Engine Sump Pumps Air Compressor - Air Injection Flow Recorder Water Booster Pump Architectural Items 6-1 6-2 6-3 6-4 6-6 6-8 6-8 6-10 6-11 6-12 6-14 7-01 7-02 7-03 7-04 7-05 7-06 Section 8 General Doors Furniture Water Closet and Accessories Toilet Partition Slop Sinks Electrical Work 7-1 7-1 7-1 7-1 7-1 7-1 8-01 8-02 8-03 8-04 8-05 8-06 8-07 8-08 8-09 8-10 8-11 8-12 8-13 8-14 8-15 8-16 8-17 8-18 8-19 8-20 8-21 General Special Requirements Guarantee and Tests Electrical Services Materials Conduit Conduit Installation Fittings and Receptacles Conductors Conductor Installation Pull Wires Grounding System Lighting Fixtures Lamps Circuit Breakers Motor Control Center Magnetic Motor Starters with Combination Air Circuit Breaker Buena Vista Metering Station Buena Vista Pump Station Hydropneumatic Tank System Fans and Pumps 8-1 8-1 8-2 8-2 8-2 8-2 8-2 8-3 8-3 8=3 8-4 8-4 8-4 8-4 8-4 8-5 8-5 8-5 8-6 8-10 8-10 .t. u. INDEX (Continued) Section 8 (continued) 8-22 8-23 8-24 8-25 8-26 Section 9 9-01 9-02 9-03 9-04 9-05 9-06 9-07 9-08 9-09 9-1(1 9-11 9-12 9-13 Section 10 10-01 10-02 10-03 Section 11 11-01 11-02 Section 1 2 12-01 12-02 12-03 12-04 Section 13 13-01 13-02 13-03 440-Volt Power Receptacles Automatic Engine Control Panel Battery Charger Butane-Propane Tank Solenoid Air Injector Compressor Painting General Scope Right of Rejection Protection of Work Removal of Debris, Etc. Materials Storage of Materials Workmanship Preparation of Surfaces Ventilation Colors Paint to be Provided to Owner Classification of Painting Paving General Materials Paving Fencing General Chain Link Fencing Sprinkler System and Landscaping General Scope of Work Sprinkler Work Landscaping Measurement and Payment Scope General Measurement and Payment, Schedule II 8-10 8-10 8-12 8-12 8-12 9-1 9-1 9-1 9-1 9-1 9-2 9-2 9-2 9-2 9-3 9-3 9-3 9-3 10-1 10-1 10-1 11-1 11-1 12-1 12-1 12-1 12-3 13-1 13-1 13..1 NOTICE TO CONTRACTORS INVITING BIDS The Vista Sanitation District and the City of Carlsbad invite sealed bids for: THE CONSTRUCTION OF AN OUTFALL SEWER THE CONSTRUCTION OF A METER STATION AND PUMP STATION W.O. 2785 Bids will be received by the Secretary of the Board of Directors of the Vista Sanitation District at the offices of the District, 888 East Vista Way, Vista, California, unt il^v'j-,o'clock p m. on '-l/u )<_{_. JC , 19&3, at or about which time they will be publicly opened and read in the offices of the Vista Sanita- tion District. Bids shall conform and be responsive to the Contract Documents for said work and must be accompanied by the security referred to therein. The Vista Sani- tation District through its Board of Directors reserves the right to reject any or all bids and to waive informalities or Irregularities therein. Prefer- ence will be made in the award for California made supplies in accordance with Government Code Sections 4330 et seq. Copies of the Contract Documents, including plans and specifications, are on file and may be examined at the office of the Secretary of the Board of Direc- tors, Vista Sanitation District, at the above address, and also are available for examination at the offices of Engineering-Science, Inc., 150 East Foothill Boulevard, Arcadia, California. Copies of the Contract Documents, including plans and specifications may be obtained from the Department of Special District Services of the County of San Diego at Building 8, County Operations Center, 4005 Rosecrans Street, San Diego, California, and also at the office of the Secretary of the Board of Directors of the Vista Sanitation District, 888 East Vista Way, Vista, California, upon payment of $8.00 per set. Such payment will not be refunded and the Contract Documents, including the plans and specifica- tions, so obtained need not be returned. No bid will be received unless it is made on the bid form included in the Speci- fications and furnished by the Secretary. Each bid must be accompanied by cash, certified check, cashier's check, or bidder's bond, made payable to the Vista Sanitation District, for an amount equal to at least ten percent (10%) of the amount bid, such guaranty to be forfeited should the Bidder to whom the Contract is awarded fail to enter into the Contract. No bid will be accepted from a Contractor who has not been licensed in accordance with the Provisions of Chapter 9. Division 3, of Business and Professions Code. The special attention of prospective bidders is called to the "Information for Bidders" included in the Contract Documents for full directions as to bidding, etc. Under the provisions of the California Labor and Government Code, The Board of Directors of the Vista Sanitation District has determined the prevailing rate of per hour wages for the locality to be those rates contained in the Secretary of Labor's Decision No. 20,1 12. Rates are for an 8 hour day unless otherwise specified. W.O. 2785 Notice to Contractors Inviting Bids I 4-23-63h DCrATOUNT. AOENCT. OE BUUAU •)lv. oil •'•n.t:\-r .:,\\y-)ly and Pollution Control, PHS DBKUmON or WOKE: Outfall sewer, pumping station and force main LOCA1IOH (OTT OBBOH (OTT OB OTUB iMtEII IIIIM.)Vista San. District May 7, 1963 I I COOTTTTCalifornia (WPC-Cajl-133) San Diego "°A"°.29,865 BATE Or WtOEOOX 5-7-63 8-4-63 ajpp»ntice r*t* I* 13-011*. 1-a MfrtlS.KCj.Cc, SC.iaiuUS Period and S«ta of th* lomrmaan'* rtte iui Carpeiit«i'* fer Hour Aabaatee worker* " " taprover*: 1st year 2nd year 3rd year »th ye.r Boilermaker* helper* Bricklayer* Brick, block a »t Carpenter* : Carpenter* MUlwri«ht* Pneiautic Bailee Hardwood floor layer* Mledriverae* Dt Color vork Co*po«itiaa or autle; flni»htm •ochiiM • curs ••chin* oporator Dry «•!! applicator BloetricLBBai UaetrtciBBa CabU apllcor* Elevator coo*tructor» k«lpar>-70K of J.t. " (pro*.) SO* of Glaziers Ironworker!, ctructural , ornaaantal , r« inf ore in< , fanea araetora Lattnr* • Liaa Con* true t ion. • 45.01 *o% 70% 801 90* 4.73 4.43 0-90 3.685 4.20 4.45 4.43 4.43 4.33 It. 265 U.39 Iu39 k.59 5*02 5.32 4.77 * f J.t. 3.90 4.83 4.83 4.60 4.65 4.423 Marble eetter* $4.33 " helper* F« in ter* I ftniah Taper* Faparhanger* Swing atag* Structural and bridge Sandblaatera Spray Steeplejack Flaaterera • tender* Flonber*loofar* Sheet Betel worker* Soft floor layer* Sprinkler fitter* Steawf itter* Itnajematnn* Tarrauo worker* " " belpar* :Hat baae bead grinder Flat head grinder Dry baa* grinder Tile aetter* " " helper* Window atad* a *cr**n tn»t«ller 3.U* .21 .323 .325 .36 .46 .41 4.85 5.01 Iu5o•j.25 5.1»2 4.45 b.75 4.10k.80 5.1»2 Iu90 4.33 3.87 3.87 3.87 4.33 3.U> 3.22 w*ld*r*-Rigg*r* receive ret** prescribed for craft performing operation to whicb welding or rigging i* incidental (»».p«rt4oa of Sen DtegD Oo.) naa*er» (So.portto* of Sea OtafD Co.) Boofen Sbeejt Bttal •lakeai Soft floor layer* rlMtar«i* 3 flutcrvn 6 l»t "56- 2n-55-3rri litn 5th 6th "th 5th ?t£ lottT5. 85 ?T 70 73.75 77* M* 85 88.75 92* 96* SO 60 68 76 8« 92 $0 55 oO 70 75 80 8S 9060 65 70 75 80 85 90 9585 8977 *> 81 55 60 70 93 80 97 90 $2.60 2.67 2.72 2.83 2.97 3.06 60 65 70 75 85 95 60 65 70 7U 76 82 86 90 §5555 14 55 70 60 65 67i 70, 72* 7575 80. 85 95 57* 60 62} 65 70 80 90 60 65 70 75 80 90 955D 55 60 70 80 90 Crouadaan Cable aplleer* applicator trminMai Interrali -6O,65t70,7S,6Q, 85,90,95* of the Journeymen'» rat* %, * V,"•". ^^/^r,--. ,-r'^irfiLi Uborer, general or constructionT»borar» tool ahsd checker •• abomr nedng dry pack -alorer packing rod steel and pans perators and tenders of pneumatic and electric tools, vibrating machines, and slailar mechanical tools not separately classified herein oncreta saw nan (excluding tractor type) rotoscraper, chipping h*n»ar, concrete core cutter, and fom blower Asphalt raker ironer, spreader -•uggynobile ran C«msnt dunper (on 1 yd., or largar mixers and handling bulk carer;) Jesspool digger and installer 3oncrote cnrer - impervious rmivi'^ Cribber or shorer Cutting torch operator (denolition) Uriller (core, diamond or wagon, Joy driller model TWT-2A, 3ar*.*t- Cenver Kodal DM Ii3 and si*iU .- tr» drill*) Driller,- all other* vhere drilling is for us* of explosives Chuckt-nder (except tunnels) Fine grader on highways, street* and airport pavin; (sewer and drainage lines when enploTed) Flagraji •j*s and oil pipeline labcrar Gas and oil pipeline wrapper - pot ti^dar and fom nan Gaa and oil pipeline wrapper - (.— inch and over Guinea chaser Land so pa Gardner and nursery nan Tree cliaber using •echanical tool* PoMdaroan Riprap stonepaver Rock dinner Head rock slinper Sandblastar (aoszlenan) Sendblaotor (pot tender) Sealer Sealer (using Bos'n's Ghair or aafety belt or pouer tool*) .Septic tank dlgjsr and in*t*ller (load nan) Laying of all noo-n*tallic pipe is- eluding **w«r pip*, drain pips ;u 1 underground til* Faking and caulking of all nor-r-rtalllc pip* joint*, tarnan, nortanmn aadpot nan Steal headerboard a*n Tank sealer and cleaner Caisson driller'* helper inclndiif bellower* Poring machine h«lpsr Viindow clean* 1- i 2. < Hour~ 3.405 3.405 , ,3 3.4X5 3.615 3.415 ,615 X3 Calif. 1-»*JO 1.*. 2-m air eoBBcaaeor, puap or (•aerator In(laMT, oiler a •IfoaUun Haavy duty raaainuut'a telper 3viteb**m *r bcakaaa*j Concrete eu\a»r. *kip type Convmror **jd taluwit i^.303 3.415 S85 3.59S ,765 3. MS 3.«SS 495 3. SIS 3. SOS .MS J.MS 3.81S D.7M .485 3. SOS -.4153.W 3.S»S 1.445 3.M1S .855 .595 3.*S5 3.443 ,„ J.1»S ,sj yj 3.305 3.305 3.805 4.045 4.04S 4.045 Generator, pnap or coapreaaer (2-5 in- cleeive. portable unit*) 4.045 eenerator. paap or coapnevor pleat 4.0*5 •ydroetatic poap 4.045 totary drill helper (oilfield type) 4.0*S Sklpleeder-vbeeltype-Cord, fergeaca, JTS^ or aiailar type J/» yd. er la** (w-ttsyt dragtypa attach.) Taaporery beating plant Track crane oiler A-f ran* or wiach track Diahay loconotive or tuc.ua! aotor •lovater hoist Ceaiaannt greaaer Pord. ferguaon «c siailar typa d»i£!» dragtype attach.: l>(lrs haaai r or stallar typa »c»lp»tzRi Power concrete earing aaehlai er concrete *aw ar-Urlvea Juaau tora setter lea* carrier er £ezk lift (job si!*) •alt-propelled tar pipelining aacaint Stationery pipe wrafipiaf and cleaaluj aachina Toweled* Aaphalt pleat f. • . ' •hla* er aiaei boK (aoacnta or es; pleat) Derrick ana (oilfield type) Drilling aacaia* (laxUdiag water Mil*) Ughllna cabloway *i lacoaotive eogicu tower sweeper •oiler. Up to « tt. aapacity) Aaptelt or coacro;. . ,--•/;, t*B»l*C or f UU»Uj auKhiM ••liar (all typa aad eiaea, soil, canat. **pk*lt Claiak 4.045 4.0*5 4.045 4.285 4.235 4.285 4,285 4.285 4.2(5 4.255 4.285 4.285 4.285 4.285 4.285 ».285 *.3?5 ».3»» ».3»5 *.3»5 1.MS 4.3*5 4. 395 4.395 4.395 4.J9S 4.395 4.585 *.5«S rer gem Asphalt plant engineer Deck engine •anvy duty repairaen heavy duty welder Machine tool raveaeat breaker Pnaaaatlc hoadiag ahiald-tuanal *aO4ln( OU BaJf least *aa*)Ce*\UM aaheer-tired, heavy duty eouipeent Oahkoah, W, Euclid, LeTowneeu, Laplaat-Choate. or aiailar type eaulaaeat, with any type attch. 4.585 Skif loader wheel type over V* yd*., ap to a lael. 1) yd*. Slip foe* puap (power driven hydroalla lifting device for ooacrata ten*) Tractor, aregtvpa *bov*l, ball- eocer, taapar, aaraper an tractor Coaaiaatloa heavy daty repairaaa aad weloer Ceacreta aixar, paving Concrete aobile aia*r Ceaeret* puap or ponpcrete gea Cnuhlag plant engineer Elevating grader Grade-all Ugmlim cablaway •oiat (Chicago Sooa a Mine) ralnea belt leader a »teller typa 4.485 Uft *lah aaralns 4.M5 Loader. Athey. Saclid. •aarnrtr. Sierra or siailw typa ».e»S Motor patrol (any type or *laa) 4.445 Haltlala eagle* earth aorta*; 4.485 ate placing aaahla*- haahley-preaewell or alailar type 4.485 Botary drill, excladiag caUaoa 4.485 iltypa over ij yee.4.«tS aad planer 4.485 Tractor loadsr. crawler typa - all type and al**a 4.485 Traeter-vith hoea attach. 4.48S Travel lag pipe wrapping, claaaUg aad haadlag aachia* ft.MS Treachiag aacala* (aver « ft. depth capacity) 4.485 blveraal »a»taniat (akovel, baak- hee, dragllaa, •laaahall, darriak. derrick barfe, crane plladrivor. *.48S 4.585 4.585 •.MS ».48S 4.485 4.485 4.485 ».«85 h.MS 4.485 4.4*5 4.485 *lp-l**«ar. 13 Calif. 1-i 2-i Truck driver*: Pickup, 3/U ton and uncHr 0-;«p trucks: Less than 6 yds. f yds. but lea* than 12 yd*. 12 yds. but less than 16 y*. 16 yds. or nor* Dump trucks or flatbed*: 2 axles 3 axles 3 axles soni • •. axles or rare Lowbed trucks and trailer A-fmn* track* - ewedish crane Ducpater Transit-edx: Under E yd*. £ yd*, and overGaa i oil pipeline working trock driver* inrl'i«11nt wir.ee trucks and all lisas of track* Dumper*tei Loss than 6 1/2 yd*. 6 1/2 yd*, or nor* ROM carrier and fork liftTraffic-control pilot ear, excluding •orlnf hoary permit load* Water truck*iUnder 2$'TO 2500 to UOOOUCOO gallon* and over Track {naaor and UiomanTruck repair*ian or welderrruck repeirsp.an or welder helper WarohouMBMn, tasMtor* Swamper* «-.d helpers In-*u*trlal liftW 10'* *r 20'e or euclid typo etnipnant or rjt:xrr.txz or Terr* Cobra* or *i»;U*r tr?»» :t «T ir^»~-t njirof frje* or'a'.tachrent* v^n porfarrir.; -rrle Ir. *.:-.• jurisdiction; or ?= or si.-dlar trpes of deep irscl-a vi loadins attachcant i wher. pulling water tari . U.OSS'-.135 4.335 U.13S •..335 U. 353 i..2;5it.333 u.355 U-.5S J..C3S ^333 3!??; -.3ES ?.O.VD r?.T;c>: Ti»« *p*nt spreading oil Other Jobsito tine 2.J3 / J 535 -SJ3 «J c,0yer11me Regu i rement s: No contractor or subcontractor contracting for any part of the contract work shall require or permit any laborer or mechanic to be employed on such work in excess of eight hours in any calendar day or in excess of forty hours in any workweek unless such laborer or mechanic receives compensation at a, rate not less than one and one-half times his basic rate of pay for all hours worked in excess of eight hours In any calendar day or In excess of forty hours in such workweek, whichever is the greater number of overtime hours. Hoi iday Work Rate; Not less than one and one-half times the above rates of hourly wages. Holidays < Shall be those recognized 4n the collective bargaining agreement applicable to the particular craft, classification or type of workman employed on the project. In accordance with Section 17*tO of the California Labor Code the foregoing wage rates are subject to modification to comply with revisions in Federal minimum wage schedules without the necessity of publication or duplication of other formal statutory requirements. Letha D. Finch, Secretary to the Board of Directors of the Vista Sanitation District. W.O. 2785 Notice to Contractors !mrii!fA9$Bids 2 C C INFORMATION FOR BIDDERS 1. SECURING DOCUMENTS; Copies of the Contract Documents, Including plans and specifications, are on file and may be examined at the office of the Secre- tary of the Board of Directors, Vista Sanitation District, Il»VE*«tr! W*ta Vf»t#>"Y «"d also are available for examination at the offices of Engineer Ing- Science, Inc., 150 East Foothill Boulevard,'Arcadia, California. Copies of the Contract Documents, including plans and specifications may be obtained from the Department of Special District Services of the County of San Diego at Building 8, County Operations Center, 4005 Rosecrans Street, San Diego, California* and«aI so at the office of the Secretary of the Board of Directors of the Vista Sanitation District, 888 East Vista Way, Vista, California, upon payment of $8.00 per set. Such payment will not be refunded and the Contract Documents, including the plans and specifications, need not be returned. 2* PROPOSALS: Bids to receive consideration shall be made in accordance with the following instructions: (a) Bids shall be made upon the form provided therefor, properly executed and with Items filled out; numbers shall be stated both in writing and in figures, the signature of all persons signing shall be In longhand. The completed form shall be without interlineations, altera- tions, or erasures. (b) Bids shall not contain any recapitulation of the work to be done. Alternative proposals will not be considered unless called for. No oral or telegraphic modifications will be considered. (c) Each bid shall be accompanied by cash, a certified or cashier's check, or a bidder's bond In the amount of not less than 10% of the maximum of the bid, the check or bond made payable to the order of the Vista Sanitation District. Said cash, check or bond, shall be given as a guarantee that the bidder will, within 7 days after being requested to do so by the District, enter into a contract and provide the re- quired bonds if awarded the work; if the bidder to whom the work has been awarded and to whom the request has been made refuses or fails to enter Into said contract and provide the required bonds within the specified time, the cash or check shall be forfeited to the District or the principal and surety on the bond shall be liable to the District for the principal amount thereof In accordance with Its terms. If the bid Is not accepted by the District within 30 days after the time set for the opening of bids, or if the bidder to whom the contract is awarded executes and delivers to the District the required Contract Documents, the cash, the bid bond, or the amount of the certified or cashier's check will be returned to the bidder. (d) Before submitting a bid each bidder shall carefully examine the plans and read the specifications and other Contract Documents. He shall visit the site of the work and shall fully Inform himself as to all existing conditions and limitations under which the work is to be performed, and he shall include In his bid a sum to cover the W.O. 2785 /y*-* information ffcr Bidders --'t'-^L. I o'^^' cost of all Items neces*ary to perform the Contract as set forth in these Contract Documents. No allowance will be made to any bidder because of lack of such examination or knowledge. (a) Each bid shall be delivered to the Secretary of the Board of Directors at the Office of the Vista Sanitation District, 888 East Vista Way, Vista, Catifornla, on or before the day and hour set for the opening of bids in the published NOTICE TO CeNTftACTORS. The bid shall be enclosed in aftseated envelope bearing the title *f the work, the name of the bidder, and the date and hour of the opening. It is the tote responsibility of the bidder to soe that his bid is received in proper time. Any bid received after the scheduled closing time for receipt of bids Shall be returned to the bidder unopened. 3. WITHDRAWAL OF BID: Any bidder may withdraw his bid, either personally or by written request, at any time prior to the scheduled time for opening of bids. k. OPENING OF BIOS: Bids will be opened and publicly read aloud at the time and place scheduled in the NOTICE TO CONTRACTORS INVITING BIDS. 5. AWARD OR REJECTION OF BIBS; The contract will be awarded to the lowest re- sponsible bidder subject to the District's right to reject any or all bids, and to waive any informality or irregularity in the bids or in the bidding. 6. WITHDRAWAL OF BIDS AFTER OPENING; No bidder may withdraw his bid for a period of thirty (30) days after the date set for the opening thereof. 7. AGREEMENT AND BONDS; The form of agreement which the successful bidder, as Contractor, will be required to execute and the forms of bonds which he will be repaired to furnish are Included In the Contract Documents and should be carefully examined by each bidder. The agreement and bonds will be exeucted in five (5) original counterparts. The complete contract consists of the following documents: the Notice to Contractors, the Information for Bidders, the Bid, the Designation of Subcontractors, the Agreement, the Performance Bond, the Labor and Material Bond, the Standard Conditions, the Special Con- ditions, the Specifications, and the Plant, Including all modifications thereof duly incorporated therein. All of the above documents are intended to cooperate and bo complementary so that any work called for in one and not mentioned In the other, or vice versa, is to be executed the same as If mentioned in all said documents. The intention of the documents Is to include ail labor, materials, equipment, transportation and services neces- sary for the proper execution of the work. 8. INTERPRETATION OF DRAWINGS AMO DOCUMENTS; If any person contemplating sub- mitting a bid for the proposed contract is in doubt as to the true meaning of any part of the plans, specifications, or other proposed contract documents, or finds discrepancies in or omissions from the drawings of specifications, he may submit to said Secretary of the Board a written request for an In- terpretation or correction thereof. The person submitting the request will be responsible for its prompt del Ivery. Any interpretation or correction of the proposed documents will be made only by Addendum duly issued by said W.O. 2785 * Information for Bidders 2 /"*"" Secretary of the Board, and a copy of such addendum will be mailed or "*"' delivered to each person receiving a set of such documents. The Dis- trict will not be responsible for any other explanation or interpreta- tion of the proposed documents. 9. ADDENDA OR BULLETINS; Any addenda or bulletins issued by the Secretary of the Board during the time of bidding or forming a part of the docu- ments delivered to the bidder for the preparation of his bid shall be covered in the bid and shall be made a part of the Contract. 10. BIDDERS INTERESTED IN MORE THAN ONE BID; No person, firm, or corpora- tion shall be allowed to make or file or be interested in more than one bid for the same work, unless alternate bids are called for. A person, firm, or corporation submitting a sub-proposal to a bidder, or who has quoted prices on materials to a bidder, is not thereby disqualified from submitting • sub-proposal or quoting prices to other bidders. 11. BONOS; The successful bidder, simultaneously with execution of the con- tract documents, will be required to furnish a labor and material bond in an amount equal to 50% of the contract price, and a faithful perform- ance bond in an amount equal to 100% of the contract price, each secured from a surety company satisfactory to the District and on the form con- tained in the contract documents. 12. SPECIAL NOTICE; Bidders are required to inform themselves fully of the conditions relating to construction and labor under which the work will be * or Is now being performed, and, so far as possible, the Contractor must employ such methods and means in carrying out his work as will not cause any interruption or interference with any other Contractor. '3. fltiiMumOBtOF SUB-CONTRACTORS; All Bidders must submit a list of their proposed subcontractors in compliance with Sections 4100-4108, Government Code. Forms for this designation are furnished in the acts of the Contract Documents. 14. BIBBERS; <re cautioned that the District contemplates awarding but one contract for all items designated In the Bid Form and that any proposal submitted omitting a bid on any one of said items will be rejected as an insufficient proposal. 15. BIDDERS.ATTENTION: The attention of the bidders is called to the fact that the pub)Ic work contemplated by the Contract Documents of which this Information for Bidders It a part is being undertaken by the Vista Sanita- tion District and the City of Carlsbad, California, pursuant to the terms of an agreement between the District and the City of Carlsbad for the acquisition, construction, ownership, maintenance, preparation and use of the Joint Sewerage System and that wherever in said Contract Documents the term, "Vista Sanitation District" or "District" appears, it is defined as the "Vista Sanitation District and the City of Carlsbad, California" unless the Contract otherwise requires. W.O. 2785 Information for Bidders BID FORM TO: Vista Sanitation District, acting by and through its Board of Directors, herein called the "Owner". v I. Pursuant to and in compliance with your Notice to Contractors Inviting Bids and the other documents relating thereto, the undersigned bidder, having familiarized himself with the terms of the Contract Do«uments and with the local conditions affecting the performance and the cost of the work at the place where the work is to be done, hereby proposes and agrees to perform within th«|time stipulated, the Contract, including all of Its component parts, and everything required to be performed, and to provide and furnish any and all of the labor, materials, tools, expendable equipment and all utility and transportation services necessary to perform the Contract and complete In a workmanlike manner all of the work required in connection with: CONSTRUCTION OF AN OUTFALL SEWER € CONSTRUCTION OF A METER STATION AND PUMP STATION W.O. 2785 all in strict conformity with the Plans and Specifications, and other Contract Documents, including Addenda Nos. , , and , on file at the Office of the Vista Sanitation District, 888 East Vista Way, Vista, California, for the following lump sum InH •!-."unit prices. >C W.O. 2785 Bid Form 1 / ••i , ! L 3 r"'J ^°> '3'% ' SCIiEDULE I Unit Estimated It«rn No. Description Quantity Unit Price Amount 1. 7-, - i !•4. 3- 5. 6. 7. /' 8. 9. 10. • •• ;;; 13. f 5 ALTER!1 Bid I! 'I' ota 1 A*LTERI> Bid II Total | AUUMft! g| 1-1/2' Buena - 30:i .\C1---I irietl, Class buOO^ pl,9-*',» L.F. > $ 30" K.CP-Liued-D-2000 p^l.V-t'J L.F. $ $ 27" VCP \' 1, 123 L.F. $ $ • 24" ACP-Lined-Class 5000" 2,^31 L.F. $ $ 24" VCP 8,185 L.F. $ $ 21" VCP A<te>0$- J.267 L.F. $ $ UU6" ACP-Lined-Class 100 3.7JJ L.F. $ l^-^OcogS 2.— - S-£oe> Manhole. Flvt <5»Poot Ol|m»t«r 57 Each $ $ Force Main fcwntrlc Crossing Highway 101 1 Job $ \ $ Force Main . ,.- . . .•» Crossing Buena Vista Creek 1 Job $ $ 2" PVC Water Service for Buena Vista Pump Station 1 Job $ $ Crut bed Rock Sub-base CY $ „ ": $ C]R«B "tf" ^»ncrj;tc CY $ - Ts* 1 ' -. ^ o^4. 300 l«K7rt5 ^'^ ) .K^ ^° t<^T^J 1 1 JATE I-A em;? 1 and 3 through 13, itu-lusiv« Amount $ , (Words) (Figurea) JATE I-B .ems 2, and 3 through 13 inclusive Amount $ (Words) (Figures) ri i-c 1 PVC Water Service for Vista Matar Station, Lump Sum $ .V.C. (Figure*) Bid Form U SCHEDULE II r ' Item No. 1. Description Buena Vista Pump Station (less gas engine, right angle gear drive, butane tanksand associated engine engine controls) Lump Sum $ 148.500.00 ALTIMMTt 1-A Addition for gas engine, right angle gear drive, butane tank and associated engine controls. Lump Sum $ n. OOP, oo 2.Buena Vista Meter Station Lump Sum $ 18.000.00 o ltd Form Ib A-.O. 14J. w-'1 SCHEDULE IN COMBINATION OF BIDS If the Contract for work specified in both Schedules I and II is awarded to the same bidder, the bidder agrees that the Owner may deduct the following amounts from the amount bid for the work under Schedules I and II. Deductions listed under Schedule I will be prorated to the several bid Items of Schedule I in pro- portion to dollar value at estimated amounts to establish actual unit bid prices for payment for each item. From the amount bid under: Schedule I, deduct ___Schedule II, deduct ___«_________________«__________. Total Deduction Bid Form Ic NOTE: The quantities listed In Schedule I are approximations only. Payment for the work will be made on the lump sum prices bid and the unit contract prices bid as applied to the quantities actually constructed and/or installed. 2. It Is understood that the Owner reserves the right to reject the bid for Schedule I or Schedule II, or both of the proposals, or accept either or both of the proposals, and that they shall remain open and not be withdrawn for a period of 30 days from the date prescribed fer their opening. A bid on Alternate l-A or I-B of Schedule I may be accepted Including or excluding Alternate I-C. A bid on Schedule II may be accpeted including or excluding Alternate l-A. Bidders may bid on Schedule I or 11 or on Schedules I, II and III. In bidding on any Schedule, the bidder shall bid on all items and all alternates included in such Schedule. 3. The required list of Subcontractors is attached hereto. k. It is understood and agreed that if written notice of the acceptance of this proposal is mailed, telegraphed or delivered to the undersigned bidder with* in 30 days after the opening of the proposal, or at any time thereafter before it is withdrawn, the undersigned bidder will execute and deliver the Contract Documents to the Secretary of the Board In accordance with the proposal as accepted, and will also furnish and deliver to the Secretary of the Board the Performance Bond and Labor and Material Bond as specified, alt within 7 days after receipt of notification of award, and that the work under the Contract shall be commenced by the undersigned bidder, if awarded the Contract, on the date to be stated in the District's notice to the Contractor to proceed, and shall be completed in the time specified in Article II of the Agreement of said Contract Documents. 5. Notice of acceptance or requests for additional Information may be addressed to the undersigned bidder at the business address set forth at the end of this proposal. 6. The undersigned bidder declares that this proposal is not made In the Interest of or on behalf of any undisclosed person, partnership, company, association, organization or corporation; that the proposal Is genuine and not collusive or sham; that the undersigned bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham proposal and has not directly, or indirectly, colluded or agreed with any bidder or anyone else to put In a sham proposal or to refrain from bidding; that the undersigned bidder has not directly, or indirectly, sought by agreement, communication or confer- ence with any one to fix his bid price or the bid price of any other bidder, or to fix any overhead, profit or cost element of such bid price or of that of any other bidder, or to fix any overhead, profit or cost element of such bid price or of that of any other bidder, or to secure any advantage against the Vista Sanitation District or anyone interested In the proposed contract; that the only persons or parties interested In this proposal as principals are those named herein; that all statements contained in this proposal are true; and that the undersigned bidder has not directly or indirectly submitted his bid price W.O. 2785 Bid Form 2 5-6-63h o or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any other person, partnership, corporation or asso- ciation except to such person or persons as have a direct financial interest . in his general business. Wherever in this proposal an amount is stated in both words and figures, in case of discrepancy between woHH|4nd figures, tha words shall prevail; If all or any portion of the proposal is required t« be given In unit prices and totals and a discrepancy exists between any such unit prices and totals so given, the unit prices shall prevail. W.O. 2785 Bid Form 2a 5-6-63h Accompanying this proposal ia (NOTICE: Insert the words "cash ($..;," "cashier's check," . , in amount equal to at least ten percent "certified check," or "bidder's bond," at tht case may be.) of total of the bid. The names of all persons interested in the foregoing proposal as principals are as follows: I MDsDP T A KIT MfYTIfT */ ladder or other interested person is aimrVSI* I f+n I I^SX 11VC. corporation, state legal name of corpo- ration, also names of the president, secretary, treasurer, and manager thereof; if a copartnership, state true name of firm, also names of all individual copartners composing firm; if bidder or other interested person is an individual, state first and last names in full. Licensed in accordance with an act providing for the registration of Con- tractors, License No. . Sign Here Signature of Bidder. 1 '" MOTE.—If bidder Is a oorpormtlon, the legslnanw of the corporation stall b* Mtforth »bore tojrathar with th« ncnjitutv of the ofltcer or officer* muthoriied to lien con-tracts on b«h«& of the eorpontUm; If bWder !• a copartnership, the true name of the firm•tall be set forth above together with the •faruture of the rarteer or partner* authorisedto sign contracts In behalf of the copartnership; and If bldaer Is an Individual, his signa-ture stan be placed above. c, Business address Place of residence „ Dated —~—,._—._, 19 c c C DESIGNATION OF SUBCONTRACTOR? -In compliance with the provisions of Sections 4100 - 4108 of the Government Code of the State of California, and any amendments thereof, the undersigned bidder has set forth below the name and the location of the place of business of each Subcontractor who will perform work or labor or render servica to the general contractor in or about the construction of the work or improvement to be performed under the Contract Documents to which the' attached bid is respon- sive, and the portion of the work which will be done by each subcontractor for each subcontract in ex-cess of one-half of one percent of his total bid. The bidder understands that if he fails to specify a subcontractor for any portion of the work to be performed under the contract he shall be deemed to have agreed to perform such portion himself and that he shall not be permit- ted to sublet or subcontract that portion of the work except in cases of public emergency or necessity, and then only after a finding reduced to writing as a public record of the Legislative Body of the District setting forth the facts constituting the emergency or necessity. Division of Work Subcontractor Address ITDWDCO CONSTRUCTION CORP. Prope^Name of Bidder By i Sanitation District Standard Designation of Subcontractors AGREEMENT THIS AGREEMENT, made and entered Into this # day of , J?, by and between the Owner, namely, the Vista Sanitation District, a County Sanitation District of the State of California and the City of Carlsbad, « municipal corporation, and Weardco Construction Corp. a corporation organized and existing under the laws of the State of California of the City of Santa Fe Springs _ , In the State of California, hereinafter referred to as the "Contractor". WITNISSCTH: That tha Owner and the Contractor for the consideration hereinafter named agree as fol lows: ARTICLE I - SCOPE OF WORK; The Contractor wl II furnish all materials, equipment and services and shall parform all of the work for the following: CONSTRUCTION OF AN OUTFALL SEWER CONSTRUCTION OF A METER STATION AND PUMP STATION W.O. 2765 as required by Bid Alternate^*) 1-A _ of Schedule^*) H yatftxxxx*. jfcMcxXfcexxtaiducfctoQCK)^^ ARTICLE II - TIME OF COMPLETION: The work shall be commenced on the date stated in the Owner's notice to the Contractor to proceed (which date shall be not less than ten (10) consecutive calendar days from and after the date of execution of the contract by the contractor), and shall be completed within three hundred and sixty-five (365) consecutive calendar days from and after the date stated In such notice. W.O. 2785 Agreement I 5-6-63h MLLrVF. JJJL" Jlil«COHTP^£L^'*J The Contractor w«l II be p»i«i at the lump sinr?, "or "at""t!ie""unTt pVTces~*ho»»r» in the b.id form (less tn* deductions au- thorizad by Schedule HI) for fto items awl qufcfttHt'fit* actually constructed and/or installed as follows: Vista Sanitation District will pay fifty-five and saven (55.7%) per cent. City of Carlsbad will pay forty-four and three-tenths (V; 3*) per cent. ARTICLE IV - PAYMENTS; Monthly progress payment* shall be paid i,-/ i**- Vista Sanitation District and the City of Carlsbad in the proport-o .', as stated in Article Ml above and will be made in accordance witn Article 10 of the Standard Conditions of the Contract Documents. Except as provided in Article 10 of the Standard Conditions of the Con- tract Documents, the final payment of ten per cant (10%) for the value o: the work done under this contract, if unencumbered , shall be mads thirty five (35) days after the acceptance of the completed project by th-a c^ner The acceptance will be made only by an action of the governing body of i'->. , Owner. The acceptance by the Contractor of said final payment shall constitute a waiver of all claims against the Owner arising under this contract. ARTICLE V - CONTRACT DOCUMENTS; The complete contract shall include the following contract documents: The Notice to Contractors* Information for Bidders, Bid Form, Designation of Subcontractors, this Agreement, Perform- ance Bond, Labor and Material Bond, Standard Conditions, Special Conditions, and Plans and Specif (cat tons, and addenda thereto. If any, IN WITNESS WHEREOF, the partlas hereto have executed this Agreement the day and year first above written. CITY OF CARLSBAD VISTA. SANITATION ^J^t^^ ^ /Quus**^. - By07 — folfle!al/T"ltle)(offTcTal^TitTJ) " CONSTRUCTION CORP. loffletal Tltllmweo (3i;sEncss AddreisJ Contractor's License c CONSTRUaiON CORP. P. O. BOX 2458 fiAOTAFE SPRINGS, CALIF. c o BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS: That we as PRINCIPAL, and as SURETY, are held and firmly bound unto the Vista Sanitation District, a public sanitation district of the State of California and the City of Carlsbad, a municipal corporation, hereinafter called the Obligee, in the penal sum of TEN PERCENT (10%) OF THE TOTAL AMOUNT OF THE BID of the Principal above named, submitted by said Principal to the Obligee for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. In no case shall liability of the Surety hereunder exceed the sum of $ . THE CONDITIONS OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the above-mentioned bid to the Vista Sanitation District for certain construction specifically described as follows, for which bids are to be opened on , 19 , for the: CONSTRUCTION OF AN OUTFALL SEWER CONSTRUCTION OF A METER STATION AND PUMP STATIONw.o. 2785 NOW THEREFORE, if the aforesaid principal shall not withdraw said bid within the period specified therein after the opening of the same, or if no period be specified, within sixty (60) days after said opening, and shall within the period specified therefore, or, if no period be specified, within ten (10) days after the prescribed forms are presented to him for signature, enter into a written contract with the Obligee, in the prescribed form, in accordance with the bid as accepted, and file the two bonds with the Obligee, one to guarantee faithful performance and the other to guarantee payment for labor and materials, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. Bidder's Bond 1 c c In the event suit is brought upon this bond by the Obligee and judgment is recovered, the Surety shall pay all costs incurred by the Obligee in such suit, including a reasonable attorney's fee to be fixed by the court. IN WITNESS WHEREOF, we have hereunto set our hands and seals on this day of , A.D., 19 . .(SEAL) .(SEAL) .(SEAL) (Principal) .(SEAL) .(SEAL) (SEAL) (Surety) (Address) NOTE: Signatures of those executing for Surety must be properly acknowledged. Bidder's Bond 2 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That WHEREAS, the Board of Directors of the Vista Sanitation District, by resolution passed .yn^-r-ut- ^J*£ . 1963, and the City Council of the City of Carlsbad by resolution passed Q^.t^^t^ f X , '963, have awarded to y\/f-AGbco Cf>tiS7#tjr'T',o1j rafep* hereinafter designated as "Principal" a Contract for t"he CONSTRUCTION OF AN OUTFALL SEWER CONSTRUCTION OF A METER STATION AND PUMP STATION w.O. 2765 WHEREAS, said Principal is required under the terms of said Contract to furnish a bond for the faithful performance of said Contract, NOW THEREFORE, we, the Principal, and ^ M RL/MU A CojVlPAM\/ _ as Surety, are held and firmly bound unto the VI sVa Sanitation District and the City of Carlsbad, hereinafter called the "Obligee", in the penal sum of^£ j^ff^ *&,*?&£**" -DOLLARS ($ \~7~7f &OO- Op ) lawful money of the United States, for the payment of which sum, wel! and truly to be made, we bind ourselves, our heirs, execu- tors, administrators and successors jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT if the above bounden Principal, his or its heirs, executors, administrators, successors or assigns shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said Contract and any alterations thereof made as therein provided, on his or thier part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the Obligee, Its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall be and remain in full force and vi r tue. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or additions to the terms of the Contract or to the work to be performed thereunder or the Specifications accompany! ng the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or -nidi t ions to the terms of the Contract or to the work or to the Spec! f i cut i on:, . Performance Bond 1 •N\ f.. to be f.»d by ch. Court Surety above named on the WEARDCO CONSTRUCTION CORP. (Principal) NOTE: Signature of those executing for Surety must be property acknowledged. STATE OF CALIFORNIA COUNTY OF LOS ANGELES On this 3rd day of. ss. ..in the year one thousand nine hundred and. Sixty... Three, before me..BZzabeth..C...Vo.ll.aod .......... a Notary Public in and for said County and State, resid- ing therein, duly commissioned and sworn, personally appeared ................................. * ....................... known to me to be the duly authorized Attorney-in-Fact of MARYLAND CASUALTY COMPANY, and the same person whose name is subscribed to the within instrument as the Attorney-in-Fact of said Corporation, and the said?.?*?.?.?* ... .?.-... A?.^?.}*?. ................................. acknowledged to me that he subscribed the name of the MARYLAND CASUALTY COMPANY as Surety, and his own name as Attorney-in-Fact. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year in this Certificate first above written. . NotaryPyblic in and for said Countu^x«J $fcye-,./ *JU; flri My LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS: That WHEREAS: The Board of Directors of the Vista Sanitation District by resolution passed ^t^^ut- 3.4- _ , 19^, and the City Council of the City of Carlsbatf by resolution passed have awarded to frCf) CGi^f"P.U^Ti.t\tJ hereinafter designated as the "Principal", a Contract for the: CONSTRUCTION OF AN OUTFALL SEWER CONSTRUCTION OF A METER STATION AND PUMP STATION W.O. 2785 WHEREAS, said Principal is required to furnish a bond in connection •with said Contract, providing that if said Principal, or any of his or its sub-contractors, shall fail to pay for any materials, provisions, provender or other supplies or items used in, upon, for or about the performance of the work contracted to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We, the Principal and /MAfcyJAUA CAS L>A CT\/ Cti/vii9y4N>y _ as Surety, «re told and firmly bound unto' the Vista Sanitation District and the City of Carlsbad, herein- fter called the "Obligee1', in the penal sum of £t6*tT)t i5/{u'f"7ftaufJipA S&y MDlteo fif-Ty Doll*#t ($ aX.~Z5~0.0d ) lawful money of th« United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT If said Principal, his or its Sub-contractors, heirs, executors, administrators, successors or assigns, shall fail to pay for any materials, provisions, provender or other supplies or items used in, work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to such work or labor, then said Surety will pay the same in or to an amount not exceeding the amount hereinabove set forth, and also will pay in case suit is brought upon this bond, such reasonable attorney's fee as shall be fixed by the court . . __ . . This bond shall inure to the benefit of any and all persons, companies, and corporations, entitled to file claims under Section 1 192. 1 of the Code of Civil Procedure, so as to give a right of action to them or their assigns in any suit brought upon this bond. Labor and Material Bond | V\ And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or* to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. I IN WITNESS WHEREOF £/£f4T identical counterparts of this instrument, each of which shall for all purposes be deemed an original thereof, have been duly executed by the Principal and Surety above named, on the (SEAI ) .(-LAI ' (StAL) day of ___ / WEARDCO CONSTRUCTION CORP. Principal (SEAL) Address' NOTEi Signatures of those executing for surety must be properly acknowledged. STATE OF CALIFORNIA 1 COUNTY OF LOS ANGELES **' On mis .................... — -• .............................. day of ............. Julj ......................................... in the year one thousand nine hundred .., before me....£31zabeth..C,..Vp!fand ........ a Notary Public in and for said County and State, resid- ing therein, duly commissioned and sworn, personally appeared. R.pbert:... N.« ..AndreHfi8Wn to me to be the duly authorized Attorney-in-Fact of MARYLAND CASUALTY COMPANY, and the same person whose name is subscribed to the within instrument as the Attorney-in-Fact of said Corporation, and the said ..._??£®rt_N ; ...Andrews ............................ acknowledged to me that he subscribed the name of the MARYLAND CASUALTY COMPANY as Surety, and his own name as Attorney-in-Fact. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the da/ and year in this Certificate first above written. ..... ^—-r---.'--.--^»tJ^^»^^>^»»^r.....^^f......«..^r...,.-.^^^r, Notary, Public in and for said County and StafeT My Commission Expires INDEX STANDARD CONDITIONS Page ARTICLE 1 DEFINITIONS 1 ARTICLE 2 DRAWINGS AND SPECIFICATIONS 2-3 ARTICLE 3 INSURANCE AND BONDS 4-5 ARTICLE 4. LABOR AND WAGES 6-7 ARTICLE 5. MATERIALS 8-9 ARTICLE 6 SUBCONTRACTING 10 ARTICLE 7 PERFORMANCE OF WORK 11-13 ARTICLE 8 LEGAL RESPONSIBILITY OF CONTRACTOR 14 ARTICLE 9 CONTRACTOR • OWNER RELATIONS 15-16 ARTICLE 10 EXTRA WORK AND PAYMENTS 17-18 Index - Standard Conditions STANDARD CONDITIONS ARTICLE 1-. DEFINITIONS a. Contractor: b. Subcontractor: c. The Contract: d. Project: e. Work: f. Surety: g. Owner: h. Board or Governing Body of the Owners: The person, firm, or corporation to whom this contract, of which these Standard Conditions are a part, is awarded by the Owner and who is subject to the terms hereof. A person, firm, or corporation having a direct contract with the Contractor for the perform- ing of work or labor or the rendering of service to the Contractor for the work. The complete contract as defined in Article V of the Agreement. The entire public improvement proposed by the Owner to be constructed in whole or in part pursuant to This Contract. Work to be performed On the Project under This Contract, including work normally done at the site of the Project. Any person, firm, or corporation that executes as Surety the Contractor's Performance Bond and/or the Contractor's Labor and Material Bond. The Vista Sanitation District and The City of Carlsbad. California. The Board of Directors of the Vista Sanitation District and the City Council of the City of Carlsbad. California. i. Engineer: Architect: W. /\. Barnev. Director. Department of Special District Services. 4005 Rosecrans. Building 8. San Diego. California. j. Inspector:The Inspector employed by the Vista Sanitation District, under direction of the Engineer, to perform inspection during construction of the work, as provided In Section 12 of the Basic Agreement between Vista Sanitation District and the City of Carlsbad for Acquisition and Construc- tion of a Joint Sewerage System. W.O. 2785 Article 1 - Definitions ARTICLE 2. DRAWINGS AND SPECIFICATIONS Figured dimensions on the drawings shall govern, but work not dimensioned shall be as dir- ected. Work not particularly shown or specified shall be the same as similar parts that are shown or specified or as directed. Full-sized details shall take precedence over scale drawings as to shape and details of construction. Specifications shall govern as to materials. Scale drawings, full-sized details and specifications are intended to be fully co-operative and to agree but should any discrepancy or apparent difference occur between drawings and specifications or should errors of others affect the Work, the Contractor shall notify the Engineer at once; if the Contractor proceeds with the work affected without instructions from the Engineer, he shall make good any resultant damage or defect. All misunderstandings of drawings and specifications shall be clari- fied by the Engineer whose decision shall be final. Any work called for by the drawings and not mentioned in the specifications, or vice versa, is to be furnished as though fully set forth by both. Where not specifically stated otherwise, all work and materials necessary for each unit of construction, including special construction for any specific brand or shape of materials called for, even though only briefly mentioned or indicated, shall be furnished and installed fully and completely as a part of This Contract. Lists, rules and regulations referred to in the Specifica- tions or Special Conditions are recognized printed standards and shall be considered as one and a part of the specifications within the limits specified. The Engineer may furnish details to fully explain the Work and the same shall be considered a part of This Contract. If in the opinion of the Contractor any details are more elaborate than warranted, written notice thereof must be given the Engineer within five (5) days of receipt of same. The Engineer will then consider the claim and, if justified, the drawings will be amended or the extra work authorized in accordance with Article 10 of these Standard Conditions. The Contractor, at his own expense, shall furnish for the approval of the Engineer any and all shop drawings required by the specifications, or that may be called for by the Engineer, of any and all materials, work and equipment he proposes to use. These shop drawings'shall be checked by the Engineer and returned to the Contractor within 5 working days of their receipt by the Engineer. All shop drawings shall be submitted in quadruplicate, accompanied by a letter of transmittal listing the numbers of the drawings submitted, and shall be addressed to the Engineer for ap- proval. All drawings must be marked with the name of the Project and the name of the Contractor, be numbered consecutively and be complete in every respect. The Contractor shall make such corrections as required by the Engineer and receive the Engineer's stamp of approval before commencing the work involved. If -the shop drawings show any variation from the contract requirements because of standard shop practice or other reason, the Contractor shall make specific mention of each such variation in his letter of transmittal in order that, if acceptable, suitable action may be taken for proper adjustment of This Contract by change order; otherwise, the Contractor will not be relieved of the responsibility for executing the work in accordance with This Contract even though the shop drawings have been approved. Approval of shop drawings will be general and shall not relieve the Contractor from the re- sponsibility for proper fitting and construction of the work, from furnishing materials and work required by This Contract which may not be indicated on the shop drawings when approved, or from responsibility for errors in shop drawings. Additional requirements and conditions which must be met by the Contractor in the perform- ance of This Contract may be provided by the Owner in the Special Conditions which are made a part of This Contract. Should the Special Conditions in any way conflict with or vary from these Standard Conditions, they shall prevail over the Standard Conditions to the extent of the conflict Article 2 - Drawings and Specifications 2 or variance, and the Standard Conditions shall be deemed to be modified accordingly. Should the Contractor have any question regarding any such conflict or variance, or possibility thereof, he shall submit a written request to the Engineer for the determination thereof. Article 2 - Drawings and Specifications 3 ARTICLE 3. INSURANCE AND BONDS The Contractor shall not commence work under This, Contract until he has obtained all insur- ance required under this article nor shall the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance required of the subcontractor has been ob- tained and approved. a. Workmen's Compensation Insurance: The Contractor shall take out and maintain during the life of This Contract, Workmen's Compensation Insurance for all of his employees engaged on or at the site of the Project; and in case any of his work is sublet, the Con- tractor shall require the subcontractor similarly to provide Workmen's Compensation Insur- ance for all the latter's employees, unless such employees are covered by the protection afforded by the Workmen's Compensation Insurance provided by the Contractor. - In case any class of employees engaged in hazardous work under This Contract on or at the site of the Project is not protected under workmen's compensation laws, and in case any other class of employees- is hot protected under such laws for any other reason, the Contractor shall provide, and shall cause each'subcontractor to provide, adequate insur- ance coverage satisfactory to the Owner for the protection of such employees not otherwise protected. b. Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of This Contract such public liability and property damage in- surance as shall protect him and the Owner from all claims for personal injury, including accidental death, as welL as from all claims for property damage arising from operations under This Contract, in the amounts as hereinafter set forth.r^ •N**' The Contractor shall require his subcontractors, if any, to take out and maintain similar public liability and property damage insurance in the amounts as hereinafter set forth. In case any of the work under This Contract is to be performed on or at the site of the Project by a subcontractor, the Contractor shall also take out and maintain such con- tractors' contingent or protective, insurance as will'protect him and the Owner from damage claims arising from the operations of any subcontractor in the amounts as hereinafter set forth. If any subcontractor shall subcontract any portion of his subcontract, the Contractor shall require' him to take out and maintain such contingent or protective insurance as will pro- tect such subcontractor from damage claims arising from the operations of the second subcontractor. Such contingent or protective insurance shall be in the same amount as the primary subcontractor's public liability and property damage insurance. As above provided, the Contractor shall take out and maintain and shall require all sub- contractors, if any, whether primary or secondary, to take out and maintain: Public Liability Insurance for injuries, including accidental death, to any one person in an amount not less than $100,000 and subject to the same limit for each person on account of one accident in an amount not less than $500,000 Property damage insurance in an amount not less than 25,000 Contractor's and, if any, subcontractor's contingent or protective insurance Article 3 - Insurance and Bonds 4 C for public liability and property damage in amounts not less than the respec- tive amounts noted above. c. Insurance Covering Special Hazards: The following special hazards shall be covered by rider or riders to the above-mentioned public liability insurance or property damage in- surance policy or policies, or by special policies of insurance, in amounts as follows: Automotive and Truck where operated in amounts as above. Material hoist where used in amounts as above. d. The Contractor shall furnish a surety bond in an amount equal to one hundred percent (100%) of the contract price as security for the faithful performance of This Contract and shall furnish a separate bond in an amount at least equal to fifty percent (50%) of the contract price as security for the payment of all persons performing labor and furnishing materials in connection with This Contract. The aforesaid bond or bonds shall be satis- factory to and on the form provided by the Owner. The Contractor shall furnish to the Engineer satisfactory proof of full compliance with all of the insurance requirements of This Article prior to the commencement of his. work or the work of any of his subcontractors on the Project. Article 3 - Insurance and Bonds 5 C ARTICLE 4. LABOR AND WAGES No person under the age of 16 years, or currently serving sentence in a penal or correctional institution, or an inmate of an institution for mental defectives, or whose age or physical condi- tion is such as to make his employment dangerous to his health or safety or the health or safety of others shall be employed to perform any work under This Contract, except that physically handicapped persons otherwise employable may be employed under This Contract where such persons may be safely assigned to work which they can ably perform. Any person who may be in the employ of the Contractor and whom the Engineer may deem incompetent or unfit shall be dis- missed from the Work and shall not again be employed on it except with the written consent of the Engineer. Eight hours of labor shall constitute a legal day's work upon all work done under This Contract. Claims and disputes pertaining to classification of labor employed on the Work under This Contract shall be decided by the Owner. The Contractor shall comply with Articles 2, 3, and 4 of Chapter 1, Part 7, Division II of the California Labor Code regulating wages, working hours and employment of aliens on public works. In accordance with said articles, the Contractor shall forfeit to the Owner as a penalty $10.00: a. For each calendar day, or portion thereof, for each workman paid less than the stipulated prevailing rates for any public work done under This Contract by him or by any subcon- tractor under him; b. For each workman employed in the execution of This Contract by the Contractor or by any subcontractor for each calendar day during which said workman is required or permitted to labor more than eight hours in violation of the provisions of said Article 3; c. For each alien knowingly employed in the execution of This Contract, for each calendar day, or portion thereof, during which such alien is permitted or required to labor in viola- tion of said Article 4. Pursuant to the statutes of the State of California, or local law applicable thereto, the Gov- erning Body of the Owner has ascertained the general prevailing rate of per diem wages in the locality in which the work on the Project is to be performed for each craft, classification or type of workman needed to execute This Contract. The prevailing rates so determined are set forth in detail in the Special Conditions of This Contract. It shall be mandatory upon the Contractor and upon any subcontractor under him to pay not less than the specified prevailing rates of wages to all workmen employed by them in the execu- tion of This Contract. Any laborer or mechanic employed to perform work on the Project under This Contract, which work is not covered by any of the stipulated classifications, shall be paid not less than the minimum rate of wages specified for the classification which most nearly corresponds to the work to be performed by him, and such minimum wage rate shall be retroactive to the time of initial employment of such person in such classification. In the event any dispute on that question cannot be adjusted by the Engineer, the question and the information, together with the recom- mendation of the Engineer, shall be referred for determination to the Board or to any official designated by the Board, whose decision on the question shall be conclusive on the parties to This Contract with the same effect as if the work performed by such laborer or mechanic had been classified and the minimum rate specified herein. Article 4 - Labor and Wages 6 The specified wage rates are minimum only, and the Owner will not consider any claims for additional compensation made by the. Contractor because of payment by the Contractor of any wage rate in excess of the applicable rate contained in This Contract. All disputes in regard to the payment of wages in excess of those specified in This Contract shall be adjusted by the Contractor. The Contractor agrees that in case of underpayment of wages to any worker on the Project under This Contract by the Contractor or any subcontractor the Owner may withhold from the Contractor out of payments due an amount sufficient to pay such worker the difference between the wages required to be paid under This Contract and the wages actually paid such worker for the total number of hours worked, and the Owner may disburse such amount so withheld by it for and on account of the Contractor to the employee to whom such amount is due. The Contractor further agrees that any amounts withheld pursuant to this paragraph shall be in addition to the percentages or amounts which may be retained by the Owner pursuant to other provisions of This Contract. In case the Owner orders the Contractor to perform extra or additional work which may make it necessary for the Contractor or any subcontractor under This Contract to employ in the perform- ance of such work any craft, classification or type of workman for which no prevailing wage rate is herein specified, the Owner will include in the change order for such extra or additional work the prevailing wage rate for such craft, classification, or type, and, insofar as such extra or additional work is concerned, there shall be paid each workman engaged in the work in such craft, classification or type not less than the prevailing wage rate so included. The Contractor shall not carry on his payrolls any person not employed by him, nor shall he carry on his payrolls employees of a subcontractor. Subcontractor's employees must .be carried only on the payrolls of the employing subcontractor. The Contractor and each of his subcontractors shall pay each of their employees engaged in work on the Project under This Contract in full (less deductions made mandatory by law) in cash and not less often than once each week, provided that when circumstances render payment in cash infeasible or impracticable, the Owner may permit payment by check under consideration that funds are made available in a local bank and checks may be cashed without charge, trade require- ments, or inconvenience to the employees. Article 4 - Labor and Wages 7 ARTICLE 5. MATERIALS Materials manufactured or produced in a penal or correctional institution shall not be incor- porated in the Project under This Contract. Only unmanufactured materials produced in the United States of America, and only manu- factured materials manufactured in the United States of America, substantially all from materials produced in the United States of America, shall be used in the performance of This Contract. Materials shall be furnished in ample quantities and at such times as to insure uninterrupted progress of the Work and shall be stored properly and protected as required. The Contractor shall be entirely responsible for damage or loss by weather or other causes to materials or work under This Contract. Unless otherwise specifically provided for in the specifications, all materials shall be new and all workmanship, equipment, materials and articles incorporated in the work covered by This Contract shall be of the best available grade of their respective kinds. Whenever in the specifi- cations any material, process or article is indicated or specified by grade, patent or proprietary name or by name of manufacturer, such specification shall be deemed to be used for the purpose of facilitating description of the material, process or article desired and shall be deemed to be followed by the words "or equal," and the Contractor may offer any material, process or article which shall be substantially equal or better in every respect to that so indicated or specified; provided, however, that if the material, process or article offered by the Contractor is not*, in the opinion of the Engineer, substantially equal or better in every respect to that specified, then the Contractor must furnish the material, process or article specified or one that in the opinion of the Engineer is the substantial equal or better thereof in every respect. The burden of proof as to the equality of any material, process or article shall rest with the Contractor. In the event that the Contractor furnishes a material, process or article better than that specified, the difference in cost of such material, process or article so furnished shall be borne by the Contractor. It is understood that, except as otherwise specifically stated in This Contract, the Contractor shall provide and pay for all materials, labor, tools, equipment, water, light, power, transportation, superintendence, temporary constructions of every nature, and all other services and facilities of every nature whatsoever necessary to execute and complete This Contract within the specified time. Any work necessary to be performed after regular working hours or on Sundays or other legal holidays shall be performed without additional expense to the Owner. No material, supplies or equipment for the work under This Contract shall be purchased sub- ject to any chattel mortgage or under a conditional sale or other agreement by which an interest therein or in any part thereof is retained by the seller or supplier. The Contractor warrants good title to all material, supplies and equipment installed or incorporated in the work and agrees upon completion of all work to deliver the premises, together with all improvements and appurtenances constructed or placed thereon by him, to the Owner free from any claims, liens or charges and further agrees that neitheV he nor any person, firm or corporation furnishing any materials or labor for any work covered by This Contract shall have any right to a lien upon the premises or any improvement or appurtenance thereon, except that the Contractor may install metering devices and other equipment of utility companies or of political subdivisions the title to which is commonly retained by the utility company or the political subdivision. In the event of the installation of any such metering device or equipment, the Contractor shall advise the Owner as to the owner thereof. Nothing contained in this article, however, shall defeat Or impair the right of persons furnishing material or labor under any bond given by the Contractor for their protection or any rights under any law permitting such persons to look to funds due the Contractor in the hands of Article 5 - Materials 8 the Owner. The provisions of this article shall be inserted in all subcontracts and material contracts and notice of its provisions shall be given to all persons furnishing material for the work when no formal contract is entered into for such material. c Article 5 • Materials 9 ARTICLE 6. SUBCONTRACTING If the Contractor shall subcontract any of the Work under This Contract, the Contractor shall be as fully responsible to the Owner for the acts and omissions of his subcontractor and of the persons either directly or indirectly employed by his subcontractor, as he is for the acts and omis- sions of persons directly employed by himself. Nothing contained in This Contract shall create any contractual relation between any subcontractor and the Owner. The Contractor shall bind every subcontractor (and every subcontractor of a subcontractor) by the terms of This Contract applicable to his work unless specifically noted to the, contrary in the subcontract in question approved in writing by the Owner. Article 6 • Subcontracting 10 c c ARTICLE 7. PERFORMANCE OF WORK The work shall be commenced on or before the date stated in the Owner's Notice to the Contractor to proceed, and shall be completed by the Contractor in the time specified in. Article II of the Agreement of This Contract. If the work is not completed in accordance with the foregoing, the Board shall have the right to extend the time for completion if it determines, such extension to be in the best interests of the Owner; and in case the Board decides so to extend the time limit for the completion of the work, it shall have the further right to charge to the Contractor, his executors, administrators, heirs, assigns or sureties, all or any part, as the Board may deem proper, of the actual costs of engineering, inspection, supervision, incidental and other overhead expenses, that are directly chargeable to This Contract and that accrue during the period of such extension, and to deduct the amount thereof from the final payment for the work; provided, how- ever, that the cost of the final survey and the preparation of the final estimate will not be included in such charges. If the Work is not completed by the Contractor in the time specified in Article II of the Agree- ment of the Contract Documents, or within any period of extension as above authorized, it is understood that the Owner will suffer damage; and it being impractical and infeasible to determine the amount of actual damage, it is agreed that the Contractor shall pay to the Owner as fixed and liquidated damages and not as, a penalty the sum of Twenty-five Dollars ($25.00) for each calendar day of delay until the Work is completed and accepted, and the Contractor and his surety shall be liable for the amount thereof, provided that the Contractor shall not be charged liquidated damages because of any delays in the completion of the Work due to unforeseeable causes beyond the control and without the fault or negligence of the Contractor (including, but not restricted to, acts of God or of the public enemy, acts of the Government, acts of the Owner or acts of another Contractor in the performance of his contract with the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather or delays of subcontractors due to such causes). The Contractor shall, within ten (10) days from the beginning of any such delay, notify the Owner in writing of the cause of delay; whereupon the Owner shall ascertain the facts and the extent of the delay and extend the time for completing the work when in its judgment the findings of fact justify such an extension; and its findings of fact thereon shall be final and conclusive on the parties hereto. If the Contractor refuses or fails to prosecute the Work or any separable part thereof with such diligence as will insure its completion within the time specified or any extension thereof, or fails to complete said Work within such time, or if the Contractor should be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver should be ap- pointed on account of his insolvency, or if he or any of his subcontractors should violate any of the provisions of This Contract, the Owner may serve written notice upon him and his surety of its intention to terminate This Contract, such notice to contain the reasons for such intention to ter- minate, and unless within 10 days after the serving of such notice such condition shall cease or such violation shall cease and satisfactory arrangements for the correction thereof be made, This Contract shall, upon the expiration of said 10 days, cease and terminate. In the event of any such termination, the Owner shall immediately serve written notice thereof upon the surety and the Con- tractor, and the surety shall have the right to take over and perform This Contract, provided, how- ever, that if the surety within 15 days after the serving upon it of notice of termination does not give the Owner written notice of its intention to take over and perform This Contract or does not commence performance thereof within 30 days from the date of serving such notice, the Owner may take over the Work and .prosecute the same to completion by contract or by any other method it may deem advisable for the account and at the expense of the Contractor, and he and his surety shall be liable to the Owner for any excess cost or other damages occasioned the Owner thereby. If the Owner takes over the Work as hereinabove provided the Owner may, without liability for so doing, take possession of and utilize in completing the Work such materials, appliances, plant and other property belonging to the Contractor as may be on the site of the Work and necessary therefor. Article 7 - Performance of Work 11 C The foregoing provisions are in addition to and not in limitation of any other rights or reme- dies available to the Owner. If, through acts or neglect on the part of the Contractor, any other contractor or any subcon- tractor shall suffer loss or damage on the Work, the Contractor agrees to settle with such other contractor or subcontractor by agreement or arbitration, if such other contractor or subcontractor will so settle. If such other contractor or subcontractor shall assert any claim against the Owner on account of any damage alleged to have been so sustained, the Owner shall notify the Contrac- tor, who shall indemnify and save harmless the Owner against such claim. The Contractor must ascertain to his own satisfaction the scope of the Project and the nature of any other contracts that have been or may be awarded by the Owner in the prosecution of the Project to the end that the Contractor may perform This Contract in the light of such other con- tracts, if any. Nothing herein contained shall be interpreted as granting to the Contractor exclu- sive occupancy of the site of the Project. The Contractor shall not cause any unnecessary hindrance or delay to any other contractor working on the Project. If the performance of any contract for the Project is likely to be interfered with by the simultaneous execution of some other contract or contracts, the Owner shall decide which contractor shall cease work temporarily and which contractor shall continue or whether the wock can be coordinated so that the contrac- tors may proceed simultaneously. The Owner shall not be responsible for any damages suffered or extra costs incurred by the Contractor resulting directly or indirectly from the award or perform- ance or attempted performance of any other contract or contracts on the Project, or caused by- any decision or omission of the Owner respecting the order of precedence in the performance of the contracts awarded for the completion of the Project. The Contractor shall be responsible for all damages to person or property that occur as a result of his fault or negligence in connection with the prosecution of This Contract and shall be responsible for the proper care and protection of all materials delivered and work performed until completion and final acceptance by the Owner. All work shall be solely at the Contractor's risk. The Contractor shall provide such heat, covering and enclosures as are necessary to protect all work and materials against damage by weather conditions. The topography of the site and the existence and location of utilities indicated on the plans are in accordance with the best information obtainable but cannot be guaranteed and shall be investigated and verified in the field by the Contractor before starting work. The Contractor shall be held responsible for any damage to, and for maintenance and protection of existing utilities and structures. The Contractor shall take adequate precautions to protect existing sidewalks, curbs, pave- ments, utilities, adjoining property and structures, and to avoid damage thereto, and he shall at his own expense completely repair any damage thereto caused by his operations. If required by law, the Contractor shall shore up, brace, underpin and protect as may be necessary, all foundations and other parts of all existing structures adjacent to and adjoining the site of the Project which are in any way affected by the excavations or other operations con- nected with the completion of the Work under This Contract. Whenever any notice is required to be given by the Owner or the Contractor to any adjoining or adjacent landowner or other party before commencement of any work under This Contract, such notice shall be given by the Con- tractor. The Contractor shall indemnify the Owner and save it harmless from any damages on account of settlement or the loss of lateral support of adjoining property and from all loss or expense and all damages for which the Owner may become liable in consequence of such injury or damage to adjoining and adjacent structures and premises. Article 7 - Performance of Work 12 c In an emergency affecting the safety of life or property, including adjoining property, the Contractor, without special instructions or authorization from the Owner, is authorized to act at his discretion to prevent such threatened loss or injury, and he shall so act if instructed to do so by the Owner. Unless personally present on the premises where the Work is done, the Contractor shall designate and keep an agent or representative on the Work at all times during its progress; any proper direction or request of the Engineer delivered to such representative shall have the same force and effect as if delivered to the Contractor personally. From time to time the Contractor shall remove all dirt, debris, waste, rubbish and implements of service from the Project and the working area. Debris, waste or unused construction materials shall not be left under, in, or about the Project, shall not be used in backfilling, and shall not be allowed to accumulate in the Project or the working area. Just before the completion of the Work the Contractor shall thoroughly clean the interior and exterior of the buildings, if any, including fixtures, equipment, floors and hardware, and shall remove all plaster spots, stains, paint spots and accumulated dust and dirt. This cleaning shall include all roofs, window sills and ledges, horizontal projections, porch floors, steps, rails, sidewalks and other surfaces where debris may have collected. All glass shall be washed clean and polished. Upon completion of the Work the Contractor shall remove from the site all material used in fencing, planking or barricades. The Contractor shall confine his apparatus, storage of materials and construction operations to such limits as may be directed by the Engineer and shall not unreasonably encumber the prem- ises with his materials and equipment. The Contractor shall enforce any instructions' of the Owner or Engineer regarding signs, advertising, fires, danger signals, barricades and smoking, and shall require all persons employed on the Work to comply with all building, post or institu- tional regulations while on the premises. Article 7 • Performance of Work 13 c ARTICLE 8. LEGAL RESPONSIBILITY OF CONTRACTOR The Contractor shall not assign This Contract or any part thereof or any moneys due or to become due thereunder without the prior written consent of the Owner. No such assignment shall be valid unless it shall contain a provision that the funds to be paid to the assignee under the assignment are subject to a prior lien for services rendered or material supplied for performance of the work called for under This Contract in favor of all persons, firms, or corporations rendering such services or supplying such materials. The Contractor shall, at his expense, obtain all necessary permits and licenses, give all necessary notices, pay all fees required by law, and comply with all laws, ordinances, rules, and regulations relating to the Work and to the preservation of the public health and safety. The Contractor shall hold and save the Owner and its officers, agents and employees harmless from liability of any nature or kind, including cost and expense, for or on account of any patented or unpatented invention, process, article, or appliance manufactured or used in the performance of This Contract, including its use by the Owner, unless otherwise specifically stipulated in the Contract Documents. i Besides guarantees required elsewhere, the Contractor shall and hereby does guarantee all work for a period of one year after the date of acceptance of the Work by the Owner and shall repair or replace any or all such Work, together with any other work which may be displaced in so doing, that may prove defective in workmanship and/or materials within the one year period from date of acceptance without expense whatsoever to the Owner, ordinary wear and tear, unusual abuse or neglect excepted. In the event of failure of the Contractor to comply with the requirements of any guarantee required by This Contract within a week after being notified in writing, the Owner is authorized to proceed to have the defects repaired and made good at the expense of the Contractor who shall pay the costs and charges therefor immediately on demand. Article 8 - Legal Responsibility of Contractors 14 c ARTICLE 9. OWNER • CONTRACTOR RELATIONS The Owner and its representatives shall at all times have access to all parts of the Work and to the shops wherein the Work is in preparation, for the purpose of inspection, and the Contractor shall at all times, maintain proper facilities and provide safe access for such inspection. The Owner shall have the right to reject materials and workmanship which are defective, or to require their correction. Rejected workmanship shall be satisfactorily corrected and rejected materials shall be removed from the premises without charge to the Owner. If the Contractor does not correct such rejected work within a reasonable time, fixed by the Engineer in a written notice to the Contractor, the Owner may correct same and charge the expense to the Contractor. Should it be considered necessary or advisable by the Owner at any time before final accept- ance of the Work to make an examination of work already completed by removing or exposing the work, the Contractor shall on request promptly furnish all necessary facilities, labor, and mate- rials. If such work is found to be defective in any respect due to fault of the Contractor or any of his subcontractors, he shall defray all the expenses of such examination and of satisfactory reconstruction. If, however, such work is found to meet the requirement of This Contract, the additional cost of labor and material necessarily involved in the examination and replacement, plus fifteen percent (15%), shall be allowed the Contractor. Where the specifications, Engineer's instructions, laws, ordinances, or any public authority having such jurisdiction requires work to be specifically tested or approved, it shall not be tested or covered up without timely notice to the Engineer of its readiness for inspection and without the approval or consent thereto by the latter. Should any such work be covered up without such notice, approval or consent, it must, if required by the Owner, be uncovered for examination at the Contractor's expense. No official of the Owner who is authorized in such capacity and on behalf of the Owner to negotiate, make, accept, or approve, or to take part in negotiating, making, accepting, or approv- ing any architectural, engineering, inspection, construction, or material supply contract or any subcontract in connection with the construction of the Project, shall become directly or indirectly interested personally in This Contract or in any part thereof. No. officer, employee, architect, attorney, engineer or inspector of or for the Owner who is authorized in such capacity and on be- half of the Owner to exercise any executive, supervisory or other similar functions in connection with the construction of the Project shall become directly or indirectly interested personally in This Contract or in any part thereof. Any notice from one party to the other under This Contract shall be in writing and shall be dated and signed by the party giving such notice or by a duly authorized representative of such party. Any such notice shall not be effective for any purpose whatsoever unless served in the following manner: a. If the notice is given to the Owner, by personal delivery thereof to the Engineer or by depositing the same in the United States mails, enclosed in a sealed envelope, address to the Owner for the attention of said Engineer, at Building 8, Operations Center, 4005 Rosecrans, San Diego 10, California, postage prepaid and registered; b. If the notice is given to the Contractor, by personal delivery thereof to said Contractor, or to his foreman at the site of the Project, or by depositing the same in the United States mails, enclosed in a sealed envelope addressed to said Contractor at his regular place of business or at such other address as may have been established for the conduct of the Work, postage prepaid and registered; or Article 9 " Owner - Contractor Relations 15 c. If the notice is given to the surety or any other person, by personal delivery to such Surety or other person, or by depositing the samp in the United States mails, enclosed in a sealed envelope, addressed to such Surety or person at the address of such Surety or person last communicated by him to the party giving the notice, postage prepaid and registered. No verbal agreement or conversation with any officer, agent or employee of the Owner, either before, during or after the execution of This Contract, shall affect or modify any of the terms or obligations herein contained, nor shall such verbal agreement or conversation entitle the Con- tractor to any additional payment whatsoever under the terms of This Contract. Article 9 - Owner - Contractor Relations 16 c ARTICLE 10. EXTRA WORK AND PAYMENTS On or before the 15th day of each month there shall be paid to the Contractor a sum equal to 90% of the value of the Work performed up to the last day of the previous month less the aggregate of previous payments. The monthly payments shall be made only on the basis of monthly esti- mates which shall be prepared by the Contractor on a form approved by the Owner and filed with the Engineer before the 5th day of the month during which the payment is to be made. Work com- pleted as estimated shall be an estimate only and no inaccuracy or error in said estimate shall operate to release the Contractor or any bondsman from damages arising from such work or from enforcing each and every provision of This Contract and the Owner shall have the right subse- quently to correct any error made in any estimate for payment. The Contractor shall not be entitled to have any payment estimates processed or be entitled to have any payment made for work performed so long as any lawful or proper direction concerning the Work or any portion thereof given by the Owner or the Engineer shall remain uncomplied with. In addition to the amount which the Owner may retain under the above paragraph, the Owner may withhold a sufficient amount or amounts of any payment or payments otherwise due to the Contractor as in its judgment may be necessary to cover: a. Payments which may be past due and payable for just claims against the Contractor or any subcontractor for labor or materials furnished in or about the performance of the work on the Project under This Contract; b. For defective work not remedied, and c. For failure of the Contractor to make proper payments to any of his subcontractors. The Owner may apply such withheld amount or amounts to the payment of such claims, in its discretion. In so doing the Owner shall be deemed the agent of the Contractor and any payment so made by the Owner shall be considered as a payment made under This Contract by the Owner to the Contractor and the Owner shall not be liable to the Contractor for such payment made in good faith. Such payment may be made without prior judicial determination of the claim or claims. The Owner will render to the Contractor a proper accounting of such funds disbursed on behalf of the Contractor. Immediately after execution and delivery of This Contract, and before the first partial payment is made, the Contractor shall deliver to the Owner a construction progress schedule in form satis- factory to the Owner showing the proposed dates of commencement and completion of each of the various subdivisions of work required under This Contract and the anticipated amount of each monthly payment that will become due the Contractor in accordance with the progress schedule. The Contractor shall also furnish on forms to be approved by the Owner (a) a detailed estimate giving a complete breakdown of the contract price, and (b) periodical itemized estimates of work done for the purpose of making partial payments thereon. The values employed in making up any of these schedules will be used only for determining the basis of partial payments and will not be considered as fixing a basis for additions to or deductions from the contract price. The Owner, upon proper action by its Governing Body, may require changes in, additions to, or deductions from the work to be performed or the materials to be furnished pursuant to the provisions of This Contract. Adjustments, if any, in the amounts to be paid to the Contractor by reason of any such change, addition, or deduction, shall be determined by one or more of the following methods: a. By an acceptable lump-sum proposal from the Contractor. Article 10 - Extra Work and Payments 17 b. By unit prices contained in the Contractor's original bid and incorporated in the Contract Documents or fixed by subsequent agreement between the Owner and the Contractor. No extra work shall be performed or change made except pursuant to a written order from the Board stating that the extra work or change is authorized, and no claim for an addition to the contract sum shall be valid unless so ordered; provided, however, that nothing in this Article shall excuse the Contractor from proceeding with the prosecution of the work so changed. The Contractor shall, when required by the Owner, furnish an itemized breakdown of the quantities and prices used in computing the value of any change that might be ordered. Article 10 - Extra Work and Payments 18 SPECIAL CONDITIONS J_. _ INSPECTION AND ADMINISTRATION OF EXECUTION OF CONTRACT Under the provisions of Section 12 of the Basic Agreement between Vista Sanitation District and the City of Carlsbad for Acquisition and Construction of a Joint Sewer System, the Vista Sanitation District shall cause the work to be inspected and shall administer the execution of this Contract. 2. _ CONTRACT DOCUMENTS AVAILABLE TO CONTRACTOR Upon award of the Contract, the Contractor may request up to four sets of the Contract Documents free of charge. Each set of said documents includes a complete set of Plans and Specifications. Additional sets may be provided to the Contractor for the cost of printing and assembling. . WORK AND PLANS The Contractor shall, for the price bid, furnish all labor, materials and equipment necessary to execute the work in every respect in a thorough, workmanlike manner In accordance with the Plans, Profiles, and Specifications, and to the satisfaction of the Engineer. All work shall, during Its progress and to its completion, conform to the lines, elevations, and grades shown on said Plans and Profiles. A copy of the Plans and Specifications shall be kept upon the work at all times during its progress and access thereto shall at all times be accorded the Engineer or his representative. All distances and elevations shown on the Plans, Profiles, or other drawings, are in feet; elevations being given above (plus) or below (minus) mean sea level which Is datum plane of the U.S.G.S. All measurements on the Plans are horizontal measurements unless otherwise shown. jt. _ EXAMINATION OF GROUND Bidders must examine and judge for themselves as to the location of the proposed work and nature of the excavation to be made and the work to be done. The Plans for the work will show conditions as they are supposed, or believed by the Engineer to exist, but it Is not to be inferred that all of the conditions as shown thereon are actually existent, nor shall the Owner or any of its Officers be liable for any loss sustained by the Contractor as a result of any variance between conditions as shown on the Plans and the actual conditions revealed during the progress of the work or otherwise. • SUITABLE APPLIANCES The Contractor shall use such methods and appliances for the performance of the work embraced under these Specifications as will secure a satisfactory quality of work and rate of progress. W.O. 2785 Special Conditions 1 C 6. _ INSPECTION All material which does not meet the minimum requirements of the Specifications is subject to rejection. Inspection and approval of materials, equipment, and work will be made by the Owner's inspector under direction of the Engineer. No work which Is defective in Its construction or deficient In any of the requirements of these Specifications will be considered as accepted in consequence of the failure of the Inspector connected with the work to point out such defects during construc- tion. The Contractor shall furnish the Inspector and the Engineer reasonable fa- cilities for obtaining full information respecting the progress and manner of the work and the character of the materials. ]_. _ SAMPLES AND TESTING When requested, the Contractor shall furnish to the Engineer for test, and free of charge, samples of any material proposed to be used in the work. Subject to the provisions of Article 9 of the Standard Conditions, cost of testing will be borne by the Owner, but the Contractor shall, at his own expense, deliver samples to a designated laboratory if directed by the Engineer. Rejected material must be immediately removed from the work by the Contractor and shall not again be brought upon the work. 8. _ PRESERVATION OF PROPERTY Due care shall be exercised to avoid injury to existing improvements, adjacent property, and trees and shrubbery that are not to be moved. Trees and shrubbery that are not to be moved, poles, fences, signs, property corners, all underground pipe and conduit, and any other improvements within or near the work area shall be protected from injury or damage. If such objects, or improvements, are injured or damaged by reason of the Contractor's operations, they shall be replaced or restored, at the Contractor's expense, to a condition as good as, or better, than when the Contractor entered upon the work. The Contractor shall not disturb any monuments or survey markers without permis- sion from the Engineer, and he shall bear the expense of resetting any monuments or survey markers which may be disturbed without permission. . REMOVING OBSTRUCTIONS Unless otherwise noted herein or on the Plans, the Contractor shall remove all trees, stone, debris, or other obstructions, of whatever kind of character, encount- ered in making the improvements, where the proper completion of the work requires their removal and where trees cannot be preserved by careful excavation. W.O, 2785 Special Conditions 2 10. OBSERVING ORDINANCES The Contractor shall observe all the ordinances of City, County or State, where applicable, in relation to the obstruction of streets, keeping open passageways and protecting the same where they are exposed and would be dangerous to travel. During the time that travel is allowed on the street or alley, he shall provide suitable access to adjoining private property. II. WORK IN STATE HIGHWAY RIGHT-OF-WAY All work which is to be performed within the Right-of-Way limits of the State of California, Division of Highways shall be performed in accordance with the Stan- dard Specifications and Encroachment Permits of the State of California Division of Highways regarding excavation, backfill, compaction and resurfacing. The En- croachment Permits will be obtained by the Owner and are herein made a part of the Plans and Specifications for this work. - It shall be the duty of the Contractor to familiarize himself with the rules and regulations and conditions of the Encroachment Permits, and be governed by them, and comply with all their requirements. Attention is directed to the requirement of the State Division of Highways, under provisions of the Encroachment Permit granted to the Owner, that the Contractor must obtain a Construction Permit from the Division-pf Highways and must post the pre- scribed Surety Bond with the State. 12. COUNTY ROAD PERMIT The Owner will obtain a permit from the County Road Department for excavation of trenches in County roads, streets, and alleys under San Diego County Ordinance No. 989, (N.S.). The Contractor will not be required to obtain a permit under said Ordinance, nor will the Contractor be required to place a deposit with the Road Department for inspection or repair of pavement. However, It should be noted that the work shall be accomplished in strict compli- ance with the Plans and Specifications. The control of traffic in the work area and all warning and safety devices shall be satisfactory to the County Road Commissioner. 13. BARRIERS. LIGHTS. ETC. The Contractor shall take all necessary measures to protect the work and the travel- ing public during the contract period. He shall place all necessary barriers, guards, temporary bridges, watchmen, and shall place and maintain warning lights at each end of any excavation or obstruction and at distances of not more than fifty feet apart along such excavation or obstruction from sunset of each day to sunrise of the next day, until such excavation Is entirely refilled and opened for traffic or such obstruction Is removed. He shall place and maintain barriers not less than three feet high at each end of any said excavation or obstruction at all times until such excavation is entirely refilled or such obstruction is removed. The upper portion of each of these barriers shall consist of a substantial sign approximately one foot high and four feet wide and on each side thereof bearing a sign complying with one of the following requirements. W.O. 2785 Special Conditions 3 ,"* HOLE J/4" Vi A 11 TURNBUCKLE ALL PARTS OF STRAPS TO BE 300 SERIES STAINLESS STgEL, TURNBUCKLt Piece every (2 ft. bolt A, hold pipe bridge rait with " rod, Oolt 8, and tlghttri turnbuckf*. •Thic !• 4<* |nd 0M «t wing w«ti«» with the tin* of tht o<itt!d* of the curb holding straight. Tht* tin* la on 385' radius end • vertical iltoe ff 69. The »tr»p« •nd pipe «h«tl conform to hold the pipe to within 2** of tlw f*ncrete, (plwo the Jog dlmonefon, at the >g§, and tapering to 2" at next ftrepf. App|«f3 o»et« of red lead end finish KOthlng needed on •traps. t of I Mated grey to watch W. 0. 2785 5-17-63 REVISED BRACKET DETAIL TOR JEFFERSON ST. BRIDGE OVER HWYPER ENCR<MCWMENT PCRMIT ne3-u-i5 SUPERSEDES o«TA»4. SHOWN ON SHEET aor THE PLAN$ Special Conjl/tions 3A C (a) In letters not less than three Inches high and neither yellow nor black, bearing the name of the Contractor, on a background of alter- nate three inch black and yellow stripes. The stripes shall be at an angle of between forty-five and sixty degrees from the horizontal. (b) In letters not less than six inches high, bearing the work "Excavation." (c) In conformity with the regulations adopted by the State Division of Highways pursuant to Section 465.7 of the Vehicle Code. \k. _ TRAFFIC CONTROL Except as otherwise specified, operations of the Contractor shall not cause a public road to become impassable for longer than thirty minute Intervals unless he is specifically authorized in writing by the Engineer. If the operations of the Contractor do cause a public road to become impassable, but for no 'longer than thirty minute Intervals, and where a detour is not practical, he shall post and maintain at both ends of the work a 4' x 5' sign to read in large letters "WARNING - SEWER CONSTRUCTION - TRAFFIC SUBJECT TO A 30 MINUTE DELAY." If a detour is practical, a series of signs labeled "DETOUR" shall be placed and maintained to provide complete two-way traffic direction. 1$. _ WORK IN SAN DIEGO GAS AND ELECTRIC RIGHT-OF-WAY Special attention Is hereby directed to the work proposed within the San Diego Gas and Electric Co., right-of-way easterly of El Cam! no Real. The Contractor shall notify that Company 2k hours prior to the commencement of any construction within the right-of-way by calling Mr1. J. D. Renshaw, Senior Field Engineer at BElmont 2-4252. 16. _ PUBLIC UTILITIES In case it should be necessary to remove property of any owner of a public utility or franchise, such owner will, upon proper application by the Contractor, be noti- fied by the Engineer to move such property within a specified reasonable time, and the Contractor shall not Interfere with said property until after the expiration of the time specified. The right Is reserved to the owners of public utilities and franchises to enter upon the street for the purpose of making repairs or changes of their property made necessary by the work. The County of San Diego shall also have the privilege of entering upon the street for the purpose of re- pairing sewers and water pipes, or making house connections therewith, or repair- Ing culverts or storm drains. 17^ NOTICE TO CONTRACTORS Written notice of any Imperfections In the work to any foreman or agent in charge of any portion of the work, in the absence of the Contractor, shall be considered as notice to the Contractor. W.O. 2785 Special Conditions k i»-25-63h c 8. Attention is directed to Article 5 of the Standard Conditions. Should the Con- tractor desire to submit for approval materials or equipment other than those specified, he shall do so in writing within thirty (30) calendar days after the date of signing the Contract. If he fails to do so, he shall furnish and install the materials and equipment specified without substitutions. Submittals shall be directed to the Engineer in quadruplicate and shall include all descriptive and technical details pertinent to his decision which shall be rendered in writing. 19. _ LOSS OR DAMAGE All loss or damage arising from any unforseen difficulties which may be incurred in the progress of the work, fire, acts of God, vandalism, or from any action of the elements prior to the acceptance of the work, or from any act or omission not authorized by these Specifications on the part of the Contractor or his agent, shall be sustained by the Contractor. 20. _ VARIANCE OF QUANTITIES The Contractor assumes all risk of variance In any computation or statement of amounts of quantities necessary to complete the work required by the contract .and agrees to furnish all necessary labor and materials to fully complete said work 'in accordance with the Plans and Specifications and to the satisfaction of the Engineer. 21. _ PLANS AND SPECIFICATIONS The Plans together with the Specifications attached thereto will govern the work to be done. Anything mentioned in these specifications and not shown on the Plans and detailed Drawings, or shown on the Plans and detailed drawings and not ment4«ned in these Specifications, shall be of like effect as though shown or mentioned in both,, |n case of any conflict between special conditions attached thereto and the Plans and Specifications, the provisions of the special condi- tions shall govern over the Plans and Specifications. * 22. _ RESTORATION OF EXISTING IMPROVEMENTS When, during the progress of work, it becomes necessary to remove any existing pavement, sidewalk, curb, or other existing improvements, the Contractor shall replace or restore the improvement required to be removed by such work in a manner that will leave the improvement as nearly in the original location and in as good or better condition as found. W.O. 2785 Jt-26-63h Special Conditions c c c If, during the progress of work in parking areas and public easements through private property, it becomes necessary to remove any landscaping for the satis- factory completion of«the work, the Contractor shall notify the respective prop- erty owners well in advance of the start of such excavation so that the property owners may remove any such landscaping as they may choose to preserve. Landscaping along State Highway right-of-way in alignment of the work shall be removed and replaced or replanted after completion of construction. Except as otherwise specified herein or on the Plans, the Contractor may, at his own discretion, permanently remove any remaining landscaping that prfsents an obstruction to the satisfactory completion of the work, provided that such ob- structions lie within the limits of the easement boundaries. When it becomes necessary to excavate in easements that have been improved with fences, on completion of the work the Contractor shall replace the fence, leav- ing all in as good or better condition as when found. 23. UNDERGROUND UTILITIES Existing utility lines are shown according to records of the utility companies but the Engineer does not guarantee their accuracy. The Contractor shall use reasonable care in trenching operations near utility line locations shown and immediately repair or replace any damage caused by his operations. 2k. SANITARY FACILITIES The Contractor shall provide toilets for his employees in accordance with the laws, rules, and regulations of all public governing bodies having jurisdiction. 25. WORK IN CITY OF CARLSBAD Prior to any construction within roads in the City of Carlsbad, the Contractor shall obtain an excavation permit from the City of Carlsbad. A representative of the Carlsbad City Engineer's off Ice has stated that the excavation permit will be issued without cost to the Contractor, and that all provisions of the permit, ia regard to work to be done, appear elsewhere within these specifications. 26. RIGHT OF ACCESS FOR FEDERAL AND STATE AGENCIES The Federal and State Agencies shall at all times have right of access to all parts of the work and to the shops wherein the work is in preparation, for the purpose of inspection, and the Contractor shall at all times maintain proper facilities and provide safe access for such inspection. The Federal Agency is defined as the Surgeon General of the U. S. Public Health Service and his authorized representatives. The State Agency Is defined as the State of California Water Pollution Control Board. W.O. 2785 Special Conditions 6 27. WATER SERVICE TO BUENA VISTA PUMP STATION The Contractor shall make application for water service from the City of Carlsbad, and shall pay the $ 180.00 deposit charge for a 1-1/2" service and 1" meter. 28. ANTI-KICKBACK REGULATIONS The Contractor shall comply with the Federal anti-kickback Regulation, Issued by the Secretary of Labor, incorporated in this section of the Specifications, In- cluding any amendments or modifications thereof, and shall cause appropriate provisions to be inserted in subcontracts to insure compliance therewith by all subcontractors subject thereto, and shall be responsible for the submission of affidavits required of subcontractors thereunder, except as the Secretary of Labor may specifically provide for reasonable limitations, variations, tolerances and exemptions from the requirements thereof. C W.O. 2785 Special Conditions 7 5-6-63h O LABOR STANDARDS (Federal Water Pollution Control Ace) INSTRUCTIONS As a condition for approval of a grant, the applicant met make reasonable assurance that the rotes of pay to be paid by the contractor for Laborers and Mechanics engaged in the construction of the project will not be less than the prevailing rates for similar vork in that locality. The prevailing rates of wages are determined by the Secretary of Labor and this wage schedule muet be included in each construction contract in excess of $2,000, which requires the employment of Leborera or Mechanics on the site. This is a requirement of the Davis-Bacon Act and generally applies to all contracts paid for in whole or in part by the Federal .£overinent. Certain other labor standards and enforcement procedures must be observed also. These involve the proper classification of Laborers end Mechanics, the kinds of deductions in wages allowed, apprenticeship training programs, etc.. Provision is also made for adequate enforcement of Labor Standards. Violations can result in a serious delay in the payment of Federal funds to the Owner or possibly a cancellation of a grant in its entirety. WAGE DETERMINATIONS The owner should discuss the matter of Wage Determinations and wage rates with officials of the State water pollution control agency and the Department of Health, Education and Welfare early in the development of the project. The request £or a Wage Determination will be made by the regional office of trie Department of Health, Education, and Welfare at the request of the owner. This will be accomplished through submission of Form DB-11 (copy attached) to Construction Grants Branch, Division of Water Supply and Pollution Control, at least 30 drys prior to the date plant and specifications are to be released to prospective biddars. Th:'s is necessary to afford sufficient time for the Department of Lauor to conduct an invasti- gation of wa^e conditions in the locality prior to oak ing a Wtpe Determination if such an investigation is indicated. If the piano and specifications are released prior to receipt of the Wage Determination, the Wage Determination mast be included in the specifications by addendum. If the owner desires, he may accompany the request with a statement shoving the wageo being paid to the various classes of Laborers and Mechanics in the locality on projects of a character similar to the proposed project. Rates may also be obtained from any Contractors' Associations or Labor Organizations operating in the locality. This is not necessary but in making the Wage Determination the Department of Labor will give consideration to any such information submitted by the Owner. It is preferable to request a general Wage Determination rather than wages for specific crafts. C - 2 - 1. The Wage Determination is valid for a period of 90 days from the date of its issuance by the Department of Labor. All construction contracts must be awarded prior to the expiration date of the Wage Determination; otherwise, a new schedule oust be obtained. In the event that bids have been opened but the determination expires before the contract is awarded, and the lowest acceptable bidder is unwilling to include a revised Wage Determination in the contract without change in the amount of the bid, all bids must be rejected and new bids obtained. 2. All Changes and Supersedeas Decisions issued by the Department of Labor which are received by the Department of Health, Education, and Welfare five days or more prior to the date of the bid opening oust be included in the Contract. If the award is not made within 30 days after opening of bids all Changes and Supersedeas Decisions must be included even though received by the Department of Health, Education, and Welfare less than S days prior to opening of bids. Failure to include the Changes or.Supersedeas Decisions as described above in the contract will result in excluding it from Federal participation. Unless the contract is awarded within 90 days frcvn the date of issurance of the current Wage Determination, a new Wage Determination must be obtained. 3. In the event that it is necessary to obtain a revised Wage Determination schedule after the bid opening, or Changes or Supersedeas Decisions which are required to be included in the contract were received too late to be included in the bidding material prior to the bid opening, all bids must be rejected and new bids obtained unless the lowest acceptable bidder will accept these changes in the Wage Determination as part of the contract without change in the amount of his bid. 4. A copy of the Wage Determination and Labor Standards (Federal Water Pollution Control Act) must be included in each construction contract in excess of $2000, and all construction contracts, regardless of amount, must include the Anti-Kickback Regulations, Title 29, Labor Subtitle A - Office of the Secretary of Labor. The material should be included in the Specifications or other bidding material on which the construction contract is based. 5. A copy of the Wage Determination decision must be posted by the Contractor in a prominent place at the site of the work uhere it can be easily seen by the workers. While it is the responsibility of the Contractor to post a copy of the Wage Determinations, it is the responsibility of the Owner to see that this requirement of the contract is fully complied with. Failure of the Contractor to post the Wage Determination can result in withholding or a delay in payments to the ovner. 6. For projects for which -construction contracts have been awarded - "Pickup" projects - the contract must be modified to included the Anti-Kickback Regulations, the Wage Determination and Labor Standards (Federal Water Pollution Control Act). If the rates of pay of the Wage Determination are higher than those upon which his bid was based and the contractor is unwilling to include the Wage Determination and Labor Standards (Federal Water Pollution Control Act) without an increase in the contract price, the contract may be modified to reflect the higher costs. In such instances, the .contractor must present C - 3 - a cost analysis of his bid certifying to the kinds and amounts of labor and the wage scales utilized in preparation of the original bid. Any increase in contract price oust be restricted to increased costs which can be fully demonstrated. RESPONSIBILITIES OP THE CONTRACTOR 1. All Mechanics and Laborers employed at the site of the work must be paid at least once a week without deductions or rebates except as may be required by Federal, State or Local statutes or ordinances and except as otherwise provided below. Deductions are permissible for bona fide prepayment of wages provided the employee is not charged interest or required to accept a discount. Deductions are also permissible when made pursuant to a court process if the deduction is not in favor of the Contractor, subcontractor or affiliated person and there is no collaboration or collusion. A copy of the court process shall be furnished to the Owner by the Contractor. 2. Other deductions are permissible as described in Section 3.5 of the Anti-Kickback Regulations provided an application is filed with the Secretary of Labor and, in the case of deductions under Section 3.5(d), prior written permission is.obtained from the Secretary of Labor. Payrolls are not approvable where deductions other than those-described under 1 above arc made except where an application has been filed and a copy thereof furnished to tha Owner, and in those instances in which the approval of the Secretary of Labor is required by Section 3.5(d), a copy of the application and approval of the Secretary of Labor is furnishad to the Owner by the Contractor. A copy of each application and approval shall be filed with the payrolls by the Owner. 3. Each employee must be paid in the full amount earned, less approved deductions at the time of payment, computed at not less than the rate established for the particular trade classification in the Wage Determination regardless of any contractual relation which may be alleged to exist between the General Contractor or Subcontractor and the Employee. 4. A legible copy of the Wage Determination must be posted and maintained by the Contractor in a prominent place on the site where it can be easily seen by the employees. 5. In the event of a violation of the Labor Standards provisions of the contract by the General Contrac:or or any subcontractor, the Owner may, after notice to the Contractor, suspend further payments or proceed to terminate the contract as provided in the Labor Standards section of the contract. 6. Payroll record* shall contain the name and address of each employee, his correct classification, rate of pay, daily and weekly number of hours worked, deductions made, and actual wage paid. Contractors are not required to use any particular form of payroll provided the information described above is furnished on the payroll selected. C 7. The payroll of the General Contractor and each subcontractor oust be certified as follows:< "I certify that the payroll is correct and complete, that the wage rates contained therein are not less than the applicable rates contained in the Wage Determination decision of the Secretary of Labor and that the classifications set forth for each Laborer or Mechanic conforu with the work he perfoms." Signature Title C. Mo classification of Laborers or Mechanics, other than those designated in the Wage Determination for the project, shall be euployed. In the event that classifications are required for classes of Laborers and Mechanics not listed in the Wage Determination, a supplemental Wage Determination oust be obtained. Such supplemental requests will be unnecessary if general wage determinations are obtained for each project. 9. Apprentices oust be registered in a bona fide Apprenticeship Training Program registered with a State Apprenticeship Council recognized by the Federal Committee on Apprenticeship or in a program registered with the Bureau of Apprenticeship, Department of Labor. Evidence of registration oust be furnished to the Owner for each individual apprentice prior to employment on the project. 10. The Contractor mast subait weekly a certified copy of all payrolls, including those of each Subcontractor, to the Owner, The Certified Payrolls of the Contractor and each Subcontractor shall be accompanied by the Anti- Kickback Statement described under Section 3.3(b) of the Anti-Kickback* Regulations. 11. The Contractor shall make employment records available for inspection by authorized representatives of the Department of Labor and the Department of Health, Education and Welfare and will permit employees to be interviewed during working hours by these representatives. Payroll records will be maintained during the course of the work by the General Contractor, including a copy of the payroll of each Subcontractor, and they shall be preserved for a period of three years thereafter. 12. The Contractor shall include the Wage Deternination, Labor Standards provisions and the Anti-Kickback Regulations in all subcontracts. 13. The following certificate must be executed by each Principal Contractor employing Mechanics and Laborers at the site of work in which the Federal government is to participate. - 5 ^ Name of Project Dace Locat ion Contractor for Contract Awarded Project No. D*te "I hereby certify that all of the contract requirement* as specified under the Labor Standards have been complied wi.h by 'Pane "f Contractor) as Principal Contractor *nd by ear.it Subcontractor employing Mechanics or Laborers at the si^e ot the work, or there is an honest dispute with respect to the required provisions." Signature c c Title The Department of Health, Education and Welfare shall, prior to approving a voucher, satisfy itself that a copy of this certificate executed by each Principal Contractor is on file with the Owner. RESPONSIBILITIES OP THE OWNER The Owner has the following responsibilities, with respect to carrying out the Labor Standards provisions: 1. It is the responsibility of the Owner to check each certified payroll of the General Contractor and that of each Subcontractor to assure that the following information is included on the payrolls: a. The name and address of each employee b. Classification c. Rate of Pay d. Daily and weekly number of hours worked e. Deductions made f. Actual wages paid 2. The Owner shall be responsible for checking to insure that the Anti- Kickback Statement required by Section 3.3(b) of the Anti-Kickback Regulations is submitted weekly and simultaneously with the Certified Payrolls of the Contractor including one from each of the Subcontractors. He shall check the completeness of such Statements and their compliance with forms prescribed in the Anti-Kickback Regulations. c o - 6 - 3. The Owner oust obtain from the Contractor, prior to the submission of any request for payment inspection, a certification that the contractor and his Subcontractors are complying with all applicable labor standards. The required'certificate is shown in Part 13 under RESPONSIBILITIES OF THE CONTRACTOR. 4. The weekly payrolls shall be checked to assure that only those classi- fications of Laborers and Mechanics listed in the Wage Determination are employed by the Contractor or any Subcontractor. 5. The weekly payrolls shall be checked to assure that all Apprentices employed by the Contractor or any Subcontractor are registered under an tapproved Apprenticeship Training Program as described under Paragraph 7 of the Labor Standards Section. It is the responsibility of the Owner to obtain from the Contractor evidence of such registration and to preserve the evidence in conjunction with the certified payrolls and the Anti-Kickback Regulations. 6. The weekly payrolls shall be checked to assure that no deductions are made other than tho: '• permitted by Section 3.5 of th? Anti-Kickback Regulations. In the event that deductions are made pursuant to tha provisions of Section 3.5(d), a copy of the approval by the Secretary of Labor shall be obtained from the Contractor and shall be filed with the certified Payrolls. If deductions are made pursuant to Section 3.5(b) or (e), a copy of the application shall.be obtained from the Contractor and shall be filed with the Certified Payrolls. 7. The Owner shall make or cause to be made such investigations, including interviews with the employees of the Contractor and Subcontractor, as may be necessary to assure that the employees are being paid in accordance with the Wage Determination and that all requirements of the Labor Standards are being complied with. Particular attention should be given to the requirement that a copy of the Wage Determination must be posted by the Contractor in a prominent place at the site where it can be easily seen by the workers. The copy should be legible and posted so as to be protected from the elements. 8. In conducting investigations, including those of complaints of alleged violations, all statements, written or oral, made by an employee are to be treated as confidential and shall not be disclosed to his employer without the consent of the employee. 9. In the event of a violation of the Labor Standards provision of the con- tract, the Owner, after written notice to the Contractor, may withhold from the Contractor BO much of the accrued payments as may be considered necessary to pay Laborers and Mechanics employed by the Contractor or any Subcontractor the full amount of wages required by the contract. The Owner also has the option of terminating the contract in accordance with the provisions of the Labor , Standards section of the contract. 10. The Owner shall maintain during the course of construction and shall make available for inspection on demand by authorized Representatives of the Department of Labor and the Department of Health, Education, and Welfare, all Certified Payrolls, Anti-Kickback Statements, and other pertinent data. The Certified Payrolls, Anti-Kickback Statements, and other pertinent Data shall be preserved by the Owner for a period of three years after the completion of the construction and these data shall be made available during this period at the request of the Secretary of Labor. OM 1020 (Itev. 11-61) LABOR STANDARDS Contract Provision* (FEDERAL WATER POLLUTION CONTROL ACT) *idg« BU»M Ma K8-M06 o 1. The schedule contained in the Wage Determina- tion deciiion of the Secretary of Labor which U madepart at these specifications furnishes the minimum hourly rates of wage* required to be paid to the variouslaborers and mechanic* employed directly upon the •ite of the work embraced by this specification, these rates having been determined by the Secretary of Labor to be the prevailing local wage rates for 'the corres-ponding classes of laborers and mechanics employed onprojects of a character similar to the contract work a* determined in accordance with Public Law 403 ofthe Seventy-fourth Congress, approved August 30,1935, as amended. The Wage Rates contained in this de- cision are straight hourly wage rates. In some areas management and labor organizations in the construc-tion industry have collectively bargained for health and welfare fund contribution*. Such contributions are not included in wage rate*Determined by the Sec-retary of Labor for construction project* unless *o specified in the determination. 2. No classifications of laborer* or mechanic* maybe employed except those designated in the sched- ule above mentioned. In the event that wage rate* are desired for classification* not requested or classi-fication* requested but not furnished, application or reapplication for such classifications and rates shallbe made to the Surgeon General for transmission to1 the Secretary of Labor. 3. While the wage rates shown are the minimumrates required by these specifications to be paid dur- ing the life of the contract, this is not a representa- tion that labor can be obtained at the*e rate*. It isthe responsibility of bidder* to inform themselves a* to local labor conditions and prospective changes or adjustments of wage rate*. No increase in the con- tract price shall be allowed or authorised on account of the payment of wage rate* in excess of those listed herein. 4. All mechanics and laborers employed or work- ing upon the site of the work will be paid uncondition-ally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deduction* a* are permitted by the Anti-Kickback Regulation* (29 C.F.R. Part 3)), the full amount* due at time of payment computed at wage rate* not less than those contained in the Wage Deter- mination decision of the Secretary of Labor which isattached hereto and made a part hereof, regardless of any contractual relationship which may be allegedto exist between the Contractor or subcontractor and'.such laborers and mechanics; and the Wage Determi- nation decision shall be posted by the Contractor at the site of the work in a prominent place where it canbe easily seen by the workers. 5. The Owner, or his representative, may withholdor cause to be withheld from the Contractor so much of the accrued payments or advances as may be con-'sidered necessary to pay laborers and mechanicsemployed by the Contractor or any subcontractor on the work the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic employed or working on the site of the workall or part of the wages required by the contract, the Owner or his representative, may, after written no-tice to the Contractor, take such action as maybe nec- essary to cause the suspension of any further pay- ment, advance, or guarantee of funds until such vio-lations have ceased. 6. Payroll records will be maintained during thecourse of the work and preserved for a period of three years thereafter for all laborers and mechanics work- ing at the site of the work. Such records will contain the name and address of each such employee, his correct classification, rate of pay, daily and weekly number of hour* worked, deduction* mad* and actual wage* paid. The Contractor will make hi* employmentrecord* available for inspection by authorised rep- resentatives of the Surgeon General, and will permit such representative* to interview employee* during working hour* on the job. The Contractor will in addition submit weeklya certified copy of all payroll* to the Owner, or hi* representative. Such copies shall be retained, in ac- cordance with instructions, by the Owner for a periodof three years from the date of completion of the con- tract, and shall be available for inspection by author- iced representatives of the Surgeon General. The certification will affirm that the payroll* are correctand complete, that the wage rate* contained therein are not less than those determined by the Secretary of Labor and the classifications set forth for eachlaborer or mechanic conform with the work he performs. 7. Apprentices will be permitted to work only un- der a bona fide apprenticeship program registeredwith a State Apprenticeship Council which is recog- nized by the Federal Committee on Apprenticeship,U. S. Department of Labor; or if no such recognised Council exists in a State, under a program registeredwith the Bureau of Apprenticeship, U. S. Department of Labor. 8. The Contractor will comply with the regula- tion* (a copy of which is attached) of the Secretaryof Labor made pursuant to the Anti-Kickback Act of June 13, 1934, 48 Stat. 948; 62 Stat. 740, 63 Stat. 108; 18 U. S. C. 874. 40 U. S. C. 276 b. c, and any amend-ments or modifications thereof, will cause appropriate provisions to .be inserted in subcontract* to insure compliance therewith by all subcontractors subject thereto, and will be responsible for the submission of statements required of subcontractor* thereunder,except a* the Secretary of Labor may specifically pro- vide for reasonable limitation*, variation*,tolerance* and exemptions from the requirements thereof. In lieu-' of mailing statements required'by Sections 3.3 and 3.4of the Kickback Regulations to the Federal Agency furnishing financial aid on this project, the Contractor shall submit all such statements promptly, as speci-fied, to the Owner or to a representative designated by the Owner. The Owner, or his representative, shall check the completeness of such statements and theircompliance with forms prescribed in the KickbackRegulations. Such statements shall be preserved for a period of three years from the date of completion of the contract and shall be available for inspection by authorised representatives of the Secretary of Labor and the Surgeon General of the Public Health Service. 9. The Contractor will insert in each of his sub- contracts the provisions set forth in stipulations 2, 4,5, 6, 7, 8 and 10 hereof, and such other stipulations as the Surgeon General of the Public Health Servicemay by appropriate instructions require. 10. A breach of stipulations 2 and 4 through 9 may be grounds for termination of the contract. If the Con- tractor fails to correct any such breach to the satis- faction of the Surgeon General of the Public Health Service within ten days after the Owner's demand for such correction, then the Owner may, by written no-tice to the Contractor, terminate his right to proceed with the work or such part of the work as to which there has been a breach of the aforesaid stipulationsand prosecute the work to completion by contract or otherwise, and the Contractor and his Sureties shallbe liable to the Owner for any excess cost occasioned the Owner thereby. C ANTI-KICKBACK REGULATIONS OOPELAND REGULATIONS FOR CONTRACTORS AND SUBCONTRACTORS ON PUBLIC BUILDING AND PUBLIC WORK AND ON BUILDING AND WORK FINANCED IN WHOLE OR IN PART BY LOANS OR GRANTS FROM THE UNITED STATES (29 CFR, Part 3) ;*tu«f pursuant to Act of Junt IS. 1»34. 4> Stot. Ut, tt Stet ttt, tS SUt. 109, It Slat 967 (40 VJS.C. *7te), mndin Fedtral Rtgitter, February 4, J'4* (i»e/urfmp am«iMfm«»U fw6iuA«f F«6nu»ry 11, 194*. April 4, 194*, May t, 1»4»,Jvn* to, 7*45, February 5. If 48, More* 17, JUS, antf Dseemfcer IS, 19S9). pletion, or repair, M defined above, payment or part payment u made from funds of any Fedtral agency an« for which aTITLE M—LABOR SUBTITLE A—OFFICE OF THE SECRETARY OF LABOR Part 3—Omtractors and Subcontractors on Publk BaUding and Public Work and on Building and Work Financed inWhole or in Part by Loans or Grants From the UnitedStates s«. 5.1 Purpoae and wop*. 1.2 Deflnitinn. 1.9 Weekly Matement with respect to payment of wuea, 1.4 SvfcmiMim of weekly ataUmeiiU aad the prearrvaliea and laaperttoa atweekly payroll minim. SS PiyraM deduction. l.« Reiulatiom part of eontraet. S.T Opinion* relating to the refutation. 1.1 Detention la tke Solicitor of Labor. AuTHOam: || 1.1 lo 1.1 iatwrd under R.8. l«l. »K. 2. 41 Stat Ml. ••amended, arc. t. 01 Stat. 201: S U.S.C. 22. 40 U.S.C. 27«r. . U.S.C. 111*, aat*. Interpret or apply arc. I. 4t Stat. 14*4. a* amended. teea. »-«. 4» Stat. Mil. arc. 2. 41 SUL 124*. •» amended. aM. I. SO Stat. UK. at amended, ate. SSI. «0 Sut. Ifi4l. u amended, area. 2 20. M Slat. IT*, aa amiaSta. MC. I. SSSui. 740. Tt'i. arm. 102 210. M Slat. *M. we. 101. tt Stat. Z»l. •> aauadtd; 40 U.S.C ?7«. 270a 6. 12 U.S C. I701-I70«d. 42 U.S.C. 1401-1411. 40 U.S.C. 1101 III*. Ill U.S.C. 174. 1001. 20 U.S.C. IH 1*0. 41 U.S.C. 174. 5 3.1 Purpose and ncopt. The regulations in this part are promulgated to aid in the enforcement of the Copeland Act,as amended (48 Stat. 948, 62 Stat. 862, 63 Stat 108, 72 Stat.967; 40 U.S.C. 276c) and to effectuate the purpose of theAnti-Kickback Act. as amended (62 Stat 740, 18 U.S.C. 874),the Davis-Bacon Act, as amended (46 Stat. 1494, 49 Stat 1011, 54 Stat 399, 55 Stat 53, 40 U.S.C. 276 (a), et sea.) and cer- tain other statutes concerning rates of pay for labor. [7 F.R. 687, as amended at 23 F.R. 9671] S 3Jt £r«/Ciiit*on*. As used in the regulations in this part: (a) The terms "building" or "work" generally include con- struction activity as distinguished from manufacturing, fur- nishing of materials, or servicing and maintenance work. Theterms include, without'limitation, buildings, structures, andimprovements of all types, such as bridges, dams, plants, high-ways, parkways, streets, subways, tunnels, sewers, mains,powerlines, pumping stations, railways, ships* vessels, air- ports, terminals, docks,' piers, wharves, ways, lighthouses,buoys, jetties, breakwaters, levees, and canals; dredging,shoring, scaffolding, drilling, blasting, excavating, clearing,and landscaping. Unless conducted in connection with and atthe sit* of auch a building or work as is described in the fore-iroine sentence, the manufacture or furnishing of materials,article*, supplies, or equipment (whether or not a Federal orState agency acquires title to such materials, articles, sup-plies, or equipment during the course of the manufacture orfurnishing, or owns the materials from which they are manu- fartured or furnished) is not a "building" or "work" withinthe meaning of the regulations in this part (b) The terms "construction," "praseentMn," "completion,"or "repair" mean all types of work done on a particular build-ing or work at the site thereof, including, without limitation,altering, remodeling, painting and decorating, the transport- ing of materials and supplies to or from the building or workby tlx employees of the construction contractor or constructionsubcontractor, and the manufacturing or furnishing of Mate-rial*, articles, supplies, or equipment on the site of the build-ing or work, by persons employed at the site by the contractor or subcontractor. (c) The terms "public building" or "public work" includebuilding or work for whose construction, prosecution, com-pletion, or repair, as defined above, a Federal agency is a con- tracting party, regardless of whether title thereof is in aFederal agency. (d) The term "building or work financed in whole or in Krt by loans or grants from the United States" includes tiding or work for whose construction, prosecution, eom- Federal or State agency is a contracting party, or for which minimum wage* are predetermined by Federal, State, or localagencies. (e) Every person paid by a contractor or. subcontractor inany manner for his labor in the construction, prosecution.completion, or repair of a public building or public work or building or work financed in whole or in part by loans or grants from the United States is "employed'' and receiving "wages," regardless of any contractual relationship allegedto exist between him and die real employer.(f) The term "any affiliated person" includes a spouse,child, parent, or other close relative of the contractor or sab-contractor; a partner or officer of the contractor or subcon-tractor; a corporation closely connected with the contractoror subcontractor as parent, subsidiary, or otherwise, and anofficer or agent of such corporation.(g) The term "Federal agency" means the United States,the District of Columbia, ana all executive departments, inde-pendent establishments, administrative agencies, and instru- mentalities of the* United States and of the District of Cohun-bia, including corporations, all or substantially all of the stock of which is beneficially owned by the United States, by the District of Columbia, or any of the foregoing departments. establishments, agencies, ana instrumentalities. [7 F.R. 687, as amended at 7 F.R. 925, 2591, 3358] fi 3.3 Weekly ttatement with respect to payment*/ o»ap*j. (a) As used in this section, the term "employee" shall notapply to persons in classifications higher than that of laboreror mechanic and those who are the immediate supervisors of such employees.(b) Each contractor or subcontractor engaged in the con- struction, prosecution, completion, or repair of any pmbbc building or public work, or building or work financed in whole or in part by loans or grants from a Federal agency, shallfurnish each week a statement with respect to the wages paideach of its employees engaged on work covered by these r*n-lations during the preceding weekly payroll period. !*•statement shaH be executed by the contractor or subcontractoror by an authorized officer or employee of the contractor orsubcontractor who sunervises the payment of wages, and shallbe in the following form: WRKKI.Y STATEMENT OF COMPLIANCE . IS •arty)- (title), daThat I pay or mk-rviar the pa jaunt of Ik* (MMH« or work): that Ik* payroll period rommenfina; am tke paid Ike Ml weekly wasea earned. tkM no rebate, kawt ben a» w« W I ettkrr dlrertly or Indirertly lo or OB Whalf of aaM (eottt rartar ar i rl fr. wagei earned kjr any peraon and Iwat no dedarttona ka»e ban *reHly or tadrWrtty from Ike Ml week* was** earned by any Mraaa. tkan perattealUr dedwrtloa*. aa de«*ed hi Reiwtetioae. Fart S (t* CFH 1). lia»id b» Oie Berretary of l^bar aoder tin Copolaad A«C aa Mat. 041. M But. IOS. TS Rut. 007: M U.S.C. nOt). aad lul til <Paracrapk deatriMna dedwtwu. If any) Section 1001 of Title 18 of the United States Cods (Criminal Code and Criminal Procedure) shall apply to such state- ments— 72 Stat 967. (18 U.S.C. 1001, among other thins*. provides that whoever knowingly and willfully aaakea or uossa document or writing containing any falsa, tctiUsoja or fraudulent statement or entry, la any matter wtthtn the on of any department or agency of the United States, k .1 be fined not more than $10,000 or imprisoned not more than five years, or both.) .(e) Upon a written finding by the head of a Federal agency,the Secretary of Labor may provide reasonable limitation* variation!, tolerances, and exemption! from the requirement* of this lection subject to such conditions as the Secretary of Labor may specify. [7 F.R. 687, as amended at 18 F.R. 524.28 F.R. 9671] fi 8.4 Suomuewm of wnkl* stotemmts and Us prssenM- tion and wujectfaw of «Me*Zy payroll records, (a) Eachweekly statement shall be delivered by the contractor or sub-contractor, within seven days after the regular payment date of the payroll period, to a representative of a Federal or State agency In charge at the site of the building or work, or, if there is no representative of a Federal or State agency at thesite of the building or work, the statement shall be mailed bythe contractor or subcontractor, within such time, to a Federal or State agency contracting for or financing the building or work. After such examination and check as may be made, such statement, or a copy thereof, shall be kept available, orshall be transmitted together with a report of any violation, in accordance with applicable procedures prescribed by the United States Department of Labor. (b) Each contractor or subcontractor shall preserve his weekly payroll records for a period of three years from date of completion of the contract The payroll records shall set out accurately and completely the name and address of each laborer and mechanic, his correct classification, rate of pay,daily and weekly number of hours worked, deductions made, and actual wages paid. Such payroll records shall be made available at all times for inspection by the contracting officer or his authorised representative, and by authorised represent-stives of the Department of Labor. [7 F.R. 687, as amended at 13 F.R. 524,28 F.R. 9672] S 8.5 Payroll doduetiotu. (a) Deductions for the follow- > purposes are permissible: ) where required by Federal, State, or local statutes or ordinances to be made by the employer from the wages earnedby the employee; (2) Bona fide prepayment of wages without discount or interest; (8) Deduction! required by court process provided that the contractor or subcontractor will not be permitted to make such a deduction in favor of the contractor, subcontractor, or any affiliated person or where collusion or collaboration exists. (b) Any deduction is also permissible which in fact meetsthe following standards and with respect to which the con- tractor or subcontractor shall have made written application by registered mail to the Secretary of Labor, a copy of whichapplication, shall be sent to the contracting agency by the contractor or subcontractor, setting forth ill the pertinent facts indicating that such deductions will meet the following standards: (1) That such deduction is not prohibited by other law; and (2) That such deduction is (i) voluntarily consented to bythe employee in writing and in advance of the pmiod in whichthe work was done, and that consent to the deduction is nota condition either for the obtaining of or for the continuance of employment; or (ii) that such deduction is for the benefitof the employees or their labor organisation through whichthey are represented and is provided for in a bona fide col-lective bargaining agreement; and (8) That from such deduction no payment is made to, nor profit or benefit is obtained directly or indirectly by the con- tractor or subcontractor or any affiliated person and that no portion of the fvnds, whether in the form of a commission or otherwise, will be returned to the contractor or subcon-tractor or to any affiliated person; and(4) That the convenience and interest of the employees are served thereby, and that such or similar deductions have been customary in this or comparable situations. (c) After application in good faith, the deduction may bemade in accordance with the foregoing standards: Provided, kowever, That if the Secretary of Labor, on his own motion, <• H the application of any person or agency affected by the iting of the application, shall conclude at any time, afterwritten notice to the applicant and an opportunity for Kim to present his views in support of the deduction, that the deduc- tion has not met the foregoing standards, such deduction shall cease to be "perndsiibJe" seven days after the applicant and the Federal agency concerned have bean notified of the Secre- tary's decision. (ii) Upon application to and prior written permission from the Secretary of Labor, and subject to the standards set forth in paragraph (b) (1), (2) and (4) of this section, deductionsmay be made by a contractor or subcontractor or any affiliatedperson, for membership fees in group benefit or retirementassociations: for board and lodging; or for other purposes where the Secretary of Labor concludes the deduction is re- quired by compelling circumstances: Provided, towever, The contractor, subcontractor, or any affiliated person does act make a profit or benefit directly or indirectly from the deduc-tion. A copy of the Secretary's decision shall be sent to theapplicant and the Federal agency concerned. (e) In accordance with and subject to the standards set forth in snbparagraphs (1) through (4) of paragraph (b) of this section, general permission is hereby granted to makepayroll deductions for:(1) The payment of the purchase price of United States Defense Stamps and Bonds and United States Tax Savings Notes;(2) The repayment of loans to or the purchase of shares in credit unions organised and operated in accordance with District of Columbia, Federal, or State credit union statutes; (8) Contributions to a Federal governmental or quasi-gov- ernmental agency; (4) The payment of dues or premiums to nnafflliated insur-ance companies or associations for medical or hospitalization insurance where the employer is not required by Federal, State, or local laws to supply such insurance or benefits. (5) Contributions to the Red Cross and to CommunityChests. (6) Regular union initiation fees and memb'-ehip dues where a collective bargaining agreement provide • such de- ductions. This does not include work perm r specialassessments. [(6) and (6) added on March 17,1955; 20 F.R.. 06.] (I) In any case in which the employee does not have full and actual freedom of disposition of his wage payment,whether made in cash or by check, any restricted payment made to the employee is considered a deduction under the regulations in this part. (g) Nothing herein shall be construed to permit any deduc- tion which the contractor or subcontractor knew, or in the exercise of good faith should have known, did not meet the foregoing standards. In order to insure compliance with this section, the Secretary of Labor may notify the contractor or subcontractor that the deduction will be permitted only if certain conditions with respect thereto are observed. The contractor or subcontractor or any affiliated person shall also comply with such general rules and regulations concerning the deductions as the Secretary of Labor shall make from timeto time, notice of which shall have been given to the contractor or subcontractor or any affiliated person making the deduction and to the Federal agency concerned either directly or throughpublication in the FEDOUL RBOISTOL [7 F.R. 687, as amended at 10 F.R. 7898] {8.6 Regulation part of contract. All contracts made with respect to the construction, prosecution, completion, or repair of any public building or public work or building or work financed in whole or in part by loans or grants from the United States covered by the regulations in this part shallexpressly bind the contractor or subcontractor to comply withsuch of the regulations in this part as may be applicable. [7 F.R. 687, as amended at 7 F.R. 926] 83.7 Opinion* relating to the regulation. The Secretaryof Labor will furnish an opinion regarding the coverage of anyspecific project or with respect to the application of any pro- vision of the regulations in this part at the request of anyFederal or State agency. [7 F.R. 687] §3.8 Delegation to the Solicitor of Labor. The Solicitorof Labor is authorised, as provided in General Order No. 7 of the Secretary of Labor, dated December 28, 1946, to perform all functions of the Secretary in connection with correspond-ence, conferences, and matters relative to the administrationand interpretation of the Copeland Act.[23 F.R. 9672] •ARTHUR J. GOLDBEKG, Secretary of Labor. ANTI-KICKBACK PROVISIONS c 1. The Anti-Kickback Regulation* icsued by the Secretary of Labor (29 CFR, Part 3) are applicable to this contract. The Contractor wtll comply with these Regulation* (a copy of which i* attached) and any amendment* or modification* thereof, will cau*e ap- propriate provision* to be inserted in *ubcontract* to in*ure compliance therewith by all Subcontractor*•ubject thereto, and will be re*pon*ible for the cub- mi* lion of *tatement* required of »ubcontractor* thereunder, except a* the Secretary of Labor may •pecifically provide for reasonable limitation*, vari- ation*, tolerance* and exemption* from the require- ment* thereof. In lieu of mailing »tatement* required by Section* 3.3 and 3.4 of the Anti-Kickback Regula- tion* to the Federal agency furniihing financial aid on thi* project, the Contractor *hall *ubmit all *uch •tatement* promptly a* specified, to the Owner or to a representative designated by the Owner. 2. The Owner, or hi* representative, may withhold or cause to be withheld from the Contractor *o much of the accrued payment* or advance* a* may be con-sidered nee e**ary to pay laborer* and mechanic* em- ployed by the Contractor or any Subcontractor on the work (except for *uch deduction* a* are permitted by the Anti-Kickback Regulation* (29 CFR, Part 3)), the full amount of wage* to which they are entitled under their contract* of employment. In the event of failure to pay any laborer or mechanic employed or working on the *ite of the work all or part of the wage* to which he i* entitled under hi* contract bf employment, the Owner, or hi* representative, may, after written notice to the Contractor, take such action a* may be necessary to cause the suspension of any further pay- ment, advance, or guarantee of funds until such vio- lations have ceased. 3. Payroll records shall contain the information and be preserved as required by Section 3.4(b) of the Regulations. The Contractor will make hi* employ- ment records available for inspection by authorized representatives of the State Water Pollution Control Agency, the Secretary of Labor, and the Surgeon Gen-eral, and will permit such representatives to inter- view employees during working hours on the job. 4. The Contractor will insert in each of his sub- contracts the provisions set forth in the foregoing clauses hereof, and such other stipulations as the Surgeon General may require by appropriate instructions. 5. A breach of stipulations (1) through (4) may be grounds for termination of the contract. "ANTI-KICKBACK" ACT, COPE LAND ACT\ TITLE 18, U.S.C. I 874. Kickbacks from public work* employees; "Whoever, by. force, intimidation, or threat of procuring dismissal from employment, or by any other manner whatsoever induce* any person employed in the construction, prosecution, completion or repair of any public building, public work, or building or work financed in whole or in part by loans or grants from the United States, to give up any part of the compen- sation to which he is entitled under his contract of employment, shall be fined not more than $5,000 or imprisoned not more than five years, or both." TITLE 40 U.S.C. (as amended) I 276c. Same; regulation* governing contractors and subcontractors: ~ ' "The Secretary of Labor shall make reasonable regulations for contractors and subcontractors engaged in the construction, prosecution, completion or repair of public building*, public work* or buildings or works financed in whole or in part by loans or grants from the United States, including a provision that each con- tractor and subcontractor shall furnish weekly a statement with respect to the wages paid each em- ployee during the preceding week; Section 1001 of Title 18 shall apply to such statements." ReorganisationPlan No. 14 of 1950 (15 F.R. 3176, 64 Stat. 1267, 5 U.S.C. 133e note)": " "In order to assure coordination of administra- tion and consittency Of enforcement of the labor stand- ards provision of each of the (foregoing and otherenumerated) Acts by the Federal agencies responsible for the administration thereof, the Secretary of Labor shall prescribe appropriate standards, regulations, and procedures, which shall be observed by these agencies, and cause to be made by the Department of Labor such investigations, with respect to compliance with and enforcement of such labor standards, a* he deem* desirable,..." c OH 1020 Addendum 10- "^ COHTPACT WORK HOURS STAHDAP.LS ACT-OVSREIMB (XJKFBHSATIQH (a) Overtime roq.uirer.ents . Ho contractor or . subcontractor contracting for any part of the contract work shall require or permit any laborer or mechanic to be employed on such work in excess of eight hours in any calendar day or in excess of forty hours in any workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half tines his basic rate of pay for all hours worked in excess of eight hours in any calendar day or in excess of forty hours in such workweek, whichever is the greater number of overtime hours. (b) Violations; liability for unpaid wages; liquidated damages* In the" event of any violation of the clausq set forth in paragraph (a), the contractor and any subcontractor responsible therefor shall be liable to any affected employee for his unpaid wages. In addition, such contractor or subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed, with respect to each individual laborer or mechanic employed in violation of th§ clause (a), in the sum of $10 for each calendar- day on which such employee was required or permitted to work in excess of eight hours or in excess of forty hours in a workweek without payment of the overtime wages required by the clause (a). (c) Withholding, for ^unpaid wages and liquidated damages. !ibie Federal agency for which the contract work is done or by which financial assistance for the work is provided may withhold, or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor, the full amount of wages required by the contract and such sums as may administratively be determined to be necessary to satisfy any liabilities of *mch contractor or subcontractor for liquidated damages as provided in clause (b). (d) Insertion of clauses in subcontracts. The contractor agrees to insert the foregoing clauses (a), (b), and (c), and this clause (d), in all subcontracts. WAGE RATES Wage Rates determined pursuant to Article k of the "Standard Conditions11 and con- tained in the Secretary of Labor's Decision No.20,112 are as follows: O W.O. 2785 Special Conditions 8 DEFAXTMKNT. AGENCY, OB BUREAU Div of :nf>-r .-Xio^ly and Pollution Control, PHS DBSCUPTION Or WOBK: Outfall sewer, pumping station and force main LOCilKMt (OTT OB OTBBB BMfcBirilOM)Vteta San. District STATB COTOTTCalifornia (WSCrCa 1-133) May 7, 1963 San Diego. DECISION NO.AB-29,865 LAW CODE DATI OF DECISION 5-7-63 Exraus8-4-63 aUPEBSBMBDBCISIo:- • ,. -tha *.aprenUc* re.te 1* arrftSKTICE SCHEDULE Period and Rat* of th» Journeymen's rat* unlec* st 3rd lith *•*«****• 13-Calif. 1« a 2-: a 7th ' 5th ?th Asbaate* worker* " " ia^> rovers: l*t year 2nd year 3rd year 4th year Boileneker* * helper* Bricklayer* Brick, block • stonemason* tenders Carpenter*: Carprater* Millwright* Pneumatic nailer Hardwood floor layer* Plledrivenen Per Hour 15.01 60% 70* 80% 901 *.7S 4.45 tu90 3.68$ 4.20 4.45 . 4.45 4.45 4.33 Ceawnt B**on*s Caaeat Basons Color work Composition or mastic; Ziaithiog •Achine a curb •achlne operator Dry wall applicator Electricians: Electrician* Cable splicer* Elevator conatructor* * h*lp*r*-70» of J.R. " " (prob.) SO* of U.265 U.39 U.39U.59 Glazier* Ironworker*,itruetural ornamental reinforcing fence erector* Lather* • Lin* Construction: Grounteen Cable splicer* 5.32 ».77 J.E. 3.90 4.85 4.85 4.60 4.65 4.425 5,02 .-8? .32 Marble setter* ."••"' helper* Painter* t Brush taper* Paperhangers Swing *tag« Structural and bridge SandMwter* Spray Steeplejack Plasterers ' " tenders • PluBber* Roofers Sheet natal worker* Soft floor layers Sprinkler fitters Ste*Bfitt*r* Stoneanson* Terrass6 worker* " " helpers: Wet base head grinder Flat: head grinder . Dry baa* grinder Tile setters " helper* Window ahad* a screen installar Per Hour $4.33 Carpenter* Cement BUOOB Electrician* Olaml*n Ironworker* lathers 4.21 4.32S 4.325 4.36 4.46 4.41 4.85 5.01 Iu50 b.25 5.192 4.45 luTS 4.10U.80 5.192 U.90 4.33 3.87 3.87 3.87 4.33 3.Ui 3.22 Paint*™ Plnaben (••.portion at San Dl*go Co.) FxoHb^n \Sot>po(r»lOat of San Dlago Co.)aootun Sheet Bstal worker* Soft floor layer* Plasterer* Plasterer* 6 Bonua 6Bonth* 6 Bonth* 6 Booth* 6 Booth* 6 aooth* 6 Bonth* 6 Booth* 6 SO » oi 70 73.75 77]50 60 68 50 55 60 6560 77 81 55 70 8560 76 70 75 8970 85 95 85 88.75 8u 92 7580 9360 80as .97 90 8590 90 95 12.60 2^7 2.72 2.83 2.97 3.06 60 65 70 75 85 95 6 Bonth* 6 Bontte 6 Bonth* 6 Booth* 6 Bonth* 3 Booth* 6 aootha 55 60 65 70 7U 78 82 &6 90 50 65 5555 55 60 65 70 75 80 .. „ 57i 60 62| 65 70 60 65 70 75 805055 60 70 80 SO 67> TO 72J 75 85 95 80 90 90 95 80 Vtelders-Kiggera receive, ratea prescribed for craft performing operation to which welding or rigging i* incidental applicator tnditMst By 3 BO*, laterral* -AO,65,70,7S,8Q, 85,90,95* of the journeyman's rate 13-Calif.l-lal 1- i 2. i 13 Calif. 1-PEO 1-e, 2-s Per Hour laborers: Laborer, general or construction laborara -tool shed checker laborer using dry pack laborer packing rod steel and pans Operators and tenders of pneumatic and electric tools, vibrating machines, and similar mechanical tools not separately classified herein Concrete saw man (excluding tractor type) rotoscraper, chipping hammer, concrete core cutter, and form blower Asphalt raker ironer, spreader Euggymobile man Cement dumper (on 1 yd., or larger mixers and handling bulk certent) Cesspool digger and installer Concrete curer - impervious membrane Cribber or shorer Cutting torch operator (demolition) Driller (core, diamond or wagon, joy driller model TW! r-2A, Gardner- Denver Kodel DM I!i3 and similar type drills) Driller,- all others vhere drilling is for use of explosives Chucktender (except tunnels) firs grader on highways, streets and airport pavinj (sever and drainage lines when employed) Flagman • Gas and oil'pipeline laborer Gas and oil pipeline wrapper - pot tender and form nan Gas and oil pipeline wrapper - 6- ir.eh and over Guinea chaser Landscape Gardner and nursery man Tree climber using mechanical tools FoHderman Riprap stonepaver Rock slinjer Head rock (linger Sandblaster (noizleman) Sandblaster (pot tender) Sealer Sealer (using Bos'n's Ghair or safety belt'or pouer tools) Septic tank digger and installer (lead nan) Laying of all non-metallic pipe In- cluding sewer pipe, drain pipe and underground tile ! raking and caulking of all nor.-netallic pipe joints, tarnan, mortaman and pot nan Steel headerboard nan Tank sealer and cleaner Caisson driller's helper including believers Poring machine helper Window cleaner Par Hour "357*05" 3.405 3.405 3,53 3.«1S 3.615 3.615 3.615 3.615 3.585 3.595 3.765 3.455 3.85S 3.695 3.555 3.505 3.405 3.405 3.615 3.745 3.485 3.505 3.615 3.89 3.595 3.665 3.925 3.855 3.595 3.455 3.665 3>$,5 3.3,5 3,33 3 *»j Air compressor, pump or generator $3.305 Engineer. oiUc a signalman 3.305 Heavy duty repairman'• helper 3.805 Switchman or brakeman 3.805 Concrete mixer, skip type 4.045 Conveyor and beltman • 4.045 Fireman 4.045 Generator, pump or compressor (2-5 in- clusive, portable units) 4.045 Generator, pump or compressor plant 4.045 Hydro*tatic pump 4.045 Rotary drill helper (oilfield type.) 4.045 Skipload*r-wheeltype-ford, ferguson, jeep . or similar type 3/4 yd. or less (without dragtypa attach.) 4.045 Temporary heating plant 4.045 Truck crane oiler • ' 4.045 A-frame or winch track 4.285 Dinkey locomotive or tunnel motor 4.285 Elevator hoist 4.285 Equipment greaser 4.285 Ford, ferguson or similar type (with dragtype attach.) 4.285 Hydra-hammer or similar type equipment 4.285 Powar concret* curing machine 4.2S5 Power concrete saw . 4.285 Power-driven jumbo ton setter 4.285 Boss carrier or fork lift (job sits) 4.285 Self-propelled tar pipelining machine 4.285 Stationary pipe wrapping and cleaning machine 4.285 Towblad* 4.285 Asphalt plant fireman 4.395 Boring machine 4.395 BoKman or mixer box (concrete or asphalt plant) 4.395 Derrick man (oilfield type) 4.335 Drilling machine (including water walls) 4.395 Highllne cableway signalman 4.395 Locomotive engineer 4.395 Powar sweeper 4.395Boiler, compacting 4.395 Screed • 4.395 Trenching machine (up to 6 ft. depth capacity) 4.395Asphalt or concrete spreading, mechanical tamping or finishing machine 4.585 Boiler (all type and sixes, soil, cement, asphalt finish . 4.585 Asphalt plant engineer Deck engine Heavy duty repairman Heavy duty welder . Machine tool Pavement breaker Pneumatic heading shield-tunnel Road oil mixing machine Rubber-tired, heavy duty equipment Oshkosh, DH, Euclid, LeTourneau, Laplant-Choate, or similar type equipment, with any type attch. Skip loader wheel type over 3/4 yds., up to & inel. ij yds.Slip form pump (power driven hydraulic lifting device for concrete forms)Tractor, dragtype shovel, bull- dozer, tamper, scraper and push tractor Combination heavy duty repairman and walder Concrete mixer, paving Concrete mobile mixer Concrete pump or pumpcrete gun Crushing plant engineerElevating grader Grade-all Highline cableway Hoist (Chicago Boom fc Mine) 4.585 4.S8S 4.585 4.585 4.685 4.685 4.685 4.685 4.685 4.685 4.685 4.685 4.685 Koiman belt loader a similar type 4.685 Lift slab machine 4.685 Loader. Atney. Euclid, Hancock. Sierra or similar type • 4.685 Motor patrol (any type or sis*) 4.685 Multiple engine-earth moving machinery 4.685 Pneumatic concrete placing aachine- hackley-praaswall or similar type 4.685 Rotary drill, excluding caisson type 4.685 SUp-loadar-wnaaltyp* over lj yes.4.685 Surface heater and planer 4.685 Tractor loader, crawlar type - all type and sixes • 4.685Tractor-with boom attach. 4.685 Traveling pip* wrapping, cleaning and bending machine 4.685 Trenching machine (over 6 ft. depth capacity) 4,685 universal equipment (shovel, back- hoa, dragline, clamshell, derrick. derrick barge, cram* piledriver, and ma«Hng machine) 4.685 13 Calif. 1-i 2-i Truck drivers:-Pickup, 3/U ton and under D-jrap trucks:Less thar E yds. p yds. but less than 12 yds. 12 yds. but less than 16 yds. 16 yds. or more Dump trucks or flatbeds: 2 axles 3 axles 3 axles semi U axles or r.oreLowbed trucks and trailer A-frame trucks - Swedish crane Durepster Transit-mix: Under 6 yds. £ yds. and over Gas 4 oil pipeline working truck drivers including wir.eh • trucks and all sizes of trucks Dumpcrete: Less than 6 1/2 yds. 6 1/2 yds. or moreRoss carrier and fork liftTraffic-control pilot car, excluding moving heavy equipment permit loads Water trucks:Under 2500 gallons 2500 to UOOO gallons UOOO gallons and over Truck grsaser and tireman Truck repairman or welder rruck repainr.an or welder helper Warehouseman, teamsters Swampers and helpers Industrial liftDW 10's or 20's or euclid type equipment or I^rcsuir.eau puila or Terra Cobras or similar tvpss cf «T i"5"-, rcgiriless^of t-rpes o?'attachments when perforrjir.; -crk ir. the Isx-.s* jurisdiction; or ?= or sirilar t;.-?ss of due? ;«C:-LS with loadins attachment i when pulling water tank ?.O.VD DIL 3F.VA3 ',.135 U.135 >-.355 a.335 ii.355 L.355 ii.155 . U.2ES ^.035 U535 3 IB? 3.'.;-: 3.C?r 3. =7= Time spent spreading oil Other jobsite tine 3.-32.?3 / J V 3.535 3,533 3.SS5 TECHNICAL PROVISIONS SECTION I CONSTRUCTION OF SEWERS SCHEDULE I 1-C1. a. Execution of Work. Where construction is within State Highway, City Streets, or private utility easements, the work shall be done in complete accord with the requirements of the particular agency having jurisdiction as delineated in the Special Conditions section of these Specifi- cations. In addition, the work shall meet the following requirements: b. Setting Stakes. The Contractor shall give notice in writing two (Z) days in advance of when he will require the serive of the Engineer for laying out any portion of the work. The Contractor shall dig all holes necessary for line and grade stakes and shall preserve all stakes set for line, grade, or measurement of the work in their proper places until authorized to remove them by the Engineer. Prior to any request for construction stakes, the Contractor shall have all utility lines located and marked in the field and shall have a1! rights-of-way cleared, graded, and ready for construction activities. Any expense incurred in replacing said stakes, which the Contractor may have failed to preserve, shall be borne by the Contractor. 1-02. Control of Water. The Contractor shall furnish, install and operate all necessary machinery, applicances and equipment to keep exca- vations sufficiently free from water during construction of the work to permit proper pipe laying and jointing and shall dispose of water so as not to cause injury to public or private property, or to cause a nuisance or a menace to the public. 1-03. Measurement and Payment. All measurements of work done will be made by the Engineer. All sewor pipe will be measured horizontally from center to center of structures, or horizontally from station to station as the case maybe, without deduction for fittings or manholes. a' Bid Items (1) through (7 ). The price bid for pipe in place shall include all labor and 1-1 material necessary to excavate the trench and to excavate soft ground in the bottom of the trench and to replace it with suitable material, removal and disposal of obstructions, furnishing, placing, and jointing pipe, fittings and stoppers, protecting and maintaining of all substructure utilities, protecting and supporting all surface improvements, drainage structures, backfilling the trenches, restoring all surfaces, testing of the pipeline, compaction testing of the trench backfill, and all other work necessary to give a finished result. Whenever under Bid Items (1) through (?) it becomes necessary to support the pipe on crushed rock bedding as provided in these Specifications, ^ ? Contractor will be paid according to the unit price stipulated under Bid Item 12) for such workX Measurement of crushed rock bedding will be the amount 01 material required to bring the sub-base up to grade for the size of trench excavated, up to the maximum trench width allowable under these Specifications. The stipulated unit price of $7. 00 per cubic yard for this work will be construed to cover all equipment, labor arid materials in place. No payment will be made unless rock is ordered in willing by the Engineer. Whenever under Bid Items (1) through (7 'i Class "B" concrete is required by the plans or ordered by the Engineer to be constructed in accordance with the details of encasement or protection on the Plans, the Contractor will be paid according to the unit price for such work stipulated under Bid Item (13). The stipulated unit price of $40. 00 per cubic yard for this work will be construed to cover all equipment, labor and materials in place. Measurements of Class "B" concrete will be the amount of such material within the neat lines of the drawings. No payment will be made for Class "B" cjricrete which may be required by ex- . cessive trench width in accordance with Section 1-1Z (•>!) of this D:vision of these Specifications. All concrete required for purposes other than sewer pipe encasement is to be included in the Bid It^m to which the 'work eipplies, and is not to be paid for under Bid Item (13). b. Bid Item (8]. The unit price bid for manholes or junction chambers shall include all excavation, backfill, castings, manhole steps, construction of inverts, connecting stubs, stoppers, restoration of surfaces and all labor and material necessary to give a finished result. c. Bid Item (~) ,. The lump sum bid for the force main crossing California State Highway 101, adjacent to and attached to the Jefferson Street Bridge between station 3/90 and 6 4 09 including all fabrication, errection, finishing, fittings, couplings, restoration of the surface, together with all labor , materials equipment required to produce a complete-and workmanlike job. 1-2 d. Bid Item (10). The lump sum bid for the force main cross- ing the Bueua Vista Creek, adjacent to and attached to the existing timber bridge in Jefferson Street between stations 35 / 62 and jb / 34, including all fabrication, errection, finishing, fittings, couplings, restoration of the surface, together with all labor, material and equipment required. e. Bid Item (11). The lump sum oid for the installation of the 2 inch diameter water service for the Buena Vista Pump Station, including all pipe, plastic and galvanized steel, fitting, couplings, adaptors, all pipe hangers and attachments to the bridge in Jefferson Street, together with all labor and materials necessary to complete the job in accordance with the plans and specifications. £• Optional Additive Item. The Ivimp sum bid for the installation of a 1-1/2 inch diameter water service for the Buena Vista Meter Station, shall L; - elude., all pipe, fittings, couplings, adaptors, together with all labor and materials necessary to complete the job in accordance with the plans and specifications. The amount bid shall include the eost of obtaining water service from the City of Carlsbad as specified in the Special Conditions. l-2a 1-04. Plastic Lined Precast Reinforced Concrete Sewqr Pipe Pipe shall be precast reinforced concrete, except as herein provided, conforming to and tested in accordance with the requirements of A.W.W.A. C302-57. Pipe sections shall be made in minimum lengths of eight feet, e.-.cept where shorter lengths may be required to meet .special conditions. Pipe sections shall be made in maximum length;.-,; of lo feet. Certificates of strength tests shall be supplied by the manufacture. The pipe shall be the product of a manufacturer of established good reputation and produced in a thoroughly equipped and adequate plant. Pipe shall be equal to that produced by American Pipe and Construction Co., San Diego, California. a) Marking. The following shall be clearly stenciled on each pipe section: Per mis sable D-load strength Internal diameter in inches f Name of Manufacturer Date of Manufacture b) Joint. The pipe joints may comprise either one or two round rubber gaskets. Either type shall be in accordance with A. W. VV.A. C30Z. c) Drawings. Prior to the manufacture of any pipe, the Contractor shall submit for approval det.til drawings of the plastic: lining, pipe layout, including the angle deflection, for beveled pipe and required pull at each pipe joint which may be necessary to construct the pipe line in ac- cordance with the plans. d) Materials and Design.- Concrete materials, manufacturing methods and curing shall be as stipulated in A. W. W. A. standards C302-57. Concrete shall attain a minimum strength of 4,500 pound per square inch at the age of 28 days. The minimum wall thickness shall be 3-1 /Z inches. The required D-load is as shown on the drawings. e) Plastic Lining. It is the intent of this specification that the interior area, as shown on the dra\\inbs, of the reinforced concrete pipe sewer shall be completely sealed and protected \\ith lining and that all joints between individual sheets or sections of liner plates shall be continuously' heat-welded by the use of welding strips of similar type and equivalent thick- ness of material as the liner plates. All work for and in connection with the installation of liner plates in concrete pipe, and the field sealing and welding of joints, shall be done in strict conformity with all applicable specifications, instructions and recommendations of the plastic liiu-r plate manufacturer. 1-Zb Material Composition The liner plate shall be Arner-Plate T-Lock, as manu- factured by the Amercoat Corporation, South Gate, California. The material used in liner plate shall be a combination of inert, synthetic resins, pigments and plasticizers , compounded to make permanently flexible sheets. Joint strips and welding strips shall ha\ e the same cor- rosion resistance as liner plate but shall not have locking extensions. The manufacturer of the sewer lining shall furnish an affidavit attesting to the successful and completely satisfactory use of the material as a lining for pipe sewers for a minimum period of five years in recognized difficult sewage conditions. Once cast into the pipe or structure, the lining shall be permanently and physically attached to tiie concrete by the T-Lock mechanism and shall not rely on an adhesive bond. The lining shall withstand a 15 psi back pressure applied to the under surface of the lining without losing anchorage or without rupture. The lining shall be capable of repair at any time during the life of the sewer. Details and Dimensions at 4' x 8' basic si/.e sheets Liner plate shall be not less than .060 inch in thickness. Locking extensions (T-shaped) of the same material as that of the liner plate shall be integrally molded with heat and pressure on the back of each sheet of liner plate. The extensions shall be such that when embedded in concrete, they will physically hold the liner plate permanently in place. Transverse reinforcing ribs shall be molded integrally on the back of the liner plate along lines approximately 15-1/Z inches apart except that the. first line of ribs at each end of a sheet shall be located Z-l/Z inches from the end of T-Locks. A gap at least 1 inch wide shall be left for the full height of each rib and centered in each space between the locking extensions. Pipe Size Sheets Liner plate shall be supplied as pipe size sheets fabricated by shop, welding together the basic size sheets. 1-Zc At 8-foot intervals longitudinally along liner plait' in- stalled in sewers, a gap, not less than 1 inch nor more than 6 inches wide, shall be left in all locking extensions to provide an unobstructed transverse weep channel. The joint strip for pipe shall be molded integrally with the liner plate, extending approximately 3 inches beyond the end of the pipe. The edges of joint strips shall be beveled prior to final welding of joints. Welding strips shall be approximately 1 inch wide with a minimum width of 7/8 inch. The edges of welding strips shall be- beveled in the manufacturing process. Installation of Liner Plate General» . , — The installation of liner plate, including the welding of all joints, shall be done by an agency recommended in writing by the manu- facturer . Liner plate coverage shall not be less than the minimum shown on the plans. Liner plate shall be installed with T-Locks parallel with the longitudinal axis of the sewer. The space between ends of T-Locks, measured longi- tudinally, at any regular transverse joint shall not exceed 6 inches. Locking extensions (L-shaped) shall be integrally molded to all lower, terminal, or longitudinal edges of liner plate as applied to concrete pipes. Liner plate shall be held snugly in place against inner forms by means of light gauge steel \\ire, light steel banding straps, small headed nails or other suitable means. Banding straps applied across T-Locks must be located along the lines of transverse ribs to prevent crushing or tilting of T-Locks. If banding straps are used, a steel rod 5/lb inch in diameter may be inserted in each L-shaped locking extension along the longitudinal edges of each sheet of liner pLite. The steel rods shall be cut off 1-1/2 inches from the ends ot locking extensions. Concrete poured against liner plate shall be vibrated, spaded or compacted in a careful manner so as to protect the liner plate and to produce a dense, homogeneous concrete, securely anchoring the locking extensions into the concrete. 1-Zd s In remo\ing forms, care shall be taken to protect liner plate from damage. Sharp instruments shall not be used to pry forms from lined surfaces. All nail and tie holes and all cut, torn and seriously abraded areas in the liner plate shall be patched. Patches made entirely with welding strip shall be fused to the liner plate over the entire patch. Larger patches may consist of smooth liner plate applied over the damaged area with adhesive. All edges must be covered with welding strip fused to the patch and the sound liner plate adjoining the damaged area. Hot joint compounds, such as coal tar, shall not be poured or applied to liner plate. The Contractor shall take all necessary measures to prevent damage to installed liner plate from equipment and materials used in or taken through the work. Liner plate shall be set flush with the inner edge of the bell end of a pipe section and shall extend to the spigot end or to approximately 3 inches beyond the spigot end depending upon the type of liner plate joint to be made with the adjoining concrete pipe. Wherever the concrete pipe join structures not so lined, such as manhole structures, the liner plate shall be extended over and around the end of the pipe and back for not less than 4 inches. This protecting around the outside of the pipe cap may be molded or fabricated from liner plate and need not be T-locked to the pipe. Care shall be exercised in handling, transporting and placing lined pipe to prevent damage to the liner plate. l\o interior hooks or slings shall be used in lifting pipe. All handling operations shall be done with an exterior sling or with a suitable fork lift. No pipe with damaged lining will be accepted until and unless the damage has been repaired to tlu satisfaction of the Engineer. Field Joints in Liner Plate for Concrete Pipe The joint between sections of lined pipe shall be prepared in the following manner before making the liner plate joint: The inside joint shall be filled and carefully pointed with cement mortar in t>uch a manner that tiie ri.^rtar shall not, l-2e at any point, extend into the pipe beyond a straight line connecting the surfaces of the adjacent pipe sections. The mortar shall be allowed to cure for at least 18 hours. Where ground water is encountered, the joint shall not be lined until [jumping of the ground water has been discontinued for at least three days and no visible leakage is evident at the joint. No liner plate joint shall be made until after the trench has been back-filled and flooded. Pipe joints must be dry before liner plate joints are made. All mortar and other foreign material shall be removed from liner plate surfaces adjacent to the pipe joint leaving them clean and dry. Field joints in the liner plate at pipe joints may be either of the following described types: Type P-l: The joint shall be made with a spearate 4-inch joint strip and two welding strips. The four inch joint strip shall be centered over the joint, secured to the liner plate with 20-Y Adhesive and welded along each edge to adjacent liner plate with a 1 inch weld strip. The1 width of the space between adjacent liner plate sheets shall not exceed 2 inches. The i" joint strip shall lap over each liner plate a minim urn of 1 inch. Type P-2: The joint shall be made with a plastic strip, without locking extensions, integrally molded with the liner plate and extending approximately 3 incb.es beyond the spigot end. One welding strip is required. The joint strip shall overlap the liner plate a minimum of 1 inch downstream from the pipe joint. 20-Y Adhesive shall be used to hold the lap in place during welding. The joint strip on beveled pipe shall be trimmed lo a width, measured from the end of the spigot, of approximately 3 indies for the entire circumferential length of the liner plate. The joint strip shall be protected from damage. Excessive tension and distortion in bending back the strip to expose the pipe joint during laying and joint mortar- ing shall be avoided. All welding of joints is to be in strict conf orrnance with liner plate manufacturer's specifications. 1 -2f Testing and Repairing Damaged Surfaces (1) After the pipe is installed in the trench, alL surfaces covered with liner plate, including welds, shall be tested with an ap- proved electrical holiday or flaw detector. All patches over the holes, or repairs to the liner plate wiu-rever damage has occurred, shall be done in conformity with the instructions or recommendations of the liner plate manufacturer. (L!) Each transverse welding strip which extends to a lower edge of the liner plate will be tested by the purchasing agency. The welding strips shall extend below the liner plate providing a tab. A 10-pound pull will be applied to each tab. The force will be applied normal to the face of the structure by means of a spring balance. Liner plate adjoinin^ the welding strip will be held against the concrete during application of the force-. The 10-pound pull will be maintained if a weld failure develops, until no further separation occurs. Defective welds will be re-tested after repairs h.ive been made. Tabs shall be trim- med away neatly by the installer of the liner plate after the welding strip has passed inspection. Inspection shall be made within two days after joint has been completed in order to prevent tearing the projecting weld strip and consequent damage to the liner plate from equipment and materials used in or taken through the work. 1-05. yUrified Clay Pipe and Fitting^ a. Classes and Quality. All vitrified clay pipe shall be of the class designated as Extra Strength. All pipe and fittings shall be first quality, sound, durable, vitrified, of well-burned cluy throughout their entire thickness, and shall give a clear metallic ring when struck with a hammer. b. Sizes, Shapes, and Dimensions. All pipe and fittings shall be bell and spigot type, and shall conform to the standards for sizes, dimensions, and weights as established by the Pacific Coast Clay Products Institute for vitrified clay pipe for Southern California. Plugs snail consist of disks not less than 3/4 of an inch thick, which will fit snugly in the sockets. c. Glazing. Pipe and fittings may be unglazed, salt glazed, or ceramic glazed. Glazed pipe and fittings shall have not more than five percent (5%) of the interior of the pipe barrel bare of glaze except the socket, where it may be entirely absent. Glazing shall be uniformly applied and shall be non- absorbent. All glaze shall adhere firmly to the pipe, and shall be free from chips, crazes, blisters, hair cracks, or other imperfections. d. Finish of Ends. The ends of all pipe and fittings shall be square with the longitudinal axis. All pipe and fittings shall be scored on the inside of the socket and on the outside of the spigot with triangular-shaped or semi-circular-shaped grooves approximately 1/8 inch in depth and 1/8 inch in width. The minimum number of scorings shall be two (2) for pipe fifteen (15) inches or less in diameter and three (3) for pipe over fifteen (15) inches in diameter. Where pipe is to be joined by mechanical compression joints, the scorings may be omitted. e. Identification Marks. All pipe and fittings shall be clearly marked with the name of the manufacturer, or with a trademark, a copy of which has been filed with the Engineer, together with the name of the manu- facturer. All pipe and fittings shall also be clearly marked with the class, being identified as Extra Strength. 1-3 f. Imperfections. All pipe and fittings shall be free from in- jurious cracks, checTs" bl isTe"Fs~7 broken ends, or other imperfections. The fol- lowing imperfections in a pipe or fittings will be considered injurious and cause for rejection. Variations in any dimensions exceeding the limits of per- missible variation by the Pacific Coast Clay Products Institute for vitrified clay pipe for Southern California. A single crack in the shell of the pipe or fittings, extending through the entire thickness, regardless of the length of such crack. A single crack which extends through 1/5 of the shell thickness and is over three inches long. Any surface fire crack which is more than 1/3Z inch wide at its widest point. Lumps, blisters, pits, or flakes on the interior surface of a pipe or fitting. When the spigot or socket of the pipe or fitting varies from a true circle more than three percent of its nominal diameter. Wnen a pipe or fitting larger than twenty-one (21) inches in diameter, designated to be straight, exhibits a deviation from a straight line of more than 1/8 inch per lineal foot, t he deviation shall be measured from a straight-edge at a point midway between the ends of the pipe. When a pipe or fitting twenty-one inches in diameter and smaller, designated to be straight, exhibits a deviation from a straight line of either more than 1/2 inch in total length or more th<.:i; ' ,/8 inch per lineal foot, the deviation shall be measured as in the preceeding pjiragraph. Any piece broken from the bell or s1-^ ,ot ends winch ex- tends through the barrel. Insecure attachment of spurs on branches. Tramp clays, grog, or other foreign matter that has fused permanently to the exterior or interior surface of the pipe or fitting or other inferior imperfection adversely affecting the strength or utility of the pipe or fittings. g. Physical Tests Intent. It is the intent of these Specifications that all pipe and fittings shall meet the requirements of the hydrostatic pressure test and the crushing strength tests as specified herein. Hydrostatic Pressure Test. When used, the hydrostatic pressure test shall precede the loading test by not less than one hour nor more than three hours. When subjected to an internal hydrostatic pressure test of ten (10) pounds per square inch for the time shown in the following table, the accumulated moisture on the exterior surface of the pipe shall not run down the sides in such quantity that it will exceed ten milliliters. 1-4 TABLE OF TESTING TIME FOR PIPES Thickness of Barrel -Inches - Up to and including 1 Over 1 and including 1-1 /,.' Over 1-1/2 and including 2 Over 2 and including 2-1/2 Over 2-1/2 and including $ Over 3 Testing Time -Minutes - 7 9 12 15 18 21 Loading Test. The loading test shall be either three edge bearing or sand bearing, at the option of the Engineer. The test methods used shall conform with the methods specified by the American Society for Testing Materials Tentative Specification for Clay Sewer Pipe No. C301. Pipe shall withstand the following loads, each for its respective si/,e and for the type of test imposed. CRUSHING STRENGTH REQUIREMENTS IN POUNDS PER LINEAL FOOT Size Inches Three Edge Bearing Method 4 6 8 10 12 15 18 21 24 27 30 33 . 36 2000 2000 2000 2200 2600 31 00 3600 4200 4800 5200 5500 5800 6300 The crushing strength shall be calculated by dividing the total load required to break each pipe by the net inside length of th • barrel of the pipe, measuring from the bottom of the socket to the end of the spigot. Acceptance or Rejection. If more than ten percent (10%) of the specimens tested fail to meet the requirements of either of the above tests, then all of the pipe in the lot, shipment, or delivery corresponding to the sizes and classes so tested shall be rejected. If, however, ten percent (10%) or less of the specimens tested fail to meet the requirements of either test, or if not more than one specimen fails to meet the requirements of either 1-5 test when the, number to be tested is less than ten (10), then a second selection of pipe shall be made for that test. The number of specimens to be tested in the second selection shall be five (5) for each .specimen of the first selection that failed to meet the requirements. If ninety percent (90%) or more of the specimens tested, including those first tested, meet the requirements of the test, all of the pipe in the lot, shipment, or delivery corresponding to the sizes and classes so tested shall be considered as complying with the test; otherwise all pipe of these sizes and classes shall be rejected. In addition to the above requirements, if any of the individual specimens tested fail to develop eighty percent (80%) of the crushing strength requirement, tVien all of the pipe in the lot, shipment or delivery corresponding to the size and class of the test specimens which failed shall be rejected. h. Clay Pipe Joints Vitrified clay pipe having mechanical compression joints shall be used. The joints shall be Type I, Type II or Type III as outlined in the "Tentative Specification for Vitrified Clay Pipe Joints Using Materials Having Resilient Properties" ASTM Designation; C425-S8T. The materials, manu- facture, and test requirements of the joints shall conform to paragraphs four (4) and five (5) of said ASTM Specification. 1-06. Asbestos - Cement Sewer Pipe and Pressure Pipe. Asbestos- cement pipe and fittings shall be as manufactured by Johns-Manville, or equal, ^^ ' in .-> c c o *• ^ i >i e <-> with Federal Specification SS-P-3 3 Ib Type IX,,Xor sewer pipe and Federal,Specification SS-P-35 la for pressure pipe. Pipe sections shall be made in standard thirteen (13) foot lengths except that a maximum of ten percent (10%) of the total footage of any one size and class may be furnished in shorter lengths, but not less than-^—•'"7 .seven (7) feet lo*hg. Pipe classes designated for sewer pipe are to indicate the minimum crushing load per foot of pipe as determined by the Standard ASTM -rhree-edge bearing test. Pipe classes designated for pressure pipe are to indicate the maximum operating pressure in psi. Certificates of strength tests shall be supplied by the manufacturer. a. Marking. All pipe shall be clearly marked with the manufacturers name, internal diameter in inches and th'e pipe class. » b. Joints, The joint shall consist of two pipe spigots coupled with a collar and two rubber rings. The couplings shall be designed to permit flexibility and shall be grooved to receive the rubber rings and hold them in proper positions to produce a waterproof joint. 1-6 The spigot end shall be machined to close tolerance to provide the proper pressure on the rubber ring and shall have a shoulder to automatic-ally position the pipe in the coupling to leave a sufficient space for the pipe to expand upon wetting. The rubber rings shall be solid and uniform in cross section. Collars and spigots of the sewer pipe classes, shall be manu- factured so that two different classes can be joined by a standard collar not requiring the use of an adaptor. c. Design. Required pipe classes for the pipeline are shown on th e d r awi n g s. \ d. Lining. The sewer pipe linin1-. shall be an epoxy resin base lining of one hundred percent (lOO'o) solids content (solvent free). The epoxy lining for sewer pipe shall b-j completely resistant to the dilute sulphuric acid generated in the hydrogen sulphide cycle. The lining shall also be resistant to those materials common to domestic sewage. The lining material shall be able to withstand a ten per- cent (1 0J/ti) sulphuric acid solution (by weight) without loss of its protective capabil itie s. The lining shall have a strong, permanent bond to the pipe wall. This bond shall withstand the 4-hour boiling water immersion test and the long term hot water immersion test detailed hereinafter. The lining shall be centri fugally cast onto the pipe wall and shall have none of the pinhole type defects common to spray or brush applied, solvent-t^pe coatings, nor any uncoated areas, thin spots, runs or sags. The lining shall be applied in two coats. The minimum thickness shall be 8 mils for any single coat and 20 mils for the full lining. Maximum lining thickness shall be 60 mils. The Owner may make thickness tests either at the plant or in the field. Couplings, fittings, and the machined taper and machined surface of the pipe nose shall also be protected with an epoxy coating of one hundrec percent (lOOy'o) solids content (solvent free). The manufacturer shall submit a certificate certifying the lining meets the requirements of this specification. e. Lining Tests Boiling. Immerse a lined stave of pipe, approximately two inches by six inches, in boiling water for four hours. Remove and surface dry sample. 1-7 Long Term, Immerse a lined stave of pipe, approximately two inches by six inches, in water at 150°F for 96 hours. Remove and surface dry sample. Failure. There shall be no sign of blisters, bubbles, peeling or any other form of separation of the lining from the pipe wall. 1-07. Iron Castings. Manhole frames and covers shall conform to drawings in design and weight. All castings for manhole frames and covers, and other purposes must be tough gray iron, free from warps, cracks, holes, swell and cold shuts, and have a workmanlike finish. All castings shall conform to the requirements of Standard A 48-41 of the American Society of Testing Materials for Medium Gray Iron Castings. No tension test is required. Before leaving the foundry all castings shall be thoroughly cleaned and subjected to a hammer inspection, after which said castings shall be dipped twice in a preparation of asphalt or coal tar and oil applied at a temperature of approximately 300 degrees Fahrenheit, in such a manner as to form a firm and tenacious coating. Seats of frames and bearing faces, of covers shall be machined to insure a smooth (non-rocking) bearing between the two castings. 1-08. Concrete Materials a. Water. Water used for either mixing or curing concrete shall be clean and free from injurious amounts of oil, aciu, alkli, organic matter, or other deleterious substances. b. Portland Cement. Portland cement shall conform to the requirements of the American Society for Testing Materials Standard Specification for Portland Cement C 150-49, for Type I, Type II, or Type III i-f !T etlt. c. Aggregates. Aggregates shall conform to the require- of the American Society for Testing Materials Standard Specifications for Concrete Aggregates, C33-49. Permissible limits of deleterious substances shall be the recommended limits, and not maximum limits, as tabulated in Specification C33-49. Permissible limit for "other dv-loterious substances," as tabulated, shall be two percent (Z%). In addition, the coarse aggregate shall not contain more than ten percent (10%) by weight of flat, chip-like, thin, elongated, friable, or laminated pieces. Fine aggregate shall be of such quality that when made into a mortar and tested in accordance with ASTM Method C87-47, the mortar shall develop a compressive strength at seven (7) 1-8 and twenty-eight (28) days of not less than ninety percent (90%) of that developed by the mortar specified in that method as the "oasis for comparison. One hundred percent (100%) of the coarse aggregate shall pass a sieve having 1-1/2 inch square openings. d. Reinforcing Steel. Reinforcing steel shall conform to the requirements of the American Society for Testing Materials Standard Speci- fication for Billet Steel Bars for Concrete Reinforcement A 15-39, for deformed bars, intermediate grade. Fabrication shall be accurately done to the dimensions shown on the Plans. All bars shall be bent cold. At the time of concrete place- ment, bars shall be free from rust, scale, oil, paint, or any other coating which would reduce or destroy the bond between steel and concrete. 1-09. Portland Cement Concrete a. Materials. All materials used in making portland cement concrete shall be us specified under Section 1-08. b. Storage of Materials. Cement, aggregates, and steel shall be stored in such a manner as to prevent deterioration or intrusion of foreign matter. Any materials which has deteriorated or which has been damaged shall not be used for concrete. c. Strength. All Class "A" structure concrete shall develop a compressive strength of not less than 3000 pounds per square inch at twenty- eight (28) days as actually built and cured. Class '"B" concrete used for back- fill or pipe bedding shall develop a compressive strength of not less than 2000 pounds per square inch. The Engineer may take samples of concrete an;i mold test cylinders at the work. Where test cylinder compression tests results indicate, in the opinion of the Engineer, that the concrete as actually built and cured does not have the specified strength, the Engineer may re- quire the Contractor to furnish, at his own expense, core specimens taken from points in the work selected by the Engineer. Such core specimens shall be secured in accordance with the American Societv for Testing Materials Standard Method C42-49. Where results of testing cylinders or core specimens indicate, in the opinion of the Engineer, that the concrete as actually built and cured does not have the specified strength, the Engineer may require addi- tional curing under specified conditions of temperature and moisture, or replacement of the faulty concrete work, in order to secure the required strength. d. Forms. Forms, where required, shall be rigidly built, tight, true, and securely braced. The inside of forma shall be coated with a light oil or thoroughly wetted before each pour. Oil shall be applied before reinforcement is placed. Forms shall not be removed before the concrete is adequately set, and in no case in less than forty-eight ('18) hours after complet- ing the pour. 1-9 e. Placing Reinforcement. Reinforcing steel shall be ac- curately placed in accordance with the Plans, and shall be securely fastened and held in place during the pour by annealed steel tie wire. Splices shall be formed by Japping bars forty (40) diameters, or as detailed on the Plans. f. Mixing Concrete. Concrete shall be mixed in a standard type power batch mixer with a drum speed of 200 to 225 peripheral feet per minute. Mixing time shall be a minimum of 1-1/2 minutes after all ingredients are in the mixer. The contents of the mixer shall be completely discharged before each new batch is loaded. Retempered concrete shall not be used. Ready- mixed concrete may be used, provided that the concrete produced conforms to these Specifications and that the equipment and methods used are in accordance with the requirements of the American Society for Testing Materials Standard Specifications for Ready-mixed Concrete C 94-48. Hand mixed con- crete may be used only on specified authorization of the Engineer. Methods used in hand mixing shall be subject to the approval of the Engineer. g. Placing Concrete. Concrete shall be conveyed fron~ the mixer to its final location as rapidly as possible by methods which will prevent segregation and loss of ingredients. When discharged from chutes or other- wise placed, the vertical drop of the concrete shall not exceed five feet. All concrete shall be spaded or vibrated to maximum subsidence without segregation. Except on specific authorization of the Engineer, concrete shall not be placed when the atmospheric temperature is below 10°F, or when, in the opinion of the Engineer, the concrete is likely to be subjected to freezing temperatures within twenty-four (24) hours after it has been deposited. Under such conditions, special methods of mixing, placing and protection shall be used as approved by the Engineer. h. Protection and Curing. Curing :.;'.-,U ]>i-. done by keeping the concrete continually moist for not less than seven days. During this period the concrete shall be protected from frost or free' i \, or other injury. For concrete made with high-early strength cement, the curing period maybe reduced to three days. Concrete may also be cured by spraying the eiitire surface with a sealing compound satisfactory to the Engineer. 1-10. Mortar a. Materials. Portland cement, sand and water used in making mortar shall conform to the requirements of Section 1-08. b. Proportioning, Mixing, and Placing. All mortar shall be composed of one part of Portland cement and three parts of sand, by volume. The cement and sand shall be measured and mixed dry in a watertight box. Sufficient water shall then be added to give the mortar the proper consistency. Mortar shall be used immediately after mixing. Mortar which has begun to set shall not be used. Retempering will not be permitted. Precaution shiill be taken against freezing as specified above for concrete. 1-10 1-11. Rock for Backfill All rock used for backfill or for bedding sewer pipe shall consist of clean, hard, strong, durable gravel or crushed stone. One hundred percent (100%) shall pass a sieve having 3/4 inch square openings. 1-12. Excavation and Tunneling a. Alignment and Grades. The alignment and grade for pipe and structure shall be as shown on the Plans and Profiles. The flow line shown on the profile shall be the invert or interior bottom of the pipe or structure. The excavation shall be made a sufficient distance below the flow line to allow for the proper construction of the structures and the proper bedding and placing of the pipe, in accordance with the approved project plans. Any excess excavation below required level shall be backfilled with crushed rock or gravel thoroughly compacted into place. The Contractor shall familiarize himself with, and sh;;ll conform to the regulations of the "General Construction Safety Orders" and "Trench Construction Safety Orders" of the State of California, Department of Industrial Relations, Division of Industrial Safety. Whenever the trench excavation is made in undisturbed ground and the earth is of a stable, well consolidated material, tunnels con- necting open trenches may be constructed provided the roof of the tunnel slopes at a minimum of one (1) foot vertical to three (3) feet horizontal and a minimum clear space of two (2) feet is allowed above the top of the pipe. Bell holes shall be excavated in the bottom of the trench, when required, of sufficient si/.e and depth to permit constructing the joints. Between bell holes, the entire length of the pipe shall have a uniform bearing upon undisturbed soil. . Excavations for rr.anholes shall be of sufficient width to leave at least six (6) inches in the clear between their outer surfaces and the embankment or timbering which may be used. b. Minimum Width of Trench. The minimum width of pipe trenches, measured at the crown of the pipe, shall not be less than twelve (12) inches greater than the exterior diameter of the pipe, exclusive of bells, and the minimum width shall be exclusive of all trench timbers. c. Maximum Length of Open Trench. Except by special permission by the Engineer, the trench shall not be open for more than 500 feet in the aggregate including excavation, construction, pipeline, and back- fill in any one location. 1-11 d. Maximum Width of Trench. The maximum allowable width of trench for all pipelines measured at the top of the pipe shall be the outside diameter of the pipe (exclusive of bells or collars) plus sixteen (16) inches, and such maximum shall be inclusive of all timbers. Whenever such maximum allowable width of trench is exceeded for any reason except as provided for in the Plans or Special Conditions, or by the written direction of the Engineer, and when the cover of backfill over pipe is more than eight feet, the Contractor shall, at his own expense, provide partial concrete cradle Type ''A". If the Contractor, for any reason, exceeds the maximum trench widths in are?s where a partial concrete cradle, concrete arch encasement, or concrete encasement is already specified on the Plans, then a higher load bearing type 01 bedding may be required by the Engineer. e. Tunneling. Tunnels may be driven at locations and of such lengths as may be selected by the Contractor and approved by the Engineer. Tunnels shall have a height that will provide sufficient clear space, in no case less than 3-1/Z feet above the top of the sewer pipe, to allow proper workmanship. Tunnel widths shall conform with the requirements for trench widths described above. No tunnel will be permitted for depths (to flow line) less than twenty feet if the material is of a nature requiring solid sheeting, unless the tunnel is needed to pass under railroad tracks or other obstructions. f. Blasting. In. the event that blasting is necessary in excavat- ing, the blasts shall be blanketed with timber mats, or other approved protection. Full precautions shall be taken to avoid damage or injury to the public. g. 'Bracing Excavations. Excavations shall be so braced and supported that they will be safe, and the ground alongside the excavation will not slide or settle, and all existing improvements of any kind, either on public or private property, will be protected from damage. Sheet piling and other timber shall be removed in such a manner as to prev ;rit caving of the sides of the excavation. Portions of sheeting driven below the pipe invert shall not be removed. 1-13. Pipe and Bedding Conditions a. Foundations. Rock bedding shall be used where the subgrade conditions are, in the Engineer's judgement, unsuitable for satisfactory pipe placement. Payment for rock bedding will be made only when such bedding is authorized in writing by the Engineer. Before such authorization is granted the Contractor shall adequately denote the trench area in accordance with the Specifications and excavate the trench to normal subgrade to permit proper in- spection by the Engineer. Wtienever the Contractor over-excavates the trench without authorization, the Contractor shall place sufficient crushed rock bedding to bring the bottom up to grade at his own expense. 1-12 b. General. Pipe, as specified on the PLin.s, installed in ac- cordance with Standard Detail Sheet, .sin 11 be used for all work. Where trench \\ idths exceed the maximum values permitted by taese Specifications, or where the cover is less than J. 5 feet, the pipe bedding conditions shall be as specified by the Engineer. 1-14. Pipe Laying a. General. All pipe shall be carefully inspected for defects before being placed in the trench. Pipe shall be laid uphill, from structure to structure, with bells upgrade', and with the class identification marks on top. Pipe shall be bedded, true to line and grade, with uniform bearing for the entire barrel length. All material shall be removed from the interior of the pipe, and the inner surface of the bell or collar and the outer surface? of the spigot *-nds shall be thoroughly cleaned so that good joints can be made. Pipe sections shall be so laid and fitted together that, when complete, the sewer will have a smooth and uniform interior. All water encountered in the excavation shall be pumped out and the trench or tunnel ke.pt dry during all pipe laying. In-no case shall the sewers be used for drains for such water. At night, and whenever the work ceases for any reason, the unfinished end of the sewer shall be securely closed with a tight fitting cap or plug to prevent the entrance of mud, sand) or other obstructing material. Excess earth, debris, or other foreign material of any nature shall be cleaned out satisfactorily by pulling a bag filled with straw or sand through the sewer or by using a swab made of a ball of burlap wrapped on a wooden handle. '1 he sewer shall be clean and unobstructed at the time of its completion and acceptance and shall be true to the line and grade- as shown on the Plans and Profiles. b. Jointing. All vitrified clay pipe shall have mechanical compression joints as specified in Section 1-05 and shall be handled and jointed in an approved manner and in strict accordance with the recommen- dations of the respective manufacturers. c. Stubs and Plugs. Stubs and plugs shall be furnished where stubs are required by the Plans at manholes. Plugs shall consist of disks made of the same material as the pipe, approximately three-fourths of an inch thick, and fitting snugly the sockets of the pipe. The juint between the plug and the pipe shall be the same; joint material as used for connecting the pipe itself. d. Lined Asbes fos-Cement Pipe shall be carefully assembled by an approved mechanical puller and shall not be "stabbed. " 1-15. Manholes and Special Structures a. Foundation. All manholes and special structures shall be constructed on a firm foundation. Where the subgrade, after excavation, is found to be soft or yielding, the soft or yielding material shall be removed and replaced by crushed rock, gravel, or concrete of sufficient thickness to form an unyielding foundation. 1 -Li b. General. Manholes and special structures shall be con- structed as shown on the Standards Plans, or approved project plans. c. Manholes. Invert channels shall be smooth and accurately shaped. Invert channels may be formed directly in the concrete of the man- hole base, or may consist of half tile laid in the concrete base, or be con- structed by laying full section sewrr pipe straight through the manhole and cutting out the top half after the concrete base is constructed and sufficiently set. Mortar joints between pre-ca.st concrete manhole sections and between the top section and manhole frame shall be made watertight. All mortar shall be placed in the dry, and protected from water until set. Man- hob.-LI shall be built up so that the cover when placed will be at the required grade. d. Connection to Existing Manholes. In the locations as shown on the drawings the Contractor shall break into existing manhole structures and install the new inlet lines as specified. x New flow-through channels shall be constructed in each manhole base to accommodate the new sewer lines. Smooth transitions shall be installed from the inverts of the newly installed pipes to the exist- ing manhole structure. Openings in the sides of the manholes shall be sufficient to permit the inserting of the sewer pipes and the forming of brick arches over the newly installed pipes. Other details shall be in accordance with the Plans. 1-16. Leakage and Infiltration Tests 1. Gravity Sewers. After completion of pipe laying, all main line gravity sewers and structures shall be tested in the presence of the Engineer for either leakage or infiltration, at the option of th.e Engineer, as described hereafter. Ordinarily, the infiltration test will be used where ex- cessive ground water is encountered and the leakage test will be used in all other cases. a. Infiltration Test. Test sections shall be isolated as described under 'Leakage Test. " Pumping of the ground water shall be dis- continued for at least three days and the water shall be allowed to rise to maximum water table level. Any individual leaks which can be located shall then be repaired. The infiltration rate shall then be measured at the low end of the test section. The infiltration rate shall not exceed 500 gallons per day per inch of pipe diameter, per mile ,. of pipe being tested. No additional allowance shall be made for manholes or other structures. If the observed 1-14 ?s infiltration rate exceeds the allowed limit, the required repairs shall be made and the section shall be retested. Repairs and retestlng shall be repeated until the observed infiltration falls within the allowed limit. Notwithstanding satisfactory passing of either the leakage test or infiltration test, where in- filtration is later discovered in excess of the allowed limit before completion and acceptance of the sewer, the sewer shall be immediately uncovered where necessary and the infiltration rate reduced within the allowed limit before the sewer is accepted. b. Leakage Test. Each section of sanitary sewer, between two successive structures, shall be tested by closing the lower end of the sewer to be tested and the inlet sewer of the upper structure with stoppers, and filling the pipe and structure with water so that the surface of the water in the upper structure is in the 24" diameter ring. Tiie allowable leakage will be computed by the formula D = . oooi di YH in which "D" is the allowable drop in feet per hour in height of the water in the upper structure, "d" is the nominal ii ".meter in inches of the sewer pipe being tested. "L" is the length in feet of the sewer to be tested. "H" is the difference in elevation, in feet, between the invert of the closed sewer in the lower structure and in the surface of the water in the upper structure of the head of water on the invert at closed end of sewer. If the observed leakage rate exceeds the allowed limit, the required repairs shall be made and the section shall be retested. Repairs and re-testing shall be repeated until the observed leakage falls within the allowed limit. "H" is limited to 4' minimum and 25' maximum. Lines with head of more than 25 feet shall not be tested for leakage. c. Leakage Due to Internal Pressure (Alternate Air Pressure Method). The Contractor may elect to utilise the following air pressure test in lieu of the water test specified above. The Contractor shall plug the ends of the sewer lines being tested with plugs and brace the ends of the- pipe where needed. The leakage test shall be conducted in the following manner and shall include the sewer main and laterals as a unit. The line shall be supplied with air until three and one- half (3-1/2) pounds per square inch gauge pressure has been reached, at which time the flow of air to the pipe shall be shut off. The input air pressure shall not exceed five (5) pounds per square inch guage pressure, regulated by a five (5) pound per square inch pressure regulating valve. The air test equipment is to be approved by the Engineer prior to testing. 1-15 The Engineer will then accurately determine the time for loss of one (1) pound per square inch gauge pressure in the range from three (3) to two (Z) pounds per square inch gauge pressure. The time for loss of one (1) pound per square inch gauge pressure shall not be less than sixty (60) seconds. If the time is less than sixty (60) seconds the Contractor shall make such reapirs as are necessary to eliminate the excessive leakage and repeat the test. * 2. Leakage Tests for Force Mains. All force main pipe lines shall be subjected to a hydrostatic pressure test of 100 psi. The test shall be held for thirty (30) minutes during which time no portion of the pipe or fittings shall show percolation. The Contractor shall furnish all the labor and materials necessary to make the tests and shall repair any damage resulting from or caused by these tests. All pipe and joints which prove defective shall be remedied or replaced and again tested to determine ac- ceptability. 1-17. Backfilling. a. Backfill Pipe Zone. After the sewer pipe has been properly laid, the trench shall be backfilled to a height of one foot above the top of the lumps, stones or adobe. This material shall be compacted by means of tamping or water settlement, depending upon the nature of the material. When the soil is of a sandy nature, flooding will be allowed, completely saturating and settling the material. If the material is not of a granular nature, it shall be brought to optimum moisture content, and compacted in layers not ex- ceeding six (6) inches in thickness by means of hand or pneumatic tampers in such ma.'nuer as to not injure the pipe. Regardless of the method used, this material to a. height of one foot above the top of the pipe shall be thoroughly compacted betore the trench above this point is backfilled. b< Backfill in Road Rights-of - Way. All backfill material, placement thereof, and compaction sh<ill be in accordance u. i th the require- ments of the agency having jurisdiction thereof. In no case, however, will a lesser degree of compaction than hereinbefore specified be permitted in the pipe zones. c. Backfilling Where Not in Road Right-of - Way . Above the top of the selected backfill to ground surface, the material for backfill shall be free from stones or lumps of material exceeding six (o) inches in greatest dimension. This backfill material shall be compacted to a minimum density of ninety percent (90%) in accordance with the modified A. A. S. H. O. procedure. This compaction may be obtained by means of water settlement or other means defending on the nature of the material. Sandy, granular soils may be compacted by means of water settlement. The area to be backfilled by water 1 -16 settlement shall be diked to suitable intervals so that water will be impounded to sufficient depth so that earth pushed or shoveled into the area will at all times be falling into water and 'will be completely saturated. Soils not having a sand or granular nature shall be backfilled and compacted by methods other than flooding which will produce the specified density. d. Excavation of Holes for Compaction Tests. The Contractor at his own expense shall do such excavation and backfill as required by the Engineer for making compaction tests. The Contractor shall furnish all labor and equipment necessary to excavate and backfill holes to the depths and dimen- sions and at locations requested by the Engineer. 1-18. Restoration of Surfaces. The Contractor shall replace all surface material, and shall restore curbing, sidewalks, gutters, shrubbery, fences, sod and other surfaces disturbed, to a condition equal to that before the work began, furnishing all labor and materials incidental thereto. The Contractor shall furnish all material, labor, and equip- ment to restore all street pavements to as near their original condition as possible. In all cases the finished surface shall be free from ridges and depressions. Asphaltic pavements, concrete pavements and pavement base shall be replaced with materials, similar to those excavated and equal in thickness to those removed during excavation except where greater thickness is required by State and County requirements. All trench resurfacing shall be provided with a sealcoat using State of California Standard Specifications, Sealcoat shall cover the entire trench area including an additional width of one foot on either side of the excavated area, 1^19. Cleaning Up. Surplus pipeline material, tools and temporary structures shall be removed by the Contractor; and all dirt, rubbish and excess earth from excavations shall be hauled to a dump provided by the Contractor, and the construction site shall be left clean to the satisfaction of the Engineer. This clean-up work shall follow as closely behind the backfilling as possible and adequate facilities for sprinkling shall be provided, all in order to keep down , dust and prevent any other nuissance to adjacent residents. 1-17 SECTION 2 EARTHWORK 2-01. General. Earthwork shall include all grabbing, stripping and disposal of weeds, excavation, hauling and compaction of required fill materials, excavation and filling around structures, trench excavation and backfill, site grading and disposal of unsuitable material. 2-02. Pumping Station Site Preparation. Immediately after award of the Contract, the Contractor shall clear the site of all weeds, muck, vegetation, roots, stumps and material unsuited for foundation. All excavated materials which are unfit for refilling shall become property of the Contractor and shall be immediately removed from the site of work. After removal all unsuitable top material, suitable fill material shall be Brought in from borrow areas selected by the Contractor but subject to approval by the Engineer. Material for fill shall be made up of good .gravel or sand or other approved material, free from stones above four lueues in diameter. Fill material shall be piled uniformly over the entire site to about elevation 17.0 and allowed to consolidate for at least six months. No additional work ihall be done at the site during the period allowed for consolidation. The Contractor shall be responsible for the removal of excess fill material made by him 2-03. Excavation and Fill. After the required period of consolidation, the Contractor shall complete the construction and bring the final ground surface to the lines and grades as shown on the drawings, and shall perform all operations related thereto. Excavations for sewer lines shall be made to the lines and grades shown on the drawings. After completion of this excavation and before any further work is done, the Engineer will examine the subgrade to determine whether additional excavation is required. If additional excavation and special compacted fill is required, the Engineer will cause to be issued a written order for the extra work in accordance with the conditions of these Specifi- cations. Fills against structures shall be placed symmetrically to prevent eccentric loadings. 2-1 All fill material shall be moistened and compacted as required to obtain not less than ninety percent (90:;>j) of maximum density jn accordance with Subsection 2-0 i of these Specifications. 2-04. Standard Earthwork Compaction Test Procedure. Whenever in these Specifications reference is made to a degree of relative compaction, the required percentage shall be that proportion of maximum density at optimum moisture content as determined using the test procedure prescribed by the American Association of State Highway Officials Designation No. T99--19, "The Compaction and Density of Soils" except that the weight of the tamper or rammer shall be ten (10) pounds instead of 5.5 pounds and the tamper or rammer shall be dropped from a height of eighteen (18) inches instead of twelve (12) inches. 2-05. Trench Excavation and Backfill. All trench excavation and backfill shall be in accordance with Section 1 of these Specifications. 2-06. Finish Grading. All areas covered by the work, including excavated and filled sections and transition areas, .shall be uniformly graded to the elevations show*n on the drawings. The finished surface shall be reason- ably smooth, compacted, and free from any irregular surface changes. The degree of finish shall be that ordinarily obtainable from either blade grader or scraper operations. The finished surface shall be not more than 0.2 feet above or below the established grade. 2-07. Control of Water. The Contractor shall furnish, install, and operate all necessary machinery, appliances, and equipment to keep ex- cavations reasonably free from water during construction and shall dispose of water so as not to cause injury to public or private property, or to cause a nuisance or menace to the public. During pouring of concrete and until concrete has set hard, excavations shall be kept free of water. Berms shall be provided to prevent surface water from draining into structural excavations. 2-08. Test Boring. The Contractor shall make his own investi- gation and determination of ground conditions including the types and nature of material to be excavated and the elevation of ground water. SECTION PORTLAND CEMENT CONCRETE 3-01. General. The work covered by this section includes all concrete work, reinforcement, forms, cement finishing and other work to complete the concrete portions of the- structures. 3-02. Materials for Concrete Work a. Portland Cement. All cement used on the work shall be standard brand Portland cement conforming to the Standard Specifications for Portland Cement, Type II, ASTM Designation C-150-55. Cement shall be suitably protected from exposure to moisture until used. ( b. Water. All water used for concrete work shall be clean, fresh and free from oil, organic or other deleterious matter. c. Aggregates for Concrete. Aggregates shall conform to the Specifications for Concrete Aggregates,, -YSTM Designation C-33. Designated si/.e of coarse aggregate shall be 1" to No. 4. When tested in accordance with ASTM Designation CZ89, aggregates shall show a ratio of silica released to reduction in alkalinity of less than 1. ff/o. When tested in accordance with the Standard Method of Test for Abrasion of Coarse Aggregate by use of the Los Angeles Machine, ASTM Designation C131, the loss of weight shall not exceed ten percent (10%) after 100 revolutions or forty-five percent (45%) after 500 revolutions. d. Admixtures. An admixture for use in concrete to increase the density and workability of the mix for a given water cement ratio may be used. It shall be "Plastiment" as manufactured by the SIKA Chemical Corp. or approved equal, and shall be used in accordance with the manufacturer's recommendations. e. Reinforcing Steel, shall conform to the requirements of ASTM Designation A-15-56T "Billet Steel Bars for Concrete Reinforcement',' and shall be intermediate grade and deformed in accordance with ASTM Designation A305-56T, "Deformed Steel Bars for Concrete Reinforcement " 3-1 f. Wire Fabric for reinforcement shall conform to the require- ments of ASTM Designation ATl85-56T. 3-03. Concrete. All concrete structures shall be constructed of Class "A" concrete having the following strength requirements and water cement ratio. 28 Day Compressive Strength Average of 5 Specimens Min. for any one Max. Water Content Specimen Gal. per sack Class "A" 3,000psi 2,500 psi 6 The Engineer will sample the concrete for testing; all specimens are to be tested in accordance with ASTM Standard Methods of "est C-J)9 at the Owner's expense. Slump shall not exceed five (5) inches as determined by the ASTM Standard Method of Test C-143, determined before the addition of any admixture. It is anticipated that the following proportions will produce the desired strength and workability, and they shall be adjusted to give the specified slump, workability and strength. PROPORTIONS B / Volume By Weight Cement Cement Sand Gravel Cement Sand Gravel Sacks/cu. yd. Class "A" Concrete 1 2-1/4 3-1/4 1 2-1/2 5-1/2 6 Equipment and procedure for the job mixing of concrete shall be modern, adequate and approved by the Engineer to insure proper control of the mix. Splitting of sacks of cement will not be permitted. Concrete shall be mixed until there is uniform distribution of materials and the mass is uniform in color and is homogeneous. Ready mixed concrete shall comply with provisions of ASTM Specification C-94, in addition to these Specifications. If water is added at the batching plant ready mixed concrete shall not be held in the mixer for more than one and one-half (1-1/2) hours from the time the water is added. Addition of water at the construction site to increase the slump shall be 3-2 restricted^such that the specified water-cement ratio is maintained. If no water is added at the batching plant, measured quantities of water are to be added at the site and a minimum of fifteen (15) minutes mixing given, or until segregation is overcome, as determined by the Engineer. 3-04. Forms for concrete construction may be plywood, wood that is dressed, measured, tongue and grooved, of uniform thickness, or maybe prefabricated panels of steel or plywood as approved by the Engineer. Forms shall be properly designed to safely carry all dead and live loads to which they mc.y be subjected. Forms shall be true, rigid, tight, thoroughly braced and sufficiently strong to conform to all dimension of the concrete. All forms shall be properly oilecl before use with a high pene- trating oil leaving no film on the surface of the forms that can be absorbed by the concrete. Proper provision shall be made for all openings, construction joints, anchorage and other features of the work as required to avoid the necessity for cutting concrete after it is in place. Specific approval by the Engineer of the forms shall be obtained before placement of concrete will be permitted. Such approval shall be requested not less than twenty-four (24) hours before pouring is scheduled, and the pouring shall be delayed if approval of the Engineer is not obtained. Wall forms shall be left open at the bottom and cleaned of all chips, sawdust and other debris and thoroughly washed out just before concrete if poured. 3-05. Placing Reinforcing Steel. All reinforcing steel shall be firmly and accurately fastened in the position shown on the plans with iron wire and metal or concrete spacers. Approval of size, placement, lapping, etc, shall be given by the Engineer before concrete is poured. Splices shall be made as shown on the drawings and shall be thirty-six (36) diameters in length unless otherwise shown. The Contractor shall submit a minimum of four (4) sets of shop placement and bending diagrams to the Engineer for approval, two (2) of which will be retained by the Engineer. 3-06. Placing Concrete. Concrete shall be carefully deposited in the forms in such a manner as not to separate the ingredients. Concrete shall be placed in horizontal layers not exceeding twelve (12) inches in depth with a maximum drop of rsix (6) feet. Greater depths shall be covered either by use of windows in the forms or by tremies. 3-3 Pours made in hot weather shall be given special protection to insure that concrete will not dry out too rapidly, both during and after pouring. Effective compaction shall be obtained by vibration, agitation, spading and rodding until the concrete is free from voids, air bubbles, or rock pockets. Vibrators will not be allowed to remain in one position in the concrete. Vibrators shall not be used in transport concrete within the forms. Not less than two vibrators in good working condition shall be kept on the job during pours. Operations not deemed by the Engineer to be satisfactory shall be immediately corrected. Concrete which is to be in contact with a later pour shall be left roughened. Before the new pour, the old surface shall be cleaned by sandblasting and slushed with a coat of cement grout immediately before placing the new concrete. Pouring of all beams and slabs must be continuous and monolithic with the floor system where so shown on the plans. At least two hours must elapse after depositing concrete in walls or columns before pouring beams, etc.. , supported thereon. 3-07. Construction Joints. Placement of construction joints and the manner in which they are provided for shall be as shown on the Plans. No change in location of joints shall be made without prior written approval by the Engineer. Construction joints shall be as few as possible and shall be provided with suitable keyways or other means to Insure watertightness. Where mastic joints are specified on the drawings, the Contractor shall trowel the horizontal concrete surface smooth and paint with an approved mastic before placing the floor slab. 3-08. Removal of Forms. Forms shall be removed in a manner that will prevent injury to the concrete. Forms shall not be removed until so directed and not before the following time schedule. Beams and unsupported slabs 14 days Walls and Columns 2 days 3-09. Curing and Finishing. All concrete shall be adequately pro- tected from injurious action by sun, wind and freezing, and shall be kept continuously wet for a period of seven (7) days after pouring either by ponding, sprinkling, membrane curing, or any approved method which will keep the concrete continuously wet. Membrane solution shall be completely removed from a surface prior to placing succeeding concrete on it. 3-4 V Immediately after the forir s are removed all irregularities shall be corrected. Rock pockets shall be chipped back to sound concrete and grouted with a 1:2 cement mortar. The ends of all form ties shall be cut back neatly not less than 3/4 inch from the surface and grout -d smooth. If ties are completely removed, the resulting hole shall be pressure grouted from the i n s i cl e. All exposed, exterior concrete shall be rubbed while the concrete is still green with cement and burlap and/or with brick and water to eliminate pockets and produce reasonably smooth surfaces ready for painting. Floor and roof slabs shall be iiiven a monolithic finish as follows: After the concrete is poured and mechanically tamped, it shall be leveled off to screeds. Any excess water shall be screeded off and then the concrete shall be allowed to take partial set. There shall be he) ' i • ."c.adiriess a dry mixture of coarse topping sand and cement mixed in the proportion- of one part cement to 1-1/2 parts sand, and at the proper time, this mixture shall he evenly dis- tributed over the surface and floated with long handled woo<' -a floats. Floor slabs shall be provided with smooth uniform steel troweled surfaces. 3,-10. Joint Fillers, Sealers and Water stops a. Expansion Joints filler material shall be Flexcell as manu- factured by the Celotex Corp. b. Mastic-Sealer. Non-hardening ma :;tl^ -e orn :>oa*>d v.here indicated on the drawings shall be Indaco 200 applied in accordance with the rrutnuf actur e r' s r e c om me ndati on s. c. Waterstops. Rubber or plastic water stops shall be as noted on the Plans,. 3-11. Installation of Pipelines Through Concrete Structures. When- ever a pipeline of any material terminates or extends at or through a structural wall or sump, the Contractor shall, where possible, install in advance of pouring the concrete, the fitting or special casting required for the particular installation. Whenever any run of pipe is installed subsequent to placing of concrete the Contractor shall accurately position the opening in the concrete for such pipelines. Openings shall be sufficient si/.e to permit a perfect final alignment of pipelines and fittings without deflection of any part and to allow adequate space for satisfactory packing where pipe passes through the wall to insure watertightness around openings so formed. The. boxes or cores shall be provided with continuous key ways to hold the filling material in place and to insure a watertight joint. Boxes or cores shall be grouted \vitii non-shrink grout, Embeco or equal. 3-12. Chamfers and Fillets. Unless otherwise shown on the Plans or directed by the Engineer, exposed edges of concrete structures shall be pro- vided with a 45°, 3/4" x 3/4" chamfer, or shall be chamfered by means of a 3/8 inch radius rounding tool. 3-13. Watertightrie ss of Concrete Structures. All concrete structures shall be tested for watertightness by the Contractor. Units shall be filled to normal operating level as shown on the plans. Any noticeable leaks shall be repaired and if necessary the tests shall be repeated until watertightness is insured. The cost of water shall be borne by the Contractor. \ Structures shall be free from leakage of external water. All such leaks shall be repaired by the Contractor. 3-6 SECTION 4 STRUCTURAL STEEL AMD MISCELLANEOUS METAL WORK 4-01. General. This work shall include the furnishing and instal- lation of all structural steel and miscellaneous metal work and all related work including pipe handrails, stairways, gratings and grating supports, pipe hangers and supports, and all required anchors and appurtenances. Four sets of complete shop drawings shall be submitted to the Engineer for approval before fabrication of any of the work. In approving shop drawings the Engineer does not assume responsibility for accuracy of the work relative to other plant components as constructed. 4-02. Structural Steel a. Materials shall be the best of their kind and quality, new stock throughout and in accordance with details shown. Structural steel shall conform to "Standard Specifications for Structural Steel for Bridges and Buildings", ASTM A7-52T. b. Fabrication shall be in accordance with AISC "Specification for Fabrication and Erection. " Welding shall be done in accordance with the "Code for Fusion Welding and Gas Cutting in Building Construction" of the American Welding Society in effect at the time of signing the Contract. Welding shall be continuous along entire line of contact except where tack welding is per- mitted. Where exposed, welds shall be cleaned of flux and ground smooth. All defective welds or unsatisfactory parts shall be cut out and replaced. All material before being fabricated shall be thoroughly wire brushed, clean of all scale and rust, and thoroughly straightened oy approved methods that will not injure the materials before being worked on. 4-1 4-03, Gratings and Supports. Steel gratings shall be provided where shown on the plans. All gratings shall be galvanized after fabrication. For unsupported spans up to and including 3'-0" gratings shall be Bufnell Type RW-2-100 or approved equal. For unsupported spans in excess of 3'-0" up to and including 4'-6" grating shall be Bufnell Type RW-2-I25. Gratings shall be supported in steel angle seats, also galvanized after fabrication and shall be set flush with concrete surfaces. Angle seats shall be 1-1/4" x 1-3/4" x 1/4" for gratings with 1" or 1-1/2" deep carrier bars and 1-1/2" x 1-1/2" x 1/4" for gratings with 1-1/4" deep carrier bars. All gratings for spans up to and including 3'-0" shall be furnished in standard pieces approximately 3'-0" in width; however, no single section shall be heavier than 100 pounds. All holes to permit operation of valves or passage of pipes shall be cut in on grating after fabrication, but before galvanizing. 4-04. Steel Stairs shall be fabricated and installed in accordance with standard practice of the National Association of Ornamental Motal Manu- facturers and as shown on the drawings. The stair shall be adequately stiffened to obtain lateral stability. Treads shall be galvanized Smith way Stair treads, TypeB, with cast abrasive nosing, 100% serrated grating surface, as manufactured by Bufnel Co. , Hollydale, California, or galvanized anti-skid steel Grip Strut treads as manufactured by Globe Company. Tread Fasteners shall be galvanized. Deflection of treads shall not exceed 1/240 of the span under a live load of 150 pounds per square foot. Stringers and clip angles shall be galvanized after shop work and before installation of treads and handrails. Particular care shall be exercised in installation of handrails to minimize damage to galvanizing on stringers. 4-05. Pipe Handrail shall be fabricated of 1-1/2" welded standard steel pipe and shall be mounted as detailed herein. Maximum spacing of posts shall be seven (7) feet. Pipe shall conform to Section 5-02 of this Division of these Specifications. The rail shall be carefully erected to produce a finished appearance that is plumb, straight and true to dimension, free from kinks, twists and abrasions. Curves, where indicated or necessary, shall be bent on a radius of not less than six (6) inches. Railing assemblies shall be galvanized after fabrication. Chain rails for protection around openings shall be 1/2" link galvanized steel chain with a harness type snap. Pipe handrail, unless specified, shall be of the permanent mounting style as shown on Drawing KC-103. 4-06, Anchor Bolts shall be galvanized and shall be fabricated as shown, or as specified by the equipment manufacturer under Section 6 of this Division of these Specifications, 4-2 Anchor bolts shall be: placed in the forms before the pouring of concrete. Suitable expansion bolts may be used in lieu of anchor bolts at certain locations. It shall be the responsibility of the Contractor to request the substitution and obtain the Engineer's approval regarding type of expansion bolt proposed to be used. 4-07, Galvanizing. Unless otherwise specifically noted on the drawings, all fabricated steel work shall be galvani/.ed after fabrication in conformity with one or the other of the following standard Specifications, according to the nature of the work. Specification for Hot Dip on steel hardware Zinc'-Coating ASTM A153-49; Specifications for Zinc Coatings on Structural Steel shapes, plates, and bars, and their products ASTM A1Z3-47. Galvanised coatings marred or damaged during erection or fabrication shall be repaired by use of DRYGA1.V as manufactured by the Ainerican Solder and Flux Co. , applied in accordance with the manufacturer' s instructions. 4-08. Shop Painting. Before leaving the shop all steel not shown or specified to be galvanised shall be given one coat of Inertol Rust Inhibitive Primer No. 621. Parts inaccessible after assembly shall be given a second coat of primer. Final painting shall be as specified under the painting section of these Specifications. 4-09. Iron Castings shall be made from properly prepared patterns and molds and shall conform to ASTM A48. 4-10. Slide Gate and Grooves. Slide gates shall be provided where shown on the Plans and shall be made of 1/4" aluminum plate Alcoa Type 3S or 5ZS. Dimensions shall be as shown on the Plans and sharp edges shall be rounded off.* Slide gat*1 grooves shall be fabricated of 1/4" steel flat bars, welded together, and galvani/.ed after fabrication. Cast iron grooves may be used in place of fabricated grooves where applicable and shall be Alhambra A 5630 Type 3 or equal. Cast iron groove shall have 1/4" round hook anchors attached at 12" intervals to secure groove into concrete. 4-11. Roof Door for the meter station shall be watertight double-leaf construction Z'-8" x 8'-0" clear opening. Roof door shall be Bilco Type A with checkered steel plate cover, brass hinges with stainless steel frame designed for 300 pounds per square foot loading. Roof door shall be provided with a drain as shown on the Plans, guard bar and lock mechanism. Two galvani/.ed steel lugs suitable for securing a padlock shall be welded to the cover and frame of the hatch. A Master lock, series 7000 shall be furnished for each latch. Roof cioor framt: and accessories shall be galvanized after fabrication. 4-12. Air Gap Reservoir shall be fabricated and installed as shown on the Plans. Reservoir shall be a minimum of .5/16" steel and supported by steel angles as dimensioned. Reservoir and stand shall be galvanized after fabrication. 4-13. Twenty-Seven-Inch Palmer Bow his Flume shall be supplied by the Owner and shall be positioned accurately by Contractor within l/lo'! tolerance as shown on the Plans. 4-14. Flow Staff shall be formed of stainless steel 18-8 alloy 0.032 inches thick with polish finish. Photoengravecl letters and graduated scale shall be deep-etched, not filled. The Engineer shall loan Contractor a full scale original drawing for photocopy as required for fabricating flow staff. Staff shall be as manufactured by Graphic Trades Service, San Diego, California, BE -9 -023 5 or approved equal. 4-15. Pump Hatch Access for Pump Station shall be furnished and installed as shown on the Plans. Hatches shall be Alhambra A-1082 4' x 4' clear opening, checkered steel plate for parkway loading design. Plate cover and frame shall be galvanised after fabrication. 4-16. Rotary Ventilators. Two rotary wind-driven ventilators shall be furnished for the pump station and shall be WEMCO WR-Z4 or equal; aluminum construction provided for a Type 1 base. 4-17. Meter St^ltion Vent shall be furnished and installed where shown on the Plans and shall be Alhambra Foundry A-2150, 12 inches diameter, 36 . inches long. Vent shall be provided with a mushroom type cap with 1/4" nylon mesh insect screen. The vent hhall be galvanized after fabrication. 4-18. Channels for Pump Shafting Steady Bearings shall be furnished and installed by the Contractor as shown on the Plans. 4-19. Hydropneurnatic Tanks shall be approximately 620 gallon capacity, horizontal, 125 pound working pressure, ASME code tank with dimensions as shown on the Plans. 4-20. Manhole Hatch shall be provided where shown on the Plans to permit withdrawal of trash rack screenings. Manhole shall be 24M clear opening Alhambra Fdy. A-1264 or equal. 4-4 4-21. Shaft Guards shall be furnished for the pump shafting and for the coupling between the gas engine and right angle gear drive-. Pump shaft guard shall pro\ ide protection up to a height 7'-6" above the pump floor. Guards shall be provided where needed for general safety purposes and shall be galvanized metal split case type designed for easy removal. 4-22. Trash Rack shall be fabricated of steel angles and rods as detailed on the Plans. The trash rack frame and assembly shall be galvanized after fabrication. 4-23. Screenings Pail shall be furnished at the wet well and shall be of he./vy duty galvanized steel about 18" in diameter, 24" high provided with a handle and cover. 4-5 SECTION 5 PIPE, VALVES, AND FITTINGS 5-01, General. The work included in this section includes the furnishing, installation and testing of pipe, valves, fittings, specials and all required appurtenances as shown on the Plans and as required to make the entire piping system operable. 5-02. Materials a. Steel Pipe and Fittings. Steel pipe four inches and less in diameter shall be standard weight pipe conforming to ASTM Al 20-27 and shall be galvanized. Fittings for steel pipe shall be malleable iron conforming to ASTM A-338-51T and shall be galvanized. Steel pipelines shall be fitted with sufficient unions to facilitate removal of all valves and appurtenances. b. Cast Iron Pipe and Fittings. Cast iron pipe shall conform to Federal Specification WW-P-421, Class 150. Flanged pipe shall be Class 150 centrifugally cast pipe with screwed flanges. M^chaniceil joint pipe and fittings shall be in accordance with American Standard Specification A21. 11. All bell and spigot fittings shall be AWVVA long pattern fittings unless speci- fically called out as short pattern fittings on the Plans. Flanged fittings shall conform to ASA B 161, Class 125. c. Plastic Pipe and Fittings shall be of high impact polyvinyl chloride (PVC) type. All underground plastic pipe shall Ire Schedule 40, I. P. S. dimensions. All fittings for underground plastic pipe shall be medium weight molded, solvent weld slip joint, or slip joint and treaded as conditions of installation require. Plastic pipe fittings shall be as manufactured by Kraloy Plastic FJipe Company, or approved equal. d. Flanges. Gaskets, and Bolts. Flanges shall conform in dimensions and drilling to ASA Bib. 1-1748, Class 125, Flange gaskets shall be ring type, Johns-Manville Style 60S or Granite. Thickness shall be 1/16 -inch for pipe 10 inches and smaller, and 1/8-inch for larger pipe. Flange assembly bolts shall be standard square' head machine bolts with heavy hot pressed, hexagon nuts. Threads shall conform to ASA Bl. 1-1935, coarse thread series, Class 2 fit. Bolt length shall be such that after the joints are made up, the bolts shall protrude through the nut, but not more than 1/2-inch. 5-1 e. Flexible Couplings shall be as designated on the Plans and be Dresser, Smith-Blair or equal. Flanged coupling adapters shall be Smith- Blair Type 91 Z. Victaulic couplings shall be as manufactured by the Victaulic Co. of America and shall be for cast iron pipe with grooved ends, for water service and able to withstand a pressure equal to the strength of the pipe to which they are attached. f. Jointing Materials for Cast Iron Pipe. Joints for bell and spigot cast iron pipe shall be made with lead, may be mechanical joints as previously specified or may be neoprene gasket type joints equal to "Tyton" as manufactured by the United States Pipe and Foundry Company. Oakum for lead joints shall be of the best quality, clean, long, uniform fibre yard, free from grease, oil, dampness, grit or other deleterious substances. Lead shall contain not less than 99-1/2 percent pure lead. g. Gate Valves three inches in diameter or smaller shall be designed for a working water pressure of 150 psi and shall be Crane 410 or 440 threaded or equal. Flanged gate valves three inches in diameter or larger shall be iron body, bronze mounted, solid wedge Crane 461, 125 psi working pressure or equal. All gate valves shall be non-rising stem and shall open by turning counter-clockwise. All gate valves shall be fitted with cast iron handwheels of suitable size and provided with chain wheels when installed in overhead locations. h. Check Valves 2-1/2 inches and smaller in diameter shall be screwed, all brass, swing check with brass disc, designed for a working pressure of 200 psi, Crane No. 34 or equal. Check valves three inches or larger in diameter shall be flanged, high strength, cast iron, bronze mounted, with bronze hinges, stainless steel gate and hinge pins. The valve shall be straight through pipe, with external level and weight designed for a working pressure of 175 psi and Rensseiaer List 340 or equal. i. Pressure Reducing Valve at the pump station shall be Mueller H9000, 1-inch size and set for delivery pressure /• 50 psi j. Hose Valves shall be brass with leather disk with screwed end Crane No. 58 or approved equal. k. Needle Valves for the purge water system shall be glove type, all brass capable of regulating flow precisely. Needle valves shall be Crane No. 88 or 89 or approved equal. I. Pipe Supports, Brackets and Miscellaneous Items shall be as designated on the detailed Plans. 5-2 m. Floor Drains shall be galvanized cast iron "Josam" Type 300-US with polished bronze strainer or approved equal. n. Slide Headgate shall be Armro Model 35-05C, flat back for a 30" diameter pipe provided with galvani/.ed anchor bolts and bronze lift nut. Gates shall be bronzed faced and of the- non -projecting stem type, including a minimum 2-inch galvanized pipe stem of adequate length, galvanized bracket and guides and HPB 24 handwheel. o. Plug Valves shall be of the non -lubricated type consisting of a one-piece plug, with semi-steel body. Valves shall be watertight and designed for 100 psi working pressure equipped with operating lever. Valves shall be DeZurik eccentric plug valve Figure 101F and 118 with RS-26 Hycar plug facing. p. Gauge Cocks to suit pump pressure gauge shall be all brass, male and female, threaded, Crane No. 744. q. Air, Butane Fuel and Engine Cooling Water Lines shall be of sizes and materials as recommended by gas engine manufacturer.,.-, 5-03. Pipeline Installation - General Requirements The types and sizes of pipes to be used shall be as specified herein and as shown on the drawings. Where sizes of small pipe are omitted from the drawings ami not mentioned in the Specifications, the sizes to be used shall correspond to plumbing code requirements. In any event, undesignated pipe sizes shall be proper for the functions to be performed. All pipe shall be carefully placed and supported at the proper • lines and grades and where possible shall be sloped to permit complete driiinage. Piping runs shown on the drawings shall be followed as closely as possible, except for minor adjustments to avoid architectural and structural features. If major relocations are required, they shall be subject to the approval of the Engineer. In erecting the pipe a sufficient number of screw unions or flanged joints shall be used to allow any section or run of pipe to be disconnected without taking down adjacent runs. Screw unions may be employed on pipe- lines 2-1/2 inches in diameter and under. Flanged joints shall be employed on pipe 3 inches in diameter or larger unless shown otherwise on the Plans. Wherever a flanged joint is shown, the Contractor may, with the permission of the Engineer, substitute a mechanical joint of Victaulic type. 5-3 Piping shall be properly supported by anchors, brackets, or hangers. Hangers shall be placed at a maximum spacing of five (5) feet for all horizontal runs of cast iron pipe. Small steel pipe shall be supported at intervals of not more than six (6) feet. Vertical pipes shall be anchored by suitable galvanized steel straps. Pipe supports shall be provided as shown on the Plans and wherever else necessary to prevent strain on joints or to facilitate taking down pipe. 5-04. Installation of Cast Iron Pipe a. Pipe Laying. All pipe shall be carefully inspected for defects before installation. Such inspection shall include light tapping with a hammer while the pipe is suspended in the air. No pipe or fittings which are cracked or which show defects excluded by the specifications for such fittings shall be used. Any injuries to the protective coating of the pipe or fittings shall be carefully repaired by the Contractor with the coal tar pitch varnish. The pipes, valves and fittings shall be carefully cleaned immediately before installation. Every open end of a pipe shall be carefully plugged or capped before leaving the work. Laying of cast iron pipe shall conform to line and grade as shown on the Plans, b. Pipe Jointing 1. Flanged Pipe. Flanged pipe shall be cut true to length. Joints shall be made up square with even pressure upon the gaskets and shall be perfectly watertight. Gaskets shall fit the inside dimension of the pipe accurately so that no surplus material projects out into the flow area. The completed joint shall be smooth and properly aligned. 2. Lead Joints. The spigot end of the pipe shall be inserted for the full length of the socket in such a manner that the inside surface of the pipe shall be flush and even. For leaded joints a gasket of Oakum shall be driven tightly into the joint from the outside using a caulking iron, leaving a depth of at least 2-1/2 inches of the annular space clear to receive the lead. The Oakum shall be so placed that a gasket of uniform thickness is obtained. It shall be driven back solidly so that there are no loose ends protruding. A suitable runner mudded with clay shall then be placed around the pipe and the ends of the runner shall be clamped, leaving an opening at the top of the pipe slightly off center and sufficiently large to allow the lead to be poured. The lead shall be heated to a temperature such that whon stirred it will show i-apid change in color. Scum shall be removed before pouring. Lead shall be poured at a good speed to fill the joint completely in one continuous operation. The runner shall not be removed until the lead has solidified. After the runner has been removed, the lead shall be thoroughly Baulked in such a manner as to 5 -4 secure a watertight joint without ever staining the cast iron bell. The face of the completed joint shall be flush with tin: face of the bell.' Spongy or im- perfectly filled joints shall be burned out and repoured. 3. Mechanical Joints. Joints shall be in accordance with ASA Specification A21. 11. When tightening bolts the gland is to be brought up toward the pipe flange evenly, maintaining approximately the same distance between the gland and the face of the flange at all points around the socket to provide an effective joint seal. 4. Neoprene-Ring Joints. Between lengths of cast iron pipe, neoprene gasket joints can be used. Joints shall be "Tyton" as manu- factured by the United States Pipe and Foundry Co. or approved equal. Installation shall be in accordance with the minufacturer' s recommendations. Gasket seats and neoprene gaskets shall be thoroughly cleaned before assembly. The completed joint shall have a uniform contact by the gasket before the outer surface of the spigot and the gasket seat of the bell. c. Anchorage. Anchorage lugs shall be provided for bell and spigot fittings and socket clamps and tie rods used where there is a possibility of pulling the joint under pressure. Concrete thrust blocks may be used in lieu of the above where bell and spigot pipe is used below ground. d. Piping Through the Walls. Where pipes pass through walls, care shall be exercised to insure joints being watertight. The pipe shall be free of all dirt and grease to secure a tight bond with the concrete. 5-05. Installation - Galvanized Steel. Galvanised steel pipe shall be installed as shown on the Plans. Horizontal and vertical pipe shall be anchored adequately by means of pipe hangers. Sufficient unions shall be provided to facilitate taking down of pipe where necessary. Pipe ends shall be reamed to the full bore of the pipe. Threads shall conform to ASA B2. 1-1945. In malcing up threaded joints, an approved thread lubricant shall be applied to the male threads only. 5-06. Installation - Plastic Pipe. Plastic Pipe shall be installed where and as shown on the Plans. Buried pipe shall have a minimum cover of eighteen (18) inches. Risers for hose bibs shall be galvanized steel pipe. All water supply lines except where shown to be galvanized steel shall be Schedule 40 PVC pipe. Fittings for plastic pipe shall be of the slip type using the solvent weld process. Transition from plastic to steel pipe shall be by threaded slip joint plastic adapter or fitting. No plastic pipe shall be threaded. No solvent shall be used on threaded end of plastic adapters or fittings. 5-5 Where unions or compression couplings are indicated or required to facilitate taking down piping, Smith-Blair Type 511 compression couplings may be used. Jointing material for plastic pipe shall conform strictly to the recommendations of the pipe manufacturer. Solvent weld connections shall be made as follows: a. Joints shall be wiped clean and a solvent supplied by the manufacturer applied to both male and female connections. Two applications of the solvent shall be made. The treated surfaces shall be forced together as soon as the pipe material becomes soft or tacky and give 1/4-turn as recom- mended by the manufacturer. 5-07. Tests for Leakage a. Cast Iron Pipelines. All cast iron pipelines shall be sub- jected to a hydrostatic pressure; test of 100 psi in accordance with AWWA C600- 54T of the American Water Works Association. The test shall be held for thirty (30) minutes during which time no portion, of the pipe or fittings shall show percolation. The Contractor shall furnish all the labor and materials neces- sary to make the tests and shall repair any damage resulting from or caused by these tests. All pipe and joints which prove defective shall be remedied or replaced und again tested to determine acceptability. Precautions shall be taken to prevent joints from drawing during testing and damage from the tests shall be repaired %y the Contractor at his expense. Pumps shall not be subjected to hydrostatic pressure during the tests. b. Water Supply Piping. All plastic and galvanized steel water piping shall be tested and subjected to 100 psi pressure. There shall be no drop in pressure or evidence ofleakage in a 30-minute period. Leaks shall be located and repaired to the satisfaction of the Engineer. c. Sump Pump Pipiiig shall be tested for leakage visually when the sump pump is in operation. d. Air Piping. Low pressure air piping shall be tested pneumatically. Air pressure of 20 psi shall be applied to pipe and fittings. High pressure air piping shall be. tested to 100 psi. 5-6 SECTION 6 MECHANICAL, EQUIPMENT 6-01. General. The work included in this section includes the furnishing, installation and testing of all items of mechanical equipment. All equipment furnished under this section shall be new and guaranteed free from defects in material, design or workmanship. The Contractor shall furnish arid replace without cost to the District any equip- ment part that is defective or shows undue wear within one (1) year after it has been accepted by the Engineer. The Contractor shall submit a minimum of six (o) copies of shop drawings for all items of equipment for approval prior to fabrication and insLdllation, two of which will be retained by the Engineer. The Contractor's attention is directed to the Special Conditions of the Documents in regard to the time allotted for completion of the work. It shall be the Contractor's responsi- bility to place orders for all equipment items at the earliest possible time to provide ample tiine for the preparation, submittal and approval of shop draw ings. Items of equipment are specified herein by the name of a manufacturer for the purpose of establishing a standard of quality and acceptable experience. Alternate equipment will be given consideration but must be ap- proved in writing by the Engineer. Alternate equipment, to be acceptable, must be in strict accordance with the Spe< if ic.-i tions. Electrical controls shall.be in accordance with Section 8 of these Specifications. The Contractor shall furnish the services of a competent repre- sentative of the manufacturer of the power hoist and monorail; sewage pumps; variable-s peed drive; gas engine; air compressor; flow recorder; and ap- purtenant automatic and manual controls to check the installation and supervise initial operation. The-equipment manufacturer representative shall also instruct employee(s) of the Owner equipment care and maintenance during the breaking-ia period. The Contractor shall fill out the follovviur Equipment Data List and submit same with his bid: 6-1 EQUIP MEN T DATA LIST Item Manufacturer of Equipment 1. Power Hoist ___________ 2. Air Blower & Exhaust Fans: a. Meter Station Air Blower b. Pump Station Dry Well Fan, c. Pump Station Wet Well Fan, _____________ d. Gas Engine Ventilation Fan 3. Raw Sewage Pumps 4. Pump Motor Variable-Speed Drive 5. Right-Angle Gear Drive (Part of Bid - Item 1 A) 6. Standby Gas Engine (Additive Bid Item 1A) 7. Sump Pumps: a. Meter Station Sump Pump b. Pump Station Sump Pump 8. Air Compressor - Air Injection 9. Flow Recorder 6-02. Power Hoist and Monorail. The Contractor shall furnish and install one electric hoist, 1-ton capacity with at least a 30-foot lift. Hoist shall be electric, cable type of the standard head room design for operation on 440 yolts, 3 phase 60 cycle current with 24V at pendant push- button station. Hoist shall have hand pushed trolley upper and lower limit switches, aad safety hook. * Control shall be from one common pendant pushbutton station located about four feet above floor. Pilot circuit control of 24V shall be pro- vided. Shockproof grounded pendant station shall also incorporate a strain 6-2 chain running parallel to the super service rubber covered cable. Equipment shall be designed to allow 15-25 percent addi- tional impact load or a minimum of 1/2 percent per f.p.m. hoisting speed. Lift speed shall be 12-17 feet per minute. Hoist shall be David Round D-55 or approved equal. Monorail shall be composed of flexibly attached rails, in- stalled level. Rail shall be carbon steel minimum 3-1/4" wide lower flange section tension member. Composition of special high-carbon one-piece lower rail section shall be S.A.E. 1060 steel with a chemical composition as follows: Carbon content .50 to .60 manganese content, .60 to .90; sulphur not to exceed .05; phosphorous not to exceed .04. The rolling rail surface shall have a Brlnell hardness between 220 and 230 In "as received" condition. Flat rolling rail shall be straight, smooth and symmetrical, free of all twists, with uniform camber. Standard structural shapes or modifications of structural shapes will not be accepted as meeting requirements for mono- rails. Deflection pf rain shall not exceed 1/450 of span under maximum working conditions. Rail shall be cleaned by an approved blasting process, and painted one coat of enamel primer. Rail shall be Span Master SR 1850 provided with Hanger assembly HA-1853, end stops and all accessories to make the system complete and operable. Switch shall be the sliding type designed for use with power hoist and monorail. Safety guards shall be provided to prevent derailment of hoist carrier If any pair of wheels rests on sliding member. Guards shall prevent movement of sliding member from one position to another if carrier has not entirely cleared switch. Provide safety stop to prevent derailment through open ends of rail leading into switch if it is not locked in alignment. Switch shall be Type L two way non-electrified Span Master or approved equal. It will be understood by the Contractor that It will be his re- sponsibility to furnish and Install any other Items not specifically listed to provide complete and operable unit for the proposed application. Upon completion of Installation, entire system shall be thoroughly lubricated, aligned, adjusted and all parts shall be operated with- out any load and also with 125 percent full rated load. Final operation is to be conducted in the presence and convenience of the Engineer. Test load shall be provided by the Contractor. 6-03. Air Blower and Ventilation Fans a. Meter Station Fan shall operate as a fresh air blower into the meter station. Fan shall be Buffalo "Baby Vent", Size F equipped with a 1/3 HP, 1725 RPM, single-phase, 115-volt totally-enclosed, fan-cooled motor. Fan shall be capable of delivering 1130 CFM at 1/3" static pressure. 6-3 b. Pump Station Dry Well Fans shall operate as an' exhaust fan and shall be an ILG Type,- BC-165 equippea wuu a 2 HP, 1725 RPM, three-phase, open drip-proof motor capable of delivering 4680 CFM at 1/8" static pressure. c. Pump Station Wet Well Fan shall operate as an fresh air fan and shall be an ILG Type~B-15 equipped with a 1/4 HP, 1140 RPM, 120-volt, single-phase totally-enclosed, fan-cooled motor capable of delivering 820 CFM at 1/8" static pressure. d. Gas Engine Ventilation Fan shall be a wall-mounted type provided with heavy duty all aluminum gravity type shutters. Fan shall be similar to Buffalo "Breezo NV-A", 20" diameter rated at 3550 CFM free delivery and powered by a 1/6 HP, 24V DC, 1150 RPM, totally-enclosed ball bearing motor. An insect screen guard shall be provided on the motor side wire guard. Panels and fan wheels shall be minimum #16 guage steel and shall be galvanized after lubrication. 6-04. Raw Sewage Pumps a. General. The Contractor shall furnish and install three vertical non-clog sewage pumps as shown on the Plans. These -pumps shall be complete with flexible vertical-drive shafts, steady bearing and bearing supports. The volute casing shall be made of close-grained gray cast iron or approved alloy having a tensile strength of not less than 25, 000 pounds per square inch and shall be large enough at all points to pass a four-inch diameter sphere. Wall thickness shall be a minimum of 11/16 inches. The volute casing shall be cast in one piece with integral discharge nozzle and be interchangeable for a right-hand or left-hand pump. A hanclhole shall be provided near the discharge flange for inspection and cleaning. A 3/4" pipe tap shall be provided on the top and bottom of the discharge nozzle adjacent to the discharge flange for venting and draining. Provision shall be made for attaching a drain pipe for leakage from ti,e stuffing box. The vplute casing shall be accurately machined to fit the suction and back head assemblies. The discharge flange shall be faced and drilled to the American Standard for 125 pounds. The volute casing shall be subjected to a hydrostatic pressure of not less than 180 p. s. i, g. The impeller shall be the enclosed two-port type and shall be made of close-grain cast iron. The impeller shall be cast in one piece and shall be statically and dynamically balanced. The ends of the blades shall be generously rounded to prevent catching trash. The impeller hub shall be ex- tended through the packing box so that the effective center of the impeller shall be as close as possible to the lower or radial bearing of the pump, but under no circumstances shall the distance between the center of the impeller and the lower bearing be greater than 14-7/8 inches. The impeller hub shall be furnished with a bronze hub sleeve. Thc/itnpt-llor hub bore shall be 6-4 tapered 3/4 inch per foot and provided with a keyway and key so that it will be locked to the pump shaft arid maintain the position by a locknut. The impeller diameter shall have a minimum diameter of fifteen inches. The impeller and volute assembly shall be capable of passing a four-inch diameter sphere. The suction head shall be made of close grained gray cast iron, and shall be accurately machined to fit the volute, suction elbow, and base. The inlet contour shall carefully match the impeller entrance to insure maximum performance. The suction elbow shall be cast iron flanged, faced and drilled to the Amei'ican Standard for 1Z5 pounds. The suction elbow shall be fitted with an inspection and cleanout hand hole. The inner contour of the hand hole cover shall conform to that of the elbow. The back heiicl and frame shall be made of close grained gray cast iron and shall be one assembly accurately machined, centered, and bolted to the volute casing. Construction shall be such that the entire rotating assembly may be removed without disturbing the suction or discharge piping. The frame shall carry both radial and thrust bearings. The pump shall be equipped with a ball thrust bearing and adjusting collar so designed and arranged that the position of the impeller in the volute can be accurately ad- justed by means of radial turn of the threaded adjusting collar for obtaining a close and accurate running clearance for the purpose of reducing leakage losses from the impeller back to the suction head. The thrust bearing and backing collar design shall be such that it will readily permit changing the shaft and impeller assembly. The pump base shall be made of close grained gray cast iron with openings large enough to permit access to the suction line and hand hole in the suction elbow. The base shall have a minimum thickness of 5/8 inches and shall be rugged enough to properly support the pump without undue vibration when operating at maximum design speed and head conditions. The stuffing box shall be cast integral with the back head and frame, and shall have a minimum depth of 3-3/8 inches. It shall be fitted with a bronze seal ring, designed for a grease seal to prevent leakage. During operation, the pressure on the packing box is to be kept to a minimum by the impeller so that the maximum pressure on the stuffing box never ex- ceeds fifteen (15) pounds pressure. The packing gland shall be made of bronze? and shall be the split removable type. Th^ shaft shall be of high grade alloy steel, ground and polished, and is to have i minimum diameter of two inches at the coupling and 2-15/16 inches at the radial bearing. 6-5 Pump bearings shall be of the ball bearing type stressed to give from three to five years life in continuous operation. The upper bearing shall be of the thrust type and shall carry the entire pump thrust load. The bearings shall be grease lubricated with provision for forcing out old grease and limiting pressure. Bearing housings shall be dust and moisture proof. The vertical shafting shall be of the flexible type with flanged universal joints having oil lubricated needle bearings. The shaft shall be pro- vided with a slip spline which will permit the removal of the pump shaft and impeller without removing any section of intermediate shafting or any inter- mediate bearing and without removing the suction or discharge piping. Channels for anchoring intermediate bearing shall be furnished and installed where shown on the drawings. b. Pump and Motor Characteristics Pump No's. 1 and 2 are to be operated as variable-speed units. Pump No. 3 is to be a constant-speed unit with either electric or gas engine drive. Variable pumps shall have the following operating characteristics: Speed Discha rge Head 1160 rprn 1160 rpm 1160 rpm 970 rpm 2250 GPM Io25 GPM Shutoff 1000 GPM 92 Ft 103 Ft 126 Ft 77 Ft Efficiency 79% Min. 75% Min. 67% Min. Pumps shall be rated for continuous duty and shall not overload the drive units throughout the pump curve. The constant speed pump impeller shall be trimmed to provide about 2150 GPM at 1160 rpm. Drive motors shall be standard vertical construction solid shaft part wind rated at 75 HP, 1160 rpm, NEMA, Design B, Class "A", 40°C rise with open drip proof enclosure for connection to a three-phase, 60-eycle, 440-volt power supply. Pumps shall be Peerless NCV Series 6250 8x8x17x4 (6L .>). x 8 x -1 M or Yeomans 6-05. Pump Motor Variable Sp'.-ed Drive. The pumps No's. 1 and 2 shall be driven at variable speeds by means of a vertical motor with an ad- justable speed magnetic drive. These components shall be suitable for driving the pump loac; continuously over tne speed range specified. b-6 The magnetic drives shall consist of a stationary frame with supporting feet, necessary bearing brackets and housings, plus constant-speed and variable-speed rotating members complete with shaft extensions for coupling to the motor arid pump. The entire unit is to be air-cooled. A thermal protective device shall be incorporated in the design to provide shut- down feature in event of overload. The frame shall be of open fabricated construction with necessary baffles to direct the cooling air to the rotating members. It shall provide mounting space f car the sell-excited DC tachometer generator, the collector ringbrushes and the field-lead terminal box. The constant - speed ring member shall be of steel construction with grooves machined in its exterior surface to facilitate cooling. It shall be arranged for coupling to the drive motor. The adjustable-speed magnetic member shall be of monocoil design. The pole castings shall be of high permeability steel. The magnet coil shall be formed of Class "FM insulated magnet wire and then molded into a homogeneous mass in a high grade Epoxy resin insulation. The air gap between these members shall be maintained accurately by means of internal bearings. All bearings shall be regreciseable. A self-excited DC tachometer generator suitable for use with the autoinatic speed indicator is to be belt-driven from the magnetic drive output shaft. The motor and magnetic drive shall be assembled und tested at the factory for proper operation. They shall be shipped iis a unit. The base shall be suitably drilled for bolting the unit to the foundation. The magnetic drive will be flexibly coupled to the pump shafting. No thrust load will be imposed on the magnetic drive bearings by the pump. The speed controlled for the magnetic drive shall be of the silicon controlled rectifier type. It shall be designed to regulate the output speed to within / 2% of the maximum output speed available at any pre-set speed point. The power input will be single-phase, 60-cycle, 110 volts from the 480-volt system. The output speed of the magnetic drive shall be adjusted by either a manual or an automatic speed control potentiometer. The manual potentiometer, speed indicator, a toggle type manual-automatic selector switch, the control transformer, and the speed controller are to be furnished with the magnetic drive for separate mounting in the motor control cubicle. The automatic: potentiometer and associated devices are to be furnished by the liquid level control supplier. The potentiometer rating will be as recommended or approved by the magnetic drive manufacturer. 6-7 6-06. Combined Gear Drive. The Contractor shall furnish and install a combination gear drive of suitable size to transmit power from either the vertical electric motor or the horizontal prime mover to the pump. Bearings shall be double-row ball bearings and gears shall be of the spiral bevel type with a 1:1 ratio. The gear drive unit shall be a Johnson Redi- Torque Automatic Gear Drive, Model FE 1 10EC or equal. This unit shall be part of additive bid item No. 1A. 6-07. Standby Gas Engine a. General. The Contractor shall furnish and install a Butane gas engine to drive under continuous duty raw sewage pump No. 3 through a right-angle gear drive. Gas engine shall be equal to Waukesha Gas Engine Model 140-G7.y The Contractor shall submit shop drawings in sufficient detail showing all the components; accessories; and fuel, cooling and appurtenant piping of the proposed installation, as well as a field power rating curve. « The engine shall be equipped for automatic start-stop control and shall have such features and appurtenances to provide automatic operation of the engine should an electrical power failure1 occur and shut clown engine when normal power is restored. The engine shall also be equipped with proper fuel supply system, exhaust system, heat exchanger, cooling system, starting system, engine governor, Watson Splicer flexible shafting and guards in accordance with California Safety Code. It shall be understood by the Contractor that it will be his responsibility to furnish and install any other items not specifically listed, to provide a complete operable unit for the proposed application. * b. Cooling System. The engine shall be equipped with a whit-lock shell and tube type heat exchanger, surge tank and water pump. The heat exchanger shall take water from the \vater system c.nd shall discharge it into the wet well. A thermostatic valve shall be installed on the discharge side of the heat exchanger, with sensing bulb immersed in the engine jacket water to regulate flow in accordance to engine requirements. A water solenoid valve with 24 VDC coil shall be installed on the discharge line and shall be ASCO or equal. The engine water surge tank shall be equipped with vent- line, sight glass, low water safety switch and high water temperature safety switch. c. Ignition System. High tension magneto ignition system, with spark plugs, cables and wires. d. Fuel System. A butane gas carburetor, heat exchanger, throttle solenoid to idle engine at shutdown, and a butane gas pressure 6-8 reducing regulator and all other butane fuel system requirements shall be furnished. All air to the carburetor shall be filtered with an oil bath air cleaner. A butane gas pressure gauge with momentary pushbutton shall be installed at the carburetor. A solenoid actuated gas shutoff valve xvill close the gas line automatically when the engine stops. A flexible connection between gas line and engine shall be furnished. e. Starting System. 24 volt starter, complete with Bendix drive, 4-6 volt batteries, Group 4-D Exide llycap; 24-volt generator and regulator, battery cable and battery rack at engine. An enclosed, battery trickle charger shall be furnished and installed on the wall near the batteries, and shall be as specified in Section 8. f. Engine Governor. An adjustable top speed mechanical flyball governor shall be mounted on the engine for top speed control, with independent valve box and butterfly. An overspeed governor to stop engine at ten percent (10%) over governed speed shall be furnished and installed. A friction type hand throttle shall also be provided. g. Lubrication System. Engine shall be equipped with a positive gear type lubricating oil pressure gauge, low lube oil pressure safety switch, shall be engine mounted. h. Junction Box. A strip type junction box shall be engine mounted to receive all engine wiring. i. Engine Instrument Panel. The engine instrument panel shall be engine mounted, vibration isolated, and contain the following: Water Temperature Gauge Oil Pressure Gauge Vacuum Gauge 24-volt hourmeter Magneto operated electric tachometer with momentary pushbutton. j. Power Take-off Equipment. The engine shall be equipped with a flywheel and stub shaft of sufficient size operating under continuous duty. The flywheel housing shall be of the foot type. The built-up steel sup- port assembly to which this engine will mount shall be fabricated to permit engine oil pan removal without disturbing other engine connections. A Watson-Spicer close-coupled shaft shall be furnished and installed between the engine and tne right ancle gear drive. The Watson-Spicer ;haft size and capacity shall be as recommended by the manufacturer. 6-9 The engaging speed shall be in accordance with the engine manufacturer's recommendations. Suitable sheet metal guards shall be provided. k. Exhaust System. A residential class exhaust silencer shall be furnished and installed. The exhaust silencer and piping sh it DC a taree (3) inch Kittell Model-GR or equal. The silencer and piping to ouilding exterior shall be wrapped with a Johns Manville thermobestos cover, not less than three (3) inches thick. The exhaust silencer and piping shall be sized so as not to exceed 15" water column back pressure at the engine exhaust header. The exhaust system, complete with pipe, fittings, and silencer, shall be installed as shown on the Plans and in such manner as to minimise condensation backflow into engine valve mechanism. Expanded metal safety guarding shall be furnished and installed as required. 1. Automatic Control System. The automatic control system for t't'e standby gas engine along Vvith associated appurtenances shall be as1 specified in Section 8 of this Division of tiiese Specif ications. m. Butane Storage Tank. A stationary horizontal type butane storage tank shall be furnished and installed outside the pumping station as shown on the plans. The tank shall be an approved ASME tank of at least 1900 pounds capacity and shall be equipped for bulk delivery. The tank shall also be equipped with a liquid service outlet, safety valve, variable liquid level indicator, and mounting brackets for fastening to floor and/or wall. The tank shall be as manufactured by Roy Hanson Mfg. Co. , Los Angeles, California, (RI-77514) or approved equal. The fuel lines to'the engine shall be wrought iron pipe or as recommended by gas engine manufacturer. A 24-volt explosion proof gas solenoid shut-off valve shall be mounted at tank and controlled from the Control Panel inside pump station. 6-08. Sump Pumps a. Meter Station Sump Pump shall have a non-clog, shall be of the submersible type, and shall have a capacity of about 50 G.P.M. at 10 Feet TDK. Pump motor shall be 1/3 HP, single phase oO-cycle 115-Volt designed to'operate under submerged condition. The pump unit shall be equipped with ten feet of waterproof, oil resistant electrical cord complete with grounding type cord cap. Liquid level control mechanism shall be built- in integrally with the pump unit and shall be watertight. The sump pump shall be Chicago Submersible Pump Model 3U-704 (Engineered Equipment Associates, 650 South San Vicente Boulevard, Los Angeles 48, California) or approved equal. 6-10 b. Pump Station Sump Pump shall be Chicago Pump Model 3U-704 or equ.il rated to deliver 40 gallons per minute at 14 Feet TDH. Pump shall be mounted on a Fig. SES 18.5, 18!l diameter x j'-O" deep cast iron basin. Pump moto-r shall be a \ I *> HP, single phase oO-cycle, 120-volt 175- RP>1. 6-09. Air Compressor - Air Injection. The contractor shall furnish and install as shown on the Plans, one Yeomans Model 45L, oil lubricated, water cooled adjustable speed, rotary air compressor mounted on a fabricated steel base wita vibration pads capable of supplying 25 to 45 CFVI of inlet air at 45 PS1G discharge pressure at a continuous basis. The compressor shall be ball or roller bearing type with com- position blades, mechanical shaft seals and operate without stuffing boxes or seal water. The compressor shall be dirven by a 10-HP, 1750 RPM, 480- volt, three phase, 60-cycle totally enclosed fan cooled motor through a variable pitch stationary control belt drive having a variable output speed. Speeds shall vary between 800 rpm to 1400 rprn. The unit shall be equipped with low oil level safety switch and a mechanical force feed lubricator of sufficient capacity. The compressor shall be supplied with the necessary ac- cessories to make the system complete and operable such as: a. Inlet and Discharge Silencer, Burges s -Manning SDG-2" b. Pressure Relief Valve, Crane £2550-2" c. Air Cleaner, Air Maze Model CCLR80-2" d. Solenoid Water Control Valve ASCO 8210A - 3/8" e. "Y" type Strainer, Crane *988-1/2"-3/8" f. Cooling Water Needle Valve, Crane #88-3/8" g. Pressure gage, Marshalltown £23 w/4-1/2" Dial, 0-75 psi . 6-11 h. Outlet Thermometer, Auto Lite V-l w/4-l/Z" Dial 40-ZZO°F range. « i. High temperature safety switch manual reset type, Minneapolis Honeywell L4006E j. Air Check Valve, Crane #34, Z" k. Plug Valve, Lukenheimer #454-Z" 6-10. Flow Recorder The flow measuring device at the metering station shall consist of a float-actuated, mechanically-operated, indicating, totalizer-recorder instrument equal in type to Builders-Providence "Flow-Watch" Model 30Z. The meter shall be mounted in a cast iron, weather-proof housing. The in- strument shall have an overall accuracy within / 1% at all rates of flow between 100 percent and ten percent (10%) of full scale, and two percent (Z%) / accuracy between ten (10) and five (5) percent of full scale. The instrument shall be constructed of corrosion-resisting materials, enclosed in a dustproof case, suitable for mounting in a weatherproof housing. The flow meter shall operate on 115 volt, 60 cycle current. The 'totalizer shall be driven by a synchronous electric motor, and shall be of the seven-digit, straight-reading cyclometer type, reading in 1000 gallon units. The instrument shall be mounted in a cast-iron, weather- proof housing weighing not less than 600 pounds, with black baked enamel finish. The housing shall be equipped with a lock and four keys. The rear door shall have a latch, operated from inside the case, accessible only when the front door is open. Both front and rear door shall be solid steel or cast iron panels, comparable with the cast housing. The pedastal shall be 5-inch galvanized steel pipe, enclosing the operating cable, counterweight, and electrical conduit. The base shall be a cast iron floor flange at least Z5-1/2 inches in diameter. The pedestal and base shall be field painted as specified in Section 9. The float shall be nine inches nominal diameter, polyester plastic pancake type. The float cable shall be nylon-covered stainless steel. The flow recorder shall be equipped with a 115V, 30W, cartridge-type heater mounted inside the recorder to maintain ambient temperature above the dew point. The point of attachment should be near the bottom of the casting. Leads shall be insulated with ceramic beads and terminated at a terminal block in parallel with clock motor leads. The cartridge surface shall be thermally insulated from the casting by porcelain bushing. 6-12 The recorder shall utilize direct-reading blueline charts of 12-inch diameter for reading continuously the rate of flow. The chart shall make one complete revolution weekly and shall read directly in gallons per day. Chart center shall be printed with special legend to show the units of graduations and shall have blank spaces for recording totalizer readings. A year's supply of charts and ink shall be included. Flow recorder shall be capable of measuring an ultimate maximum flow of 10. 0 MGD through a Palmer-Bowlus flume with a throat width of 27 inches. Rate of flow shall be continuously recorded on* a 12 inch diameter 7 day chart, having uniform graduations, reading directly in million gallons per day, graduated from 0 to 10 MGD. The flow recorder shall be shop calibrated against a float travel with test points in increments of not more than five percent (5%) of full scale over the flow range specified. Rating Curve for 27-inch Palmer Bowlus Flume is as follows: Flow Depth Above Zero Datum (Ft) 0. 0. 0. 0. 0. 0. 0. 0. 1. 1. 1. 1. 1. 1. 1. 1. 1. 1. 1. 1. 20 30 45 51 64 7*1 84 93 01 08 15 22 28 33 38 43 48 53 62 70 Flow Rate In M. G. D. 0. 0. 0. 1. 1. 2. 2 3. 3. 4. 4. S. 5. 6. 6. 7. 7. 8. 9. 10. 2 4 8 0 5 • 0 5 0 5 0 5 0 5 0 5 0 5 0 0 0 6-13 6-11. Water Booster Pump shall be a horizontal end suction centri- fugal pump equal to Aurora Model 1-1/4B x 1-1/2 GGU. Pump and motor shall be supported by a heavy cast iron base plate which shall be anchored suitably to the concrete floor slab by means of foundation bolts. TKe base plate shall be provided with drip rim base. The pump shaft shall be con- nected to the electric motor drive by means of a flexible coupling of the pin and bushing type to allow quick dismantling. Pump casing shall be of the volute type made of nigh grade cast iron. Impellers shall be all bronze provided with bronze wearing rings, Bearing frame shall be designed separately from pump ' "11 and shall be of cast iron. Two outboard ball bearings shall be provider axi shall be sufficiently separated to avoid shaft deflection. BoL *. .. '.-..i.igs shall be grease lubricated. The pump shall be designed such that the impeller is easily adjusted without pump disassembly. Packing cover shall be cast iron and shall have a stuffing box arranged for grease lubrication. Pump shall have a shut off head equal or greater than 190 Feet and.shall deliver 40 gallons min. at 75 4- PSI head;l!0 gallons min. at lib Ft. head. Pump shall be driven by a 7-1/2HP motor 3500 RPM TEFC and shall operate satisfactorily at 25' NPSH. Under all conditions, motor shall be non- overloading. 6-1-i SECTION 7 ARCHITECTURAL ITEMS 7-01. General. T'-i3 work covered in this Section includes the furnishing and installation of architectural items, furniture, accessories, and si>y. ilar mis co 11 aneous items. 7-02. Doors. Furnish and install one door each: Main Entrance. Hollow metal Medallion Door, M-6070M, double swing type, both leaves active with louvers on each leaf providing a minimum of 370 square inches (No. 4643-34). Provide floor type bumper and holder for each leaf (No. 4066). Provide heavy duty cylindrical lockset with dull bronze finish on bronze and set of four keys. Wet Well Entrance. Hollow metal Medallion Door, M-2870M. 7-03. Furniture shall be installed as shown and as follows: Steel Desk. Steelcase No. 14071 - Plastic Top, Sun Tan Steel Side Arm Chair. Steelcase No. C-235, Sun Tan Steel Folding Chair. Virco No. 129 Steel File. Steelea'se No. 18S1, Sun Tan Steel Shelves. Metal clip type, open steel shelving, 12 inches deep x 3'-0" wide and 7'- 3" high. Hallowell. Erectomatic E-513 Hallowell Erectomatic E-S11 Finish: Grey baked-on Enamel. 7-04. Water Closet and Accessories. The Contractor shall furnish and install complete where directed and in accordance with governing plumbing codes: a. Kohler - K-4291-ET Siphon jet elongated bowl with 2" top spud. K-4'302-A 8-gallon flush tank Church No. 4500 black "Moltex" open front less seat cover. 1 ea. Toilet Paper Dispenser No. 401, Blake, Moffit and Towne 2 ea. Soap Dispenser "Luron Standard" 2 ea. Paper Towel Dispenser "Hancraft" 7-05. Toilet Partition shall be furnished and installed by Contractor and shall be Pricemetal Flush Pilister overhead braced with porcelain enamel finish or approved equal. 7-06. Slop Sinks shall be furnished and installed by the Contractor as shown on the Plans. Shop sink a-hall be 24" x 24" by 16" deep, single compartment with detachable angle legs, square corner construction, 1-1/4" roll rim all around. Body construction shall be minimum No. 14 galvanized steel metal. Detachable angle legs shall be a minimum of 2" x 2" x 1/4" galvanized steel angles. Slop sink shall be similar to Elkay Manufacturing Co. , Chicago Illinois, Dwg. LK 2083-B. 7-1 SECTION 8 ELECTRICAL WORK 8.01. General The work covered by this section of the specifications consists of furnishing all labor, materials and equipment and performing all operations required for complete and operable systems as indicated on the drawings and as specified herein. Included is a lighting system, power system, each with individual metering, motor control center, system controls, and installation and/or connection to equipment furnished under other sections of the specifi- cations. 8.02. Special Requirements a. Conform with local and State building ordinances, regu- lations of the State Fire Marshal and the Electrical Safety Orders of the State California Industrial Accident Commission. b. Permits shall be in conformance with the General and Special Conditions of these Specifications. c. Submit six copies of material list within thirty days and electrical equipment shop drawings for approval within sixty days after the contract date. Complete internal wiring diagrams shall be included. d. Prepare and maintain a set of blueline prints with lc-i cation of all underground conduit runs dimensioned and all changes indicated in ink. Forward to Engineer at completion of work. e. Make all necessary inspections of existing site and build- ing conditions within the scope of this work and make allowance for existing conditions before submitting bid. f. Provide all mounting facilities required for properly securing or hanging fixtures equipment and outlets. g. Coordinate electrical installation with installations of other trades . h. Provide all sleeves, inserts, etc., required to be in- stalled in concrete work, except those inserts supplied and installed for support of the overhead conduit in pump room. 8.03. Guarantee and Tests The Contractor shall guarantee all materials to be new and all materials and workmanship to be free from defects for a period of one year from date of acceptance of the completed work. After the work has been com- pleted and at such time as the Engineer may direct, the Contractor shall con- duct an operating test for approval. The equipment shall be demonstrated (in the presence of the Engineer or his authorised representative) and shall operate in accordance with requirements established on the drawings and in this Speci- fication. The Contractor shall furnish, at no additional cost, all instruments and personnel required for the tests. Any deficiencies shall be corrected prior to acceptance of the work. Control equipment shall be fully explained to operating personnel by the technical representative of the manufacturer. 8.04. Electrical Ser\ ices Verify locations and conform to the requirements of the serving utility. Pay all service charges without additional cost to the County. 8.05. Materials All materials shall be new and shall conform to standards of the IEEE (AIEE), NEMA and NBFU. 8.06. * Conduit Rigid conduit used indoors in and around structure shall be hot dipped galvanized with a special coating of baked on lacquer applied inside and outside to further insure high corrosion resistant properties, and shall meet ASA Specifications C80. 1 and Federal Specifications WW-C-5814, latest re- vision. Rigid conduit buried in the earth shall be PVC covered hot dipped galvanized conduit, do not substitute. Submit full detailb with Material List, Sec. 8 or Special Requirements, Paragraph c. Ho EMT conduit shall be used. 8.07 Conduit Installation Flexible, neoprene jacketed conduit shall be used only for final connection to motors and where specifically indicated on the drawings. All conduit couplings shall be painted or smeared \sith a pipe compound to insure 8-2 good corrosion resistance. Red or white lead shall not be used. Conduit buried in earth without a concrete jacket shall be PVC coating over hot dipped galva- nized rigid conduit as made by Pittsburg Standard, Verona, Pennsylvania, Ex- posed conduit shall be run at right angles or parallel to structural members, walls, floor or ceiling. Conduit in concrete structural slabs shall be installed in center third of slab. Conduits buried in earth shall have a minimum cover of two feet except where installed beneath a concrete slab. Conduit shall be supported by Appleton 1 screw malleable steel clamps, catalog numbers 17150 thru 17157, with Appleton 1 screw clamp backs, catalog numbers 27150 thru 27157, or an approved equal submitted with full details with Material List, Sec 8-02 Special Requirements, Paragraph c, and secured by means of expansion bolts in concrete, machine screws on metal surfaces, and wood screws on wood con- struction. Wooden plugs in masonry or concrete construction shall not be used. All conduit shall be kept dry and free from debris during construction by use of pipe plugs or special caps. Conduit entering sheet metal boxes or cabinets shall be electrically and mechanically secured in place by means of two locknuts and provided with an insulated bushing on the end of the conduit. 8.08. Fittings and Receptacles Interior outlet boxes shall be pressed steel, 4S minimum galva- nized, where installed concealed. All exposed fittings shall be cast such as Crowse-Hinds Condulets "GUA", "GUB", "FS" and Crowse Hinds Obround series condulets with cast Feraloy covers and neoprene gaskets. Receptacles shall be furnished and installed of the type and catalog specification as shown on the drawings. 8.09. Conductors All power wire and cable furnished shall be single conductor RHW-N-neoprene jacketed, 600 volt building wire, sized as shown on the draw- ings and shall conform to following applicable standards - IPCEA No. S-19-81 and NEMA WC3-1959. Insulation and jacket shall meet ASTM Spec D754, D1520, D1679 and D752. Cable must be listed under Standard 854 for service cable and a neoprene jacketed Type RHW and Standard 44 for rubber covered wires and cables. Wire and cable shall conform to interim Federal Specification J-C-00103d (GSA-FSS) and J-C-115a. Control cable shall be single conductor RliW-N minimum #12 AWG. Branch circuit conductors terminating in incandescent fixtures shall be Rockbestos type AF. Conductors for feeders and all motors shall be con- tinuous without splicing. Do not pull feeders or power cables \\. ithout inspection clearance. Conductors for all lighting and single phase power shall be type THW. Wire and cable manufacturers shall be Rome, Anaconda and Okonite. 8. 10. Conductor Installation Oil or grease shall not be used when pulling in conductors. Con- ductors pulled in conduit raceways shall use Ideal "Yellow 77". Lace or train conductors in panels and equipment using plastic Pandits in a workmanlike manner. Joints, splices and taps in control cable and single phase power and light shall be connected with Ideal "Wing Nut" #452 and #453, or equivalent. 8-3 $.11. Pull Wires Install No. 12 galvanized steel pull wire in all empty conduits. 8.12. Grounding System All motor control center sections, panelboard cabinet, motors, stub up conduit, gas tank, conduit system and neutral system conductors shall be permanently and effectively grounded to the underground water piping by means of approved ground clamps. Where tie to underground pipe system is restricted by the serving water utility, a made ground system shall be used with 8'-3/4" copper weld ground rods. Si/,e and type of grounding conductors and bonding jumpers shall be as shown and as required by the State of California Electrical Safety Orders dated 1955, and local ordinances, but in no instance shall the grounding wire be smaller than No. 6 AWG. 8.13. Lighting Fixtures Lighting fixtures shall be of the type specified on the drawings. Special corrosion treatment is required on fixtures. Flood light is specified for general yard lighting. Weatherproof spot lights close to the ground have been sleeted with lamp color as shown to illuminate pump station exterior. Explosion proof type fixtures specified for use in certain areas are not for hazardous conditions. Contractor shall furnish and install lamps. 8.14. Lit m ps Incandescent lamps shall be of the size shown on the drawings. All lamps shall be Sylvania, Westinghouse or General Electric. 8. 1 5. Circuit Breakers X Circuit breakers shall be of the molded case type and shall conform to the Standards of NEMA and Underwriters Laboratory. Panelboard breakers shall be bolted, single and two pole and shall be E frame type or equivalent with 125 volt AC rating per pole with an interrupting capacity of 7,500 Amps based on NEMA Test Procedures, asymmetrical and symmetrical, equipped with thermal magnetic non-interchangeable trip. Two pole breakers shall be designed with a tie bar that requires breakers to be removed to re- move tie and meet California Electric Safety Orders, dated 1955. Main breaker for NAIB panelboards shall be Type F, or equivalent, rated 240 volts AC, with an interrupting rating of 20,000 Amperes, asymmetrical and 18,000 Amperes symmetrical based on NEMA Test Procedures, and be used on panel- boards up to 100 Amps. For single phase connected loads over 100 Amperes there shall be used Type JA, or equivalent, with an interrupting rating at 8-4 240 V AC of 25,000 Amperes asymmetrical, 22,000 amperes symmetrical based on NEMA Test Procedures. Main breakers for three-phase power shall be of the thermal-magnetic type with necessary interrupting capacity based on secondary transformer capacity for proper interrupting rating. Feeder breakers shall tiot be smaller than frame Sixe F, or equivalent. Circuit breakers f->r motor starters shall follow manufacturers recommendations. Front operated breakers shall use an integrated exact mating type of control handle that assures positive operation and interlock of the cover. Enclosures for local mounting of breakers indoors shall be NEMA 1, for outdoor requirements NEMA 3R shall be installed. Outdoor metering shall use NEMA 3R enclosures. All equipment shall use solderless pressure con- nectors and all connections used shall be copper. 8.16. Motor Control Center The motor control center shall have space for five units each 14-1/2" high and be 14-1/2'' deep approximately. All large equipment shall be bolted to the bus. Small starters Si/,e 1, shall be "pull out" type mated to a. flat bus. The small starters shall preferably be of the compact type. The motor control center shall be Class B construction with all starter connections termi- nating at a terminal block at each starter, adequately and properly identified. The connecting solderless lugs shall clearly identify the motor connections of the six-phase legs of the part wind motors. Metal enclosures furnished shall be special dipped for electrical bonding and coated with a corrosion resistant lifetime baked melamine or equivalent. Frame structure and doors shall be of sufficient steel guage to prevent warping and misalignment. 8.17. Magnetic Motor Starters With Combination Air Circuit Breaker Magnetic motor starters shall use a combination air circuit breaker sized as recommended by the industrial control manufacturer, and shall be three-pole, 600 volt, three-phase full voltage across-the-line type, with overload heaters correctly sized to match motor with which it is used. Compact starters shall be mounted in the motor control center with required auxiliary contacts, pushbuttons, 120V control transformers, and Selector switches or other devices as required by the Plans, as manufactured by Arrow, Hart and Hegeman, Allen Bradley or General Electric. 8.18 Buena Vista Metering Station a. General. The metering station will take single phase power from San Diego Gas and Electric Company from a service pole located adjacent to the metering structure on the east side. Single phase light and power shall be metered by an outdoor meter mounted on the service pole. Adjacent to this meter shall be an 8 ckt NAIB panelboard in a NEMA 3R enclosure which shall have an F frame type or equivalent main circuit breaker. A non-tamperable lock shall be placed on the enclosure, all as shown on the drawings. b. Flow Recorder. The flow recorder shall take 1ZC volt power for operation of the recorder and small 30 watt heater internally mounted, as shown on the drawings. c. Sump Pump. A submersible 1/3 HP single phase sump pump with internal float control shall be connected up, as shown on the drawings. d. Fan. A small 1/3 HP single phase fan shall be timer operated, with an over-ride switch - one pole of the two pole light switch, to cut out timer when lights are on, as shown on the drawings. 8.19. Buena Vista Pump Station a. General. The industrial control manufacturer shall co- ordinate with the control system manufacturer to assure that all sections of the motor control center are compatible and continuous. The motor control center and the bubbltrol control section shall be 90" high, 1-1-1/2" deep approximately and of the width specified as shown on the drawings. The motor control center shall be the standard manufacture of Zinsco, Automatic Control Company or Mullenbach. Unless otherwise specified, all sections shall be finished in baked gray enamel, ASA No. 49, and have at least two bolts at the base for each section for anchoring to the two channel mounting base 1/2 :| above the finished floor. Manufacturer shall submit shop drawings and wiring diagrams for ap- proval prior to manufacture. Terminal blocks shall be used for all control interconnections. b. Panelboard. The panelboard shall be surface mounted, Type NAIB, 240 Volt AC, 3-wire single phase with bolted breakers Type "E" of the number and capacity and with the main breaker as specified, all as shown on the drawings. Mounted in the box shall be a Paragon 4000 series no skip time, astronomical timer for latitude 32° North to monitor the outdoor lights. Circuit breakers for mechanical equipment and outside lighting shall be provided with "Lock-on" breaker locks. An outdoor single phase power and light metering facility shall be mounted as shown on the drawings. c. Motor Control Centers. The industrial control sections shall be 14-1/2" deep approximately, 90" high and of the width shown and shall contain the following and shall conform to the drawings: 1. Five motor control sections with controllers for part wind motors, and auxiliary equipment. Control voltage for all equipment shall be 120 volts, 1-phase, supplied by individual control transformers capable of being disconnected along with the motor starter when the breaker is disconnected from the line. Each starter shall have running lights, necessary selector switches for motor control with 1-2 position selector switch and terminal block for future use, reset Dutton, all as shown on the drawings. Engraved narneplates shall be furnished. 8-6 2. A three-phase power metering section \\ith the main breaker, current transformers, utility furnished, and necessary meter socket shall be furnished and installed. 3. An underground pull section for the incoming power cables shall be furnished and installed. 4. The Bubbltrol enclosure shall match the other section^, 14-1/2" deep approximately, and 90" high of the width shown on the drawings, and shall have a lock and be accessible from the front only. The upper sections of the panel shall contain the control panel for the magnetic drives operating Pump No. 1 and Pump No. 2. High level Pump No. 3 shall be operated from the sensor cutting in for high level operation. Sufficient space shall be left for the two future pumps. Engraved nameplates shall be furnished for all operating components. All subassemblies shall be mounted on individual chassis with secondary terminal strips. Included on the control panel shall be three Westinghouse running meters, tachometers, hand-off automatic selector switches, pump-alternator with two position hand-off automatic switches, control potentiometers, indicating lights with dimming resistors, with amber lights for "power on", 3 "Pump required" and green "pump running" single-phase power breakers, flush mounted water level indicating gauge and three alarm stations, with provision for two future pumps. Pumps and alarm lights shall be equipped with adjustable dim glow feature. The automatic alternator shall provide for the automatic stiirting of one standby pump on failure of the lead pump to maintain level. The operation at this time shall be limited to two pumps only drawing power from the power line. In each of the three 75 HP P. W. starters there shall be installed a relay across the "green" signal lights indicating pumping operation. The contact of each of the three relays shall be in series as shown on the drawings. A weatherproof red globe mounted on the pump house sends out a flashing red signal, indicating plant pumping failure. Local alarm sounding bell for CO-, gas cutover, and pump failure due to overload heater operation when any of the pump motor control coils drops out actuates a N.O. contact when the overload relay trips. A silence button shall control the bell and cause flashing lights to burn, steady. All interconnecting wiring between the units in the units in the section and wiring leaving the section shall be done by one manufacturer. Control of the three pumps shall-be made by self- purging bubbler system. Air shall flow through the bubbler pipe from the control section to the wet well. Variation in liquid level shall produce corresponding variation in air pressure required to maintain the rate of bubbling which shall be adjustable from tne bubbler panel. The Bubbler panel shall include adjustable air flow regulator calibrated to set the rate of bubbling. 1-7 An air filter shall be supplied to protect the flow regulator. Shut-off and bleed valves shall be included to control equipment and to facilitate adjustment. A stainless steel bubbler guard shall be furnished for seperate mounting on the end of the bubbler tube to be furnished by the General Contractor. Air for the bubbler system shall be furnished by the 7-1/2 HP compressor furnishing air to the hydropnuematic tank. Two variable-speed pumps and one constant speed pump shall be programmed in control operation in accordance with the pump control sequence shown herein. The control unit shall be calibrated and geared to drive the control potentiometers over the full range from minimum and maximum speed control over change in water level of 18 inches. An automatic three step sequencer shall be provided to "exercise'1 the constant speed unit. Every third starting cycle shall allow the constant speed unit to start on high levels to . 5 elevation and continue to run until low level 0.0 is established. »Z PUMP - VARIA&LZ SP£££> AS CHV/V L£ V£L . 17 „ THIS LEI/EL STWT5 *2PU/MPJ CHOPS #/ PUMPKAN66 srA&r ** 8-8 The preceding flow control is based on the constant speed pump's impeller being trimmed to drop 100 GPM at maximum speed. The pumping function is to start matching the flow with the F 1 variable speed motor to its maximum which is 100 GPM more than the constant speed pump, then permitting the constant speed pump to operate at its maximum and cutting the =1 variable speed pump to 100 GPM plus and as level increases to cut in *2 variable speed pump, drop the constant speed simultaneiously so that only two pumps draw power, then change the status of ?2 variable speed pump to the role of the constant speed pump picking up an additional 100 GPM to maximum of two pumps. The curve herein shows the flow rates and what is required to be accomplished. 140 .frf* <S IO31 r,D-/i. JOQQ 6.P.M. 97O ft.PM. 5O] FLOW- GALLONS P£F\ MINUTE. /foo tooa ..... Jooo 8-9 8.20. Hydropneumatic Tank System 1. A 7-1/2 HP, 440 V, 3-Phase, air compressor shall be connected up as shown on the drawings which feeds air to the hydropneurnatic tank and bubbltrol systems. 2. A 7-1/2 HP, 440V, 3-Phase, water suction pump shall.be connected up as shown on the drawings. 3. A 120 Volt, single-phase, solenoid valve, adjacent to the hydropressure tank shall be hooked up and conduit with wire shall be run to bubbltrol section with sufficient wire coiled up for connection by control manu- facturer. A seperate conduit shall be run from the electrodes on the hydro tank to the bubbltrol section with wire as shown on the drawings for connection by control manufacturer. 4. A vigitrol high level alarm shall be connected up with con- cuit and wire as shown on the drawings, for connection at the control section by the control manufacturer. 8.21. Fans and Pumps 1. Connect up a 1/6 HP, 24 Volt, DC, fan which operates with engine runs, all as shown on the draw in-s. 2. Connect up a 1/4, 120 Volt, 1-Phase, wet well fan with circuit interlocked with light switch to over-ride timer operation as shown on the drawings. 3. Connect up a 2 HP, 440 Volt, 3-Phase, fan with circuit as shown on the drawings. 4. Connect up 120 Volt, single-phase, 1/4 HP, submersible pump with its own built-in float control as shown on the drawings. 8.22. 440 Volt Power Receptacles Furnish and connect 4-440 Volt, 3-Phase, receptacles as shown on the drawings, for joint use by power hoist and other devices. 8.23. Automatic Engine Control Panel The automatic engine control panel shall be as manufactured by C &r B Manufacturing Company, Whittier, California, and furnished by the gas engine manufacturer, shall operate with the 24 Volt DC battery system and control the engine during exercising or loss of power periods. Hermetically sealed- i-elays shall be used. Contacts shall be rated at 10 Amperes continuous. The 8-10 control shall include operation of the 24-Volt DC ASCO water solenoid to the heat exchanger, control of the 24-Volt ASCO gas valve at the outdoor storage tank, a transient power outage timer which prevents unnecessary engine starts due to transient power 440 Volt, AC, outages. The complete control shall be mounted in a large Bristol Indicating Recorder. The Recorder shall be provided with 30-Day charts that record a jog in the voltage every time engine starts and runs. On top of the door shall be mounted the following: overcrank light, low lube oil light, high water temperature, low water level and overspeed light, 4-position selector switch and starter pushbutton, and an "on" signal light which remains lit when switch is in other than "automatic:" position. When the selector switch is in the automatic position, the control shall operate as follows: When the loss of power tinner times out, the closing of the contact takes the engine through 4 to 6 attempts to start. The length of the cranking period shall be adjustable from 10 to 20 seconds. The rest periods will be fixed at approximately 10 seconds. The overall timing shall be adjustable to achieve the correct number of cranking and test periods, regardless of the setting of the cranking tinier. Pneumatic or thermal timers shall not be permitted. Should the engine fail to start on any of these attempts, further operation should be stopped and the 24 Volt DC "overcrank" light energised should the engine start on any of these attempts, cranking should cease, the block be removed on the failure circuits and the engine brought up to speed. It should continue to operate at rated speed until the engine contacts are again opened. The fuel solenoid should then be de- energized and the magneto grounded. If at any time during this operation a failure should occur due to low lubricating oil pressure, or high jacket water temperature, low water level or overspeed the engine shall be shut down. Ten times per month, while in the automatic position, the engine shall be automatically started and run for an adjustable period up to 10 minutes. When the engine starts up each time, a jog shall appear in the line on the recorder to indicate that the engine has started and run. Should a failure condition occur during an exercise or test run, the engine shall be shut down immediately. In the Test position, the engine shall start up immediately and continue running until the switch is turned to the "Off" position. During the test runs made in this manner, should a failure condition arise, the engine shall immediately shut down and the proper light shall be lighted and the remote circuit closed. In the "Off" position, all relays shall be de-energized and made inoperative so that, the machine can be properly and safely serviced. Also, the non-automatic light shall be energized. In the manual position, the solenoid valve shcill be energized and the magneto un- grounded in the selector switch. Starting shall be accomplished by means of the start pushbutton on the front of the panel. No relays or protective circuits in the control shall be used in the function since this position will be utilized only when there is control trouble. The engine will be stopped by turning the selector switch to the "OFF" position. The engine shall be maintained automatically at 120 F. by means of a forced circulation immersion heater, Kirn Hotstarl or approved equal, which is thermostatically controlled by a therrnostatic switch in the jacket water of the engine, Fenwall 17-150 or approved equal. The 24 DC fan shall be controlled by a relay that energizes when engine operates and permits the fan to run. Also the buubltrol CO, supply is controlled by 24V DC which can be operated from the same relay all as shown on the drawings. Controls shall be the product of a manufacturer having at least five years of expe rietice in furnishing similar equipment. The Contractor shall 8-11 obtain the services of a technical representative from the control manufacturer to supervise installation and final adjustment of the control system and to in- struct operating personnel in the use and maintenance of this equipment. Manu- facturer shall furnish the Engineer with live copies of operating and maintenance manuals for approval and transmittal to the County. The automatic engine panel/ recorder shall be as manufactured by C & B Manufacturing Company, Whittier, California, without substitution. 8.24. Battery Charger The battery charger shall be as manufactured by Lester Equipment Manufacturing Co. , or approved equivalent, as follows: wall mounted, 120 volt, single-phase automatic 2-Step charger, similar to Model 24TIORC, with a charge rate of 2 to 10 Amps. When the battery charger is operating it shall be controlled in charging rate by an Exide TVR relay and the control shall maintain the high charging rate of 10 amperes until the battery is charged up to about 2.3V DC per lead acid cell at 77 F. and inversely temperature compensated. At this point the charge rate shall be immediately reduced to a trickle charge rate not to exceed . 3 amperes plus any steady state light load that might come from the control. It shall be equipped with a relay that will automatically disconnect the charger from the battery during cranking operation. Upon cessation of cranking, the charger shall come on immediately at tlxe high charging rate. 8.25. Butane-Propane Tank Solenoid PVC covered rigid conduit and wire shall be run underground to tank along with #b bare ground wire to 24 Volt gas solenoid from automatic engine panel as shown on the drawings. 8.26. Air Injector Compressor Connect up 10 HP air compressor with protective control circuit as shown on the drawings. 8-12 SECTION 9 PAINTING 9-01. General. The work included in this section consists of the furnishing of all labor, materials, apparatus, scaffolding and all appurtenant work in connection v.ith painting, exclusive of shop painting of metal surfaces, in accordance with these Specifications. Scaffolding shall conform to regu- lations of the State Industrial Accident Commission and local ordinances. 9-OZ. Scope, The following surfaces are to be painted: Exterior Concrete; Exterior Metalwork; Machinery; Interior Pipin'g and Interior Metalwork; Underground Exterior Concrete Wall Surface; and all other surfaces requiring protection. In no case shall any concrete, wood, metal or any other surface requiring protection be left unpainted even though not specifically defined herein. Undamaged galvanized surfaces, submerged metal work, pump station and meter station interior concrete surfaces need not be painted. Concrete work subject to pedestrian traffic need not be painted. 9-03. Right of Rejection No exterior painting or interior finishing shall be done under conditions which jeopardize the appearance or quality of the painting or finish- ing in any way. The Engineer shall have .the right to reject all material or work that is unsatisfactory, and require the replacement of either, or both, at the expense of the Contractor. 9-04. Protection of Work The Contractor shall take the necessary steps to protect his work and the work of others during the time his work is in progress. The Contractor shall be responsible for any and all damage to the work. Paint shall be applied only durirxg periods of favorable weather. 9-05. Removal of Debris, Etc. Upon completion of this work, the Contractor shall remove all 9-1 ' surplus material and rubbish., clean up all spots resulting from the work from hardware, floors, glass, walls, etc. He; shall do all required patching up and repair all work of other trades damaged by his workmen, and leave the premises in a clean, orderly condition. 9-06. Materials All materials specified by name, brand or manufacturer, or selected for use under these Specifications, shall be delivered unopened at the job in their original containers and shall nut be opened until inspected by the Engineer. Wherever a manufacturer's brand name is given, it is intended to define the general type and quality of paint desired. Other paints of equal quality maybe used only with written approval of the En -ineer. No paint, varnish or stain shall be reduced or applied in any way except as herein specifically called for or recommended by the manufacturer. 9-07. Storage of Mit»-rials The Contractor shall store all painting materials a,nd equipment not in immediate use in a room assigned for that purpose. The receiving and opening of all paint materials and mixing shall be done in this room. Necessary precautions shall be taken to prevent fire. Rags, waste, etc. , soiled with paint shall be removed from the premises at the end of each day's work, or stored in metal containers with metal covers. 9-08. Workmanship Each coat of paint shall be applied at proper consistency and brushed evenly, free of brush marks, sags, runs, with no evidence of poor workmanship. Care shall be exercised to avoid lapping of paint on glass or hardware. Paint shall be sharply cut to lines, finished paint surfaces shall be free from defects or blemishes. Protective coverings or drop cloths shall be used to protect floors, fixtures, and equipment. Care shall be exercised to prevent paint being spattered onto surfaces which are not to be painted. Surfaces from which such paint cannot be removed satisfactorily shall be painted or repainted, as required to produce finish satisfactory to Lhe Engineer. Whenever two coats of a dark colored paint are specified, the first coat shall contain sufficient powdered aluminum to act as an indicator or proper coverage when applying the second coat. 9-09. Preparation of Surfaces The Contractor shall examine carefully all surfaces to be finished and before beginning any of his work shall see that the work of other trades has been left or installed in a workmanlike condition to receive paint. 9-2 Metals shall be clean, dry, and free from mill scale,-rust, grease .and oil. Concrete surfaces shall be wire-brushed clean. Surfaces which are highly glaxed, or where traces of form oil are present, shall be treated with a diluted solution of muriatic acid. The acid shall then be removed witli water. Lime conditions shall be treated with zinc sulfate solution until neutralized. Four pounds of /.inc sulfate to one (1) gallon of water shall be used. All concrete surfaces shall be dampened prior to applying portland cement paint, except under oil base paint. In all cases the directions of the paint manufacturer shall be followed notwithstanding the above instructions. 9-10 Ventilation The Contractor shall not permit painting to begin in enclosed places, until a forced draft ventilation system of sufficient air volume has been placed in operation for the particular location. 9-11. C olors All colors shall be the approved equal of those specified here- in. 9-1Z. Paint to be Provided to Owner The Contractor shall leave on the job site a minimum of one quart of each type and color of finish paint used in the project. Each quart shall be properly labeled for identification. 9_13. Classification of Painting 1. JCxterior Concrete a. Areas to be Painted. Exterior above ground concrete work exposed to view and wall tops. Slabs with foot traffic need not be painted. b. Surface Preparation. Surface shall be dry, clean and free from foreign matter. Where dirt is adjacent to a structure being painted, the dirt shall be dug away to a depth of six (6) inches and the uncovered surface painted. Earth shall be replaced after paint has dried up. c. Prime Coat. One coat of Lithitex Sand Finish Texture coat, color Fresco Green, mixed with one pint of Alkabind to each gallon of Lithitex paint. Coverage shall be 65-75 square feet per gallon. Application shall be in accordance with manufacturers recommendations. 9-3 d. Finish Coat, One coat of Lithitex Smooth, copolymeri zed alkyd-plastic masonry paint, color Fresco Green. Thin with one quart of slow- drying paint thinner to the gallon. Allow 48-72 hours drying time before apply- ing Lithitex Smooth. Coverage shall be about 200 square feet per gallon. 2. Machinery, Interior Piping and Interior Metal work a. Areas to be Painted. All exposed surfaces on pumps, machinery, and motors with the exception of name plate, tags, labels. Aluminum stop gates, galvani/.ed stairway stringer and treads and galvanized grate are excluded. b. Preparation. Wire brush to remove all rust, scale and faulty shop coat. c. Prime Coat. Machinery delivered without shop coat or having defects in shop coat shall be given one coat of Inertol Rust Inhibitive Primer No. 621. Treat galvani/.ed surfaces with Inertol Metal Passivator No. 35 before priming. d. Finish Coat. All surfaces shall receive two coats of "RAMUC" Utility EnameT7~color B~Iff No. 313 applied in conformity with manufacturer's instruction. 3. Exterior Metal work a. Areas to be Painted. All metalwork exposed to view and not in direct contact with sewage. It includes all pipe handrails, roof door, hydropneumatic tank, air gap reservoir, butane tank and all piping. b. Preparation. Wire brush to remove all rust, scale, and faulty shop coat. * c. Prime Coat. One coat Inertol Rust Inhibitive Primer No. 621. d. Finish Coat. Two coats Inertol Glamortex Enamel, color Aluminum applied in conformity with manufacturer's instructions. 4. Underground Exterior Concrete Wall Surface a. Areas to be painted. Underground exterior wall surface of the pump station and meter station for waterproofing purposes. b. Prime- Coats. Apply one coat of Bituminuous Concrete Primer No. 50 to provide a coverage of about sixty (60) square feet per gallon. Apply one coat 1/16" thick layer of ''HOT MASTIC11 as manufactured by Inertol Co. Inc. , Los Angeles 6, California 9-4 c. Fibrous '"lass Membrane Fabric. At corners of the structure thoroughly embed fibrous glass membrane fabric extending two (2) feet on each direction from each corner. A six ((.) inch strip of fibrous glass membrane fabric is to be embedecl along the construction joint between walls and slab. Fibrous glass mambrane fabric shall be as distributed by Fiberglass Engineering and Supply Go. , Los Angeles, California. d. Final Coat. Apply one coat of 1 /1 6" thick layer of "HOT MASTIC. " 9-5 SECTION 10 PAVIN<" 10-01. General. The work covered in this section shall include the construction of bituminous paving for pump station roadways and parking areas as shown on the Plans. 10-02. Materials. Al! pavement shown on the Flans shall be 2" asphalt concrete consisting of mineral aggregate and liquid asphalt binder mixed at a central plant and shall be provided with a prime coat and seal coat. Liquid asphalt shall be Type MC - J> and shall conform with Section 93 of Standard Specifications of the California Division of Highways (dated January I960). Mineral aggregate shall be Type B, 5/4" maximum aggregate size and shall conform to the requirements of Paragraph $9-2. 04 of Section $9 of the Standard Specifications of the California Division of Highways (dated January I960). 10-03. Paving. Prior to placing of the asphalt concrete, paving sub- grade surfaces to a depth of l'-0" below the finish subgrade elevation shall be prepared, compacted to ninety percent (90/o) of maximum density and rolled to the proper grades as shown on the Plans. A six-inch aggregate base course shall be provided under all paving and shall be compacted to ninety- five percent (95%) of maximum density. Aggregate base shall be Class 2 conforming to all requirements of Section 26 of the Standard Specifications of the California Division of Highways (dated January I960). After completion of the base course a prime coat of liquid asphalt shall be pressure-spray applied at a rate of approximately 0. 10 gallon per square yard. Liquid asphalt shall be prevented from spraying on adjacent ground, structures and fencing. Asphalt concrete surfacing shall then be applied by spreading in one course to a depth satisfactory for a 2-inch compacted thickness. Methods of handling aid spreading shall be such that segregation or formation of lumps will be avoided. Redwood side headers shall be used and left in place. No surfacing shall be placed when the ambient temperature is below 40°F or the 10-1 weather is otherwise unsuitable. The completed surfacing shall be thoroughly compacted, smooth and true to grade and cross - section and free from ruts, humps, depressions, and irregularities. A seal coat of mixing type emulsion liquid asphalt shall be applied. The emulsion shall conform to Section 94 of the Standard Specifications of the California Division of Highways and shall be applied at the rate of 0. 1 gallons per square yard. The Contractor shall have the option of closing the sealed area to traffic for at least fifteen (15) days or blotting with sand and sweeping, with the area being open to traffic as soon as cover material is laid. Finished paving shall be true to the elevations shown on the Plans and shall drain properly. Gutters shall be provided where shown and the pavement shall be brought to a smooth intersection with the existing paving. Reference shall be made to applicable Sections of the I960 edition of the California Division of Highways Standard Specifications for items in question or not covered. SECTION 11 FENCING 11-01, General. The Contractor shall furnish and install chain link fencing to enclose the site of the Pump Station as shown on the Plans. A doable swing entrance gate shall be provided as shown on the Plans. 11-02. Chain Link Fencing. Fabric shall be 6' in width and woven from No. 9 chain link copper steed wire, in 2" chain link, mesh, hot-dip galvanized after weaving. Line posts shall be hot-dip galvani/.ed H column copper steel, weighting 4. If/ per lin. ft. , or 2-5/8" O, D. standard pipe weighing 3.65// per ft. The end, corner, angle and pull posts shall be 3" O. D, tubular copper steel, weighing not: less than 5.79$ per lin. ft. Swing gate posts shall be 4" O. D. copper steel, weighing not less than 9. I;/ per lin. ft. All posts are to be heavily zinc-coated by hot-dip process. All posts are to be set 36" in concrete bases of the proper size and shape to furnish adequate support for the posts. Extension arms are to be installed on all posts. Extension arms for intermediate posts shall be pressed steel arms, hot-dip galvanized after fabrication. Extension arms for end and corner posts shall be heavy malleable iron arms, hot-dip galvanized. Three (3) strands of galvanized barb wire, 12-1/2 ga. , are to be strung on the exten- sion arms, extending out from the fence line at an angle of 45°. The top rail shall be 1-5/8" O. D. copper steel tube, weighing 2. 27 ft per lin. ft. , and shall be hot-dip galvanized and provided with sleeve couplings. Braces for end, gate and corner posts shall be of the same ma- terial as the top rail. All fittings for the fence shall be hot-dip galvanized. Gates shall consist of chain link fabric as specified above, covering a frame made of 2" O. D. hot-dip galvani/.ed tubular copper steel, weighing 2. 72# per lin. ft. Gates shall be of the sizes shown on the Plans and properly braced to prevent sagging or warping. Gates shall be furnished com- plete with necessary hardware. All we ds shall be re-galvanized. 1 1-1 SECTION 12 SPRINKLER SYSTEM AND LANDSCAPING 12-01. General Requirements. The Standard and Special Conditions apply the same as if here written. 12-OZ. Scope of Work shall consist of all labor, material, equipment and appliances necessary to complete fully all sprinkler and landscape work and incidental work related thereto as indicated on the drawings and as herein specified. Certain work of this section shall be coordinated with other trades in order to expedite the work and avoid omissions and delays. 12-03. Sprinkler Work (a) General. Location of valves, lines, etc. are diagram- matic but indicate the spacing and relative location of all installations. Any deviation from the intent of the plans shall have the Owner's approval. Spacing and positioning shall be in a manner indicated and shall be such that complete water coverage of areas may be accomplished. (b) Materials (1) Galvanized Pipe and Fittings. Pipe for skinner lines laterals, pipe supports and risers shall be new, galvani/.ed, standard weight, Schedule l_p , steel pipe. Fittings shall be mallaeble iron, galvanized, standard weight, beaded pattern. All connections to supply lines shall be made with fittings as no saddles are permissible. All changes in pipe shall be made by reducing fittings as no bushings will be aFlowed. Make-Up Pipe by carefully cleaning of all scale, dirt and foreign matter before installation. Pipe shall be cut clear with square ends, burrs removed. A^pply pipe paste on male screwed threads only before screwing pipe together. Lay Pipe truly and accurately to grade with each section on a firm base. 12-1 (2) Plastic Pipe material and installation shall be in accordance to Section 5 of these Specs. Plastic pipe shall be handled, loaded and stored with extreme caution. Pipe shall be lowered into open trench after being assembled on the surface by solvent welding. Weld joints shall be given 15 minutes set-up curing time before 'moving or handling pipe. Snake pipe in trench to allow for expansion and contraction and center load with a small amount of backfill to prevent arch- ing and slipping under pressure. No water will be permitted in the pipe until inspections have been completed and a period of at least 24 hours has elapsed for solvent weld setting and curing. (3) Manual Control Valves with atmospheric vacuum breakers shall be as specified and in locations as shown on the plans and installed not more than 12" from edge of adjacent paving. Provide 1-1/2" i. d. G.I. pipe sleeve over control stem, (4) Skinner-Type System shall be installed in locations and as detailed on plans complete with stream and fan jets, hand turning unions and capped ends. Provide support pipes and anchor rings, maximum ten feet (lO'O") on centers, securely driven into ground. (5) Wrenches, valve keys, etc. shall be provided by the Contractor to the Owner made by the manufacturer for each piece of equip- ment requiring same. (c) Trenching and Backfilling Trenches shall be installed to depths as specified below with straight sides and uniform bottoms. Lateriils shall be installed with a minimum 12" cover over pipe and PVC main lines shall be installed with a minimum 18" cover over pipe. After system has been, tested and approved, backfill with excavated earth, free of large lumps and debris. Water soak and back- fill as necessary to bring to grade. (d) Cove rage Test When the system is complete, all lines are flushed free of dirt, the Contractor shall perform a coverage test with the presence of the Engineer to assure complete watering of all areas. The Contractor shall adjust or change nozzles to insure complete coverage. 12-2 m- (e) Guarantee for Sprinkler System » The entire spritmler system shall be guaranteed for a period of one year following the final acceptance of the work. Any deficiency developing within the one year period due to the faulty material or workman- ship shall be repaired at the Contractor's expense including the darruige done to existing improvements while executing repairs. 12-04. Landscaping (a) General No soil conditioning, fertilizing or planting shall be stalled prior to the completion of all fencing, paving, sprinkler system and finish grading work. All planting areas shall be brought to grade anticipating soil conditioning and fertilizing work and to conform to finish and existing grades shown on site plan drawings. All planting areas shall be ^ruugl.it to within 2" below finish grade of adjacent curbs, paving, etc. unless otherwise noted on construction drawings. Excess soil shall be removed from site. All weeds, rocks over 3" diameter and debris encounter- ed during grading, soil conditioning and fertilizing and planting operations shall be removed from the site. (b) Soil Conditioning and Fertilizir.0 All areas to be fertilized shall be cultivated to a depth of twelve inches (12") prior to the application of f ertili/.er s. Apply the following per 1,000 square feet of area and cultivate into the top six inches (6"): 2 cubic yards Peat Moss 20 pounds Commercial Fertilizer (10-6-6) (c) Shrub and Tree Planting All trees and shrubs shall be installed in round pits excavated with straight sides, two times the diameter of the- container and 6" greater in depth. Backfill all plants with prepared Backfill Mix in the following proportions per volume: 12-3 Soil of Site 70% Peat Moss 30% To each cubic yard of mix add: Commercial Fertilizer (10-0-6) 15 pounds Place plant vertically in center of pit with crown at same relation with finish grade of planting area that it had with grade in container. Backfill with pre- pared mix. Water soak thoroughly, backfilling voids with additional mix. Prepare over entire basin. Again water thoroughly. (d) Ground Cover Planting Prepare pits a minimum 4''x4" by sufficient depth to allow root system to hang free in pit without bunching. Press soil firmly around base of plant without piling at c r ow n. Mulch all ground cover areas with 1/2'' I. • i . maxi- mum, Peat Moss. Water thoroughly with fine spray. (e) Staking of Trees V Following installation on each tree shall be staked as indicated on the plan and as follows: Stake trees on windward side with 2"x2" (full size) by 10' in length, construction grade, redwood stake free of loose knots, splits and bends, pointed at one end and driven a minimum 2'-6" in ground. Secure to tree with a minimum two hose and wire ties of ft 10 guage galvar- nized wire and 1/2'' two-ply, new, rubber garden hose in a minimum 4" i.d. loop. Knuckle-in all wire ends. (f) Maintenance Plants shall be irrigated and maintained by the Con- tractor at least twice a week between period of planting and final acceptance of work. (g) Guarantee Contractor shall guarantee that he will replace, thirty days after final acceptance of work all planting which is not in a healthy or vigorously growing condition. V. 12-4 SECTION 13 MEASUREMENT AND PAYMENT 13-01. Scope. This section defines the manner and method of measurement and payment of and for all items included in Schedule II of this Contract. Payment for work in Schedule I is specified in Section 1. 13-02. General. Compensation for all plant equipment, tools, materials, labor and all other items required to complete the work in con- formity with the contract documents will be included in the payment provided in this section unless specifically excluded. No other compensation will be made except for the items listed in the Bid Proposal. Work for which no separate payment has been provided will be considered as a subsidiary obligation of the Contractor, and the cost therefore shall be included in the applicable contract price for the items to which the work applies. 13-03. Measurement and Payment, Schedule II Payment for lump sum Item 1 will be made at the contract price which shall include all work and materials necessary for complete and operable installation, as shown, as specified and as further designated. This Item includes the complete pump station site preparation and improvements, access road paving and connection with appurtenances less the gas engine right angle gear drive butane tank and engine controls. Payment for lump-sum Item 2 will be made at the contract price which shall include all work and materials necessary for complete and operable installations, as shown, as specified and as further designated. This Item includes the complete Meter Station, site improvements and connections with appurtenances. 13-1